2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
63 15-Apr-2014 1300408306 N/A6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A
NSWC, CRANE DIVISION
300 Highway 361 - Building 64
Crane IN 47522-5001
@navy.mil 812-854-5966
DCMA DAYTON
AREA C, BUILDING 30, 1725 VAN PATTON DRIVE
WRIGHT-PATTERSON AFB OH 45433-5302
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
Tri Star Engineering 3000 W. 16th Street Bedford IN 47421-3332 9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X] N00178-04-D-4146-FC06
10B. DATED (SEE ITEM 13)
CAGECODE
03WZ3 FACILITY CODE 01-Dec-2006
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)By Mutual Agreement
E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office.14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible )
SEE PAGE 2
15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Contracts Manager , Contracting Officer
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ 14-Apr-2014 BY /s/ 15-Apr-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
XXXXXXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXX
GENERAL INFORMATION
The purpose of this modification is to de-obligate funding. Accordingly, said Task Order is modified as follows:
The total amount of this task order remains
DEOBLIGATIONS:
SLIN ACRN REQN. NO. TINO.
MODNO. FROM TO BY
140121 K8 4530111147 AY5 63
FUNDING INFORMATION:
The total funded amount available for this task order is hereby decreased by ( fromto
The clause Limitation of Funds (FAR 52.232-22) applies. The Government is not obligated toreimburse the Contractor for cost incurred in excess of unless additional funds are made availableand incorporated as a modification to this order.
A conformed copy of this Task Order is attached to this modification for information purposes only.
The Line of Accounting information is hereby changed as follows:
The total amount of funds obligated to the task is hereby decreased from byto
CLIN/SLIN Type Of Fund From ($) By ($) To ($)
140121 O&MN,N
The total value of the order is hereby increased from by to
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
2 of 2 FINAL
XXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXXXXXXX XXXXXXXXX
XXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX XXXXXXXXXXXXXXXXXX
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 ------ --- ----------------- ---- ---- --------------- --------------- -------------- 1101 R425 YR 2 Performance 1.0 LO $ Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work AY2 (Fund Type - OTHER) 110101 R425 Incremental Funding ACRN A1 (Fund Type - OTHER) 110102 R425 Incremental Funding ACRN A2 (Fund Type - OTHER) 110103 R425 Incremental Funding ACRN A3 (Fund Type - OTHER) 110104 R425 Incremental Funding ACRN A4 (Fund Type - OTHER) 110105 R425 Incremental Funding ACRN A8 (Fund Type - OTHER) 110106 R425 Incremental Funding ACRN B1 (Fund Type - OTHER) 110107 R425 Incremental Funding ACRN B3 (Fund Type - OTHER) 110108 R425 Incremental
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
1 of 86 FINAL
XXXXXXXXXXXXXXXXXXXX XXXXXXXXXX
Funding ACRN B4. Per mod 57, increase of $ from to (Fund Type - OTHER) 1102 R425 YR 2 Performance 1.0 LO $ $ $ Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work CY2 (Fund Type - OTHER) 110201 R425 Incremental Funding ACRN A6 (Fund Type - OTHER) 1103 R425 YR 2 Performance 1.0 LO Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work BY2 (WCF) 110301 R425 Incremental Funding ACRN A7. Per Mod 56 Deobligation in the amount of . Per Mod 58, correction of Deobligation from Mod 56: Deobligation amount should have been not (WCF) 1201 R425 YR 3 Performance 1.0 LO $ $ $ Based Non-Personal Technical and Engineering Services In
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
2 of 86 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
Accordance With attached Statement of Work AY3 (Fund Type - OTHER) 120101 R425 Incremental Funding ACRN B6 (Fund Type - OTHER) 120102 R425 Incremental Funding ACRN B7 (Fund Type - OTHER) 120103 R425 Incremental Funding ACRN B8 (Fund Type - OTHER) 120104 R425 Incremental Funding ACRN B9 (Fund Type - OTHER) 120105 R425 Incremental Funding ACRN C1 (Fund Type - OTHER) 120106 R425 Incremental Funding ACRN C1 (Fund Type - OTHER) 120107 R425 Incremental Funding ACRN C2 (Fund Type - OTHER) 120108 R425 Incremental Funding ACRN C3 (Fund Type - OTHER) 120109 R425 Incremental Funding ACRN D1 (Fund Type - OTHER) 120110 R425 Incremental Funding ACRN D2 (Fund Type - OTHER) 120111 R425 Incremental Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
3 of 86 FINAL
ACRN D5 (Fund Type - OTHER) 120112 R425 Incremental Funding ACRN D6 (Fund Type - OTHER) 120113 R425 Incremental Funding ACRN D7 (Fund Type - OTHER) 120114 R425 Incremental Funding ACRN C7 (Fund Type - OTHER) 120115 R425 Incremental Funding ACRN D8 (Fund Type - OTHER) 120116 R425 Incremental Funding ACRN D9. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 62 RESULTING IN A BALANCE OF (Fund Type - OTHER) 120117 R425 Incremental Funding ACRN E1 (Fund Type - OTHER) 120118 R425 Incremental Funding ACRN D6 (Fund Type - OTHER) 1202 R425 YR 2 Performance 1.0 LO $ $ $ Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work DY2 (Fund Type - OTHER)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
4 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXX
XXXXXXXXXX
120201 R425 Incremental Funding ACRN A9 (Fund Type - OTHER) 1203 R425 YR 3 Performance 1.0 LO $ $ $ Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work CY3 (Fund Type - OTHER) 120301 R425 Incremental Funding ACRN b5 (Fund Type - OTHER) 120302 R425 Incremental Funding ACRN C5 (Fund Type - OTHER) 120303 R425 Incremental Funding ACRN C6 (Fund Type - OTHER) 120304 R425 Incremental Funding ACRN D3 (Fund Type - OTHER) 1204 R425 YR 3 Performance 1.0 LO $ $ $ Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work BY3 (Fund Type - OTHER) 120401 R425 Incremental Funding ACRN C9. Per Mod 56 Deobligation in the amount of (Fund Type - OTHER)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
5 of 86 FINAL
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXXX XXXXXXX XXXXXXXX
XXXXXXX
1301 R425 Yr 4 Performance 1.0 LO $ Based Non-Personal Technical and Engineering Services In Accordance With attached Statements of Work (Fund Type - OTHER) 130101 R425 Incremental Funding ACRN D4 (Fund Type - OTHER) 130102 R425 Incremental Funding ACRN E3 (Fund Type - OTHER) 130103 R425 Incremental Funding ACRN E4 (Fund Type - OTHER) 130104 R425 Incremental Funding ACRN E5. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 62 RESULTING IN A BALANCE OF (Fund Type - OTHER) 130105 R425 Incremental Funding ACRN E6 Deobligated by per mod 55 (Fund Type - OTHER) 130106 R425 Incremental Funding ACRN F2. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 62 RESULTING IN A BALANCE OF
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
6 of 86 FINAL
XXXXXXXXXXXXXXXXXXXX XXXXXXXXXX
XXX
XXXXXXXXXX
XXXXXXXXX
XXXXXXXXXX
(Fund Type - OTHER) 130107 R425 Incremental Funding ACRN F3 (Fund Type - OTHER) 130108 R425 Incremental Funding ACRN F2 Deobligated by $ by Mod 030 Deobligated by $ by Mod 048. Deobligated by $ per mod 57. NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 62 RESULTING IN A BALANCE OF (Fund Type - OTHER) 130109 R425 Incremental Funding ACRN F6 (Fund Type - OTHER) 130110 R425 Incremental funding in the amount of $ in support of SOW/TI AY2 (ACRN F7) (Fund Type - OTHER) 130111 R425 Incremental funding in the amount of in support of SOW/TI BY2 (ACRN F8) (Fund Type - OTHER) 130112 R425 Incremental funding in the amount of $ in support of SOW/TI AY2 (ACRN f9) (Fund Type -
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
7 of 86 FINAL
XXXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXX
OTHER) 130113 R425 Incremental funding in the amount of in support of SOW/TI BY2 (ACRN G1) (Fund Type - OTHER) 130114 R425 Incremental funding in the amount of $ in support of SOW/TI AY2 (ACRN G2) (Fund Type - OTHER) 130115 R425 Incremental funding in the amount of $ in support of SOW/TI AY2 (ACRN G3) (Fund Type - OTHER) 130116 R425 Incremental funding in the amount of $ in support of SOW/TI AY2 (ACRN G4) (Fund Type - OTHER) 130117 R425 Incremental funding in the amount of in support of SOW/TI AY2 (ACRN G5) (Fund Type - OTHER) 130118 R425 Incremental funding in the amount of in support of SOW/TI AY2 (ACRN G6) (Fund Type - OTHER) 130119 R425 Incremental funding in the amount of $ in support of SOW/TI AY2 (ACRN G8) (Fund Type - OTHER)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
8 of 86 FINAL
XXXXX
XXXXX
XXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
130120 R425 Incremental funding in the amount of $ in support of SOW/TI AY2 (ACRN G9) (PMC) 130121 R425 Incremental funding in the amount of in support of SOW/TI AY3 (ACRN H2) (WCF) 130122 R425 Incremental funding in the amount of in support of SOW/TI AY3 (ACRN H3) (WCF) 130123 R425 Incremental funding in the amount of in support of SOW/TI AY3 (ACRN H4). NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 61 RESULTING IN A BALANCE OF (WCF) 130124 R425 Incremental funding in the amount of $ in support of SOW/TI AY3 (ACRN G8) (Fund Type - OTHER) 130125 R425 Incremental funding in the amount of $ in support of SOW/TI AY3 (ACRN G9) (PMC) 130126 R425 Incremental funding in the amount of in
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
9 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXXXX
XXXXXXXX
XXXXXXXXXX
XXXXXXX
support of SOW/TI AY4 (ACRN H6) (Fund Type - OTHER) 130127 R425 Incremental funding in the amount of $ in support of SOW/TI AY4 (ACRN H7) (Fund Type - OTHER) 130128 R425 Incremental funding in the amount of in support of SOW/TI AY4 (ACRN H6) Note: DeOb'ed on MOD 60 (Fund Type - OTHER) 1302 R425 Yr 4 Performance 1.0 LO $ Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work DY2 (Fund Type - OTHER) 130201 R425 Incremental Funding ACRN E7 (Fund Type - OTHER) 130202 R425 Incremental Funding ACRN E8 (Fund Type - OTHER) 130203 R425 Incremental Funding ACRN E9 (Fund Type - OTHER) 130204 R425 Incremental Funding ACRN F1 (Fund Type - OTHER) 130205 R425 Incremental Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
10 of 86 FINAL
XXXXXXXXX
XXXXXXXX
XXXXXX
XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX
ACRN F4 (Fund Type - OTHER) 130206 R425 Incremental Funding ACRN F5 (Fund Type - OTHER) 1401 R425 FY10 Performance 1.0 LO Based Non-Personal Technical and Engineering Services In Accordance With attached Statement of Work AY2, CY2 (Fund Type - OTHER) 140101 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (Fund Type - OTHER) 140102 R425 SLIN not utilized on MOD 037 (Fund Type - OTHER) 140103 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN J1) (Fund Type - OTHER) 140104 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN J2) Deobligated by $ by MOD 052; DeOb'ed on MOD 60 (Fund Type - OTHER) 140105 R425 Incremental funding in the amount of in support of SOW/TI
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
11 of 86 FINAL
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXXXX XXXXXXXXXX XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
AY5 (ACRN J3) (Fund Type - OTHER) 140106 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN J4) (Fund Type - OTHER) 140107 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN H1) (Fund Type - OTHER) 140108 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN H7) Deobligated by $ by Modification 045 (Fund Type - OTHER) 140109 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN J5) (O&MN,N) 140110 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN J6) (WCF) 140111 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN J7) (Fund Type - OTHER) 140112 R425 Incremental funding in the amount of $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
12 of 86 FINAL
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
in support of SOW/TI AY5 (ACRN J8) (Fund Type - OTHER) 140113 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN J9) (O&MN,N) 140114 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN K1) (SCN) 140115 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN K2) (O&MN,N) 140116 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN K4) (Fund Type - OTHER) 140117 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN F7) (Fund Type - OTHER) 140118 R425 Incremental funding in the amount of in support of SOW/TI AY5 (ACRN K4) (O&MN,N) 140119 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN K5)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
13 of 86 FINAL
XXXXXX
XXXXX
XXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
(O&MN,N) 140120 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN K7) (O&MN,N) 140121 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN K8). Deobligated per mod 59. *NOTE* FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 63 RESULTING IN A BALANCE OF (O&MN,N) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost ------ --- ----------------- ---- ---- ---------------- 3101 R425 Other Direct 1.0 LO $ Costs and Travel in support of CLIN 1101. Non-fee bearing. Travel in accordance with JTR. (Fund Type - OTHER) 310101 R425 Incremental Funding ACRN A5 (Fund Type - OTHER) 310102 R425 Incremental Funding ACRN B2 (Fund Type - OTHER) 310103 R425 Incremental Funding ACRN B4.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
14 of 86 FINAL
XXXXXXXX
XXXXXXXXX
XXXXXXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXXXX
Deobligation of $ on modification 033 (PMC) 310104 R425 Incremental funding in the amount of $ in support of SOW/TI AY3 (ACRN B4). Deobligation in full ($ per mod 57. (PMC) 3102 R425 Other Direct 1.0 LO $ Costs and Travel in support of CLIN 1102. Non-fee bearing. Travel in accordance with JTR. (Fund Type - OTHER) 310201 R425 Incremental Funding ACRN A6 (Fund Type - OTHER) 3201 R425 Other Direct 1.0 LO $ Costs and Travel in support of CLIN 1201. Non-fee bearing. Travel in accordance with JTR. (Fund Type - OTHER) 320101 R425 Incremental Funding ACRN C4 (Fund Type - OTHER) 320102 R425 Incremental Funding ACRN B3 (Fund Type - OTHER) 320103 R425 Incremental Funding ACRN C7 (Fund Type - OTHER) 320104 R425 Incremental Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
15 of 86 FINAL
XXXXXXX
XXXXXXXXXX
XXXXX
XXXXX
XXXXXX
ACRN C8 (Fund Type - OTHER) 320105 R425 Incremental Funding ACRN C7 (Fund Type - OTHER) 320106 R425 Incremental Funding ACRN D4 (Fund Type - OTHER) 320107 R425 Incremental Funding ACRN C7 (Fund Type - OTHER) 320108 R425 Incremental Funding ACRN E2. Deobligated by (in full) per mod 55. (Fund Type - OTHER) 3202 R425 Other Direct 1.0 LO $ Costs and Travel in support of CLIN 1202. Non-fee bearing. Travel in accordance with JTR. (Fund Type - OTHER) 320201 R425 Incremental Funding ACRN A9 (Fund Type - OTHER) 320202 R425 Incremental Funding ACRN A9 (Fund Type - OTHER) 3203 R425 Other Direct 1.0 LO $ Costs and Travel in support of CLIN 1203. Non-fee bearing. Travel in accordance with JTR. (Fund Type - OTHER) 3301 R425 Other Direct 1.0 LO $ Costs and Travel
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
16 of 86 FINAL
XXXXXXXX
XXX
XXXXXXXXXX
XXXXX
in support of CLIN 1301. Non-fee bearing. Travel in accordance with JTR. (Fund Type - OTHER) 330101 R425 Incremental Funding ACRN F2. Per mod 57 increased by $ from to NOTE: FUNDS IN THE AMOUNT OF ARE DEOBLIGATED VIA MODIFICATION 62 RESULTING IN A BALANCE OF (Fund Type - OTHER) 330102 R425 Incremental funding in the amount of $ in support of SOW/TI AY2 (ACRN F9) (Fund Type - OTHER) 330103 R425 Incremental funding in the amount of in support of SOW/TI AY2 (ACRN G7) (Fund Type - OTHER) 330104 R425 Incremental funding in the amount of $ in support of SOW/TI AY2 (ACRN H1) Note: DeOb'ed on MOD 60 (Fund Type - OTHER) 330105 R425 Incremental funding in the amount of $ in support of SOW/TI AY3 (ACRN G9) (Fund Type -
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
17 of 86 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXXXXXXXXXX
XXXXXXXXX
XXXXXXXXXX
XXX
XXXXXX
OTHER) 330106 R425 Incremental funding in the amount of $ in support of SOW/TI AY3 (ACRN B4) Deobligated in it's entirety by Modification 043 (PMC) 330107 R425 Incremental funding in the amount of in support of SOW/TI AY3 (ACRN H5) (WCF) 330108 R425 Incremental funding in the amount of $ in support of SOW/TI AY4 (ACRN H7) (Fund Type - OTHER) 330109 R425 Incremental funding in the amount of $ in support of SOW/TI AY4 (ACRN F2) (Fund Type - OTHER) 3302 R425 Other Direct 1.0 LO $ Costs and Travel in support of CLIN 1302. Non-fee bearing. Travel in accordance with JTR. (Fund Type - OTHER) 330201 R425 Incremental Funding ACRN F2 (Fund Type - OTHER) 330202 R425 Incremental Funding ACRN F4 (Fund Type - OTHER) 3401 R425 Other Direct 1.0 LO Costs and Travel
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
18 of 86 FINAL
XXXXXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXXXXXXX
in support of CLIN 1401. Non-fee bearing. Travel in accordance with JTR. (Fund Type - OTHER) 340101 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN H8) (Fund Type - OTHER) 340102 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN J2) Note: DeOb'ed on MOD 60 (Fund Type - OTHER) 340103 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN J5) (Fund Type - OTHER) 340104 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (Fund Type - OTHER) 340105 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN J9) (O&MN,N) 340106 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN H7) (Fund Type - OTHER)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
19 of 86 FINAL
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXXXX
340107 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN K3) (SCN) 340108 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN K1) (SCN) 340109 R425 Incremental funding in the amount of in support of SOW/TI AY5 (ACRN K4) (O&MN,N) 340110 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN K6) (SCN) 340111 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN J2) (Fund Type - OTHER) 340112 R425 Incremental funding in the amount of $ in support of SOW/TI AY5 (ACRN ) (O&MN,N)
1) Task order type will be cost reimbursement plus fixed fee.
(2) In addition to the base ordering period, the contractor may earn an extension or reduction to the TO period from a minimum of1 to a maximum of 5 years on the basis of performance during the evaluation periods as prescribed in the award term clause andaward term plan.
The Government shall have Government purpose data rights to all data generated in accordance with DFARS 252.227-7013
(LIMITATION OF COST OR LIMITATION OF FUNDS LANGUAGE – (5310) The clause entitled "LIMITATION OF COST"(FAR 52.232 20) or "LIMITATION OF FUNDS" (FAR 52.232 22), as appropriate, shall apply separately and independently toeach separately identified estimated cost.
PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993) - (5314)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
20 of 86 FINAL
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXXX
(a) For purposes of this contract, "fee" means "target fee" in cost plus incentive fee type contracts, "base fee" in cost plus award feetype contracts, or "fixed fee" in cost plus fixed fee type contracts for level of effort type contracts.
(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled"FIXED FEE" (FAR 52.216 8) or "INCENTIVE FEE", (FAR 52.216 10), as applicable. Such payments shall be equal to percent( %) of the allowable cost of each invoice submitted by and payable to the Contractor pursuant to the clause of this contractentitled "ALLOWABLE COST AND PAYMENT" (FAR 52.216 7), subject to the withholding terms and conditions of the"FIXED FEE" or "INCENTIVE FEE" clause, as applicable (percentage of fee is based on fee dollars divided by estimated costdollars, including facilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth inthis contract.
(c) The fee(s)specified in SECTION B, and payment thereof, is subject to adjustment pursuant to paragraph (g) of the specialcontract requirement entitled "LEVEL OF EFFORT." If the fee(s) is reduced and the reduced fee(s) is less than the sum of all feepayments made to the Contractor under this contract, the Contractor shall repay the excess amount to the Government. If the finaladjusted fee exceeds all fee payments made to the contractor under this contract, the Contractor shall be paid the additionalamount, subject to the availability of funds. In no event shall the Government be required to pay the Contractor any amount inexcess of the funds obligated under this contract at the time of the discontinuance of work.
(d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until the contract has been modified toreduce the fee(s) in accordance with the "LEVEL OF EFFORT" special contract requirement, or until the Procuring ContractingOfficer has advised the paying office in writing that no fee adjustment is required.
PAYMENTS OF FEE(S) (COMPLETION) (NAVSEA) (MAY 1993) - (5313)
(a) For purposes of this contract, "fee" means "target fee" in cost plus incentive fee type contracts, "base fee" in cost plus award feetype contracts, "fixed fee" in cost plus fixed fee type contracts for completion and phase type contracts.
(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled"FIXED FEE" (FAR 52.216 8) or "INCENTIVE FEE", (FAR 52.216 10), as applicable. Such payments shall be equal percent (%) of the allowable cost of each invoice submitted by and payable to the Contractor pursuant to the clause of this contract entitled"ALLOWABLE COST AND PAYMENT" (FAR 52.216 7), subject to the withholding terms and conditions of the "FIXED FEE"or "INCENTIVE FEE" clause, as applicable (percentage of fee is based on fee dollars divided by estimated cost dollars, includingfacilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract.
(c) In the event of discontinuance of the work under this contract, or any specified phase of the contract, in accordance with theclause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232 22) or "LIMITATION OF COST" (FAR 52.232 20), asapplicable, the fee shall be equitably adjusted by mutual agreement to reflect the diminution of work. If the adjusted fee is less thanthe sum of all fee payments made to the Contractor under this contract, the Contractor shall repay the excess amount to theGovernment. If the adjusted fee exceeds all payments made to the Contractor under this contract, the Contractor shall be paid theadditional amount, subject to the availability of funds. In no event shall the Government be required to pay the Contractor anyamount in excess of the funds obligated under this contract at the time of the discontinuance of work.
(d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until the contract has been modified toreduce the fee(s) in accordance with paragraph (c) above, or until the Procuring Contracting Officer has advised the paying office inwriting that no fee adjustment is required.
NOTE: Percentage of fee is based on fee dollars divided by estimated cost dollars, including facilities capital cost of money.
TRAVEL COSTS - ALTERNATE I (NAVSEA) (MAY 2000) – (5315)
(a)(1) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordancewith FAR 31.205-46. The costs to be reimbursed shall be those costs accepted by the cognizant DCAA.
(a)(2) In accordance with Class Deviation 2000-00005, DOD Contractors may choose to use either the FTR rates and definitionsfor travel, lodging and incidental expenses effective on 31 December 1998 or the current FTR rates and definitions. The Contractormust choose either the 1998 definitions and rates or the current FTR definitions and rates and apply them consistently to all travelwhile this class deviation, or its successor, is in effect.
(b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in and around theworksite, and from the worksite to the Contractor's facility.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
21 of 86 FINAL
(c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR 31.205-35; however,Contracting Officer approval shall be required prior to incurring relocation expenses and travel costs incident to relocation.
