2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
50 24-Sep-2015 1300501851-0003 N/A6. ISSUED BY CODE N00039 7. ADMINISTERED BY (If other than Item 6) CODE S3605A
SPAWAR HQ
4301 Pacific Highway
San Diego CA 92110
@navy.mil 407-380-4054
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-NS02
10B. DATED (SEE ITEM 13)
CAGECODE
03WZ3 FACILITY CODE 01-Aug-2010
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of thisamendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitationand this amendment, and is received prior to the opening hour and date specified.12. ACCOUNTING AND APPROPRIATION DATA (If required)
SEE SECTION G
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.
[ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation
date, etc )SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
[ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
[X] D. OTHER (Specify type of modification and authority)FAR 52.232-22 Limitation of Funds
E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office.14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible )
SEE PAGE 2
15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
, Contracting Officer
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 25-Sep-2015
(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
XXXXXXX
XXXXXXX
XXXXXX
GENERAL INFORMATION
The purpose of this modification is deobligate funds that are expiring for payment from the Task Order. Thecontractor confirmed with the ACO that they agree to these funds being deobligated.
1. FY2010 OMN funds in the amount following amounts are delobligated from the task order:
is deobligated from CLIN 4000/SLIN 400002; is deobligated from CLIN 4000/SLIN400003; is deobligated from CLIN 4000/SLIN 40007; and is deobligated from CLIN6000/SLIN 60001.
2. Clause B-4 Allotment of Funds has been updated to reflect the revised cost and fee.
This document provides funding for a severable service contract that crosses fiscal years in compliance with 10U.S.C. 2410(a). A conformed copy of this task Order is attached to this modification for informational purposesonly.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
2 of 2 FINAL
XXXXXXXXXX
XXXXXXXX
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES
For Cost Type Items:
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
4000 R408 Base Year Labor (O&MN,N) 1.0 LO
400001 R408 ACRN AA - Incremental Funding
(O&MN,N)
400002 R408 ACRN AB - Incremental Funding
(O&MN,N)
400003 R408 ACRN AC - Incremental Funding
(O&MN,N)
400004 R408 ACRN AD - Incremental Funding
(O&MN,N)
400005 R408 ACRN AE - Incremental Funding
(O&MN,N)
400006 R408 ACRN AF - Incremental Funding
(O&MN,N)
400007 R408 ACRN AJ - Incremental Funding
(O&MN,N)
400008 R408 ACRN AK - Incremental Funding
(O&MN,N)
400009 R408 ACRN AL - Incremental Funding
(O&MN,N)
400010 R408 ACRN AN - Incremental Funding
(O&MN,N)
400011 R408 ACRN AP - Incremental Funding
(O&MN,N)
400012 R408 ACRN AQ - Incremental Funding
(O&MN,N)
400013 R408 ACRN AR - Incremental Funding
(O&MN,N)
400014 R408 ACRN AS - Incremental Funding
(O&MN,N)
4100 R408 Option Period 1 (O&MN,N) 1.0 LO
410001 R408 ACRN AT - Incremental Funding
(O&MN,N)
410002 R408 ACRN AU - Incremental Funding
(O&MN,N)
410003 R408 ACRN AV - Incremental Funding
(O&MN,N)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
1 of 61 FINAL
XXXXXXXXX
XXXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
410004 R408 ACRN AV - Incremental Funding
(O&MN,N)
410005 R408 ACRN AW - Incremental Funding
(O&MN,N)
410006 R408 ACRN AX - Incremental Funding
(O&MN,N)
410007 R408 ACRN AY - Incremental Funding
(O&MN,N)
410008 R408 ACRN AZ - Incremental Funding
(O&MN,N)
410009 R408 ACRN BA - Incremental Funding
(O&MN,N)
410010 R408 ACRN BB - Incremental Funding
(O&MN,N)
410011 R408 ACRN BC - Incremental Funding
(O&MN,N)