(d) The Contractor shall not be reimbursed for the following daily local travel costs:
(i) travel at U.S. Military Installations where Government transportation is available;
(ii) travel performed for personal convenience/errands, including commuting to and from work; and
(iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for the Contractor's or employee'sconvenience.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
22 of 86 FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
Performance Based
Statement of Work
1 0 Scope
This Statement of Work (SOW) sets forth the requirements for the procurement of engineering and technical support services for the following programs: AN/SPS-40, AN/SPS-48(V), AN/SPS-48E, AN/SPS-49,AN/SPS-55, AN/SPS-64, AN/SPS-67, AN/SLQ-32(V), AN/SLA-10, AN/WLR-1H(V), AN/SSQ-82(V), SEWIP and programs supporting Block Upgrades, NULKA, Decoy, Submarine EW and Airborne EW,Electro-Optic Systems, Improved (Chemical Agent) Point Detection System (IPDS), Joint Biological Point Detection System (JBPDS), NAVSEA Crane’s Distance Support initiatives and the NSWC Surface ElectronicWarfare (SEW) Project The parameters of the work to be performed for each program are specifically described in the subparagraphs below As required by delivery order, the contractor shall furnish all labor, facilities,material, and equipment except for material, facilities, and equipment to be provided by the Government as Government Furnished Information (GFI), Government Furnished Material (GFM), Government FurnishedFacilities (GFF), or Government Furnished Equipment (GFE) The contractor shall collect, analyze, assess, review, recommend, evaluate, design, develop, inspect, validate, verify, and/or deliver data as required bydelivery order
Scope Restriction A:
The contractor shall not be requested to perform more than a combined maximum of (100) installations per year for the Electro-Optic Systems, IPDS and JBPDS during the duration of this contract unless otherwiseagreed upon in writing by both the contractor and the government for purposes of this scope restriction, an ‘installation’ will consist of a contractor provided crew performing work aboard a U S Navy, Coast Guard or aFMS Ship installing one of the above systems Since both the systems and the ships may vary, it is not possible to define the exact number of personnel or hours required for each installation (hence the requirement forthe selected contract type ) However, the historical average installation time has exceeded 500 labor hours Therefore, for the purpose of this contract, one installation shall be defined as: “putting in service one system,from the above categories, on board U S Navy, Coast Guard or a FMS Ship, within 628 to 928 hours inclusive of travel time, preparation and wrap-up time as required for the completion of each delivery order ”
1 1 Background
These services are in support of electronics related tasks for the various branches of Code 80 of the Naval Surface Warfare Center, Crane Division, (NAVSURFWARCENDIV Crane) This effort is for a follow-on contract toContracts N00164-98-D-0009, N00164-99-D-0015, and N000164-00-0031 This requirement will be processed as a competitive 8(a) set-aside in accordance with the 8(a) Program under the statutory authorityimplemented by Federal Acquisition Regulation (FAR) paragraph 219 805-2
2 0 Applicable Documents
The following documents of the revision or issue in effect at the date of delivery order or as otherwise specified by the delivery order form a part of this Statement of Work to the extent described herein The exact revisionsof the documents are not cited in the text of the Statement of Work In the event of conflict between the documents referenced herein and the contents of this Statement of Work, the contents of this Statement of Work shallprevail
2 1 Specifications
DOD-D-1000B Drawings, Engineering, and Associated Lists
MIL-STD-1812 Type Designation, Assignment and Method for Obtaining
MIL-E-1 7555 Electronic and Electrical Equipment Accessories and Repair
2 2 Standards
Mil-STD-248D Welding and Brazing Procedure and Performance Qualification
DOD-STD-100 Engineering Drawing Practices
DOD-STD-2003 Electric Plant Installation Standard Methods for Surface Ships and
Submarines, Cable ISO 9000 Quality Management and Quality
Assurance Standards
2 3 Other Publications
NAVSEA S9086-CH-STM Welding and Allied Processes 010/CH-074 VI
ANSI Z39 18-87 Information Sciences-Scientific and Technical Reports -
Organization, Reparation, and Production
ASME Y14 100-2000 Engineering Drawing Practices
NSTS 9090-310B Alterations to Ships Accomplished by Alteration
Installation Teams
2 4 Instructions and Regulations
OPNAVINST 5100 19 Navy Occupational Safety and Health (NAVOSH)
Program Manual for Forces Afloat
OPNAVINST 5102 1C Mishap Investigation and Reporting
29 CFR 1910 1200 OSHA Hazard Communication Standard
3 0 Requirements
All work to be performed and all deliverables shall be specifically referred to and described in all delivery orders resulting from use of this contract by authorized contracting officers Below are listed the specific areas inwhich the contractor is expected to work and kinds of services to be provided for each, if required, by specific delivery orders:
3 0 1 Radar Systems and components
Work to be performed may consist of installation services, training and repair for the AN/SPS-40, AN/SPS-48E, AN/SPS-49, AN/SPS-55, AN/5P5-64, and AN/SP5-67 radar’s and antennas Also required is thepreparation of briefings and meetings for the above mentioned systems as tasked on individual delivery orders
3 0 2 Night Vision Electro-Optics
Work to be performed may consist of Program Management support, Test Plans/Procedures development and implementation, Engineering, Technical, Data Management support and meeting assistance in support ofelectro-optic programs
Work to be performed may also consist of installation support and/or equipment removal services - Restriction A applies The work to be performed shall consist of; installation certifications, system check outs andmaterial fabrication or procurement of necessary installation components needed to perform the installations
3 0 3 Chemical-Biological Detection
Work to be performed may consist of installation support and/or equipment removal services for the IPDS and JBPDS -Restriction A applies The work to be performed shall consist of; installation certifications, systemcheck outs and material fabrication or procurement of necessary installation components needed to perform the installations
3 0 4 SEW Project Manager
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
23 of 86 FINAL
Work to be performed may consist of installation support and/or equipment removal services, training, repair, data entry, CAD, illustration and administration support for the SEW Project Manager This support includesthe receipt, filing, database entry, status accounting, extracting reports, reproduction of documents, revision/creation of technical drawings/documents, visual illustrations, briefings, meeting support and distribution ofdocuments
3 0 5 Distance Support
Work to be performed shall consist of Program Management support, test plans/procedures development and implementation, engineering, technical, data management support and meeting assistance in support ofDistance Support
3 1 Task Requirements
As required by specified delivery orders, the Contractor shall provide all labor, material, equipment and facilities excluding material, equipment and facilities provided for or referred to as GFM, GFE, GFF or GFITechnical Direction Letters (TDLs) may be utilized to initiate specific tasking and provide travel details from within the individual delivery orders
3 1 1 Program Management Support Services
As specified by delivery order, the Contractor shall provide project/program management support services This support may consist of planning, preparing, organizing and reporting The Contractor shall analyze andvalidate results relating to the programs targeted objectives and current resources as required by delivery order
3 1 2 Meeting Assistance
The following tasks shall be performed as specified, if required by individual delivery order Contractor shall attend meetings as requested This shall consist of preparing technical and engineering recommendations aswell as briefings and overhead transparencies for quarterly reviews The Contractor shall provide meeting assistance consisting of recording and distributing minutes for technical program meetings, weekly programmeetings and program status reviews The Contractor shall provide meeting coordination support consisting of planning meetings, coordinating schedules with participants; reserving existing meeting space and ensuringbriefing materials/equipment are available Specific requirements and meeting agenda development will be specified by TDLs on individual delivery orders
3 1 3 Engineering & Technical Support Services
The following tasks shall be performed as specified, if required by individual delivery order The Contractor shall provide engineering and technical support for the design, development, test, evaluation and engineeringrelated efforts for the procurement, production maintenance and life cycle management This consists of verification of operational capabilities, check out and repair, monitoring of system installations, performance ofsystem diagnostic testing, inspection of installation facilities (pre and post installation) and ensuring that overall integration specifications have been attained
3 1 4 Test Plans and Procedures
The following tasks shall be performed as specified, if required by individual delivery order The Contractor shall develop, system, subsystem, equipment and component test plans and procedures, installation controldrawings (ICDs) The plans and procedures may include test and evaluation master plans and procedures, technical evaluation plans and procedures, operational evaluation plans and procedures, system qualification andFirst Article Qualification Test Plans and procedures, and production acceptance test and evaluation plans and procedures
3 1 5 Installation Support (Radar)
The following tasks shall be performed as specified, if required by individual delivery order The Contractor shall provide engineering and technical support in order to perform installation certification according to systemcertification procedures, check out, repair and training for the identified radars and antennas at various locations, including shipyards and laboratory settings
3 1 6 Installation Support (Electro Optics and Chemical Biological)
The following tasks shall be performed as specified, if required by individual delivery order The Contractor shall provide installation support for electro-optic systems, IPDS and JBPDS shipboard equipment,foundations, cabling, including: site preparation, scaffolding, priming, painting, lagging, cable pulling, cable banding, cable connector assembly, equipment installation, equipment tagging, decking, fire watch, certifiedmarine welding and removal and/or installation of Protective Counter Measure System materials
Any delivery order or technical direction letter which would require the contractor to perform two or more installations with overlapping schedules on separate ships shall only be binding by mutual agreement providedthat if the contractor chooses to decline an installation, it shall done within 24 hours of written notification of the overlapping schedules
3 1 7 Equipment Removal (Electro Optics and Chemical Biological)
The following tasks shall be performed as specified, if required by individual delivery order The Contractor shall remove and/or relocate shipboard equipment including removal of previously installed electro-opticsystems, IPDS and JBPDS foundations, brackets, cables, transformers, circuit breakers and other related materials to allow for installation of new or upgraded equipment/systems
3 1 8 Installation Support (SEW)
The following tasks shall be performed as specified, if required by individual delivery order The Contractor shall provide engineering and technical support in order to perform installation certification according to systemcertification procedures, check out and repair and training for the Surface Electronic Warfare (SEW) Programs at various locations, including shipyards and laboratory settings supporting both US Navy Ships and FMSShips
3 1 9 Data Entry/CAD/Illustration/Admin (SEW)
The following tasks shall be performed as specified in each individual delivery order The Contractor shall perform, database entry, filing, distribution, extracting, status accounting, creating databases & review for thefollowing: Product Quality Deficiency Reports (PQDRs), Naval messages, In-Service analysis reports and Alteration Installation Team (AlT) reports The Contractor shall provide local (NSWC Crane facilities) meetingassistance, modify spreadsheets & update quarterly expenditure reports for the Surface Electronic Warfare Project Manager
4 0 Data Deliverables
Description CDRL No DID No
Contractors Progress, Status, & Management Report 0001 Dl-MGMT-80227
Conference Agenda 0002 DI-ADMN-81249A
Conference Minutes 0003 DI-ADMN-8 1 250A
Technical Report - 0004 Dl-MISC-80508
Study/Services
Status of Government-Furnished Equipment Report 0005 Dl-MGMT-80269
Task Order Notification Letter - B011 - DI-FNCL-80331
5 0 Travel
Travel requirements are estimated as follows:
FY 2006 Number Number NumberDestination Trips Days Persons
Washington DC 30 7 5Norfolk, VA 45 14 6Crane, IN 20 14 2Pascagoula, MS 20 10 3Mayport, FL 20 12 6Miami, FL 20 12 6St. Petersburg, FL 10 12 6Panama City, FL 10 7 5San Diego, CA 30 14 6
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
24 of 86 FINAL
Everett, WA 10 12 6Bremerton, WA 10 10 3Honolulu, HI 10 14 6
FY 2007 Number Number NumberDestination Trips Days Persons
Washington DC 30 7 5Norfolk, VA 45 14 6Crane, IN 20 14 2Pascagoula, MS 20 10 3Mayport, FL 20 12 6Miami, FL 10 12 6St. Petersburg, FL 10 12 6Panama City, FL 10 7 5San Diego, CA 30 14 6Everett, WA 10 12 6Bremerton, WA 10 10 3Honolulu, HI 10 14 6Manama, Taiwan 5 14 2Alexandria, Egypt 5 14 2Turkey 5 14 2
FY 2008 Number Number NumberDestination Trips Days Persons
Washington DC 30 7 5Norfolk, VA 45 14 6Crane, IN 20 14 2Pascagoula, MS 20 10 3Mayport, FL 20 12 6Miami, FL 10 12 6St. Petersburg, FL 10 12 6Panama City, FL 10 7 5San Diego, CA 30 14 6Everett, WA 10 12 6Bremerton, WA 10 10 3Honolulu, HI 10 14 6Manama, Taiwan 5 14 2Alexandria, Egypt 5 14 2Turkey 5 14 2
FY 2009 Number Number NumberDestination Trips Days Persons
Washington DC 30 7 5Norfolk, VA 45 14 6Crane, IN 20 14 2Pascagoula, MS 20 10 3Mayport, FL 20 12 6Miami, FL 10 12 6St. Petersburg, FL 10 12 6Panama City, FL 10 7 5San Diego, CA 30 14 6Everett, WA 10 12 6Bremerton, WA 10 10 3Honolulu, HI 10 14 6Manama, Taiwan 5 14 2Alexandria, Egypt 5 14 2Turkey 5 14 2
FY 2010 Number Number NumberDestination Trips Days Persons
Washington DC 30 7 5Norfolk, VA 45 14 6Crane, IN 20 14 2Pascagoula, MS 20 10 3Mayport, FL 20 12 6Miami, FL 10 12 6St. Petersburg, FL 10 12 6Panama City, FL 10 7 5San Diego, CA 30 14 6Everett, WA 10 12 6Bremerton, WA 10 10 3Honolulu, HI 10 14 6Manama, Taiwan 5 14 2Alexandria, Egypt 5 14 2Turkey 5 14 2
6.0 Special Requirements
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
25 of 86 FINAL
6.1 JCC-I/A CLAUSE 952.225-0004 COMPLIANCE WITH LAWS AND REGULATIONS (MAR 2009)
(a) The Contractor shall comply with, and shall ensure that its employees and its subcontractors and their employees, at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal or DoD regula
(b) Contractor employees shall particularly note all laws, regulations, policies, and orders restricting authority to carry firearms, rules for the use of force, and prohibiting sexual or aggravated assault. Contra
(c) Contractor employees may be ordered removed from secure military installations or the theater of operations by order of the senior military commander of the battle space for acts that disrupt good order
(d) Contractor employees performing in the USCENTCOM Area of Operations (AOR) may be subject to the
jurisdiction of overlapping criminal codes, including, but not limited to, the Military Extraterritorial Jurisdiction Act (18 U.S.C. Sec. 3261, et al) (MEJA), the Uniform Code of Military Justice (10 U.S.C. Sec. 80
(e) Under MEJA, a person who engages in felony misconduct outside the United States while employed by or
accompanying the Armed Forces is subject to arrest, removal and prosecution in United States federal courts. Under the UCMJ, a person serving with or accompanying the Armed Forces in the field during a
contingency operation may be disciplined for a criminal offense, including by referral of charges to a General Court Martial. Contractor employees may be ordered into confinement or placed under conditi
(f) Contractors shall immediately notify military law enforcement and the Contracting Officer if they suspect an
employee has committed an offense. Contractors shall take any and all reasonable and necessary measures to secure the presence of an employee suspected of a serious felony offense. Contractors shall n
6.2 JCC-I/A CLAUSE 952.222-0001 PROHIBITION AGAINST HUMAN TRAFFICKING, INHUMANE
LIVING CONDITIONS, AND WITHHOLDING OF EMPLOYEE PASSPORTS (JUL 2009)
(a) All contractors (“contractors” refers to both prime contractors and all subcontractors at all tiers) are
reminded of the prohibition contained in Title 18, United States Code, Section 1592, against knowingly
destroying, concealing, removing, confiscating, or possessing any actual or purported passport or other
immigration document, or any other actual or purported government identification document, of another
person, to prevent or restrict or to attempt to prevent or restrict, without lawful authority, the person’s liberty
to move or travel, in order to maintain the labor or services of that person, when the person is or has been a
victim of a severe form of trafficking in persons.
(b) Contractors are also required to comply with the following provisions:
(1) Contractors shall only hold employee passports and other identification documents discussed above for
the shortest period of time reasonable for administrative processing purposes.
(2) Contractors shall provide all employees with a signed copy of their employment contract, in English as
well as the employee’s native language that defines the terms of their employment/compensation.
(3) Contractors shall not utilize unlicensed recruiting firms, or firms that charge illegal recruiting fees.
(4) Contractors shall be required to provide adequate living conditions (sanitation, health, safety, living
space) for their employees. Fifty square feet is the minimum acceptable square footage of personal living
space per employee. Upon contractor’s written request, contracting officers may grant a waiver in writing in
cases where the existing square footage is within 20% of the minimum, and the overall conditions are
determined by the contracting officer to be acceptable. A copy of the waiver approval shall be maintained at
the respective life support area.
(5) Contractors shall incorporate checks of life support areas to ensure compliance with the requirements of
this Trafficking in Persons Prohibition into their Quality Control program, which will be reviewed within the
Government’s Quality Assurance process.
(6) Contractors shall comply with international laws regarding transit/exit/entry procedures, and the
requirements for work visas. Contractors shall follow all Host Country entry and exit requirements, including
requirements for visas and work permits.
(c) Contractors have an affirmative duty to advise the Contracting Officer if they learn of their employees
violating the human trafficking and inhumane living conditions provisions contained herein. Contractors are
advised that contracting officers and/or their representatives will conduct random checks to ensure
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
26 of 86 FINAL
contractors and subcontractors at all tiers are adhering to the law on human trafficking, humane living
conditions and withholding of passports.
6.3 JCC-I/A CLAUSE 952.223-0001 REPORTING KIDNAPPINGS, SERIOUS INJURIES AND DEATHS (MAR
2009)
Contractors shall notify the Contracting Officer, as soon as practicable, whenever employee kidnappings,
serious injuries or deaths occur. Report the following information:
Contract Number
Contract Description & Location
Company Name
Reporting party:
Name
Phone number
e-mail address
Victim:
Name
Gender (Male/Female)
Age
Nationality
Country of permanent residence
Incident:
Description
Location
Date and time
Other Pertinent Information 6.4 JCC-I/A CLAUSE 952.225-0002 ARMED PERSONNEL INCIDENT REPORTS (MAR 2009)
(a) All contractors and subcontractors in the Multi-National Forces-Iraq (MNF-I) or Combined Joint Task
Force (Afghanistan) theater of operations shall comply with and shall ensure that their personnel supporting
MNF-I or CJTF forces are familiar with and comply with all applicable orders, directives, and instructions
issued by the respective MNF-I or CJTF Commanders relating to force protection and safety.
(b) IRAQ: Contractors shall provide all incidents and use of weapons firing incidents to the MNC-I Contractor
Operations Cell (CONOC) as soon as practical, based upon the situation, and submit a written report to
CONOC within 4 hours. The initial report shall include the name of the company, location of the incident,
time when the incident occurred, a brief description of the events leading up to the incident, and a company
point of contact. A follow-up, comprehensive written report shall be provided to the CONOC within 96 hours
of the incident. Reports shall be submitted to CONOC at: [email protected];, DSN 318-435-
2369; Iraqna 0044 203 286 9851 or 0044 203 239 5894; or Skype: MNCICONOC.
(c) AFGHANISTAN: Contractors shall report all incidents and use of weapons through their Contracting
Officers who will notify the JOC Watch at Bagram AB. (JOC SH FT DIRECTOR, DSN: 318-431-4116;
SVOIP: 431-7108) Information should include: the name of the company, where the incident occurred, time
when the incident occurred, a brief description of the events leading up to the incident, and a point of contact
for the company. The JOC Watch duty officer will issue guidance for further reporting requirements.
(d) Contractors shall provide first aid and request MEDEVAC of injured persons, and remain available for
U.S. or Coalition response forces, based upon the situation. In the event contractor personnel are detained
by U.S. or Coalition Forces, prolonged detention due to lack of proper identification can be alleviated by
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
27 of 86 FINAL
contractor personnel possessing on their person information that includes the contractor’s name, the
contract number, a contractor management POC, and the phone number of the CONOC/JOC Watch. 6.5 JCC-I/A CLAUSE 952.225-0003 FITNESS FOR DUTY AND MEDICAL/DENTAL CARE LIMITATIONS
(MAR 2009) (1) The contractor shall perform the requirements of this contract notwithstanding the fitness for duty of
deployed employees, the provisions for care offered under this section, and redeployment of individuals
determined to be unfit. The contractor bears the responsibility for ensuring all employees are aware of the
conditions and medical treatment available at the performance. The contractor shall include this information
and requirement in all subcontracts with performance in the theater of operations.
(2) The contractor shall not deploy an individual with any of the following conditions unless approved by the
appropriate CENTCOM Service Component (ie. ARCENT, AFCENT, etc.) Surgeon: Conditions which prevent
the wear of personal protective equipment, including protective mask, ballistic helmet, body armor, and
chemical/biological protective garments; conditions which prohibit required theater immunizations or
medications; conditions or current medical treatment or medications that contraindicate or preclude the use
of chemical and biological protectives and antidotes; diabetes mellitus, Type I or II, on pharmacological
therapy; symptomatic coronary artery disease, or with myocardial infarction within one year prior to
deployment, or within six months of coronary artery bypass graft, coronary artery angioplasty, or stenting;
morbid obesity (BMI >/= 40); dysrhythmias or arrhythmias, either symptomatic or requiring medical or
electrophysiologic control; uncontrolled hypertension, current heart failure, or automatic implantable
defibrillator; therapeutic anticoagulation; malignancy, newly diagnosed or under current treatment, or
recently diagnosed/treated and requiring frequent subspecialist surveillance, examination, and/or laboratory
testing; dental or oral conditions requiring or likely to require urgent dental care within six months’ time,
active orthodontic care, conditions requiring prosthodontic care, conditions with immediate restorative
dentistry needs, conditions with a current requirement for oral-maxillofacial surgery; new onset (< 1 year)
seizure disorder, or seizure within one year prior to deployment; history of heat stroke; Meniere’s Disease or
other vertiginous/motion sickness disorder, unless well controlled on medications available in theater;
recurrent syncope, ataxias, new diagnosis (< 1year) of mood disorder, thought disorder, anxiety,
somotoform, or dissociative disorder, or personality disorder with mood or thought manifestations;
unrepaired hernia; tracheostomy or aphonia; renalithiasis, current; active tuberculosis; pregnancy; unclosed
surgical defect, such as external fixeter placement; requirement for medical devices using AC power; HIV
antibody positivity; psychotic and bipolar disorders. (Reference: Mod 8 to USCENTCOM Individual
Protection and Individual/Unit Deployment Policy, PPG-Tab A: Amplification of the Minimal Standards of
Fitness for Deployment to the CENTCOM AOR).
(3) In accordance with military directives (DoDI 3020.41, DoDI 6000.11, CFC FRAGO 09-1038, DoD PGI
225.74), resuscitative care, stabilization, hospitalization at Level III (emergency) military treatment facilities
and assistance with patient movement in emergencies where loss of life, limb or eyesight could occur will be
provided. Hospitalization will be limited to emergency stabilization and short-term medical treatment with an
emphasis on return to duty or placement in the patient movement system. Subject to availability at the time
of need, a medical treatment facility may provide reimbursable treatment for emergency medical or dental
care such as broken bones, lacerations, broken teeth or lost fillings.
(4) Routine and primary medical care is not authorized. Pharmaceutical services are not authorized for
routine or known, routine prescription drug needs of the individual. Routine dental care, examinations and
cleanings are not authorized.
(5) Notwithstanding any other provision of the contract, the contractor shall be liable for any and all
medically-related services or transportation rendered. In accordance with OUSD(C) Memorandum dated 4
June 2008, the following reimbursement rates will be charged for services at all DoD deployed medical
facilities. These rates are in effect until changed by DoD direction.
(a) Inpatient daily rate: $ Date of discharge is not billed unless the patient is admitted to the
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
28 of 86 FINAL
XXXX
hospital and discharged the same day.
(b) Outpatient visit rate: $ This includes diagnostic imaging, laboratory, pathology, and pharmacy
provided at the medical facility.
6.6 JCC-I/A CLAUSE 952.225-0005 MONTHLY CONTRACTOR CENSUS REPORTING (MAR 2009)
Contractor shall provide monthly employee census information to the Contracting Officer, by province, for
this contract. Information shall be submitted either electronically or by hard-copy. Information shall be
current as of the 25th day of each month and received by the Contracting Officer no later than the first day of
the following month. The following information shall be provided for each province in which work was performed:
(1) The total number (prime and subcontractors at all tiers) employees.
(2) The total number (prime and subcontractors at all tiers) of U.S. citizens.
(3) The total number (prime and subcontractors at all tiers) of local nationals (LN).
(4) The total number (prime and subcontractors at all tiers) of third-country nationals (TCN).
(5) Name of province in which the work was performed.
(6) The names of all company employees who enter and update employee data in the Synchronized
Predeployment & Operational Tracker (SPOT) IAW DFARS 252 225-7040 or DFARS DOD class deviation
2007-O0010.
6.7 JCC-I/A CLAUSE 952.225-0001 ARMING REQUIREMENTS AND PROCEDURES FOR PERSONAL
SECURITY SERVICES CONTRACTORS AND FOR REQUESTS FOR PERSONAL PROTECTION (MAR 2009)
General. Contractor and its subcontractors at all tiers that require arming under this contract agree to obey all
laws, regulations, orders, and directives applicable to the use of private security personnel in Iraq and
Afghanistan, including U.S. CENTCOM, Multi- National Force Commander and Multi-National Corps
Commander orders, instructions and directives. Contractors will ensure that all employees, including
employees at any tier of subcontracting relationships, armed under the provisions of this contract, comply
with the contents of this clause and with the requirements set forth in the following: DODI 3020.41, Program
Management for Acquisition and Operational Contract Support in Contingency Operations; DFARS 252.225-
7040, Contractor Personnel Supporting a Force Deployed Outside the United States; Class Deviation 2007-
O0010, Contractor Personnel in the United States Central Command Area of Responsibility CPA Order #17,
Registration Requirements for Private Security Companies, dated 27 Jun 04; U.S. CENTCOM Policy Letter,
Mod 1, Personal Protection and Contract Security Service Arming, dated 7 Nov 2006
Required Government Documentation. The unit requesting the contractor security shall provide a description of
the following to the arming approval authority and to the contracting officer:
The specific location where the PSC will operate;
The persons and/or property that require protection;
The anticipated threat;
The required weapon types; and
The reason current security/police forces are inadequate.
Required Contractor Documentation. Contractors and their subcontractors at all tiers that require arming
approval shall provide the following to the contracting officer representative (COR):
Documentation that each employee who will be armed under the contract received the following training—
Weapons Qualification/Familiarization. All employees must meet the qualification requirements established
by any DoD or other U.S. government agency Law of Armed Conflict (LOAC); Rules for the Use of Force
(RUF), as defined in the U.S. CENTCOM Policy, dated 23 December 2005; and Distinction between the
above-prescribed RUF and the Rules of Engagement (ROE), which are applicable only to military forces.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
29 of 86 FINAL
XXX
Completed DD Form 2760 (or equivalent documentation) for each armed employee, indicating that the
employee is not otherwise prohibited under U.S. law from possessing the required weapon or ammunition.
One (1) copy of a business license from the Iraqi or Afghani Ministry of Trade or Interior;
One (1) copy of an operating license (or a temporary operating license) from the Ministry of Interior;
A communications plan that, at a minimum, sets forth the following:
The contractor’s method of notifying military forces and requesting assistance where hostilities arise or
combat action is needed; How relevant threat information will be shared between contractor security personnel and U.S. military forces; and How the contractor will coordinate transportation with appropriat
completion):
Use one or more of the following sources when conducting the background checks: Interpol, FBI, Country of Origin Criminal Records, Country of Origin U.S. Embassy Information Request, CIA records, and/o
Required Contractor Acknowledgements. Contractors and their subcontractors at all tiers that require arming
approval will provide written acknowledgement of the following to the COR:
Penalties for Non-Compliance. Failure of contractor or subcontractor employee(s) to comply with the laws,
regulations, orders, and rules (including those specified herein) governing the use of force may result in the
revocation of weapons authorization for such employee(s). Where appropriate, such failure may also result
in the total revocation of weapons authorization for the contractor (or subcontractor) and sanctions under the
contract, including termination.
Criminal and Civil Liability. Arming of contractor or subcontractor employees under this contract may subject
the contractor, its subcontractors, and persons employed by the same, to U.S. and Host Nation prosecution
and civil liability. “Host Nation” refers to the nation or nations where services under this contract are
performed.
Lapses in Training. Failure to successfully retrain an employee who is armed under this contract within
twelve (12) months of the last training date will constitute a lapse in the employee’s authorization to
possess and carry the weapon. All unauthorized employees will immediately surrender their weapon to the
contractor and will remain unarmed until such time as they are retrained and the COR determines that the
retraining is sufficient.
Authorized Weapon & Ammunition Types. Unless DCDRUSCENTCOM (or a designee) provides otherwise,
all arming requests and authorizations for contractor or subcontractor employees under this contract shall
be limited to U.S. Government approved weapons and ammunition. This restriction applies to all weapons in
the possession of contractor employees, even if such weapons are required for personal protection. The
following weapons and ammunition are currently authorized by the U.S. Government for use in Iraq and
Afghanistan:
The M9, M4, M16, or equivalent (e.g. .45 CAL, AK-47). The M9 or equivalent sidearm will be the standard
personal protection weapon unless other weapons are specifically requested and approved.
U.S. government Ball ammunition is the standard approved ammunition.
Requirements for Individual Weapons Possession. All employees of the contractor and its subcontractors at
all tiers who are armed under this contract must:
Possess only those U.S. Government-approved weapons and ammunition for which they are qualified under
the training requirements of section (c); Carry weapons only when on duty or at a specific post; Not conceal
any weapons, unless specifically authorized; Carry proof of authorization to be armed. Employees not
possessing such proof will be deemed unauthorized and must surrender their weapon to their employer; and
IAW USCENTCOM G.O. #1, consumption of alcohol in Iraq or Afghanistan is prohibited. In the event of a
suspension or and exception to G.O. #1, employees shall not consume any alcoholic beverage while armed
or within eight (8) hours of the next work period where they will be armed.
Weapons/Equipment Restrictions and Responsibilities. Unless otherwise provided, the U.S. Government will
not provide any weapons or ammunition to contractors, their subcontractors, or any employees of the same.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
30 of 86 FINAL
The Contractor will provide all weapons and ammunition to those employees that will be armed under the
contract. The contractor and its subcontractors at all tiers will also provide interceptor body armor, ballistic
helmets, and the Nuclear, Biological, and Chemical (NBC) protective masks to those employees that require
such equipment in the performance of their duties.
Rules for the Use of Force (RUF). In addition to the RUF and ROE training referenced in paragraph (c), the
contractor and its subcontractors at all tiers will monitor and report all activities of its armed employees that
may violate the RUF. Prompt reporting demonstrates a desire by the contractor and its subcontractors to
minimize the impact of any violations and, therefore, will be given favorable consideration. Violations of the
RUF include, though are not limited to:
Taking a direct part in hostilities or combat actions, other than to exercise self-defense; Failing to cooperate
with Coalition and Host Nation forces; Using deadly force, other than in self-defense where there is a
reasonable belief of imminent risk of death or serious bodily harm; Failing to use a graduated force
approach; Failing to treat the local civilians with humanity or respect; and Detaining local civilians, other
than in self-defense or as reflected in the contract terms.
Retention and Review of Records. The Contractor and all subcontractors at all tiers shall maintain records
on weapons training, LOAC, RUF and the screening of employees for at least six (6) months following the
expiration (or termination) of the contract. The Contractor and its subcontractors at all tiers shall make these
records available to the Contracting Officer or designated representative, at no additional cost to the
government, within 72 hours of a request.
Contractor Vehicles. Vehicles used by contractor and subcontractor personnel in the course of their security
duties shall not be painted or marked to resemble U.S./Coalition or host nation military and police force
vehicles.
Quarterly Reporting. The prime contractor will report quarterly (i.e. NLT 1 January, 1 April, 1 July and 1
October for each quarter of the calendar year) to the Contracting Officer responsible for this contract, and
any other organization designated by the Contracting Officer, the following information under this contract:
The total number of armed civilians and contractors; The names and contact information of its
subcontractors at all tiers; and A general assessment of the threat conditions, adequacy of force numbers,
and any problems that might require a change to force levels. Note: this information is in addition to the
information the contractor promises to immediately provide under the communications plan referenced at
paragraph (c)(5).
6.8 Support - Contractor Security
IAW PGI 225.7402-3 Government support will be delineated within the Letter of Authorization (LOA) provided to the contractor in support of this effort.
6.9 Support – Personnel
IAW PGI 225.7402-3 Government support will be delineated within the Letter of Authorization (LOA) provided to the contractor in support of this effort.
6.10 Processing and Departure Points
All personnel (including contractors) need to report to Ft. Benning, GA for deployment processing. Contractors must make an appointment for processing by visiting the CONUS Replacement Center (CRC) w
CLAUSES INCORPORATED BY REFERENCE
52 203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions APR 1991
CLAUSES INCORPORATED BY FULL TEXT
HQ-C-1-0001 ITEM(S)CLIN 0002-DATA REQUIREMENTS (NAVSEA) (SEP 1992)
The data to be furnished hereunder shall be prepared in accordance with the Contract Data Requirements List, DD Form 1423, Exhibit(s), attached hereto
HQ-C-1-0002 ITEM(S) CLINs 1001-1401 ENGINEERING SERVICES (NAVSEA) (MAY 1998)
(a) The Contractor shall furnish the services of qualified engineer(s) to:
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
31 of 86 FINAL
(1) Assist in planning, installation, testing, checkout, adjustment, operation, disassembly, and repair of ; and
(2) Perform on-the-job instruction and training of Navy personnel (military and/or civilian)
(b) For purposes of this requirement, the following definitions apply:
(1) "Domestic services" means services rendered within the United States (U S ) and/or on Navy vessels in ports within the U S or at sea, provided the vessel does not enter port outside the U S
(2) "Foreign services" means services other than domestic
(3) "United States" means the United States, its possessions, Puerto Rico, and any other place subject to its jurisdiction, but does not include leased bases or trust territories
(4) "Man day" means the services of one engineer for one day of eight hours, Monday through Friday (excluding holidays)
(5) "Holidays" means all Federally recognized holidays
(c) The engineering services shall be performed within the limits, if any, as to place(s) and period(s) specified therefor, as authorized by NSWC Crane
(d) When authorized under paragraph (c) above, each engineer shall perform engineering services in accordance with supplemental instructions provided by the Contract Administration Office (CAO) cognizant of the vesselconstruction/conversion contract, a representative of the authorizing activity or a representative of the activity where the engineering services are performed, as applicable However, each engineer shall not be considered anemployee of the Government
(e) Travel time necessary for performance of such services shall be included in computing the man days of service When services are performed at sea and the engineer(s) is unable to leave the vessel when work iscompleted, the remaining time aboard the vessel shall be considered travel time for purposes of computing the man days of services However, the Contractor shall be paid for no more than one man day of service percalendar day for each engineer while in travel status
(f) Passports, visas, inoculations and other medical requirements necessary for performance of engineering services shall be at the sole responsibility and expense of the Contractor
(g) Each time services are performed, the engineer(s) shall obtain a certification of performance from a responsible U S Government official aboard the vessel or at the activity where the services were performed, citing taskssatisfactorily performed and hours worked each day
(h) The maximum liability of the Government for each engineering services item shall not exceed the amount set forth in the Schedule, or the amount obligated whichever is less If, at any time, the Contractor has reasonto believe that the amounts it expects to incur in the performance of each engineering services item in the next succeeding sixty (60) days, when added to all amounts previously incurred, will exceed seventy-five percent(75%) of the amount then set forth in the Schedule; or if, at any time, the Contractor has reason to believe that the man days and/or amount for the full performance of each engineering services item will be greater orsubstantially less than that set forth in the Schedule, the Contractor shall notify the Contracting Officer in writing, giving its revised estimate of the man days and/or amount for the performance of said item TheContractor shall not exceed the obligated amount for each engineering services item, unless and until such amount has been increased in writing by the Contracting Officer
(i) In the event the Government does not designate time(s) and place(s) sufficient for performance of the total quantity of engineering services set forth in the Schedule within the period(s) provided therefor, those servicesnot furnished shall be deemed to be terminated for the convenience of the Government at no cost to the Government Such termination shall be evidenced by a written document signed by the Contracting Officer andmailed or otherwise furnished to the Contractor
HQ-C-1-0009 ITEM(S) CLIN 1001-1401 SUPPORT FOR ENGINEERING SERVICES - ALTERNATE I (NAVSEA) (JUN 1992)
(a) The Contractor shall be reimbursed for its reasonable actual subsistence and transportation costs incurred in the performance of the related engineering services item(s) in accordance with FAR 31 205-46 The costs tobe reimbursed shall be those costs accepted by the cognizant DCAA
(b) Overtime shall be performed as required by the using activity and to the extent authorized by the applicable NSWC Crane code identified in Section C under Engineering Services
(c) The Contractor shall furnish selected replacement repair parts, other than repair parts carried in and readily available from the Navy supply system, which in its judgement may be required during servicing of theequipment to replace worn, defective or malfunctioning parts This item shall also cover minor redesign, and improvements in components of items, as approved by the applicable NAVSEA/DRPM/PEO code identifiedin Section C under Engineering Services As soon as practicable after completion of services for a specific vessel for which selected replacement repair parts were furnished, the Contractor shall submit an itemized pricedlist of the parts to the Contracting Officer Prices shall be subject to agreement between the Contracting Officer and the Contractor Such agreement shall be evidenced by a bilateral contract modification Any dispute, orfailure of the parties to reach agreement on the prices for any or all of the parts, shall be determined in accordance with and subject to the clause of this contract entitled "DISPUTES" (FAR this requirement, means"information technology" as that term is defined at FAR 2 101, and further including those items that would otherwise be excluded by paragraph (c) of that definition "Year 2000 compliant" (as defined at FAR means that the IT accurately processes date/time data (including), but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000and leap year calculations, to the extent that other IT, used in combination with the IT being delivered, properly exchanges date/time data with it The "proper exchange" of date/time data shall be in accordance with theinterface requirements specification(s) of the contract
(c) For line item deliverables which are commercial items (as defined at FAR 2 101), and which include commercial IT, the terms and conditions of the standard commercial warranty covering such commercial IT shallapply in addition to, and to the extent such terms and conditions are consistent with, this requirement Any applicable commercial warranty shall be incorporated into this contract by attachment
(d) Notwithstanding any provision to the contrary in any other warranty of this contract, or in the absence of any such warranty(ies), the remedies available to the Government under this requirement shall include thoseprovided in the Inspection clause(s) of this contract Nothing in this requirement shall be construed to limit any rights or remedies the Government may otherwise have under this contract
(e) Unless specified elsewhere in the contract, the Contractor will also deliver to the Government a report summarizing any Year 2000 compliance testing that was performed, and the results thereof
(f) The remedies available to the Government for noncompliance with this requirement shall remain available until 31 January 2001, or one hundred eighty (180) days after acceptance of the last deliverable IT item underthis contract (including any option exercised hereunder), whichever is later
(End of Text)
HQ-C-2-0032 INFORMATION AND DATA FURNISHED BY THE GOVERNMENT - ALTERNATE II (NAVSEA) (MAY 1993)
(a) NAVSEA Form 4340/2 or Schedule C, as applicable, Government Furnished Information, attached hereto, incorporates by listing or specific reference all the data or information which the Government has provided orwill provide to the Contractor except for -
(1) The specifications set forth in Section C, and
(2) Government specifications, including drawings and other Government technical documentation which are referenced directly or indirectly in the specifications set forth in Section C and which are applicable to thiscontract as specifications, and which are generally available and provided to Contractors or prospective Contractors upon proper request, such as Federal or Military Specifications, and Standard Drawings, etc
(b) Except for the specifications referred to in subparagraphs (a)(1) and (2) above, the Government will not be obligated to provide to the Contractor any specification, drawing, technical documentation or other publicationwhich is not listed or specifically referenced in NAVSEA Form 4340/2 or Schedule C, as applicable, notwithstanding anything to the contrary in the specifications, the publications listed or specifically referenced inNAVSEA Form 4340/2 or Schedule C, as applicable, the clause entitled "GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS)" (FAR 52 245-2), or "GOVERNMENT PROPERTY (COST-REIMBURSEMENT, TIME-AND-MATERIAL, OR LABOR-HOUR CONTRACTS)" (FAR 52 245-5), as applicable, or any other term or condition of this contract
(c) (1) The Contracting Officer may at any time by written order:
(i) delete, supersede, or revise, in whole or in part, data listed or specifically referenced in NAVSEA Form 4340/2 or
Schedule C, as applicable; or
(ii) add items of data or information to NAVSEA Form 4340/2 or Schedule C, as applicable; or
(iii) establish or revise due dates for items of data information in NAVSEA Form 4340/2 or Schedule C, as applicable
(2) If any action taken by the Contracting Officer pursuant to subparagraph (c)(1) immediately above causes an increase or decrease in the costs of; or the time required for performance of any part of the work under thiscontract an equitable adjustment shall be made in the contract amount and delivery schedule in accordance with the procedures provided for in the "CHANGES" clause of this contract
HQ-C-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)
(a) "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Government, or theperson's objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage "Person" as used herein includes Corporations, Partnerships, Joint Ventures, andother business enterprises
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
32 of 86 FINAL
XX
(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in the contract, 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 potential organizational conflict of interest on the instant contract or on a future acquisition In order to avoid thispotential conflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of the Contractor to participate in future procurement of equipment and/or services that are the subject ofany work under this contract shall be limited as described below in accordance with the requirements of FAR 9 5
(d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result in disclosure to any party outside the Government any information provided to the Contractor by theGovernment during or as a result of performance of this contract Such information includes, but is not limited to, information submitted to the Government on a confidential basis by other persons Further, theprohibition against release of Government provided information extends to cover such information whether or not in its original form, e g , where the information has been included in Contractor generated work or whereit is discernible from materials incorporating or based upon such information This prohibition shall not expire after a given period of time
(2) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result in disclosure to any party outside the Government any information generated or derived during or as a result ofperformance of this contract This prohibition shall expire after a period of three years after completion of performance of this contract
(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving theContractor, any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor The terms of paragraph (f) of this Special Contract Requirement relating to notification shall apply to anyrelease of information in contravention of this paragraph (d)
(e) The Contractor further agrees that, during the performance of this contract and for a period of three years after completion of performance of this contract, the Contractor, any affiliate of the Contractor, any subcontractor,consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or with which it may subsequently merge or affiliate, or any other successor or assign of the Contractor, shall notfurnish to the United States Government, 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 tobe performed under this contract This exclusion does not apply to any recompetition for those systems, components or services furnished pursuant to this contract As provided in FAR 9 505-2, if the Governmentprocures the system, component, or services on the basis of work statements growing out of the effort performed under this contract, from a source other than the contractor, subcontractor, affiliate, or assign of either, duringthe course of performance of this contract or before the three year period following completion of this contract has lapsed, the Contractor may, with the authorization of the cognizant Contracting Officer, participate in asubsequent procurement for the same system, component, or service In other words, the Contractor may be authorized to compete for procurement(s) for systems, components or services subsequent to an interveningprocurement
(f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, it shall make immediate and full disclosure in writing to the Contracting Officer The notification shallinclude a description of the actual or potential organizational conflict of interest, a description of the action which the Contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any otherrelevant information that would assist the Contracting Officer in making a determination on this matter Notwithstanding this notification, the Government may terminate the contract for the convenience of theGovernment 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 organizational conflict of interest prior to the award of this contract or becomes, or should become, aware of anorganizational conflict of interest after award of this contract and does not make an immediate and full disclosure in writing to the Contracting Officer, the
Government may terminate this contract for default
(h) If the Contractor takes any action prohibited by this requirement or fails to take action required by 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 of interest shall be final
(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to the United States Government its product lines in existence on the effective date of this contract; nor, shallthis requirement preclude the Contractor from participating in any research and development or delivering any design development model or prototype of any such equipment Additionally, sale of catalog or standardcommercial items are exempt from this requirement
(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate or advise the Government concerning its own products or activities or those of a competitor in order to ensureproper safeguards exist to guarantee objectivity and to protect the Government's interest
(l) The Contractor shall include this requirement in subcontracts of any tier which involve access to information or situations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor"where appropriate
(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remedies provided by law or elsewhere included in this contract
(n) Compliance with this requirement is a material requirement of this contract
(End of Text)
HQ-C-2-0038 PERMITS AND RESPONSIBILITIES (NAVSEA) (SEP 1990)
The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State, and Municipal laws, codes, andregulations, in connection with any movement over the public highways of overweight/overdimensional materials
Personnel Requirements
All personnel shall furnish satisfactory proof to the Government that they are a citizen of the United States of America This requirement can be waived on a case by case basis with prior approval from the contractingofficer
Personnel Qualifications
1 1 Program Manager
1 1 1 Basic Requirements: Successful completion of a full four year Bachelor of Science degree in electrical/electronic engineering (not technology), physics or business from an accredited college/university
1 1 2 Experience Requirements: Candidate must have a minimum of five years of business, engineering or program management work experience, three years experience with Government contracts and five yearsspecialized experience in radar systems and components, night vision electro-optics and/or chemical-biological detection
1 1 3 Alternate Requirements: Candidate may substitute the specialized experience with the completion of a masters or higher post graduate degree in engineering, physics or business from an accredittedcollege/university
1 2 Senior Engineer
1 2 1 Basic Requirements: Successful completion of a full four-year professional engineering curriculum (not engineering technology) leading to a bachelor's or higher degree in engineering from an accreditedcollege/university To be acceptable the curriculum must:
Be in a school of engineering with at least one curriculum accredited by the
Accreditation Board for Engineering and Technology (ABET) as a professional
engineering curriculum, or
Include differential and integral calculus and courses (more advanced than first
year science or engineering) in five of the seven areas of engineering science or
physics: (a) statistics, dynamics; (b) strength of material (stress-strain
relationships); fluid mechanics, hydraulics; (d) thermodynamics; (e) electrical
fields and circuits; (f) nature and properties of materials (relating particle and
aggregate structure to properties); (g) any other comparable area of fundamental
engineering science or physics, such as optics, heat transfer or electronics
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
33 of 86 FINAL
1 2 1 1 Alternate Requirements: Candidates may substitute for the basic requirement, an alternate requirement of at least 4 years of college-level education, training or technical experience that furnished (1) a thoroughknowledge of the physical and mathematical sciences underlying professional engineering, and (2) a good understanding, both theoretical and practical, of the engineering sciences and techniques and their application toone of the branches of engineering cited above This knowledge and understanding must be equivalent to that provided by a full four year professional engineering curriculum with respect to (a)the knowledge, skills andabilities required to perform professional engineering work in the specialty field of the position to be filled, and (b) the ability to develop and progress in a career as a professional engineer in the specialty field Theadequacy of such background must be demonstrated by registration as a professional engineer by any state, Guam, Puerto Rico, or District of Columbia Registration must have been obtained by passing the written testadministered by the Board of Engineering Examiners, not by a grandfather clause or eminence provisions
1 2 2 Experience Requirements: In addition to the basic requirement, candidates must: (1) have completed three years of progressively difficult electronics, chemical, computer, or mechanical engineering workassignments, or (2) have completed all requirements for a doctoral degree in mechanical, chemical, computer or electronics engineering
NOTE: The personnel listed above are considered key personnel and are subject to the clause, SUBSTITUTION OF PERSONNEL (SEP 1990) (NAVSEA 5252 237-9106)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
34 of 86 FINAL
SECTION D PACKAGING AND MARKING
CNIN-D-0005 PROHIBITED PACKING MATERIALS
The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper andsimilar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene is prohibited forshipboard use.
CNIN-D-0006 INSTRUCTIONS FOR MARKING DISTRIBUTION STATEMENT
The Contractor shall comply with the instructions cited below for placement of the distribution statement associatedwith data. The applicable distribution statement is identified on each Contract Data Requirements List (DD Form1423-1).