410012 R408 ACRN BD - Incremental Funding
(O&MN,N)
410013 R408 ACRN BE - Incremental Funding
(O&MN,N)
410014 R408 ACRN AY - Incremental Funding
(O&MN,N)
410015 R408 ACRN BH - Incremental Funding
(O&MN,N)
410016 R408 ACRN BJ - Incremental Funding
(O&MN,N)
410017 R408 ACRN BT - Incremental Funding
(O&MN,N)
410018 R408 ACRN BU - Incremental Funding
(O&MN,N)
4200 R408 Option Period 2 (O&MN,N) 1.0 LO
420001 R408 ACRN BU - Incremental Funding
(O&MN,N)
420002 R408 ACRN BW - Incremental Funding
(O&MN,N)
420003 R408 ACRN BX - Incremental Funding
(O&MN,N)
420004 R408 ACRN CC - Incremental Funding
(O&MN,N)
420005 R408 ACRN CD - Incremental Funding
(O&MN,N)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
2 of 61 FINAL
XXXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
420006 R408 ACRN CH - Incremental Funding
(O&MN,N)
420007 R408 ACRN CJ - Incremental Funding
(O&MN,N)
420008 R408 ACRN CK - Incremental Funding
(O&MN,N)
420009 R408 ACRN CL - Incremental Funding
(O&MN,N)
420010 R408 ACRN CM - Incremental Funding
(O&MN,N)
420011 R408 ACRN CN - Incremental Funding
(O&MN,N)
420012 R408 ACRN CP - Incremental Funding
(O&MN,N)
420013 R408 ACRN CQ - Incremental Funding
(O&MN,N)
420014 R408 ACRN CR - Incremental Funding
(O&MN,N)
420015 R408 ACRN CS - Incremental Funding
(O&MN,N)
420016 R408 ACRN CT - Incremental Funding
(O&MN,N)
420017 R408 ACRN CU - Incremental Funding
(O&MN,N)
420018 R408 ACRN CV - Incremental Funding
(O&MN,N)
420019 R408 ACRN CX - Incremental Funding
(O&MN,N)
420020 R408 ACRN CZ - Incremental Funding
(O&MN,N)
420021 R408 ACRN DA - Incremental Funding
(O&MN,N)
420022 R408 ACRN DB - Incremental Funding
(O&MN,N)
420023 R408 ACRN DC - Incremental Funding
(O&MN,N)
420024 R408 ACRN DD - Incremental Funding
(O&MN,N)
420025 R408 ACRN DE - Incremental Funding
(O&MN,N)
420026 R408 ACRN DM - Incremental Funding
(O&MN,N)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
3 of 61 FINAL
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
420027 R408 ACRN DN - Incremental Funding
(O&MN,N)
420028 R408 ACRN DQ - Incremental Funding
(O&MN,N)
420029 R408 ACRN CZ - Incremental Funding
(O&MN,N)
4300 R408 Option Period 3 (O&MN,N) 1.0 LO
430001 R408 ACRN CZ - Incremental Funding
(O&MN,N)
430002 R408 ACRN CZ - Incremental Funding
(O&MN,N)
430003 R408 ACRN DR - Incremental Funding
(O&MN,N)
430004 R408 ACRN DR - Incremental Funding
(O&MN,N)
430005 R408 ACRN DR - Incremental Funding
(O&MN,N)
430006 R408 ACRN DW - Incremental Funding
(O&MN,N)
430007 R408 ACRN DX - Incremental Funding
(O&MN,N)
430008 R408 ACRN DY - Incremental Funding
(O&MN,N)
430009 R408 ACRN DZ - Incremental Funding
(O&MN,N)
4400 R408 Option Period 4 (O&MN,N) 1.0 LO
440001 R408 ACRN EB - Incremental Funding
(O&MN,N)
440002 R408 ACRN EC - Incremental Funding
(O&MN,N)
440003 R408 ACRN EC - Incremental Funding
(O&MN,N)
440004 R408 ACRN EC - Incremental Funding
(O&MN,N)
440005 R408 ACRN DY - Incremental Funding
(O&MN,N)
440006 R408 ACRN DZ - Incremental Funding
(O&MN,N)
440007 R408 ACRN ER - Incremental Funding
(O&MN,N)
440008 R408 ACRN ES - Incremental Funding
(O&MN,N)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
4 of 61 FINAL
XXXXXXXXX
XXXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
440009 R408 ACRN ET - Incremental Funding
(O&MN,N)
4500 R408 SCN Labor Funding (SCN) 1.0 LO
450001 R408 ACRN BF - Incremental Funding (SCN)
450002 R408 ACRN BG - Incremental Funding (SCN)
450003 R408 ACRN BK - Incremental Funding (SCN)
450004 R408 ACRN BL - Incremental Funding (SCN)
450005 R408 ACRN BN - Incremental Funding (SCN)
450006 R408 ACRN BP - Incremental Funding (SCN)
450007 R408 ACRN BQ - Incremental Funding (SCN)
450008 R408 ACRN BR - Incremental Funding (SCN)
450009 R408 ACRN BS - Incremental Funding (SCN)
450010 R408 ACRN BV - Incremental Funding (SCN)
450011 R408 ACRN CB - Incremental Funding (SCN)
450012 R408 ACRN CE - Incremental Funding (SCN)