The distribution statement shall be displayed conspicuously on technical documents so as to be recognized readilyby receipts. The distribution statement shall appear on each front cover and title page of a report. If the technicaldocument does not have a cover or title page, the applicable distribution statement shall be stamped or typed on thefront page in a conspicuous position.
HQ D-1-0001 DATA PACKAGING LANGUAGE
All unclassified data shall be prepared for shipment in accordance with best commercial practice.
Classified reports, data, and documentation shall be prepared for shipment in accordance with National IndustrialSecurity Program Operating Manual (NISPOM), DOD 5220.22-M dated January 1995.
HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)
All reports delivered by the Contractor to the Government under this contract shall prominently show on the coverof the report:
(1) name and business address of the Contractor
(2) contract number
(3) contract dollar amount
(4) whether the contract was competitively or non-competitively awarded
(5) sponsor:
(Name of Individual Sponsor)
(Name of Requiring Activity)
(City and State)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
35 of 86 FINAL
SECTION E INSPECTION AND ACCEPTANCE
CLAUSES INCORPORATED BY REFERENCE
52.246-5 Inspection Of Services Cost-Reimbursement APR 1984
CLAUSES INCORPORATED BY FULL TEXT
HQ E-1-0001 INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA
Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DDForm 1423.
HQ E-1-0002 INSPECTION AND ACCEPTANCE LANGUAGE FOR ENGINEERING SERVICES
Item(s) CLIN 1001-3401 - Acceptance shall be made by the cognizant TOM upon receipt of a copy of theauthorization for services and the original certification of performance.
HQ E-2-0006 GOVERNMENT FURNISHED MATERIAL (NAVSEA) (MAY 1995)
Government Furnished Material: When material is furnished by the Government, the contractor's procedures shallinclude at least the following:
(a) Examination upon receipt, consistent with practicality, to detect damage in transit;
(b) Inspection for completeness and proper type;
(c) Periodic inspection and precautions to assure adequate storage conditions and to guard against damage fromhandling and deterioration during storage;
(d) Functional testing, either prior to or after installation, or both, as required by contract to determine satisfactoryoperation;
(e) Identification and protection from improper use or disposition; and
(f) Verification of quantity.
Damaged Government Furnished Material: The contractor shall report to the Government representative anyGovernment-furnished property found damaged, malfunctioning, or otherwise unsuitable for use. In event of damageor malfunction during or after installation, the contractor shall determine and record probable cause and necessity forwithholding material from use.
Bailed Property: The contractor shall, as required by the terms of the Bailment Agreement, establish procedures forthe adequate storage, maintenance, and inspection of bailed Government property. Records of all inspections andmaintenance performed on bailed property shall be maintained. These procedures and records shall be subject toreview by the Government representative.
[As used in the foregoing, the term "material" applies to Government-furnished equipment to be installed in orfurnished with the end item. The term "property" is Government equipment that is used in the fabrication orassembly of the end item, and is not delivered as part of the end item.]
HQ E-2-0008 INSPECTION AND TEST RECORDS (NAVSEA) (MAY 1995)
Inspection and Test Records: Inspection and test records shall, as a minimum, indicate the nature of theobservations, number of observations made, and the number and type of deficiencies found. Data included ininspection and test records shall be complete and accurate, and shall be used for trend analysis and to assesscorrective action and effectiveness.
HQ E-2-0015 QUALITY SYSTEM REQUIREMENTS (NAVSEA) (MAY 1995)
Quality System Requirements. The Contractor shall provide and maintain a quality system that, as a minimum,
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
36 of 86 FINAL
adheres to the requirements of ANSI/ASQC Q9001-1994 Quality Systems-Model for Quality Assurance inDesign/Development, Production, Installation, and Servicing and supplemental requirements imposed by thiscontract. The quality system procedures, planning, and all other documentation and data that comprise the qualitysystem shall be made available to the Government for review. Existing quality documents that meet therequirements of this contract may continue to be used. The Government may perform any necessary inspections,verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementingprocedures. The Contractor shall require of subcontractors a quality system achieving control of the quality of theservices and/or supplies provided. The Government reserves the right to disapprove the quality system or portionsthereof when it fails to meet the contractual requirements.
HQ E-2-0017 USE OF CONTRACTOR’S INSPECTION EQUIPMENT
(NAVSEA) (MAY 1995)
Use of Contractor’s Inspection Equipment: The contractor's gages, and measuring and testing devices shall be madeavailable for use by the Government when required to determine conformance with contract requirements. Ifconditions warrant, the contractor’s personnel shall be made available for operations of such devices and forverification of their accuracy and condition.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
37 of 86 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
1101 12/1/2006 - 9/22/2007
1102 12/1/2006 - 9/30/2007
1103 2/1/2007 - 1/30/2008
1201 9/23/2007 - 9/22/2008
1202 6/19/2007 - 9/30/2007
1203 8/1/2007 - 7/31/2008
1204 2/1/2008 - 1/31/2009
1301 9/23/2007 - 9/22/2008
1302 9/23/2008 - 9/22/2009
1401 9/23/2009 - 9/22/2010
3101 12/1/2006 - 9/22/2007
3102 12/1/2006 - 9/30/2007
3201 9/23/2007 - 9/22/2008
3202 6/19/2007 - 9/30/2007
3203 8/1/2007 - 7/31/2008
3301 9/23/2008 - 9/22/2010
3302 9/23/2008 - 9/22/2009
3401 9/23/2009 - 9/22/2010
CLAUSES INCORPORATED BY REFERENCE
52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984
52.247-34 F.O.B. Destination NOV 1991
CLAUSES INCORPORATED BY FULL TEXT
CNIN-F-0001 PERFORMANCE LANGUAGE FOR LOE SERVICES
The Contractor shall perform the work described in SECTION C, at the level of effort specified in SECTION B, asfollows:
ITEM(S) From TO
1001-3401 Date of Contract/Delivery Order Award Period of Performance Specified in individual Delivery Orders
1501 IAW DD1423s
CNIN-F-0005 TIME OF PERFORMANCE (SERVICES)
Services to be furnished under ITEM 0001hereunder shall be performed and completed within 5 years from theeffective date of the contract as specified in delivery orders.
HQ F-2-0003 DATA DELIVERY LANGUAGE FOR SERVICES ONLY
PROCUREMENTS
All data to be furnished under this contract shall be delivered prepaid to the destination(s) and at the time(s)specified on the Contract Data Requirements List(s), DD Form 1423.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
38 of 86 FINAL
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following Items are as follows:
1101 12/1/2006 - 9/22/2007
1102 12/1/2006 - 9/30/2007
1103 2/1/2007 - 1/30/2008
1201 9/23/2007 - 9/22/2008
1202 6/19/2007 - 9/30/2007
1203 8/1/2007 - 7/31/2008
1204 2/1/2008 - 1/31/2009
1301 9/23/2007 - 9/22/2008
1302 9/23/2008 - 9/22/2009
1401 9/23/2009 - 9/22/2010
3101 12/1/2006 - 9/22/2007
3102 12/1/2006 - 9/30/2007
3201 9/23/2007 - 9/22/2008
3202 6/19/2007 - 9/30/2007
3203 8/1/2007 - 7/31/2008
3301 9/23/2008 - 9/22/2010
3302 9/23/2008 - 9/22/2009
3401 9/23/2009 - 9/22/2010
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
39 of 86 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
CLAUSES INCORPORATED BY FULL TEXT
CNIN-G-0001 SPECIAL PAYMENT/INVOICING INSTRUCTIONS
SPECIAL PAYMENT INSTRUCTIONS
Payment instructions will be detailed in each individual delivery order—[Use in basic IDIQ award document]
Payment is not to be pro-rated.
ACRNs are to be paid in accordance with contractor’s invoice.
Disburse ACRNs in the order shown:
SPECIAL INVOICE/BILLING INSTRUCTIONS
Invoice/Billing instructions will be detailed in each individual delivery order
The contract ACRN associated with each CLIN/SLIN shall be referenced on page 1 of the invoice by CLIN/SLIN.
CLINs 1001-3401: Invoice ACRNs in the order shown:
[IF DFAS-CO PAYING OFFICE ORIGINAL INVOICE GOES TO COLUMBUS WITH COPY TO VENDORPAY]
In addition to Payment Office copy, the contractor shall submit 1 copy of the invoice to:
VENDOR PAY
CODE 00M, BLDG 64
NAVSURFWARCENDIV
300 HIGHWAY 361
CRANE IN 47522-5000
1 copy of the invoice to:
Audra M. DantCode 0561SG, Bldg. 64300 HWY 361Crane, IN 47522-5001Phone: (812) 854-3308Email: [email protected]
Task Order Manager
Tina K. Earl, Code CXLP300 HWY 361, Bldg. 3330SCrane, IN 47522-5001Phone: (812) 854-8433Email: tina.earl@navy mil
Or e-mail the invoice to the following address:
CRAN_VendorPay@navy mil
The subject line of the e-mail must read as follows:
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
40 of 86 FINAL
Company Name/Contract Number/Order Number
[DFAS OPLOC Payment offices shall use the following note in place of the above note—The contractor shall NOTsend a copy of the invoice directly to the payment office—Please annotate “Send invoice to” block appropriately onPage 1 of the contract]
The contractor shall submit invoices to:
VENDOR PAY
CODE 00M, BLDG 64
NAVSURFWARCENDIV
300 HIGHWAY 361
CRANE IN 47522-5000
Or e-mail the invoice to the following address:
CRAN_VendorPay@navy mil
The subject line of the e-mail must read as follows:
Company Name/Contract Number/Order Number
CLAUSES INCORPORATED BY FULL TEXT
CNIN-G-0004 SUBMISSION OF INVOICES (COST-REIMBURSEMENT, TIME-AND-MATERIALS,LABOR-HOUR, OR FIXED PRICE INCENTIVE)
(a) "Invoice" as used in this clause includes contractor requests for interim payments using public vouchers (SF1034) but does not include contractor requests for progress payments under fixed price incentive contracts.
(b) The Contractor shall submit invoices and any necessary supporting documentation, in an original and fourcopies, to the cognizant DCAA office at the following address:
* To be completed at award
unless delivery orders are applicable, in which case invoices will be segregated by individual order and submitted tothe address specified in the order. In addition, an information copy shall be submitted to NSWC Crane ContractingOfficer & NSWC Vendor Pay. Following verification the cognizant DCAA office will forward the invoice to thedesignated payment office for payment in the amount determined to be owing, in accordance with the applicablepayment (and fee) clause(s) of this contract.
(c) Invoices requesting interim payments shall be submitted no more than once every two weeks, unless anothertime period is specified in the Payments clause of this contract. For indefinite delivery type contracts, interimpayment invoices shall be submitted no more than once every two weeks for each delivery order. There shall be alapse of no more than __14_ calendar days between performance and submission of an interim payment invoice.
(d) In addition to the information identified in the Prompt Payment clause herein, each invoice shall contain thefollowing information, as applicable:
(1) Contract line item number (CLIN)
(2) Subline item number (SLIN)
(3) Accounting Classification Reference Number (ACRN)
(4) Payment terms
(5) Procuring activity
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
41 of 86 FINAL
(6) Date supplies provided or services performed
(7) Costs incurred and allowable under the contract
(8) Vessel (e.g., ship, submarine or other craft) or system for which supply/service is provided
(e) A DD Form 250, "Material Inspection and Receiving Report",
Xis required with each invoice submittal.
_is required only with the final invoice.
_is not required.
(f) A Certificate of Performance
Xshall be provided with each invoice submittal.
_is not required.
(g) The Contractor's final invoice shall be identified as such, and shall list all other invoices (if any) previouslytendered under this contract.
(h) Costs of performance shall be segregated, accumulated and invoiced to the appropriate ACRN categories to theextent possible. When such segregation of costs by ACRN in not possible for invoices submitted withCLINS/SLINS with more than one ACRN, an allocation ratio shall be established in the same ratio as theobligations cited in the accounting data so that costs are allocated on a proportional basis.
Alternate I
(i) When a vendor invoice for a foreign currency is provided as supporting documentation, the Contractor shallidentify the foreign currency and indicate on the vendor invoice the rate of exchange on the date of payment by theContractor. The Contractor shall also attach a copy of the bank draft or other suitable documents showing the rate ofexchange. The Contractor shall provide an English translation if the vendor invoice is written in a foreign language.
A copy of every invoice shall also be provided to the Task Order Managerlisted below.
Tina K. Earl, Code CXLP300 HWY 361, Bldg. 3330SCrane, IN 47522-5001Phone: (812) 854-8433Email: [email protected]
Alternate II
(b)(i) In accordance with DFARS 242.803(b)(i)(C), the cognizant DACC auditor has authorized the contractor tosubmit interim vouchers directly to the paying offices. This authorization does not extend to the first and finalinvoices, which shall be submitted to the contract auditor at the following address:
* To be completed at award
CNIN-G-0007 PROMPT PAYMENT CONSTRUCTIVE ACCEPTANCE
The Prompt Payment Act referenced in 52.212-4(g)(2) or Paragraph FAR 52.232-25(a)(5)(i) of the Prompt Paymentclause is hereby changed to:
For the sole purpose of computing an interest penalty that might be due the contractor, government acceptance shallbe deemed to have occurred constructively on the 30th day after the contractor delivered the supplies or performedthe services in accordance with the terms and conditions of the contract, unless there is a disagreement over quantity,quality, or contractor compliance with a contract provision.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
42 of 86 FINAL
Payment will be due the vendor in accordance with FAR 52.232-25(a)(1)
Due date.
(i) Except as indicated in paragraphs (a)(2) and (c) of this clause, the due date for making invoice payments by thedesignated payment office shall be the later of the following two events:
(A) The 30th day after the designated billing office receives a proper invoice from the Contractor (except as providedin paragraph (a)(1)(ii) of this clause).
(B) The 30th day after Government acceptance of supplies delivered or services performed. For a final invoice, whenthe payment amount is subject to contract settlement actions, acceptance is deemed to occur on the effective date ofthe contract settlement.
(ii) If the designated billing office fails to annotate the invoice with the actual date of receipt at the time of receipt,the invoice payment due date is the 30th day after the date of the Contractor's invoice; provided the designatedbilling office receives a proper invoice and there is no disagreement over quantity, quality, or Contractor compliancewith contract requirements.
CNIN-G-0009 SECURITY ADMINISTRATION
The highest level of security required under this contract is Secret as designated on DD Form 254 attached heretoand made a part hereof.
The Commander, Defense Security Service, Director of Industrial Security, * Region, is designated SecurityAdministrator for the purpose of administering all elements of military security hereunder.
* To be filled in at time of award.
CNIN-G-0010 SCIENTIFIC AND TECHNICAL REPORTS
The contractor shall furnish scientific and technical reports to Defense Technical Information Center (DTIC), ATTN:DTIC-FDAC Cameron Station, Alexandra, VA 22304-6145. NOTE: When agencies require that completed reportsbe covered by a Report Documentation Page, Standard Form 298, the contractor shall submit a copy with thereport.
CNIN-G-0013 CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS) (jAN 2001)
(a) Pursuant to FAR 42.1502, this contract is subject to DoD's Contractor Performance Assessment System(CPARS). CPARS is an automated centralized information system accessible via the Internet that maintains reportsof contractor performance for each contract. CPARS is located at http://www.cpars.navy mil/. Further information onCPARS is available at that web-site.
(b) Under CPARS, the Government will conduct annual evaluations of the contractor's performance. The contractorhas thirty (30) days after the Government's evaluation is completed to comment on the evaluation. The opportunityto review and comment is limited to this time period and will not be extended. Failure to review the report at thistime will not prevent the Government from using the report.
(c) The contractor may request a meeting to discuss the CPAR. The meeting is to be requested via e-mail to theCPARS Program Manager no later than seven days following receipt of the CPAR. A meeting will then be heldduring the contractor’s 30-day review period.
(d) The CPARS system requires the Government to assign the contractor a UserID and password in order to viewand comment on the evaluation. Provide the name(s) of at least one individual (not more than three) that will beassigned as your Defense Contractor Representative for CPARS.
Name Phone E-mail Address (optional)
CNIN-G-0014 PAYMENT STATUS INQUIRIES
Status of invoice payments can be obtained from the following web site:
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
43 of 86 FINAL
http://www.dod mil/dfas/money/vendor/
If the payment is being made by DFAS—Columbus use the MOCAS Vendor Pay Inquiry System (VPIS) site listedon the above web site. It is recommended that the vendor download the “MOCAS VPIS Help Guide” and “Reasonand Remark Code Document”. You must then register by clicking on “User Registration” under the subheading“MOCAS Vendor Pay Inquiry System” before payment inquiries can be made.
If payment is being made by other than DFAS-Columbus, status of invoice payment can be obtained through theNon-MOCAS System by cage code, contract number or DUNS number at the above listed web site.
You may also contact one of the DFAS Paying Office Vendor Pay Customer Service Phone Numbers listed below:
DFAS Columbus 1-800-756-4571
(North, South, & West Entitlements)
DFAS Charleston 1-800-755-3642
DFAS Dayton 1-800-756-4571
DFAS Denver 1-888-898-0887
DFAS Indianapolis 1-888-332-7366
DFAS Lawton (Seaside) 1-888-445-5154
DFAS Lexington 1-859-293-4344
DFAS Limestone 1-800-337-0371
DFAS Norfolk 1-800-209-1628
DFAS Oakland 1-800-731-8096
DFAS Omaha 1-800-756-4571
DFAS Orlando (Army) 1-800-950-9784
DFAS Orlando (Air Force) 1-800-756-4571
DFAS Pacific 1-888-222-6950
DFAS Pensacola 1-800-328-9371
DFAS Rock Island 1-888-332-7742
DFAS Rome 1-800-553-0527
DFAS San Antonio 1-888-478-5636
DFAS San Bernardino 1-800-756-4571
DFAS San Diego 1-800-731-8096
DFAS St. Louis 1-877-782-5680
To determine which system to use or which payment office to call see the following blocks of your contractdocument for payment offices designation:
Document Block
SF 26 Award/Contract 12
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
44 of 86 FINAL
SF 33 Award/Contract 25
SF 1449 Solicitation/Contract/Order for Commercial Items 18a
DD1155 Order for Supplies or Services 15
CNIN-G-0016 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
DFARS 252.232-7003 is hereby incorporated into the contract by reference. For purposes of implementation ofelectronic finance payment invoicing under NSWC Crane contracts, WAWF-RA is applicable in accordance withDeployment of Wide Area WorkFlow - Receipt and Acceptance OUSD(AT&L)(DP) memo 1 Apr 2002. Otherelectronic systems are not to be utilized.
For other than finance payment request invoices, NSWC Crane is currently working with the WAWF-RA programoffice to develop an interface between the financial system and WAWF-RA. However, this interface is not currentlyin place and NSWC Crane cannot currently accept WAWF-RA invoices for payment against lines of accountingcited in contracts/orders issued and certified for payment by NSWC Crane (DoDAAC N00164 / FC).
In accordance with DFARS 252.232-7003(c), the contractor is required to submit their receipt and acceptancedocumentation with delivery of the materials. A copy of the invoice for payment shall be submitted, in hard copy, inaccordance with the Submission of Invoice Clause and Special Invoice Instructions herein.
HQ-G-2-0002 CONTRACT ADMINISTRATION DATA LANGUAGE
Enter below the address (street and number, city, county, state and zip code) of the Contractor’s facility which willadminister the contract if such address is different from the address shown on the SF26 or SF33 as applicable.
HQ-G-2-0003 CONTRACTING OFFICER'S REPRESENTATIVE LANGUAGE
Task Order Manager (TOM)
Tina K. Earl, Code CXLP300 HWY 361, Bldg. 3330SCrane, IN 47522-5001Phone: (812) 854-8433Email: [email protected]
The Contractor shall forward a copy of all invoices to the Contracting Officer's Representative.
HQ-G-2-0004 PURCHASING OFFICE REPRESENTATIVE LANGUAGE
PURCHASING OFFICE REPRESENTATIVE:
Audra M. DantCode 0561SG, Bldg. 64300 HWY 361Crane, IN 47522-5001Phone: (812) 854-3308Email: [email protected]
CONTRACT ADMINISTRATION PLAN
Subj: CONTRACT ADMINISTRATION PLAN FOR A COST REIMBURSEMENT CONTRACTRef: NAVSUPINST 4330.6b; Service Contract Administration
Introduction: To expedite administration of this contract, the delineationof duties listed is provided. The individual/position designated forresponsibility should be contacted for information about the functions assigned.All normal contract administration functions listed at FAR 42.302 are to beperformed by the cognizant Contract Administration Office, to be determined
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
45 of 86 FINAL
upon award, except those listed below, which are hereby retained by theProcuring Contracting Office.
1. Procuring Contracting Office (PCO), Naval Surface Warfare Crane Divisionis responsible for: a. All Pre-award information, questions, or data.b. Freedom of information inquiries.c. Changes, questions, or information regarding the scope, terms orconditions of the basic contract document.d. Arranging the post award conference if applicablee. Reviewing and evaluating the contractor’s (delivery order) proposalsunder FAR subpart 15.8.f. Consent to the placement of subcontractor’s in accordance withFAR 52.244-2, Subcontracts (Cost-Reimbursement and Letter Contracts).
2. Contract Administration Office (CAO): is responsible for mattersspecified in FAR 42.302 and DFARS 42.302 except those areas otherwisedesignated herein.
3. Defense Contract Audit Agency (DCAA): is responsible for auditverification/provisional approval of invoices and final audit of thecontract prior to final payment to the contractor.
4. The Paying Office is responsible for payment of proper acceptanceand documented invoices.
5. The Contracting Officer’s Representative (COR) responsibilitiesare:a. Approves Contractor travel requirements, for which time and datehave not been specifically identified in the Statement of Work (SOW), theContractor’s proposal, and the delivery order requirements.b. Prior to award, reviews SOW requirements, making recommendationsand clarifications if required.c. Prior to award, reviews Independent Government Estimate of theeffort described in the definitized SOW.d. Reviews the appropriate funds for new delivery orders prior tosubmission to the PCO or designated Ordering Officer.e. Maintains appropriate file documentation to support the COR’sactions under this paragraph and paragraph 6.f. Monitors the Contractor for quality assurance of servicesperformed and ensures timely, written certification of the inspectionand acceptance of the services.g. Expeditiously reviews Contractor invoices/vouchers, Certificatesof Performance, and all supporting documentation. In light of therequirements, the COR reviews Contractor’s progress, and other input,both documentary and from personal observation to determine thereasonableness of the billing. The COR further ensures that the effortexpended toward the completion of one of the line item deliverablesin the contract and its comparability to other documents. The COR willindicate complete or partial concurrence with the Contractor’s invoice/voucher. The final invoice/vouchers for any order will not be processedfor payment by the payment officer until receipt of the COR’s completeconcurrence, as noted above, plus certification of inspection andacceptance of services performed.h. Alerts the Contracting Officer of any potential performance problems;and if performance schedule slippage is identified, determine the factorsthat caused the slippage, reporting them to the Contracting Officer with
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
46 of 86 FINAL
proposed actions required to eliminate or overcome the causes and recoverthe slippage, if feasible. Monitors the recovery according to the agreedupon plan, and reports significant problems to the appropriate ContractingOfficer.i. Furnishes the Contracting Officer with any Contractor or TechnicalCode request for change, deviations, or waiver, including timelysubmission of supporting analysis and other required documentation.j. Ensures that any Government-owned property used by theContractor is monitored and returned in a timely manner.k. Performs production support, surveillance, and status reporting,including timely reporting of potential and actual slippages in contractdelivery schedules.l. Issues Technical Direction Letters, as applicable.
JCC-I/A CLAUSE 952.225-0009 MEDICAL SCREENING AND VACCINATION REQUIREMENTS FORLOCALLY HIRED EMPLOYEES- IRAQ (MAR 2009)
(a) Contractors, and subcontractors at any tier shall ensure and provide satisfactory evidence that all locally hiredemployees, including Local National (LN), Third Country National, and U.S. employees, working on militaryfacilities have been screened for and do not currently have active tuberculosis (TB).
(1) Contractors may utilize a testing method of either a chest x-ray or TB skin test (TST).
(i) Chest x-rays shall be taken and TBTs administered within 90 days prior to the start of employment.
(ii) Screening may be performed either by a licensed medical provider from the local economy or by contractors’licensed medical staffs. Contractors shall maintain medical screening documentation and make it available to theContracting Officer upon request.
(2) TB screening documentation will be required by the responsible Base Defense Operations Center (BDOC) priorto issuance of base access badges.
(b) Contractor employees, including subcontractors at any tier, who work in positions where they are working withfood or water production and distribution shall have current Typhoid and Hepatitis “A” (full series) vaccinations, inaddition to the TB tests required above.
(a) At least the first inoculation in the Hepatitis “A” series must be given prior to the start of employment, withcontinuation and completion of the inoculation series. The Typhoid inoculation must be completed within twoyears prior to the date of employment in the food and water service capacity.
(i) Once the complete Hepatitis “A” vaccination series is completed, it does not have to be repeated. The Typhoidvaccination requires a booster immunization every three years.
(ii) Proof of individual employee vaccinations shall be provided to the Contracting Officer and maintained by theContractor for examination by the Contracting Officer.
Accounting Data
SLINID PR Number Amount -------- ---------------------- ---------------------110101 63195299 LLA : A1 1761109 4181 250 67854 0 067443 2D 4181SA 00007RC64884 (AA) Standard Number: M9545007RC64884
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
47 of 86 FINAL
XXXXXX
110102 63391279 LLA : A2 216 2020 0000 59-5901 42361200000 252B 12KCAZ 044008 KCAZ12 MIPR6MNAVSWC38 Standard Number: MIPR6MNAVSWC38 110103 63391271 LLA : A3 1761106 27A0 000 00027 0 067443 2D 000000 08806MPPV284 (AA) Standard Number: M0008806MPPV284 110104 63391266 LLA : A4 1761804 8B2B 253 SAS03 0 068342 2D 000000 12B800000800 (AA) Standard Number: N0002406WX02547 110201 63391284 LLA : A6 97X4930 NH1C 000 77777 0 000167 2F 000000 061912647305 (AA) Standard Number: N6554006RC00561 310101 63391268 LLA : A5 1761804 76M9 000 68045 0 068566 2D CFQ330 680456FQ332Q (AA) Standard Number: N6804506RCFQ330 BASE Funding Cumulative Funding MOD 01 110301 65R50/70382792 LLA : A7 97X4930.NH1J 000 77777 0 000164 2F 000000 65R50 1655087 MOD 01 Funding Cumulative Funding
110105 68683/70747758 LLA : A8 21 7 2040 0000 6D 6049 622601H91LV S20113 Standard Number: MIPR7FDAV034DA AMS Code: 622601H91LV MDEP: RK01 MRRN: T67DAV60009IDE JON:7DA926 Cost Center: DAV Site Code: EH Command Designator: K EOR: 255Y CRN: MIPR7FDAV034DA TPN: W56HZVDOD MOD 02 Funding Cumulative Funding MOD 03 110106 68683/71007892 LLA : B1 1771804 22M9 000 68045 0 068566 2D CFQ320 680457FQ321Q(AA) Standard Number: N6804507RCFQ320 310102 68683/71007902 LLA : B2 1761319 85EB 253 SAS03 0 068342 2D 159180 S9259000CON0(AA) Standard Number: N0002407WX12522 MOD 03 Funding Cumulative Funding MOD 04
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
48 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXXX
XXXXXX
XXXXXXXXXXXXXXXX
XXXXXXX
XXXXXXX
110107 68683/71007844 LLA : B3 1771804 22M9 000 68045 0 068566 2D CFQ319 680457FQ320Q (AA) Standard Number: N6804507RCFQ319 MOD 04 Funding Cumulative Funding MOD 05 120201 70102076 LLA : A9 97X4930.NH1J 000 77777 0 000164 2F 000000 68683 0C78608 320201 70102101 LLA : A9 97X4930.NH1J 000 77777 0 000164 2F 000000 68683 0C78608 MOD 05 Funding Cumulative Funding MOD 06 110108 71939982 LLA : B4 1771109 4181 250 67854 0 067443 2D 418121 7RC74180164X (AA) Standard Number: M9545007RC74180 MOD 06 Funding Cumulative Funding MOD 08 110108 71939982 ( LLA : B4 1771109 4181 250 67854 0 067443 2D 418121 7RC74180164X (AA) Standard Number: M9545007RC74180 MOD 08 Funding - Cumulative Funding MOD 09 120301 72145859 LLA : B5 1771810 H1RC 253 SASUB 0 068342 2D 000000 RC1130000000 Standard Number: N0002407WX30847 MOD 09 Funding Cumulative Funding MOD 10 110201 63391284 ( LLA : A6 97X4930 NH1C 000 77777 0 000167 2F 000000 061912647305 (AA) Standard Number: N6554006RC00561 310103 72158320 LLA : B4 1771109 4181 250 67854 0 067443 2D 418121 7RC74180164X (AA) Standard Number: M9545007RC74180 MOD 10 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
49 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXXX
XXXXXXX
MOD 11 310201 72281784 LLA : A6 97X4930 NH1C 000 77777 0 000167 2F 000000 061912647305 (AA) Standard Number: N6554006RC00561 320202 72219030 LLA : A9 97X4930.NH1J 000 77777 0 000164 2F 000000 68683 0C78608 MOD 11 Funding Cumulative Funding MOD 13 120101 72547183 LLA : B6 1771804 8B2B 253 SAS03 0 068342 2D 000000 12B800000800 (AA) Standard Number: N0002407WX01192 120102 72612288 LLA : B7 1771804 60CA 250 00060 W 068732 2D C001JW 465797N7TRGQ (AA) Standard Number: N6553807RC00073 120103 72482435 LLA : B8 1771804 8U5N 250 65538 0 068892 2D C00062 655387LK01AQ (AA) Standard Number: N6553807RC00062 120104 72482446 LLA : B9 1771804 22M9 000 68045 0 068566 2D CFQ320 680457FQ321Q (AA) Standard Number: N6804507RCFQ320 120105 72612301 LLA : C1 1771804 22M9 000 68045 0 068566 2D CFQ319 680457FQ320Q (AA) Standard Number: N6804507RCFQ319 120106 72482455 LLA : C1 1771804 22M9 000 68045 0 068566 2D CFQ319 680457FQ320Q (AA) Standard Number: N6804507RCFQ319 120107 72482460 LLA : C2 1771804 70BD 250 53824 0 060957 2D RP0007 007RC00046NU (AA) Standard Number: RP000707RC00046 120108 72557628 LLA : C3 1761109 4181 250 67854 0 067443 2D 4181SB 7RC64B46166J (AA) Standard Number: M9545007RC64B46 320101 72482452 LLA : C4 1771109 4181 250 67854 0 067443 2D 418121 7RC74180164X (AA) Standard Number: M9545007RC74180 MOD 13 Funding Cumulative Funding MOD 14 120302 72689781 LLA : C5 97X4930.NH1J 000 77777 0 000164 2F 000000 68689 B686387
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
50 of 86 FINAL
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXX
XXXXXXX
XXXXXXX
320102 71708751 LLA : B3 1771804 22M9 000 68045 0 068566 2D CFQ319 680457FQ320Q (AA) Standard Number: N6804507RCFQ319 MOD 14 Funding Cumulative Funding MOD 15 120303 72912639 LLA : C6 97X4930.NH1J 000 77777 0 000164 2F 000000 W6500 CW60001 MOD 15 Funding Cumulative Funding MOD 16 320103 80180842 LLA : C7 1781804 5M4K 252 EA1ES 0 068342 2D 03B4K0 700SE0000SE0 (AA) Standard Number: N0003908RCFP156 320104 80180850 LLA : C8 1781804 5M4K 252 EA1ES 0 068342 2D 03B4K0 8003A00003A0 (AA) Standard Number: N0003908RCFP157 MOD 16 Funding Cumulative Funding MOD 17 120401 80318951 LLA : C9 97X4930.NH1J 000 77777 0 000164 2F 000000 G2100 CG21003 MOD 17 Funding Cumulative Funding MOD 18 120109 80639942 LLA : D1 1781109 4181 250 67854 0 067443 2D 4181K2 8RC842011672 (AA) Standard Number: M9545008RC84201 120110 80451501 LLA : D2 97X4930.NH1J 000 77777 0 000164 2F 000000 W6500 B68M002 120304 80609303 LLA : D3 1761109 4181 250 67854 0 067443 2D 4181SA 00007RC64884 (AA) Standard Number: M9545007RC64884 320105 80640847 LLA : C7 1781804 5M4K 252 EA1ES 0 068342 2D 03B4K0 700SE0000SE0 (AA) Standard Number: N0003908RCFP162 MOD 18 Funding Cumulative Funding MOD 19
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
51 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
320106 81067802 LLA : D4 1781810 81KN 253 SAS03 0 068342 2D 000000 KN7000000000 (AA) Standard Number: N0002408WX31047 MOD 19 Funding Cumulative Funding MOD 20 120111 81299135 LLA : D5 97X4930.NH1J 000 77777 0 000164 2F 000000 W3400 CJ3FX08 120112 81299113 LLA : D6 1781804 5B2B 252 EA1ES 068342 2D 01B2B0 800DS0000DS0 (AA) Standard Number: N0003908WXFP200 MOD 20 Funding Cumulative Funding MOD 21 120113 81632255 LLA : D7 97X4930.NH1J 000 77777 0 000164 2F 000000 B40007 B05114 120114 81769448 LLA : C7 1781804 5M4K 252 EA1ES 0 068342 2D 03B4K0 700SE0000SE0 (AA) Standard Number: N0003908RCFP156 120115 81728299 LLA : D8 97X4930.NH1J 000 77777 0 000164 2F 000000 7PRS00 002P02 Standard Number: N0038308WXZ3597 320107 81769409 LLA : C7 1781804 5M4K 252 EA1ES 0 068342 2D 03B4K0 700SE0000SE0 (AA) Standard Number: N0003908RCFP156 MOD 21 Funding Cumulative Funding MOD 22 120116 82041258 LLA : D9 1781804 8B5B 253 SASWF 0 068342 2D 000000 15BR20 000R20 Standard Number: N0002408WX02505 MOD 22 Funding Cumulative Funding MOD 23 120117 82389994 LLA : E1 1781804 5B2B 252 EA1ES 068342 2D 01B2B0 800DS0000DS0 (AA) Standard Number: N0003908WXFP200 320108 82241971 LLA : E2 97X4930.NH1J 000 77777 0 000164 2F 000000 W6000 CW66123
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
52 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
MOD 23 Funding Cumulative Funding MOD 25 120118 82667096 LLA : D6 1781804 5B2B 252 EA1ES 068342 2D 01B2B0 800DS0000DS0 (AA) Standard Number: n0003908WXFP200 130101 82667105 LLA : D4 1781810 81KN 253 SAS03 0 068342 2D 000000 KN7000000000 (AA) Standard Number: N0002408WX31047 130102 82665842 LLA : E3 1781804 70BA 257 00070 R 045924 2D CK5544 0007085544KP (AA) Standard Number: N0007008RCK5544 130103 82665862 LLA : E4 1781804 5M4K 252 EA1ES 0 068342 2D 03B4K0 800P30000P30 (AB) Standard Number: N0003908RCFP156 130104 82665863 LLA : E5 97X4930 NH1J 000 77777 0 000164 2F 000000 W3400CG4W302 130105 82665864 LLA : E6 1781804 60BA 000 00060 R 068732 2D C2ENCE 636328B1ER4P(AA) Standard Number: N0006008RC2ENCE 130201 82665866 LLA : E7 ACCOUNTING CLASS:21 8 2020 0000 6D 6049 42380800000 S20113 AMS CODE: 42380800000 MD EP: ASLT MRRN: T68DAV80002OMMC COST CENTER: DAV COMMAND DESIGNATOR: K SITE CODE: EH EOR: 25GX CRN: MIPR8JDAV048DA Standard Number: MIPR8JDAV048DA 130202 82665870 LLA : E8 218 2020 00000 59-5901 42361200000 252B 12KCAZ MIPR8KDAVNSW26 KCAZ12 Standard Number: MIPR8KDAVNSW26 130203 82665883 LLA : E9 1781106 27A0 000 67004 0 067004 2D 000000 CHSM8RCSARMS(AA) Standard Number: M9885008RCSARMS 130204 82665944 LLA : F1 97X4930 NH1J 000 77777 0 000164 2F 000000 W3400 CW3C501 330201 82665885 LLA : E9 1781106 27A0 000 67004 0 067004 2D 000000 CHSM8RCSARMS(AA) Standard Number: M9885008RCSARMS MOD 25 Funding Cumulative Funding MOD 26 130106 82677677 LLA : F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC0011I 130107 82677862
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
53 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
LLA : F3 1781804 8U5N 250 65538 068892 2D X00015 655388LK057Q (AA) Standard Number: N6553808WX00015 130108 82699077 LLA : F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC0011I 330101 82677653 LLA : F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC011I MOD 26 Funding Cumulative Funding MOD 27 130205 83179324 LLA : F4 97X4930 NC1A 000 85003 0 000383 7T 000000 7PRS00002P02(AA) Standard Number: N0038309WXZ2751 130206 83179298 LLA : F5 97X4930 NH1J 000 77777 0 000164 2F 000000 W6000B68M000 330202 83179328 LLA : F4 97X4930 NC1A 000 85003 0 000383 7T 000000 7PRS00002P02(AA) Standard Number: N0038309WXZ2751 MOD 27 Funding Cumulative Funding MOD 28 130109 83470957 LLA : F6 97X4930 NH1J 000 77777 0 000164 2F 000000 W6700 DW65080 MOD 28 Funding Cumulative Funding MOD 30 130108 82699077 ( LLA : F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC0011I 330101 82677653 LLA : F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC011I MOD 30 Funding Cumulative Funding MOD 31 130110 9022 7729 LLA : F7 97X4930. NH1J 000 77777 0 000164 2F 000000 B40007B414BP In support of SOW/TI AY2 130111 9033 0607
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
54 of 86 FINAL
XXXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXX
XXXXXX
XXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
LLA : F8 97X4930. NH1J 000 77777 0 000164 2F 000000 G2100DG20008 In support of SOW/TI BY2 130112 90510803 LLA : F9 1791804 8U5N 253 65538 068892 2D X00007 655389LK05LQ (AA) In support of SOW/TI AY2 130113 9054 1376 LLA : G1 97X4930. NH1J 000 77777 0 000164 2F 000000 G2100DG20022 In support of SOW/TI BY2 130114 9063 7566 LLA : G2 21 9 2020 0000 6D 6049 44200220000 S20113 44200220000 In support of SOW/TI AY2 130115 9072 3130 LLA : G3 1791106 27A0 000 67004 067004 2D 000000 CHSM9RCSASGW In support of SOW/TI AY2 130116 9083 9181 LLA : G4 97X4930. NH1J 000 77777 0 000164 2F 000000 W6700CB515PJ In support of SOW/TI AY2 130117 9083 9188 LLA : G5 97X4930. NH1J 000 77777 0 000164 2F 000000 W6700CB505PJ In support of SOW/TI AY2 130118 9083 9190 LLA : G6 97X4930. NH1J 000 77777 0 000164 2F 000000 W6700CW66025 In support of SOW/TI AY2 330102 9051 0789 LLA : F9 1791804 8U5N 253 65538 068892 2D X00007 655389LK05LQ (AA) Standard Number: N6553809WX00007 In support of SOW/TI AY2 330103 9083 9195 LLA : G7 97X4930. NH1J 000 77777 0 000164 2F 000000 W6700CB510PJ In support of SOW/TI AY2 MOD 31 Funding Cumulative Funding MOD 32 130119 9118 5086 LLA : G8 1791106 27A0 250 67854 067443 2D M67854 9RCPF92016BK (AA) Standard Number: M6785409RCPF920 In support of SOW/TI AY2 130120 9118 5109 LLA : G9 1781109 2038 310 67854 067443 2D 2038SX 9MP8226321B4 (AA) Standard Number: M9545009MP82263 In support of SOW/TI AY2 330104 9118 5103 LLA : H1 1791106 27A0 250 67854 067443 2D 001A2A 9MPAA36421CH (AA) Standard Number: M6785409MPAA364
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
55 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXX
In support of SOW/TI AY2 MOD 32 Funding Cumulative Funding MOD 33 130121 9146 8007 LLA : H2 97X4930. NH1J 000 77777 0 000164 2F 000000 W6700DW6M195 In support of SOW/TI AY3 130122 9147 8161 LLA : H3 97X4930. NH1J 000 77777 0 000164 2F 000000 W6700DW6M198 In support of SOW/TI AY3 130123 9147 8162 LLA : H4 97X4930. NH1J 000 77777 0 000164 2F 000000 W6700DW6M101 In support of SOW/TI AY3 130124 9155 0996 LLA : G8 1791106 27A0 250 67854 067443 2D M67854 9RCPF92016BK (AA) Standard Number: M6785409RCPF920 In support of SOW/TI AY3 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 310103 72158320 ( LLA : B4 1771109 4181 250 67854 0 067443 2D 418121 7RC74180164X (AA) Standard Number: M9545007RC74180 330105 9155 1106 LLA : G9 1781109 2038 310 67854 067443 2D 2038SX 9MP8226321B4 (AA) Standard Number: M9545009MP82263 In support of SOW/TI AY3 MOD 33 Funding Cumulative Funding MOD 34 130125 9155 1103 LLA : G9 1781109 2038 310 67854 067443 2D 2038SX 9MP8226321B4 (AA) Standard Number: M9545009MP82263 In support of SOW/TI AY3 MOD 34 Funding Cumulative Funding MOD 35 330106 9182 3406 LLA : B4 1771109 4181 250 67854 0 067443 2D 418121 7RC74180164X (AA) Standard Number: M9545007RC74180 (AA) In support of SOW/TI AY3 330107 9201 1673 LLA : H5 97X4930. NH1J 000 77777 0 000164 2F 000000 W6000DW6M022 In support of SOW/TI AY3
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
56 of 86 FINAL
XXXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
MOD 35 Funding Cumulative Funding MOD 36 130126 9232 0388 LLA : H6 2192040 0000 6D 6049 622601H91LV S20113 (AA) Standard Number: MIPR9KDAV046DA In support of SOW/TI AY4 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 130127 9232 0399 LLA : H7 1791106 27A0 250 67854 067443 2D M67854 9RCS2G9309CH (AA) Standard Number: M6785409RCS2G93 In support of SOW/TI AY4 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 130128 9232 0374 LLA : H6 2192040 0000 6D 6049 622601H91LV S20113 (AA) Standard Number: MIPR9KDAV045DA In support of SOW/TI AY4 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 330108 9232 0412 LLA : H7 1791106 27A0 250 67854 067443 2D M67854 9RCS2G9309CH (AA) Standard Number: M6785409RCS2G93 In support of SOW/TI AY4 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. MOD 36 Funding Cumulative Funding MOD 37 140101 9247 9468 LLA : H8 2192020 00000 6H 6H02 42361200000 252B 12CGUD 044008 MIPR9KDAVCR242 CGUD12 (AA) Standard Number: MIPR9KDAVCR242 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 140103 9253 1582 LLA : J1 2192020 0000 6D 6049 44201100000 S20113 AMS CODE 44201100000 MDEP JDFM MRRN Q69D AV90041FMS (AA) Standard Number: MIPR9LDAVFMS16 In support of SOW/TI J1 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 140104 9253 1620 LLA : J2 1791106 27A0 250 67854 067443 2D M67854 9RCAAJ1021CH (AA) Standard Number: M6785409RCAAJ10 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
57 of 86 FINAL
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXX
XXXXXXXX
incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 140105 9253 1626 LLA : J3 2192020 0000 6D 6049 42380800000 S20113 AMS 42380800000 MDEP ASLT MRRN T69DAV900 201DE (AA) Standard Number: MIPR9MDAV052DA In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 140106 9261 1112 LLA : J4 2192020 0000 6D 6049 44200220000 S20113 AMS 44200220000 MDEP JDFM MRRN W69DAV900 41FMS (AA) Standard Number: MIPR9KDAVFMS14 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 140107 9261 1121 LLA : H1 1791106 27A0 250 67854 067443 2D 001A2A 9MPAA36421CH (AA) Standard Number: M6785409MPAA364 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 140108 9253 1606 LLA : H7 1791106 27A0 250 67854 067443 2D M67854 9RCS2G9309CH (AA) Standard Number: M6785409RCS2G93 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 340101 9247 9483 LLA : H8 2192020 00000 6H 6H02 42361200000 252B 12CGUD 044008 MIPR9KDAVCR242 CGUD12 (AA) Standard Number: MIPR9KDAVCR242 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 340102 9253 1612 LLA : J2 1791106 27A0 250 67854 067443 2D M67854 9RCAAJ1021CH (AA) Standard Number: M6785409RCAAJ10 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. MOD 37 Funding Cumulative Funding MOD 38 140109 9260 9962 LLA : J5 97X4930. NH1J 000 77777 0 000164 2F 000000 W6300DG36701 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
58 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXXXX
only for work performed during this 365 day period. 140110 9267 7260 LLA : J6 97X4930. NH1J 000 77777 0 000164 2F 000000 W6700DW65511 In support of SOW/TI AY5 340103 9260 0341 LLA : J5 97X4930. NH1J 000 77777 0 000164 2F 000000 W6300DG36701 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 340104 9253 1604 LLA : H7 1791106 27A0 250 67854 067443 2D M67854 9RCS2G9309CH (AA) Standard Number: M6785409RCS2G93 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. MOD 38 Funding Cumulative Funding MOD 39 140111 9240 5111 LLA : J7 1791106 27A0 000 67004 067004 2D 000000 CHSM9RCCRANE (AB) Standard Number: M9885009RCCRANE In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. MOD 39 Funding Cumulative Funding MOD 40 Funding Cumulative Funding MOD 41 140112 9327 7263 LLA : J8 1791506 Y1CH 310 00019 0 050120 2D 000000 A00000105417 (AA) Standard Number: N0001909RX00639 In support of SOW/TI AY5 MOD 41 Funding Cumulative Funding MOD 42 140113 9337 7141 LLA : J9 1701804 5T6M 252 00039 0 050120 2D 000000 000000176694 (AA) Standard Number: N0003910RXFP403 In support of SOW/TI AY5 Note: The Contractor may incur costs for work performed against this SLIN through 22 SEP 2010. The contractor may continue to invoice after this date, but only for work performed during this period. 340105 9337 7174 LLA : J9 1701804 5T6M 252 00039 0 050120 2D 000000 000000176694 (AA) Standard Number: N0003910RXFP403
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
59 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
In support of SOW/TI AY5 Note: The Contractor may incur costs for work performed against this SLIN through 22 SEP 2010. The contractor may continue to invoice after this date, but only for work performed during this period. MOD 42 Funding Cumulative Funding MOD 43 330106 9182 3406 ( LLA : B4 1771109 4181 250 67854 0 067443 2D 418121 7RC74180164X (AA) Standard Number: M9545007RC74180 (AA) In support of SOW/TI AY3 MOD 43 Funding - Cumulative Funding MOD 44 310104 0013 1561 LLA : B4 1771109 4181 250 67854 0 067443 2D 418121 7RC74180164X (AA) Standard Number: M9545007RC74180 In support of SOW/TI AY3 Note: The Contractor may incur costs for work performed against this SLIN through 28 FEB 2010. The contractor may continue to invoice after this date, but only for work performed during this period. MOD 44 Funding Cumulative Funding MOD 45 140108 9253 1606 ( LLA : H7 1791106 27A0 250 67854 067443 2D M67854 9RCS2G9309CH (AA) Standard Number: M6785409RCS2G93 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. MOD 45 Funding - Cumulative Funding MOD 46 340106 0021 7462 LLA : H7 1791106 27A0 250 67854 067443 2D M67854 9RCS2G9309CH (AA) Standard Number: M6785409RCS2G93 In support of SOW/TI AY5 Note: The Contractor may incur costs for work performed against this SLIN through 21 SEP 2010. The contractor may continue to invoice after this date, but only for work performed during this period. MOD 46 Funding Cumulative Funding MOD 47 140114 0034 9597 LLA : K1 1751811 H232 253 WAWRL 0 068342 2D 000000 200024000000 Standard Number: N0002410WX21134 (AA) In support of SOW/TI AY5 Note: The Contractor may incur costs for work performed against this SLIN through 22 SEP 2010. The contractor may continue to invoice after this date, but only for work performed during this period.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
60 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
140115 0035 0641 LLA : K2 1701804 8U5N 252 65538 068892 2D CA2051 686360LK025Q Standard Number: N6863610RCA2051 (AA) In support of SOW/TI AY5 Note: The Contractor may incur costs for work performed against this SLIN through 22 SEP 2010. The contractor may continue to invoice after this date, but only for work performed during this period. 340107 0034 9573 LLA : K3 1731711 H232 253 WAWRL 0 068342 2D 000000 231724000000 Standard Number: N0002410WX21133 (AA) In support of SOW/TI AY5 Note: The Contractor may incur costs for work performed against this SLIN through 22 SEP 2010. The contractor may continue to invoice after this date, but only for work performed during this period. 340108 0034 9594 LLA : K1 1751811 H232 253 WAWRL 0 068342 2D 000000 200024000000 Standard Number: N0002410WX21134 (AA) In support of SOW/TI AY5 Note: The Contractor may incur costs for work performed against this SLIN through 22 SEP 2010. The contractor may continue to invoice after this date, but only for work performed during this period. MOD 47 Funding Cumulative Funding MOD 48 130108 82699077 ( LLA : F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC0011I 140116 0074 2065 LLA : K4 1701804 5T6M 252 00039 0 050120 2D 000000 A00000390673 Standard Number: N0003910RX00419 (AA) In support of SOW/TI AY5 Note: The Contractor may incur costs for work performed against this SLIN through 22 SEP 2010. The contractor may continue to invoice after this date, but only for work performed during this period MOD 48 Funding Cumulative Funding MOD 49 330109 0077 9703 LLA : F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC0011I (AA) In support of SOW/TI AY4 Note: The Contractor may incur costs for work performed against this SLIN through 29 SEP 2009. The contractor may continue to invoice after this date, but only for work performed during this period. MOD 49 Funding Cumulative Funding MOD 50 340109 0074 2124 LLA : K4 1701804 5T6M 252 00039 0 050120 2D 000000 A00000390673 Standard Number: N0003910RX00419 (AA) In support of SOW/TI AY5 Note: The Contractor may incur costs for work performed against this SLIN through 22 SEP 2010. The contractor may continue to invoice after this date, but only for work performed during this period.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