450013 R408 ACRN CF - Incremental Funding (SCN)
450014 R408 ACRN CG - Incremental Funding (SCN)
450015 R408 ACRN DF - Incremental Funding (SCN)
450016 R408 ACRN DG - Incremental Funding (SCN)
450017 R408 ACRN DH - Incremental Funding (SCN)
450018 R408 ACRN DJ - Incremental Funding (SCN)
450019 R408 ACRN DL - Incremental Funding (SCN)
450020 R408 ACRN DS - Incremental Funding (SCN)
450021 R408 ACRN DT - Incremental Funding (SCN)
450022 R408 ACRN DU - Incremental Funding (SCN)
450023 R408 ACRN DV - Incremental Funding (SCN)
4600 R408 RDT&E Labor Funding (RDT&E) 1.0 LO $
460001 R408 ACRN CW - Incremental Funding (RDT&E)
460002 R408 ACRN CY - Incremental Funding (RDT&E)
4700 R408 Extension Labor Period (O&MN,N)
(O&MN,N)
1.0 LO
470001 R408 ACRN EW - Incremental Funding
(O&MN,N)
470002 R408 ACRN EX - Incremental Funding
(O&MN,N)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
5 of 61 FINAL
XXXXXXXX
XXXXXXXXXXXXX
XXXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
470003 R408 ACRN EY - Incremental Funding
(O&MN,N)
For ODC Items:
Item PSC Supplies/Services Qty Unit Est. Cost
6000 R408 Base Year ODC/Travel (O&MN,N) 1.0 LO $
600001 R408 ACRN AC - Incremental Funding (O&MN,N)
600002 R408 ACRN AG - Incremental Funding (O&MN,N)
600003 R408 ACRN AH - Incremental Funding (O&MN,N)
6005 R408 ODC/Travel - For new travel requirements (O&MN,N) 1.0 LO $
600501 R408 ACRN AM - Incremental Fund (O&MN,N)
6100 R408 Option Period 1 ODC/Travel (O&MN,N) 1.0 LO $
610001 R408 ACRN AT - Incremental Funding (O&MN,N)
610002 R408 ACRN AU - Incremental Funding (O&MN,N)
610003 R408 ACRN AV - Incremental Funding (O&MN,N)
610004 R408 ACRN AY - Incremental Funding (O&MN,N)
610005 R408 ACRN BJ - Incremental Funding (O&MN,N)
6200 R408 Option Period 2 ODC/Travel (O&MN,N) 1.0 LO
620001 R408 ACRN BY - Incremental Funding (O&MN,N)
620002 R408 Deleted (O&MN,N)
620003 R408 ACRN CA - Incremental Funding (O&MN,N)
620004 R408 ACRN CD - Incremental Funding (O&MN,N)
620005 R408 ACRN CH - Incremental Funding (O&MN,N)
620006 R408 ACRN CS - Incremental Funding (O&MN,N)
6300 R408 Option Period 3 ODC/Travel (O&MN,N) 1.0 LO $
630001 R408 ACRN CZ - Incremental Funding (O&MN,N)
630002 R408 ACRN DP - Incremental Funding (O&MN,N)
630003 R408 ACRN DX - Incremental Funding (O&MN,N)
630004 R408 ACRN DY - Incremental Funding (O&MN,N)
630005 R408 ACRN DZ - Incremental Funding (O&MN,N)
6400 R408 Option Period 4 ODC/Travel (O&MN,N) 1.0 LO $
640001 R408 ACRN EB - Incremental Funding (O&MN,N)
640002 R408 ACRN EC - Incremental Funding (O&MN,N)
640003 R408 ACRN DY - Incremental Funding (O&MN,N)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
6 of 61 FINAL
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost
640004 R408 ACRN DZ - Incremental Funding (O&MN,N)
640005 R408 ACRN ER - Incremental Funding (O&MN,N)
640006 R408 ACRN ET - Incremental Funding (O&MN,N)
640007 R408 ACRN EV - Incremental Funding (O&MN,N)
640008 R408 ACRN EY - Incremental Funding (O&MN,N)
6500 R408 Extension Period ODC/Travel (O&MN,N) (O&MN,N) 1.0 LO $
650001 R408 ACRN EY Incremental Funding (O&MN,N)
650002 R408 ACRN EY Incremental Funding (O&MN,N)
6501 R408 Extension Period Other Direct Cost (OPN) (OPN) 1.0 LO $
For Cost Type Items:
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
7000 R408 OPN Labor Funding (OPN) 1.0 LO $
7100 R408 SCN Labor Funding (SCN) 1.0 LO $
710001 R408 ACRN ED - Incremental Funding (SCN)
710002 R408 ACRN EE - Incremental Funding (SCN)
710003 R408 ACRN EF - Incremental Funding (SCN)
710004 R408 ACRN EG - Incremental Funding (SCN)
710005 R408 ACRN EH - Incremental Funding (SCN)
710006 R408 ACRN EJ - Incremental Funding (SCN)
710007 R408 ACRN EK - Incremental Funding (SCN)
710008 R408 ACRN EL - Incremental Funding (SCN)
710009 R408 ACRN EM - Incremental Funding (SCN)
710010 R408 ACRN EN - Incremental Funding (SCN)