61 of 86 FINAL
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
MOD 50 Funding Cumulative Funding MOD 51 140117 0076 8703 LLA : F7 97X4930. NH1J 000 77777 0 000164 2F 000000 B40007B414BP In support of SOW/TI AY5 MOD 51 Funding Cumulative Funding MOD 52 140104 9253 1620 ( LLA : J2 1791106 27A0 250 67854 067443 2D M67854 9RCAAJ1021CH (AA) Standard Number: M6785409RCAAJ10 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. MOD 52 Funding - Cumulative Funding MOD 53 140118 0133 1241 LLA : K4 1701804 5T6M 252 00039 0 050120 2D 000000 A00000390673 Standard Number: N0003910RX00419 (AA) In support of SOW/TI AY5 140119 0133 1271 LLA : K5 1701804 5T6M 252 00039 0 050120 2D 000000 A00000408254 Standard Number: N0003910RX00453 (AA) In support of SOW/TI AY5 340110 0133 1250 LLA : K6 1761811 H232 253 WAWRL 0 068342 2D 000000 200794000000 Standard Number: N0002410WX21557 (AA) In support of SOW/TI AY5 340111 0140 7718 LLA : J2 1791106 27A0 250 67854 067443 2D M67854 9RCAAJ1021CH (AA) Standard Number: M6785409RCAAJ10 (AA) In support of SOW/TI AY5 MOD 53 Funding Cumulative Funding MOD 54 140120 01969121 LLA : K7 1701804 60BD 252 53824 S 060951 2D X0019C 465810SU000Q Standard Number: N4658110WX0019C (AA) In support of SOW/TI AY5 Note: With regards to SLIN 140120 (ACRN K7), period of performance(POP) expires on 22 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 22 September 2010. 140121 01969108
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
62 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
LLA : K8 1701804 70BD 252 53824 S 060957 2D X001W2 P00070NU000Q Standard Number: RP000710WX001W2 (AA) In support of SOW/TI AY5 Note: With regards to SLIN 140121 (ACRN K8), period of performance(POP) expires on 22 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 22 September 2010. 340112 01969115 LLA : K7 1701804 60BD 252 53824 S 060951 2D X0019C 465810SU000Q Standard Number: N4658110WX0019C (AA) In support of SOW/TI AY5. Note: With regards to SLIN 340112 (ACRN K7), period of performance(POP) expires on 22 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 22 September 2010. MOD 54 Funding Cumulative Funding MOD 55 130105 82665864 LLA : E6 1781804 60BA 000 00060 R 068732 2D C2ENCE 636328B1ER4P(AA) Standard Number: N0006008RC2ENCE 320108 82241971 ( LLA : E2 97X4930.NH1J 000 77777 0 000164 2F 000000 W6000 CW66123 MOD 55 Funding Cumulative Funding MOD 56 110301 65R50/70382792 LLA : A7 97X4930.NH1J 000 77777 0 000164 2F 000000 65R50 1655087 120401 80318951 LLA : C9 97X4930.NH1J 000 77777 0 000164 2F 000000 G2100 CG21003 MOD 56 Funding Cumulative Funding MOD 57 110108 71939982 LLA : B4 1771109 4181 250 67854 0 067443 2D 418121 7RC74180164X (AA) Standard Number: M9545007RC74180 130108 82699077 ( LLA : F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC0011I 310104 0013 1561 ( LLA : B4 1771109 4181 250 67854 0 067443 2D 418121 7RC74180164X (AA) Standard Number: M9545007RC74180 In support of SOW/TI AY3 Note: The Contractor may incur costs for work performed against this SLIN through 28 FEB 2010. The contractor may continue to invoice after this date, but only for work performed during this period. 330101 82677653 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
63 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXX
XXXXXXX
XXXXXXXXXXXXXX
XXXXXXX
XXXXXX
XXXXXXXXXXXXXX
F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC011I MOD 57 Funding Cumulative Funding MOD 58 110301 65R50/70382792 LLA : A7 97X4930.NH1J 000 77777 0 000164 2F 000000 65R50 1655087 MOD 58 Funding Cumulative Funding MOD 59 140121 01969108 LLA : K8 1701804 70BD 252 53824 S 060957 2D X001W2 P00070NU000Q Standard Number: RP000710WX001W2 (AA) In support of SOW/TI AY5 Note: With regards to SLIN 140121 (ACRN K8), period of performance(POP) expires on 22 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 22 September 2010. MOD 59 Funding Cumulative Funding MOD 60 130128 9232 0374 LLA : H6 2192040 0000 6D 6049 622601H91LV S20113 (AA) Standard Number: MIPR9KDAV045DA In support of SOW/TI AY4 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 140104 9253 1620 LLA : J2 1791106 27A0 250 67854 067443 2D M67854 9RCAAJ1021CH (AA) Standard Number: M6785409RCAAJ10 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 330104 9118 5103 LLA : H1 1791106 27A0 250 67854 067443 2D 001A2A 9MPAA36421CH (AA) Standard Number: M6785409MPAA364 In support of SOW/TI AY2 340102 9253 1612 LLA : J2 1791106 27A0 250 67854 067443 2D M67854 9RCAAJ1021CH (AA) Standard Number: M6785409RCAAJ10 In support of SOW/TI AY5 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. MOD 60 Funding Cumulative Funding MOD 61
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
64 of 86 FINAL
XXXXXXXXXXX
XXXX
XXXXXXXXXXXXX
XXXXXXX
XXXXXXXXXXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXXX
130123 9147 8162 LLA : H4 97X4930. NH1J 000 77777 0 000164 2F 000000 W6700DW6M101 In support of SOW/TI AY3 MOD 61 Funding Cumulative Funding MOD 62 120116 82041258 LLA : D9 1781804 8B5B 253 SASWF 0 068342 2D 000000 15BR20 000R20 Standard Number: N0002408WX02505 130104 82665863 LLA : E5 97X4930 NH1J 000 77777 0 000164 2F 000000 W3400CG4W302 130106 82677677 LLA : F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC0011I 130108 82699077 LLA : F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC0011I 330101 82677653 LLA : F2 1781804 60CA 253 00060 W 068732 2D C0011I 465798N7TRGQ (AA) Standard Number: N4657908RC011I MOD 62 Funding Cumulative Funding MOD 63 140121 01969108 LLA : K8 1701804 70BD 252 53824 S 060957 2D X001W2 P00070NU000Q Standard Number: RP000710WX001W2 (AA) In support of SOW/TI AY5 Note: With regards to SLIN 140121 (ACRN K8), period of performance(POP) expires on 22 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 22 September 2010. MOD 63 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
65 of 86 FINAL
XXXXXX
XXXXXXXXXXXXXX
XXXXXX
XXXX
XXXXXXXX
XXXXXXXX
XXXXXXX
XXXXXXXXXXXXXXXX
XXXXXX
XXXXXXXXXXXXXX
SECTION H SPECIAL CONTRACT REQUIREMENTS
CLAUSES INCORPORATED BY REFERENCE
52.245-4 Government-Furnished Property (Short Form) JUN 2003
CLAUSES INCORPORATED BY FULL TEXT
NAVSEA 5252.202-9101 ADDITIONAL DEFINITIONS (MAY 1993)
As used throughout this contract, the following terms shall have the meanings set forth below:
(a) DEPARTMENT - means the Department of the Navy.
(b) REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR) - All references to the FAR in thiscontract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS), unlessclearly indicated otherwise.
(c) REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSE ACQUISITIONREGULATION - All references in this document to either the Armed Services Procurement Regulation (ASPR) orthe Defense Acquisition Regulation (DAR) shall be deemed to be references to the appropriate sections of theFAR/DFARS.
(d) NATIONAL STOCK NUMBERS - Whenever the term Federal Item Identification Number and its acronymFIIN or the term Federal Stock Number and its acronym FSN appear in the contract, order or their citedspecifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number(NIIN) and National Stock Number (NSN) respectively which shall be defined as follows:
(1) National Item Identification Number (NIIN). The number assigned to each approved Item Identification under theFederal Cataloging Program. It consists of nine numeric characters, the first two of which are the NationalCodification Bureau (NCB) Code. The remaining positions consist of a seven digit non-significant number.
(2) National Stock Number (NSN). The National Stock Number (NSN) for an item of supply consists of theapplicable four position Federal Supply Class (FSC) plus the applicable nine position NIIN assigned to the item ofsupply.
5252.216-9112 ORDERS (COST-PLUS-FIXED-FEE) (JUN 2000)
(a) General. Orders for supplies or services specified in Section B of the Schedule may be issued by the ContractingOfficer at any time during the effective period of this agreement. Except as otherwise provided in paragraph (e) of thisclause, the Contractor agrees to accept and perform orders issued by the Contracting Officer within the scope of thisagreement. It is understood and agreed that the Government has no obligation under the terms of this agreement toissue any orders. Except as otherwise provided in any order, the Contractor shall furnish all materials and servicesnecessary to accomplish the work specified in each order issued hereunder; provided, however, that this agreementshall not be used for the furnishing of supplies or services which are covered by any "guaranty" or "warranty"clause(s) of the contract(s) under which the supplies were manufactured. In the event of any inconsistency betweenany order and this agreement, this agreement shall control. All the requirements of this agreement shall be applicableto all orders issued hereunder. Wherever the word "contract" appears in this agreement, it shall be deemed to includewithin its meaning the word "order", and each order shall be considered a separate binding contract as of its effectivedate. The Contractor shall segregate the costs incurred in the performance of any order issued hereunder from thecosts of all other orders issued under this agreement.
(b) Ordering. Orders and revisions thereto shall be made in writing and be signed by any authorized ContractingOfficer cited in paragraph (i). Each order shall:
(1) set forth detailed specifications or requirements for the supplies or services being ordered, (or reference applicablespecifications or requirements in Section C of this agreement), and, if applicable, shall refer to the appropriate itemunder Section B of this agreement;
(2) set forth quantities being ordered;
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
66 of 86 FINAL
(3) set forth preservation, packaging and packing instructions, if any;
(4) set forth delivery or performance dates;
(5) designate the place(s) where inspection and acceptance will be made by the
Government;
(6) set forth the estimated cost and fixed fee or, in the case of an undefinitized order, the definitization schedule andboth the monetary limitation on Government liability for the undefinitized order and the maximum ceiling amountat which the order may be definitized;
(7) set forth appropriation and accounting data for the work being ordered;
(8) be dated;
(9) be identified by number in accordance with DFARS 204.7004;
(10) set forth the property, if any, to be furnished by the Government and the date(s)
such property is to be delivered to the Contractor;
(11) set forth the disbursing office where payment is to be made and other applicable
contract administration data;
(12) cite the applicable circumstance or exception and the justification control number.
Orders for items not identified in the class justification, or an individual justification and the basic orderingagreement are unauthorized;
(13) be issued on an SF 26 or DD Form 1155; and
(14) set forth any other pertinent information.
(c) Priced Orders. Except as otherwise provided in paragraph (d) below, the Contractor shall not begin any work onan order until the estimated cost and fixed fee for the order have been agreed upon by the Contracting Officer andContractor and an order is issued by the Contracting Officer. Upon receipt of a proposed order, the Contractor shallpromptly submit to the Contracting Officer a cost proposal for the work specified in the order. The Contractor shallsubmit such cost or pricing data as the Contracting Officer may require. Promptly after receipt of the Contractor'sproposal and supporting cost or pricing data, the Contractor and the Contracting Officer shall negotiate and agreeupon the estimated cost, fixed fee, and delivery schedule for the work being ordered. The estimated cost, fixed fee,and delivery schedule, as agreed upon, shall be set forth in the priced order and the order shall be signed by both theContracting Officer and the Contractor. Upon receipt of the priced order, the Contractor shall promptly commencework and shall diligently complete it.
(d) Undefinitized Orders. Whenever the Contracting Officer determines that urgent demands or requirements preventthe issuance of a priced order, the Contracting Officer may issue an unpriced order. Such order may be unilateral orbilateral and shall establish a limitation on Government liability, a maximum ceiling amount, and a schedule fordefinitization of the order, as described in subparagraph (f)(2) below. Upon request, the Contractor shall submit amaximum ceiling amount proposal before the undefinitized order is issued. The maximum ceiling amount is themaximum amount (including fee) at which the order may be definitized. Except as provided in paragraph (e) below,the Contractor shall commence performance of the order upon receipt. The clause entitled "CONTRACTDEFINITIZATION" (DFARS 252.217-7027) shall be included in any undefinitized order.
(e) Rejection of Unilateral Orders. The Contractor may reject any unilateral order if the Contractor determines that itcannot feasibly perform the order or if it does not concur with the maximum ceiling amount. However, eachunilateral order shall be deemed to have been accepted by the Contractor unless within fifteen (15) days of issuance ofthe order the Contractor notifies the Contracting Officer in writing of its rejection of the order.
(f) Definitization of Undefinitized Orders. (l) The Contractor agrees that following the issuance of an undefinitized
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
67 of 86 FINAL
order, it will promptly begin negotiating with the Contracting Officer the CPFF and terms of a definitive order thatwill include: (A) all clauses required by regulation on the date of the order; (B) all clauses required by law on thedate of execution of the definitive order; and, (C) other mutually agreeable clauses, terms and/or conditions. No laterthan sixty (60) days after the undefinitized order is issued, the Contractor shall submit a cost proposal with sufficientdata to support the accuracy and derivation of its CPFF proposal; and, when required by FAR or the ContractingOfficer, cost or pricing data. If additional cost information is available prior to the conclusion of negotiations, theContractor shall provide that information to the Contracting Officer. The CPFF agreed upon shall be set forth in abilateral modification to the order. In no event shall the CPFF exceed the maximum ceiling amount specified in theundefinitized order.
(2) Each undefinitized order shall contain a schedule for definitization which shall include a target date fordefinitization and dates for submission of a qualifying proposal, beginning of negotiations and, if appropriate,submission of make-or-buy and subcontracting plans and cost or pricing data. Submission of a qualifying proposalin accordance with the definitization schedule is a material element of the order. The schedule shall provide fordefinitization of the order by the earlier of:
(i) a specified target date which is not more than l80 days after the issuance of the undefinitized order. However, thattarget date may be extended by the Contracting Officer for up to l80 days after the Contractor submits a qualifyingproposal as defined in DFARS 2l7.740l; or
(ii) the date on which the amount of funds obligated by the Government under the undefinitized order exceeds fiftypercent (50%) of the order's maximum ceiling amount, except as provided in subparagraph (f)(3) below.
(3) If agreement on a definitive order is not reached within the time provided pursuant to subparagraph (f)(2) above,the Contracting Officer may, with the approval of the Head of the Contracting Activity, determine a reasonable CPFFin accordance with Subpart l5.4 and Part 3l of the FAR, and issue a unilateral order subject to Contractor appeal asprovided in the "DISPUTES" clause (FAR 52.233-1). In any event, the Contractor shall proceed with completion ofthe order, subject to the "LIMITATION OF GOVERNMENT LIABILITY" clause (FAR 52.216-24).
(g) Limitation of Government Liability. (l) Each undefinitized order shall set forth the limitation of Governmentliability, which shall be the maximum amount that the Government will be obligated to pay the Contractor forperformance of the order until the order is definitized. The Contractor is not authorized to make expenditures or incurobligations exceeding the limitation of Government liability set forth in the order. If such expenditures are made or ifsuch obligations are incurred, those expenditures and obligations will be at the Contractor's sole risk and expense,Further, the limitation of liability shall be the maximum Government liability if the order is terminated. The clauseat FAR 52.216?24 shall be included in any undefinitized order.
(2) Except for undefinitized orders for Foreign Military Sales; purchases of less than $ special accessprograms; and Congressionally-mandated long-lead procurements; and except as otherwise provided in subparagraph(g)(3) below, the limitation of Government liability shall not exceed fifty percent (50%) of the maximum ceilingamount of an undefinitized order. In the case of orders within these excepted categories, however, the procedures setforth herein shall be followed to the maximum extent practical.
(3) If the Contractor submits a qualifying proposal, as defined in DFARS 217.7401 to definitize an order before theGovernment obligated fifty percent (50%) of the maximum ceiling
amount, the Contracting Officer may increase the limitation of Government Liability up to no more than seventy-fivepercent (75%) of the maximum ceiling amount or up to seventy-five percent (75%) of the total CPFF proposed bythe Contractor, whichever is less.
(4) If at any time the Contractor believes that its expenditure under an order will exceed the limitation ofGovernment liability, the Contractor shall so notify the Contracting Officer, in writing, and propose an appropriateincrease in the limitation of Government liability of such order. Within thirty (30) days of such notice, theContracting Officer will either (i) notify the Contractor in writing of such appropriate increase, or (ii) instruct theContractor how and to what extent the work shall be continued; provided, however, that in no event shall theContractor be obligated to proceed with work on an undefinitized order beyond the point where its costs incurredplus a reasonable profit exceed the limitation of Government liability, and provided also that in no event shall theGovernment be obligated to pay the Contractor any amount in excess of the limitation of Government liabilityspecified in any such order prior to definitization.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
68 of 86 FINAL
XXXX
(End of Text)
5252.227-9113 GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (AUG 1997)
(a) The Contractor shall participate in the appropriate interchange of the Government-Industry Data ExchangeProgram (GIDEP) in accordance with NAVSEA S0300-BU-GYD-010 dated November 1994. Data entered isretained by the program and provided to qualified participants. Compliance with this requirement shall not relievethe Contractor from complying with any other requirement of the contract.
(b) The Contractor agrees to insert paragraph (a) of this requirement in any subcontract hereunder exceeding$ When so inserted, the word "Contractor" shall be changed to "Subcontractor".
(c) GIDEP materials, software and information are available without charge from:
GIDEP Operations Center
P.O. Box 8000
Corona, CA 91718-8000
Phone: (909) 273-4677 or DSN 933-4677
FAX: (909) 273-5200
Internet: http://www.gidep.corona.navy mil
5252.233-9103 DOCUMENTATION OF REQUESTS FOR EQUITABLE ADJUSTMENT (APR 1999)
(a) For the purposes of this special contract requirement, the term "change" includes not only a change that is madepursuant to a written order designated as a "change order" but also (1) an engineering change proposed by theGovernment or by the Contractor and (2) any act or omission to act on the part of the Government in respect ofwhich a request is made for equitable adjustment.
(b) Whenever the Contractor requests or proposes an equitable adjustment of $ or more per vessel in respectto a change made pursuant to a written order designated as a "change order" or in respect to a proposed engineeringchange and whenever the Contractor requests an equitable adjustment in any amount in respect to any other act oromission to act on the part of the Government, the proposal supporting such request shall contain the followinginformation for each individual item or element of the request:
(1) A description (i) of the work required by the contract before the change, which has been deleted by the change,and (ii) of the work deleted by the change which already has been completed. The description is to include a list ofcomponents, equipment, and other identifiable property involved. Also, the status of manufacture, procurement, orinstallation of such property is to be indicated. Separate description is to be furnished for design and productionwork. Items of raw material, purchased parts, components and other identifiable hardware, which are made excess.bythe change and which are not to be retained by the Contractor, are to be listed for later disposition;
(2) Description of work necessary to undo work already completed which has been deleted by the change;
(3) Description of work not required by the terms hereof before the change, which is substituted or added by thechange. A list of components and equipment (not bulk materials or items) involved should be included. Separatedescriptions are to be furnished for design work and production work;
(4) Description of interference and inefficiencies in performing the change;
(5) Description of each element of disruption and exactly how work has been, or will be disrupted:
(i) The calendar period of time during which disruption occurred, or will occur;
(g) In accordance with the inspection requirements of the contract, all actions of the Government pursuant to thisrequirement shall be performed in such a manner as to not delay the work.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
69 of 86 FINAL
XXXXXXX
XXXXX
(End of Text)
5252.237-9106 SUBSTITUTION OF PERSONNEL (SEP 1990)
(a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed.Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted withthe proposal necessary to fulfill the requirements of the contract. No substitution shall be made without priornotification to and concurrence of the Contracting Officer in accordance with this requirement.
(b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to bereplaced. The Contracting Officer shall be notified in writing of any proposed substitution at least forty-five (45)days, or ninety (90) days if a security clearance is to be obtained, in advance of the proposed substitution. Suchnotification shall include: (1) an explanation of the circumstances necessitating the substitution; (2) a completeresume of the proposed substitute; and (3) any other information requested by the Contracting Officer to enablehim/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided thepartial basis for award.
5252.245-9108 GOVERNMENT-FURNISHED PROPERTY (PERFORMANCE) (SEP 1990)
The Government will provide only that property set forth below, notwithstanding any term or condition of thiscontract to the contrary. Upon Contractor's written request to the cognizant ask Order Manager, via the cognizantContract Administration Office, NSWC Crane, the Government will furnish the following for use in the performanceof this contract:
* To be identified upon issuance of each individual task order modification
5252.245-9109 GOVERNMENT-FURNISHED PROPERTY (INCORPORATION) (SEP 1990)
The Government will provide only that property set forth below, notwithstanding any term or condition of thiscontract to the contrary. Upon Contractor's written request to the cognizant Task Order Manager, via the cognizantContract Administration Office, NSWC Crane, the Government will furnish the following for incorporation in theequipment to be delivered under Item(s) of this contract:
* To be identified upon issuance of each individual task order modification
ALLOTMENT OF FUNDS (MAY 1993) (NAVSEA 5252.232-9104)
(a) This task order is incrementally funded with respect to both cost and fee. The amount(s) presently available andallotted to this task order for payment of fee for incrementally funded contract line item number/contract subline itemnumber 0001,(CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE"(FAR 52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this taskorder for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of thistask order entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and theperiod of performance for which it is estimated the allotted amount(s) will cover are as follows:
ITEM(S) ALLOTTED TO COST ALLOTTED TO FEE ESTIMATED PERIOD OF PERFORMANCE
110101 12/1/2006-9/22/2007110102 12/1/2006-9/22/2007110103 12/1/2006-9/22/2007110104 12/1/2006-9/22/2007110201 12/1/2006-9/30/2007310101 $ 12/1/2006-9/22/2007110301 02/1/2007-9/30/2007110105 12/1/2006-9/22/2007120201 $ $ 04/12/2007-9/30/2007110106 12/1/2006-9/22/2007310102 $ $ 12/1/2006-9/22/2007110107 12/1/2006-9/22/2007
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
70 of 86 FINAL
XXXXXXXXX XXXXXXXX
XXXXXXXX XXX
XXXXXX
XXXXXXXXXX
XXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
X
X
XXXXXXXXXXXXXXXXXXX
XXXXXXXXX
XXXXXXXXX
120201 6/19/2007-9/30/2007320201 6/19/2007-9/30/2007110108 $ $ 12/01/2006-9/22/2007
120301 $ $ 8/01/2007-7/31/2008310103 $ $ 12/1/2006-9/22/2007320202 $ $ 6/19/2007-6/18/2008310201 $
9/23/2007-9/22/2008120102 $ $ 9/23/2007-9/22/2008
120103 9/23/2007-9/22/2008120104 9/23/2007-9/22/2008
120105 9/23/2007-9/22/2008
120106 9/23/2007-9/22/2008120107 9/23/2007-9/22/2008120108 9/23/2007-9/22/2008320101 9/23/2007-9/22/2008
320102 9/23/2007-9/22/2008120301 8/01/2007-7/31/2008
120303 8/01/2007-7/31/2008
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
71 of 86 FINAL
XXXXXXXXX XXXXXXXX
XXXXXXX XXXXXXXXXXXXXX XXX
XXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXXXX X
XXXXXXXXXXXXXXXXX
XXXXXXXXXXX
XXX
XXXXXXXXXX
XXXXXXXXXXXXXXXXXX XXXXXXX
X
XXXX
X
X
XXXX
X
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XX
XXXXXXXX
XX
X
XX
X
X
XXXXXXXX X
320103 $ 9/23/2007-9/22/2008320104 9/23/2007-9/22/2008120109 9/23/2007-9/22/2008120110 9/23/2007-9/22/2008120305 8/01/2007-7/31/2008320105 $ 9/23/2007-9/22/2008320106 $ 9/23/2007-9/22/2008120111 9/23/2007-9/22/2008120112 9/23/2007-9/22/2008
120113 9/23/2007-9/22/2008
120114 9/23/2007-9/22/2008
120115 9/23/2007-9/22/2008
320107 /23/2007-9/22/2008
120116 9/23/2007-9/22/2008120117 9/23/2007-9/22/2008320108 9/23/2007-9/22/2008 120118 9/23/2007-9/22/2008130101 9/23/2008-9/22/2009130102 9/23/2008-9/22/2009130103 9/23/2008-9/22/2009130104 9/23/2008-9/22/2009130105 9/23/2008-9/22/2009130201 9/23/2008-9/22/2009130202 9/23/2008-9/22/2009130203 9/23/2008-9/22/2009130204 9/23/2008-9/22/2009130201 9/23/2008-9/22/2009130106 9/23/2008-9/22/2009130107 9/23/2008-9/22/2009130108 9/23/2008-9/22/2009330101 9/23/2008-9/22/2009130205 9/23/2008-9/22/2009130206 9/23/2008-9/22/2009330207 9/23/2008-9/22/2009130109 9/23/2008-9/22/2009
********See General Information section of each modification.
(b) The parties contemplate that the Government will allot additional amounts to this task order from time to timefor the incrementally funded CLINs/SLINs by unilateral task order modification, and any such modification shallstate separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, andthe period of performance which the amount(s) are expected to cover.
(c) CLINs/SLINs are fully funded and performance under these CLINs/SLINs is subject to the clause of this taskorder entitled "LIMITATION OF COST" (FAR 52.232 20) or "LIMITATION OF COST (FACILITIES)" (FAR
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
72 of 86 FINAL
XXXXXXXXXXXXXXX
XXXXX XX X
X
XX
XX
X
XX X
XXXXXXXXXXXX
XXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
X
X
XX
X
X
X
X
X
X
X
X
X
X
X
XXXXXXXX XXXXXXX X
X
XXXXXXX XXXXXXXX XX
X
XX XX XXXXXX X
52.232 21), as applicable.
(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs ofperformance of fully funded CLINs/SLINs.
TECHNICAL INSTRUCTIONS (MAY 1993) (NAVSEA 5252.242-9115)
(a) Performance of the work hereunder shall be subject to written technical instructions/technical direction letterssigned by the Task Order Manager specified in Section G of this contract. As used herein, technicalinstructions/technical direction letters are defined to include the following:
(1) Directions to the Contractor, which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in detailsor otherwise serve to accomplish the contractual statement of work.
(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions ofwork description.
(b) Technical instructions must be within the general scope of work stated in the contract. Technical instructionsmay not be used to:
(1) assign additional work under the contract;
(2) direct a change as defined in the "CHANGES" clause of this contract;
(3) increase or decrease the contract price or estimated contract amount (including fee), as applicable, the level ofeffort, or the time required for contract performance; or
(4) change any of the terms, conditions or specifications of the contract.
(c) If, in the opinion of the Contractor, any technical instruction/technical direction letters calls for effort outside thescope of the contract or is inconsistent with this requirement, the Contractor shall notify the Procuring ContractingOfficer (NSWC Crane) in writing within ten (10) working days after the receipt of any such instruction. TheContractor shall not proceed with the work affected by the technical instruction/technical direction letter unless anduntil the Contractor is notified by the Procuring Contracting Officer (NSWC Crane) that the technicalinstruction/technical direction letter is within the scope of this contract.
(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion ofthe contractual work statement, which is not affected by the disputed technical instruction/technical direction letter.
CONFORMANCE WITH THE ENVIRONMENTAL MANAGEMENT SYSTEM
The Contractor shall perform work under this contract, at the installation or at the Contractor site, consistent withthe policy and objectives identified in the installation's Environmental Management System (EMS) and applicablerules and regulations provided to the contractor as Government Furnished Information (GFI). The Contractor shallperform work in a manner that conforms to objectives and targets, environmental programs and operational controlsidentified by the EMS. The Contractor shall provide monitoring and measurement information as required by theEMS coordinator (Environmental Protection Manager) to address environmental performance relative toenvironmental, energy, and transportation management goals.
In the event an EMS nonconformance or environmental noncompliance associated with the contracted services,tasks, or actions occurs, the Contractor shall be responsible for coordinating with the installation's EnvironmentalProtection office on proposed corrective and/or preventive actions and for completing all corrective/preventativeactions as required by the EMS coordinator or the Environmental Protection Office. In addition, the Contractorshall ensure its employees are aware of their roles and responsibilities under the EMS and Environmental laws andregulations, and how these EMS roles and responsibilities affect work performed under the contract.
The Contractor shall be responsible for ensuring their employees receive applicable environmental and occupationalhealth and safety training, and maintain regulatory required specific training for the type of work to be conducted. All Contractor personnel, and their subcontractor personnel, performing tasks that have the potential to cause anenvironmental impact shall be competent on the basis of appropriate education, training, or experience. Upon
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
73 of 86 FINAL
contract award, the Government will provide EMS Awareness and Environmental Awareness training on CD to theContractor. The Contractor shall provide the EMS coordinator with all training records required by the EMScoordinator or the Environmental Protection Office (including but not limited to EMS training, waste watertreatment certifications, asbestos certifications, etc.) for all Contractor personnel and subcontractor personnel within30 days prior to performance or at a time of contract award whichever comes first and annually thereafter. Theinstallation EMS Coordinator will retain associated records.
H20S INSURANCE - WORK ON A GOVERNMENT INSTALLATION
The following types of insurance are required in accordance with the clause entitled, Insurance - Work On AGovernment Installation (FAR 52.228-5), and shall be maintained in the minimum amounts shown:
(1) Comprehensive General Liability: $ per person and $ per accident for bodily injury.
(2) Automobile Insurance: $ per person and $ per accident for bodily injury and $ peraccident for property damage.
(3) Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment isinvolved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum amount of $
H30S LIMITATION OF LIABILITY - INCREMENTAL FUNDING (JUN 2004)
This task order is incrementally funded and the amount currently available for payment hereunder is limited to $ *inclusive of fee, profit and all other charges. The clause entitled, Limitation of Funds (FAR 52.232-22), applies.The Government is not obligated to reimburse the Contractor for costs incurred in excess of this amount unlessadditional funds are made available and are incorporated as a modification to this task order. *To be completed attime of task order award.
H81S TRAVEL COSTS AND RESPONSIBILITIES
(a) Performance under this task order may require travel by contractor personnel. If travel, domestic or overseas, isrequired, the Contractor shall be responsible for making all needed arrangements for his personnel. This includes,but is not limited to, medical examinations; immunizations; passports, visas, etc. and security clearances. If anywork will take place on a U.S. Navy vessel, the Contractor shall obtain boarding authorization for all contractorpersonnel from the Commanding Officer of the vessel. Authorization shall be obtained prior to boarding.
(b) The Government will reimburse the Contractor for allowable travel costs incurred by the Contractor inperformance of the task order in accordance with FAR subpart 31.2 or 31.3 as applicable.
H83S SERVICE CONTRACT ACT WAGE DETERMINATION (JUN 2004)
The applicable Service Contract Act Wage Determinations by the Secretary of Labor are provided as attachments inSection J.
HC25S ACCESS TO GOVERNMENT SITE (JUN 2004)
(a) Contractor personnel shall comply with all current badging and security procedures required to gain access to anyGovernment site. The Contractor shall ensure that Contractor personnel employed on any Government site becomefamiliar with and obey Activity regulations. Contractor personnel shall not enter restricted areas unless required todo so and until cleared for such entry. The Contractor shall request permission to interrupt any activity roads orutility services in writing a minimum of 15 calendar days prior to the date of interruption. Contractor personnelshall bear personal protective equipment in designated areas. All contractor equipment shall be conspicuouslymarked for identification.
The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations,Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements.
HG10S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (JUN 2004)
(a) Except as specified in subparagraph (b) below, no order, statement, or conduct of any Government personnel whovisit the Contractor's facilities or in any other manner communicates with Contractor personnel during the
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
74 of 86 FINAL
XXXXX XXXXX
XXXXX XXXXX XXXX
XXXXX
performance of this task order shall constitute a change under the Changes clause of this task order.
(b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issuedin writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part ofthis task order.
(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this taskorder and, notwithstanding provisions contained elsewhere in this task order, the said authority remains solely theContracting Officer's. In the event the contractor effects any change at the direction of any person other than theContracting Officer, the change will be considered to have been made without authority and no adjustment will bemade in the task order price to cover any increase in charges incurred as a result thereof.
HP10S OPTION TO EXTEND THE TERM OF THE TASK ORDER
This task order is renewable at the prices stated in Section B of the Contractor's proposal, at the option of theGovernment. The Contracting Officer shall give written notice of renewal to the Contractor by the first day of eachGovernment fiscal year or within 30 days after funds for that fiscal year become available, whichever date is the later;provided that the Contracting Officer shall have given preliminary notice of the Government's intention to renew atleast 30 days before this task order is to expire. Such a preliminary notice of intent to renew shall not be deemed tocommit the Government to renewals. If the Government exercises this option for renewal, the task order as renewedshall be deemed to include this option provision however, the total duration of this task order, including theexercise of any options under this clause, shall not exceed 24 months.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
75 of 86 FINAL
SECTION I CONTRACT CLAUSES
CLAUSES INCORPORATED BY REFERENCE
52 202-1 Definitions JUL 2004
52 203-3 Gratuities APR 1984
52 203-5 Covenant Against Contingent Fees APR 1984
52 203-6 Restrictions On Subcontractor Sales To The Government JUL 1995
52 203-7 Anti-Kickback Procedures JUL 1995
52 203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity JAN 1997
52 203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997
52 203-12 Limitation On Payments To Influence Certain Federal Transactions JUN 2003
52 204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000
52 209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JAN 2005
52 215-2 Audit and Records--Negotiation JUN 1999
52 215-8 Order of Precedence--Uniform Contract Format OCT 1997
52 215-9 Changes or Additions to Make-or-Buy Program OCT 1997
52 215-10 Price Reduction for Defective Cost or Pricing Data OCT 1997
52 215-12 Subcontractor Cost or Pricing Data OCT 1997
52 215-15 Pension Adjustments and Asset Reversions OCT 2004
52 215-17 Waiver of Facilities Capital Cost of Money OCT 1997
52 215-18 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other than Pensions OCT 1997
52 215-19 Notification of Ownership Changes OCT 1997
52 215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data--Modifications OCT 1997
52 216-7 Allowable Cost And Payment DEC 2002
52 216-8 Fixed Fee MAR 1997
52 219-8 Utilization of Small Business Concerns MAY 2004
52 219-14 Limitations On Subcontracting DEC 1996
52 222-3 Convict Labor JUN 2003
52 222-4 Contract Work Hours and Safety Standards Act - Overtime Compensation SEP 2000
52 222-21 Prohibition Of Segregated Facilities FEB 1999
52 222-26 Equal Opportunity APR 2002
52 222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001
52 222-36 Affirmative Action For Workers With Disabilities JUN 1998
52 222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001
52 223-5 Pollution Prevention and Right-to-Know Information AUG 2003
52 223-14 Toxic Chemical Release Reporting AUG 2003
52 226-1 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises JUN 2000
52 227-1 Authorization and Consent JUL 1995
52 227-2 Notice And Assistance Regarding Patent And Copyright Infringement AUG 1996
52 228-7 Insurance--Liability To Third Persons MAR 1996
52 230-2 Cost Accounting Standards APR 1998
52 232-9 Limitation On Withholding Of Payments APR 1984
52 232-20 Limitation Of Cost APR 1984
52 232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
76 of 86 FINAL
52 232-25 Prompt Payment OCT 2003
52 232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003
52 233-1 Disputes JUL 2002
52 233-3 Alt I Protest After Award (Aug 1996) - Alternate I JUN 1985
52 237-3 Continuity Of Services JAN 1991
52 242-1 Notice of Intent to Disallow Costs APR 1984
52 242-3 Penalties for Unallowable Costs MAY 2001
52 242-4 Certification of Final Indirect Costs JAN 1997
52 242-13 Bankruptcy JUL 1995
52 243-2 Alt I Changes--Cost-Reimbursement (Aug 1987) - Alternate I APR 1984
52 243-5 Changes and Changed Conditions APR 1984
52 244-2 Alt I Subcontracts (Aug 1998) - Alternate I MAR 2005
52 244-5 Competition In Subcontracting DEC 1996
52 244-6 Subcontracts for Commercial Items DEC 2004
52 245-5 Dev Government Property (Cost-Reimbursement, Time-and-Material, or Labor-Hour Contracts) Deviation MAY 2004
52 246-1 Contractor Inspection Requirements APR 1984
52 246-25 Limitation Of Liability--Services FEB 1997
52 248-1 Value Engineering FEB 2000
52 249-6 Termination (Cost Reimbursement) MAY 2004
52 249-14 Excusable Delays APR 1984
52 253-1 Computer Generated Forms JAN 1991
252 201-7000 Contracting Officer's Representative DEC 1991
252 203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies DEC 2004
252 203-7002 Display Of DOD Hotline Poster DEC 1991
252 204-7003 Control Of Government Personnel Work Product APR 1992
252 204-7004 Alt A Central Contractor Registration (52 204-7) Alternate A NOV 2003
252 205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991
252 209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country MAR 1998
252 215-7000 Pricing Adjustments DEC 1991
252 215-7002 Cost Estimating System Requirements OCT 1998
252 217-7027 Contract Definitization OCT 1998
252 219-7011 Notification to Delay Performance JUN 1998
252 225-7001 Buy American Act And Balance Of Payments Program JUN 2005
252 225-7002 Qualifying Country Sources As Subcontractors APR 2003
252 225-7004 Reporting of Contract Performance Outside the United States and Canada--Submission after Award JUN 2005
252 225-7012 Preference For Certain Domestic Commodities JUN 2004
252 225-7016 Restriction On Acquisition Of Ball and Roller Bearings JUN 2005
252 227-7013 Rights in Technical Data--Noncommercial Items NOV 1995
252 227-7014 Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation JUN 1995
252 227-7016 Rights in Bid or Proposal Information JUN 1995
252 227-7019 Validation of Asserted Restrictions--Computer Software JUN 1995
252 227-7027 Deferred Ordering Of Technical Data Or Computer Software APR 1988
252 227-7030 Technical Data--Withholding Of Payment MAR 2000
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
77 of 86 FINAL
252 227-7037 Validation of Restrictive Markings on Technical Data SEP 1999
252 231-7000 Supplemental Cost Principles DEC 1991
252 232-7003 Electronic Submission of Payment Requests JAN 2004
252 242-7004 Material Management And Accounting System DEC 2000
252 243-7002 Requests for Equitable Adjustment MAR 1998
252 244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) MAR 2000
252 247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000
CLAUSES INCORPORATED BY FULL TEXT
52 216-18 ORDERING (OCT 1995)
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated inthe Schedule Such orders may be issued from effective date of contract through 1825 from the effective contract award date
(b) All delivery orders or task orders are subject to the terms and conditions of this contract In the event of conflict between a delivery order or task order and thiscontract, the contract shall control
(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail Orders may be issued orally, by facsimile, or byelectronic commerce methods only if authorized in the Schedule
(End of clause)
52 216-19 ORDER LIMITATIONS (OCT 1995)
(a) Minimum order When the Government requires supplies or services covered by this contract in an amount of less than 50 hours, the Government is not obligated topurchase, nor is the Contractor obligated to furnish, those supplies or services under the contract
(b) Maximum order The Contractor is not obligated to honor:
(1) Any order for a single item in excess of hours;
(2) Any order for a combination of items in excess of hours; or
(3) A series of orders from the same ordering office within 15 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above
(c) If this is a requirements contract (i e , includes the Requirements clause at subsection 52 216-21 of the Federal Acquisition Regulation (FAR)), the Government is notrequired to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above
(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (ororders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and thereasons Upon receiving this notice, the Government may acquire the supplies or services from another source
(End of clause)
52 216-22 INDEFINITE QUANTITY (OCT 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule The quantities of supplies and servicesspecified in the Schedule are estimates only and are not purchased by this contract
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause The Contractor shall furnish to the Government,when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum" The Governmentshall order at least the quantity of supplies or services designated in the Schedule as the "minimum"
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued TheGovernment may issue orders requiring delivery to multiple destinations or performance at multiple locations
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in theorder The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completedduring the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after delivery of the last delivery orderissued under this contract
(End of clause)
52 219-18 NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS (JUN 2003)
(a) Offers are solicited only from small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program andwhich meet the following criteria at the time of submission of offer--
(1) The Offeror is in conformance with the 8(a) support limitation set forth in its approved business plan; and
(2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or any remedial action directed by the SBA
(b) By submission of its offer, the Offeror represents that it meets all of the criteria set forth in paragraph (a) of this clause
(c) Any award resulting from this solicitation will be made to the Small Business Administration, which will subcontract performance to the successful 8(a) offerorselected through the evaluation criteria set forth in this solicitation
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
78 of 86 FINAL
XXX
XXX
(d)(1) Agreement A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced bysmall business concerns in the United States or its outlying areas If this procurement is processed under simplified acquisition procedures and the total amount of thiscontract does not exceed $ a small business concern may furnish the product of any domestic firm This paragraph does not apply to construction or servicecontracts
(2) The (insert name of SBA's contractor) will notify the (insert name of contracting agency Contracting Officer) in writing immediately upon entering an agreement (eitheroral or written) to transfer all or part of its stock or other ownership interest to any other party
(End of clause)
52 222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)
(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed 1000 hours or the overtime premium is paid for work --
(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional productionbottlenecks of a sporadic nature;
(2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection,operation of utilities, or accounting;
(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or afloat that are continuousin nature and cannot reasonably be interrupted or completed otherwise; or
(4) That will result in lower overall costs to the Government
(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall--
(1) Identify the work unit; e g , department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affectedunit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime;
(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;
(3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identificationof each affected contract; and
(4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel
* Insert either "zero" or the dollar amount agreed to during negotiations The inserted figure does not apply to the exceptions in paragraph (a)(1) through (a)(4) of theclause
(End of clause)
52 222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes ofservice employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agencysubject to the provisions of 5 U S C 5341 or 5332
THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION
Employee ClassMonetary Wage-Fringe Benefits
E m p l o y e e C l a s s M o n e t a r y W a g e – F r i n g e B e n e f i t s S e n i o r E l e c t r o n i c T e c h n i c i a n , G S - 1 2 $ 7 7 . 1 8Sr. Eng. Tech GS- $77.18 Draftsman, GS-9 $62.73 Admin Assistant, GS-7 $50.37
(End of clause)
52 232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
Funds are not presently available for performance under this contract beyond ( ) The Government's obligation for performance of this contract beyond that date iscontingent upon the availability of appropriated funds from which payment for contract purposes can be made No legal liability on the part of the Government for anypayment may arise for performance under this contract beyond ( ), until funds are made available to the Contracting Officer for performance and until the Contractorreceives notice of availability, to be confirmed in writing by the Contracting Officer
(End of clause)
52 232-22 LIMITATION OF FUNDS (APR 1984)
(a) The parties estimate that performance of this contract will not cost the Government more than (1) the estimated cost specified in the Schedule or, (2) if this is acost-sharing contract, the Government's share of the estimated cost specified in the Schedule The Contractor agrees to use its best efforts to perform the work specified inthe Schedule and all obligations under this contract within the estimated cost, which, if this is a cost-sharing contract, includes both the Government's and theContractor's share of the cost
(b) The Schedule specifies the amount presently available for payment by the Government and allotted to this contract, the items covered, the Government's share of thecost if this is a cost-sharing contract, and the period of performance it is estimated the allotted amount will cover The parties contemplate that the Government will allotadditional funds incrementally to the contract up to the full estimated cost to the Government specified in the Schedule, exclusive of any fee The Contractor agrees toperform, or have performed, work on the contract up to the point at which the total amount paid and payable by the Government under the contract approximates but doesnot exceed the total amount actually allotted by the Government to the contract
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
79 of 86 FINAL
XXX
(c) The Contractor shall notify the Contracting Officer in writing whenever it has reason to believe that the costs it expects to incur under this contract in the next 60days, when added to all costs previously incurred, will exceed 75 percent of (1) the total amount so far allotted to the contract by the Government or, (2) if this is acost-sharing contract, the amount then allotted to the contract by the Government plus the Contractor's corresponding share The notice shall state the estimated amountof additional funds required to continue performance for the period specified in the Schedule
(d) Sixty days before the end of the period specified in the Schedule, the Contractor shall notify the Contracting Officer in writing of the estimated amount of additionalfunds, if any, required to continue timely performance under the contract or for any further period specified in the Schedule or otherwise agreed upon, and when the fundswill be required
(e) If, after notification, additional funds are not allotted by the end of the period specified in the Schedule or another agreed-upon date, upon the Contractor's writtenrequest the Contracting Officer will terminate this contract on that date in accordance with the provisions of the Termination clause of this contract If the Contractorestimates that the funds available will allow it to continue to discharge its obligations beyond that date, it may specify a later date in its request, and the ContractingOfficer may terminate this contract on that later date
(f) Except as required by other provisions of this contract, specifically citing and stated to be an exception to this clause--
(1) The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted by the Government to this contract; and
(2) The Contractor is not obligated to continue performance under this contract (including actions under the Termination clause of this contract) or otherwise incur costsin excess of (i) the amount then allotted to the contract by the Government or, (ii) if this is a cost-sharing contract, the amount then allotted by the Government to thecontract plus the Contractor's corresponding share, until the Contracting Officer notifies the Contractor in writing that the amount allotted by the Government has beenincreased and specifies an increased amount, which shall then constitute the total amount allotted by the Government to this contract
(g) The estimated cost shall be increased to the extent that (1) the amount allotted by the Government or, (2) if this is a cost-sharing contract, the amount then allotted bythe Government to the contract plus the Contractor's corresponding share, exceeds the estimated cost specified in the Schedule If this is a cost-sharing contract, theincrease shall be allocated in accordance with the formula specified in the Schedule
(h) No notice, communication, or representation in any form other than that specified in subparagraph (f)(2) above, or from any person other than the Contracting Officer,shall affect the amount allotted by the Government to this contract In the absence of the specified notice, the Government is not obligated to reimburse the Contractor forany costs in excess of the total amount allotted by the Government to this contract, whether incurred during the course of the contract or as a result of termination
(i) When and to the extent that the amount allotted by the Government to the contract is increased, any costs the Contractor incurs before the increase that are in excess of(1) the amount previously allotted by the Government or, (2) if this is a cost-sharing contract, the amount previously allotted by the Government to the contract plus theContractor's corresponding share, shall be allowable to the same extent as if incurred afterward, unless the Contracting Officer issues a termination or other notice anddirects that the increase is solely to cover termination or other specified expenses
(j) Change orders shall not be considered an authorization to exceed the amount allotted by the Government specified in the Schedule, unless they contain a statementincreasing the amount allotted
(k) Nothing in this clause shall affect the right of the Government to terminate this contract If this contract is terminated, the Government and the Contractor shallnegotiate an equitable distribution of all property produced or purchased under the contract, based upon the share of costs incurred by each
(l) If the Government does not allot sufficient funds to allow completion of the work, the Contractor is entitled to a percentage of the fee specified in the Scheduleequalling the percentage of completion of the work contemplated by this contract
(End of clause)
52 233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
United States law will apply to resolve any claim of breach of this contract
(End of clause)
52 252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text Upon request, the Contracting Officer willmake their full text available Also, the full text of a clause may be accessed electronically at this/these address(es):
www arnet gov
(End of clause)
52 252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the clause
(End of clause)
252 219-7009 SECTION 8(A) DIRECT AWARD (MAR 2002)
(a) This contract is issued as a direct award between the contracting office and the 8(a) Contractor pursuant to the Partnership Agreement dated February 1, 2002, betweenthe Small Business Administration (SBA) and the Department of Defense Accordingly, the SBA, even if not identified in Section A of this contract, is the primecontractor and retains responsibility for 8(a) certification, for 8(a) eligibility determinations and related issues, and for providing counseling and assistance to the 8(a)Contractor under the 8(a) Program The cognizant SBA district office is:
(To be completed by the Contracting Officer at the time of award)
(b) The contracting office is responsible for administering the contract and for taking any action on behalf of the Government under the terms and conditions of thecontract; provided that the contracting office shall give advance notice to the SBA before it issues a final notice terminating performance, either in whole or in part, underthe contract The contracting office also shall coordinate with the SBA prior to processing any novation agreement The contracting office may assign contractadministration functions to a contract administration office
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
80 of 86 FINAL
(c) The Contractor agrees that--
(1) It will notify the Contracting Officer, simultaneous with its notification to the SBA (as required by SBA's 8(a) regulations at 13 CFR 124 308), when the owner orowners upon whom 8(a) eligibility is based plan to relinquish ownership or control of the concern Consistent with Section 407 of Pub L 100-656, transfer of ownershipor control shall result in termination of the contract for convenience, unless the SBA waives the requirement for termination prior to the actual relinquishing of ownershipand control; and
(2) It will not subcontract the performance of any of the requirements of this contract without the prior written approval of the SBA and the Contracting Officer
(End of Clause)
252 219-7010 ALTERNATE A (JUN 1998)
(a) Offers are solicited only from small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program andwhich meet the following criteria at the time of submission of offer--
(1) The Offeror is in conformance with the 8(a) limitation set forth in its approved business plan; and
(2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or any remedial action directed by the SBA
(b) By submission of its offer, the Offeror represents that it meets all of the criteria set forth in paragraph (a) of this clause
(c) Any award resulting from this solicitation will be made directly by the Contracting Officer to the successful 8(a) offeror selected through the evaluation criteria set forthin this solicitation
(d)(1) Agreement A small business concern submitting an offer in its own name agrees to furnish, in performing the contract, only end items manufactured or produced bysmall business concerns in the United States The term "United States" includes its territories and possessions, the Commonwealth of Puerto Rico, the trust territory ofthe Pacific Islands, and the District of Columbia If this procurement is processed under simplified acquisition procedures and the total amount of this contract does notexceed $ a small business concern may furnish the product of any domestic firm This subparagraph does not apply in connection with construction or servicecontracts
(2) The [insert name of SBA's contractor] will notify the [insert name of contracting agency] Contracting Officer in writing immediately upon entering anagreement (either oral or written) to transfer all or part of its stock or other ownership interest to any other party
(End of clause)
The following clauses are incorporated by full text:
CONTRACTOR PERSONNEL AUTHORIZED TO ACCOMPANY U.S. ARMED FORCES DEPLOYED OUTSIDE THE UNITED STATES (JUL 2009)
(a) Definitions. As used in this clause—
“Combatant Commander” means the commander of a unified or specified combatant command established in accordance with 10 U.S.C. 161.“Designated operational area” means a geographic area designated by the combatant commander or subordinate joint force commander for theconduct or support of specified military operations.