710011 R408 ACRN EP - Incremental Funding (SCN)
710012 R408 ACRN EQ - Incremental Funding (SCN)
7200 R408 OPN Labor Funding(OPN) (OPN) 1.0 LO
720001 R408 ACRN EU - Incremental Funding (OPN)
7300 R408 OPN Labor Funding (OPN) 1.0 LO
730001 R408 ACRN EU Incremental Funding (OPN)
730002 R408 ACRN EU Incremental Funding (OPN)
B-1 ADDITIONAL SLINS
Additional SLINs will be unilaterally created by the Contracting Officer during performance of this Task Order to
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
7 of 61 FINAL
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXXX
XXXXXXX
XXXXXXXX
XXXXXXXX
accommodate the multiple types of funds that will be used under this Order.
B-2 OTHER DIRECT COSTS
The Government reserves the right to increase the Other Direct Costs CLINs to reflect increases for traveland other direct costs. Travel costs shall be reimbursed based on actual, reasonable costs in accordance withthe Joint Travel Regulations or with FAR 31.205-46. Travel and Other Direct Costs (ODCs) will be non-feebearing costs elements subjects to Material Handling and G&A rates only.
B-3 FEE DETERMINATION AND PAYMENT (LEVEL OF EFFORT)
(a) Total Estimated Hours.
The total number of hours of direct labor (including overtime and subcontract hours), but excluding holiday, sick
leave, vacation and other excused absence hours) estimated to be expended under this task order is 463,360 hours. The 463,360 direct labor hours include 0 hours of uncompensated overtime labor hours.
(b) Computation of Fee.
The fee per direct labor hour is computed by dividing the fixed fee amount shown in Section B by the number ofestimated hours.
(c) Modifications.
If the contracting officer determines, for any reason, to adjust the task order amount or the estimated total hoursset forth above, such adjustments shall be made by task order modification. Any additional hours will be feebearing, and the additional negotiated fee will be divided by the additional estimated hours to determine a new fee(applicable to the additional hours only). If the fee for these additional hours is different from that of theoriginal estimated hours, these hours shall be kept separate from the original estimated total hours.
The estimated cost of the task order may be increased by written modification, if required, due to cost overruns. This increase in cost is not fee bearing and no additional hours will be added.
(d) Payment of Fee.
The Government shall pay fixed fee to the contractor on each direct labor hour performed by the contractorat the rate of 7.95% per Prime labor dollar invoiced by the contractor. For work performed by thesubcontractor, the rate shall be the amount of the difference between the subcontractor pass through cap(8%) stated in Section H.10 B. of Contract No N00178-04-D-4146 and the approved M&S rate for the givencontractor fiscal year. All fee paid is subject to the contract's "Fixed Fee" clause, provided that the total of allsuch payments shall not exceed eighty-five percent (85%) of the fixed fee specified under the task order. Any balance of fixed fee shall be paid to the contractor, or any overpayment of fixed fee shall be repaid bythe contractor, at the time of final payment.
Nothing herein shall be construed to alter or waive any of the rights or obligations of either party pursuant to theFAR 52.232-20 “Limitation of Cost” or FAR 52.232-22 “Limitation of Funds” clauses, either of which isincorporated herein by reference.
NOTE: The fee shall be paid to the prime contractor at the per hour rate specified in this paragraph regardless ofwhether the contractor or subcontractor is performing the work.
B-4 ALLOTMENT OF FUNDS (JAN 1989) (5252.232-9200)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
8 of 61 FINAL
(a) This contract is incrementally funded with respect to both cost and fee.