“Law of war” means that part of international law that regulates the conduct of armed hostilities. The law of war encompasses all international lawfor the conduct of hostilities binding on the United States or its individual citizens, including treaties and international agreements to which theUnited States is a party, and applicable customary international law.
“Subordinate joint force commander” means a sub-unified commander or joint task force commander.
(b) General.
(1) This clause applies when Contractor personnel are authorized to accompany U.S. Armed Forces deployed outside the United States in—
(i) Contingency operations;
(ii) Humanitarian or peacekeeping operations; or
(iii) Other military operations or military exercises, when designated by the Combatant Commander.
(2) Contract performance in support of U.S. Armed Forces deployed outside the United States may require work in dangerous or austereconditions. Except as otherwise provided in the contract, the Contractor accepts the risks associated with required contract performance in suchoperations.
(3) Contractor personnel are civilians accompanying the U.S. Armed Forces.
(i) Except as provided in paragraph (b)(3)(ii) of this clause, Contractor personnel are only authorized to use deadly force in self-defense.
(ii) Contractor personnel performing security functions are also authorized to use deadly force when such force reasonably appears necessary toexecute their security mission to protect assets/persons, consistent with the terms and conditions contained in their contract or with their jobdescription and terms of employment.
(iii) Unless immune from host nation jurisdiction by virtue of an international agreement or international law, inappropriate use of force bycontractor personnel authorized to accompany the U.S. Armed Forces can subject such personnel to United States or host nation prosecution andcivil liability (see paragraphs (d) and (j)(3) of this clause).
(4) Service performed by Contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106 note.
(c) Support.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
81 of 86 FINAL
XXX
(1)(i) The Combatant Commander will develop a security plan for protection of Contractor personnel in locations where there is not sufficient orlegitimate civil authority, when the Combatant Commander decides it is in the interests of the Government to provide security because—
(A) The Contractor cannot obtain effective security services;
(B) Effective security services are unavailable at a reasonable cost; or
(C) Threat conditions necessitate security through military means.
(ii) The Contracting Officer shall include in the contract the level of protection to be provided to Contractor personnel.
(iii) In appropriate cases, the Combatant Commander may provide security through military means, commensurate with the level of securityprovided DoD civilians.
(2)(i) Generally, all Contractor personnel authorized to accompany the U.S. Armed Forces in the designated operational area are authorized toreceive resuscitative care, stabilization, hospitalization at level III military treatment facilities, and assistance with patient movement inemergencies where loss of life, limb, or eyesight could occur. Hospitalization will be limited to stabilization and short-term medical treatment withan emphasis on return to duty or placement in the patient movement system.
(ii) When the Government provides medical treatment or transportation of Contractor personnel to a selected civilian facility, the Contractor shallensure that the Government is reimbursed for any costs associated with such treatment or transportation.
(iii) Medical or dental care beyond this standard is not authorized unless specified elsewhere in this contract.
(3) Unless specified elsewhere in this contract, the Contractor is responsible for all other support required for its personnel engaged in thedesignated operational area under this contract.
(4) Contractor personnel must have a letter of authorization issued by the Contracting Officer in order to process through a deployment center or totravel to, from, or within the designated operational area. The letter of authorization also will identify any additional authorizations, privileges, orGovernment support that Contractor personnel are entitled to under this contract.
(d) Compliance with laws and regulations.
(1) The Contractor shall comply with, and shall ensure that its personnel authorized to accompany U.S. Armed Forces deployed outside the UnitedStates as specified in paragraph
(b)(1) of this clause are familiar with and comply with, all applicable—
(i) United States, host country, and third country national laws;
(ii) Provisions of the law of war, as well as any other applicable treaties and international agreements;
(iii) United States regulations, directives, instructions, policies, and procedures; and
(iv) Orders, directives, and instructions issued by the Combatant Commander, including those relating to force protection, security, health, safety,or relations and interaction with local nationals.
(2) The Contractor shall institute and implement an effective program to prevent violations of the law of war by its employees and subcontractors,including law of war training in accordance with paragraph (e)(1)(vii) of this clause.
(e) Pre-deployment requirements.
(1) The Contractor shall ensure that the following requirements are met prior to deploying personnel authorized to accompany U.S. Armed Forces.Specific requirements for each category may be specified in the statement of work or elsewhere in the contract.
(i) All required security and background checks are complete and acceptable.
(ii) All deploying personnel meet the minimum medical screening requirements and have received all required immunizations as specified in thecontract. The Government will provide, at no cost to the Contractor, any theater-specific immunizations and/or medications not available to thegeneral public.
(iii) Deploying personnel have all necessary passports, visas, and other documents required to enter and exit a designated operational area andhave a Geneva Conventions identification card, or other appropriate DoD identity credential, from the deployment center. Any Common AccessCard issued to deploying personnel shall contain the access permissions allowed by the letter of authorization issued in accordance withparagraph (c)(4) of this clause.
(iv) Special area, country, and theater clearance is obtained for personnel. Clearance requirements are in DoD Directive 4500.54, OfficialTemporary Duty Abroad, and DoD 4500.54-G, DoD Foreign Clearance Guide. Contractor personnel are considered non-DoD personnel travelingunder DoD sponsorship.
(v) All personnel have received personal security training. At a minimum, the training shall—
(A) Cover safety and security issues facing employees overseas;
(B) Identify safety and security contingency planning activities; and
(C) Identify ways to utilize safety and security personnel and other resources appropriately.
(vi) All personnel have received isolated personnel training, if specified in the contract, in accordance with DoD Instruction 1300.23, Isolated
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
82 of 86 FINAL
Personnel Training for DoD Civilian and Contractors.
(vii) Personnel have received law of war training as follows:
(A) Basic training is required for all Contractor personnel authorized to accompany U.S. Armed Forces deployed outside the United States. Thebasic training will be provided through—
(1) A military-run training center; or
(2) A web-based source, if specified in the contract or approved by the Contracting Officer.
(B) Advanced training, commensurate with their duties and responsibilities, may be required for some Contractor personnel as specified in thecontract.
(2) The Contractor shall notify all personnel who are not a host country national, or who are not ordinarily resident in the host country, that—
(i) Such employees, and dependents residing with such employees, who engage in conduct outside the United States that would constitute anoffense punishable by imprisonment for more than one year if the conduct had been engaged in within the special maritime and territorialjurisdiction of the United States, may potentially be subject to the criminal jurisdiction of the United States in accordance with the MilitaryExtraterritorial Jurisdiction Act of 2000 (18 U.S.C. 3621, et seq.);
(ii) Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal jurisdiction also extends to conduct that is determined to constitute a warcrime when committed by a civilian national of the United States;
(iii) Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of U.S. diplomatic, consular, military or otherU.S. Government missions outside the United States (18 U.S.C. 7(9));
and
(iv) In time of declared war or a contingency operation, Contractor personnel authorized to accompany U.S. Armed Forces in the field are subjectto the jurisdiction of the Uniform Code of Military Justice under 10 U.S.C. 802(a)(10).
(f) Processing and departure points. Deployed Contractor personnel shall—
(1) Process through the deployment center designated in the contract, or as otherwise directed by the Contracting Officer, prior to deploying. Thedeployment center will conduct deployment processing to ensure visibility and accountability of Contractor personnel and to ensure that alldeployment requirements are met, including the requirements specified in paragraph (e)(1) of this clause;
(2) Use the point of departure and transportation mode directed by the Contracting Officer; and
(3) Process through a Joint Reception Center (JRC) upon arrival at the deployed location. The JRC will validate personnel accountability, ensurethat specific designated operational area entrance requirements are met, and brief Contractor personnel on theater-specific policies andprocedures.
(g) Personnel data.
(1) The Contractor shall enter before deployment and maintain data for all Contractor personnel that are authorized to accompany U.S. ArmedForces deployed outside the United States as specified in paragraph (b)(1) of this clause. The Contractor shall use the SynchronizedPredeployment and Operational Tracker (SPOT) web-based system, at http://www.dod.mil/bta/products/spot.html , to enter and maintain the data.
(2) The Contractor shall ensure that all employees in the database have a current DD Form 93, Record of Emergency Data Card, on file with boththe Contractor and the designated Government official. The Contracting Officer will inform the Contractor of the Government official designatedto receive this data card.
(h) Contractor personnel.
(1) The Contracting Officer may direct the Contractor, at its own expense, to remove and replace any Contractor personnel who jeopardize orinterfere with mission accomplishment or who fail to comply with or violate applicable requirements of this contract. Such action may be taken atthe Government’s discretion without prejudice to its rights under any other provision of this contract, including the Termination for Default clause.
(2) The Contractor shall have a plan on file showing how the Contractor would replace employees who are unavailable for deployment or whoneed to be replaced during deployment. The Contractor shall keep this plan current and shall provide a copy to the Contracting Officer uponrequest. The plan shall—
(i) Identify all personnel who are subject to military mobilization;
(ii) Detail how the position would be filled if the individual were mobilized; and
(iii) Identify all personnel who occupy a position that the Contracting Officer has designated as mission essential.
(3) Contractor personnel shall report to the Combatant Commander or a designee, or through other channels such as the military police, a judgeadvocate, or an inspector general, any suspected or alleged conduct for which there is credible information that such conduct—
(i) Constitutes violation of the law of war; or
(ii) Occurred during any other military operations and would constitute a violation of the law of war if it occurred during an armed conflict.
(i) Military clothing and protective equipment.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
83 of 86 FINAL
(1) Contractor personnel are prohibited from wearing military clothing unless specifically authorized in writing by the Combatant Commander. Ifauthorized to wear military clothing,
Contractor personnel must—
(i) Wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable from military personnel, consistent with forceprotection measures; and
(ii) Carry the written authorization with them at all times.
(2) Contractor personnel may wear military-unique organizational clothing and individual equipment (OCIE) required for safety and security, suchas ballistic, nuclear, biological, or chemical protective equipment.
(3) The deployment center, or the Combatant Commander, shall issue OCIE and shall provide training, if necessary, to ensure the safety andsecurity of Contractor personnel.
(4) The Contractor shall ensure that all issued OCIE is returned to the point of issue, unless otherwise directed by the Contracting Officer.
(j) Weapons.
(1) If the Contractor requests that its personnel performing in the designated operational area be authorized to carry weapons, the request shall bemade through the Contracting Officer to the Combatant Commander, in accordance with DoD Instruction 3020.41, paragraph 6.3.4.1 or, if thecontract is for security services, paragraph 6.3.5.3. The Combatant Commander will determine whether to authorize in-theater Contractorpersonnel to carry weapons and what weapons and ammunition will be allowed.
(2) If the Contracting Officer, subject to the approval of the Combatant Commander, authorizes the carrying of weapons—
(i) The Contracting Officer may authorize the Contractor to issue Contractor-owned weapons and ammunition to specified employees; or
(ii) The [Contracting Officer to specify the appropriate individual, e.g., Contracting Officer’s Representative, Regional Security Officer] may issueGovernment-furnished weapons and ammunition to the Contractor for issuance to specified Contractor employees.
(3) The Contractor shall ensure that its personnel who are authorized to carry weapons—
(i) Are adequately trained to carry and use them—
(A) Safely;
(B) With full understanding of, and adherence to, the rules of the use of force issued by the Combatant Commander; and
(C) In compliance with applicable agency policies, agreements, rules, regulations, and other applicable law;
(ii) Are not barred from possession of a firearm by 18 U.S.C. 922; and
(iii) Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use, safety, and accountability of weapons andammunition.
(4) Whether or not weapons are Government-furnished, all liability for the use of any weapon by Contractor personnel rests solely with theContractor and the Contractor employee using such weapon.
(5) Upon redeployment or revocation by the Combatant Commander of the Contractor’s authorization to issue firearms, the Contractor shall ensurethat all Government-issued weapons and unexpended ammunition are returned as directed by the Contracting Officer.
(k) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or equipment necessary toperform the contract in the designated operational area.
(l) Purchase of scarce goods and services. If the Combatant Commander has established an organization for the designated operational areawhose function is to determine that certain items are scarce goods or services, the Contractor shall coordinate with that organization localpurchases of goods and services designated as scarce, in accordance with instructions provided by the Contracting Officer.
(m) Evacuation.
(1) If the Combatant Commander orders a mandatory evacuation of some or all personnel, the Government will provide assistance, to the extentavailable, to United States and third country national Contractor personnel.
(2) In the event of a non-mandatory evacuation order, unless authorized in writing by the Contracting Officer, the Contractor shall maintainpersonnel on location sufficient to meet obligations under this contract.
(n) Next of kin notification and personnel recovery.
(1) The Contractor shall be responsible for notification of the employee-designated next of kin in the event an employee dies, requires evacuationdue to an injury, or is isolated, missing, detained, captured, or abducted.
(2) In the case of isolated, missing, detained, captured, or abducted Contractor personnel, the Government will assist in personnel recovery actionsin accordance with DoD Directive 3002.01E, Personnel Recovery in the Department of Defense.
(o) Mortuary affairs. Mortuary affairs for Contractor personnel who die while accompanying the U.S. Armed Forces will be handled in accordancewith DoD Directive 1300.22, Mortuary Affairs Policy.
(p) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting Officer may, at any time, by
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
84 of 86 FINAL
written order identified as a change order, make changes in the place of performance or Government-furnished facilities, equipment, material,services, or site.
Any change order issued in accordance with this paragraph (p) shall be subject to the provisions of the Changes clause of this contract.
(q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all subcontracts when subcontractorpersonnel are authorized to accompany U.S. Armed Forces deployed outside the United States in—
(1) Contingency operations;
(2) Humanitarian or peacekeeping operations; or
(3) Other military operations or military exercises, when designated by the Combatant Commander.
52.228-3 Workers' Compensation Insurance (Defense Base Act) (APR 1984)
The Contractor shall (a) provide, before commencing performance under this contract, such workers' compensation insurance or security as theDefense Base Act (42 U.S.C. 1651 et seq.) requires and (b) continue to maintain it until performance is completed. The Contractor shall insert, inall subcontracts under this contract to which the Defense Base Act applies, a clause similar to this clause (including this sentence) imposing uponthose subcontractors this requirement to comply with the Defense Base Act.
252.222-7999 ADDITIONAL REQUIREMENTS AND RESPONSIBILITIES RESTRICTING THE USE OF MANDATORY ARBITRATION AGREEMENTS(DEVIATION) (FEB 2010) (a) Definitions. “Covered subcontract,” as used in this clause, means any subcontract, except a subcontract for the acquisition of commercial items orcommercially available off-the-shelf items, that is in excess of $l million and uses Fiscal Year 2010 funds. (b) The Contractor-
(1) Agrees not to-
(i) Enter into any agreement with any of its employees or independent contractors that requires, as a condition of employment,that the employee or independent contractor agree to resolve through arbitration any claim under title VII of the Civil Rights Act of 1964 or anytort related to or arising out of sexual assault or harassment, including assault and battery, intentional infliction of emotional distress, falseimprisonment, or negligent hiring, supervision, or retention; or
(ii) Take any action to enforce any provision of an existing agreement with an employee or independent contractor that mandates
that the employee or independent contractor resolve through arbitration any claim under title VII of the Civil Rights Act of 1964 or any tort relatedto or arising out of sexual assault or harassment, including assault and battery, intentional infliction of emotional distress, false imprisonment, ornegligent hiring, supervision, or retention; and
(2) Certifies, by signature of the contract, for contracts awarded after June 17, 2010, that it requires each covered subcontractor to agreenot to enter into, and not to take any action to enforce any provision of any agreements, as described in paragraph (b)(1) of this clause, withrespect to any employee or independent contractor performing work related to such subcontract. (c) The prohibitions of this clause do not apply with respect to a Contractor's or subcontractor’s agreements with employees or independentcontractors that may not be enforced in a court of the United States. (d) The Secretary of Defense may waive the applicability of the restrictions of paragraph (b) to the Contractor or a particular subcontractor for thepurposes of the contract or a particular subcontract if the Secretary or the Deputy Secretary personally determines that the waiver is necessary toavoid harm to national security interests of the United States, and that the term of the contract or subcontract is not longer than necessary to avoidsuch harm. This determination will be made public not less than 15 business days before the contract or subcontract addressed in thedetermination may be awarded.
52 222-41 Service Contract Act (1965)
52.244-2(d)
If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer's written consent before placing the followingsubcontracts:
Any subcontract exceeding the Simplified Acquisition Threshold ($ inclusive of labor, fees, and ODC's (both travel and material), not previously included inthe Prime Contractor's original proposal
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
85 of 86 FINAL
XXXXX
SECTION J LIST OF ATTACHMENTS
Exhibit AY2
Exhibit CY2
Exhibit BY2
Exhibit DY2
Exhibit CY3
AY3 SOW for Distance Support
Attachment 6 - CDRL B011
Attachment 7 - DOL Wage Determination 2005-2183 Rev 7
Attachment 8 - CFC FRAGO 09-1038 Contractor Care in the USCENTCOM AOR
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC06 AMENDMENT/MODIFICATION NO.
63 PAGE
86 of 86 FINAL