(b) The amounts presently available and allotted to this contract for payment of fee, as provided in theSection I clause of this contract entitled “Fixed Fee”, are as follows:
ITEM(S) ALLOTTED TO FIXED FEE
4000 4100 4200 4300 4400 4500 4600 4700
7000 7100 7200 7300 $ (c) The amounts presently available and allotted to this contract for payment of cost, subject to the Section I“Limitation of Funds” clause, the items covered thereby and the period of performance which it is estimated theallotted amount will cover are as follows:
ITEM(S) ALLOTTED TO COST PERIOD OF PERFORMANCE
4000 08/01/10 - 09/30/104100 08/01/11 - 07/31/124200 08/01/12 - 07/31/134300 08/01/13 - 07/31/144400 08/01/14 - 07/31/154500 02/08/12 - 07/31/134600 02/08/12 - 02/07/134700 08/01/15 - 03/31/166000 08/01/10 - 09/30/116005 $ 12/01/10 - 11/30/116100 $ 08/01/11 - 07/31/126200 08/01/12 - 07/31/136300 $ 08/01/13 - 07/31/146400 $ 08/01/14 - 07/31/156500 08/01/15 - 03/31/166501 $ 08/01/15 - 03/31/167000 04/11/14 - 04/10/157100 08/01/14 - 07/31/157200 01/15/15 - 07/31/15
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
9 of 61 FINAL
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXX
XXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
7300 01/08/15 - 03/31/16
(d) The parties contemplate that the Government will allot additional amounts to this contract from time totime by unilateral contract modification, and any such modification shall state separately the amountsallotted for cost and for fee, the items covered thereby, and the period of performance the amounts areexpected to cover.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
10 of 61 FINAL
XXXXXXXXXXXXXXXXXXXX
SECTION C DESCRIPTIONS AND SPECIFICATIONS
C-1 SPECIFICATIONS/STATEMENT OF WORK (DEC 1998) (SPAWAR C-301)
Work under this contract shall be performed in accordance with Attachment No. 1 PerformanceWork Statement (PWS) and Attachment No. 2 Contract Data Requirements List (CDRL). C-2 QUALITY ASSURANCE PLAN
(1) Objective: The purpose of this plan is to provide a quality assurance plan for the services contractedunder this Task Order. This plan provides a basis for the Task Order Manager (TOM) to evaluate thequality of the contractor’s performance. The oversight provided for in this plan, and the remedyestablished, will help ensure that service levels are of high quality throughout the task order term.
(2) Performance Standards:a. The deliverables under this task order will be consistently technically accurate.b. The services delivered under this task order will be consistently of high quality.c. The contractor’s cost control efforts under this task order will be consistently effective (applicable
to cost reimbursement task orders).d. The contractor will be consistently responsive to Government customers in its performance of this
task order.e. For the purposes of this plan, “consistently” is defined as “generally holding true”, “persistently
over time”, and/or “overall uniformly”.f. The contractor shall also comply with the performance standards in the Performance Requirements
Summary (Technical Exhibit 1 of the Performance Work Statement)."(3) Evaluation Methods: The TOM will conduct performance evaluations based the standards in
paragraph 2 above using the following technique:a. During the performance period of the task order, the TOM will continually and proactively monitor
contractor efforts and obtain input from other Government personnel with performance oversightfunctions to ascertain the level of compliance with the Performance Standards.
b. Every 12 months after the effective date of the task order, a Contractor Performance AssessmentReport (CPAR) will be prepared to document the results of the efforts performed under paragraph3.a. above.
(4) Remedya. If the annual Performance Evaluation indicates that the contractor has not met one or more of the
Performance Standards, the following negative remedy becomes effective: the CPAR will reflect thenegative evaluation for the applicable Performance Standard.
b. This is a significant negative remedy as the CPAR is a key part of the Performance Monitoringprocess which determines the contractor’s ability to earn term extensions to its basic SeaPort-econtract in accordance with the Award Term provisions contained therein.
C-3 SECURITY REQUIREMENTS (DEC 1999) (SPAWAR C-313) The work to be performed under this contract as delineated in the DD Form 254, Attachment No. 3,involves access to and handling of classified material up to and including SECRET.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
11 of 61 FINAL
In addition to the requirements of the FAR 52.204-2 “Security Requirements” clause, the Contractorshall appoint a Security Officer, who shall (1) be responsible for all security aspects of the workperformed under this contract, (2) assure compliance with the National Industry Security ProgramOperating Manual (DODINST 5220.22M), and (3) assure compliance with any written instructionsfrom the SPAWARSYSCOM Security Officer. C-4 WORKWEEK (DEC 1999) (SPAWAR C-315) (a) All or a portion of the effort under this contract will be performed on a Government installation. The CORE normal workweek for Government employees at is Monday – Friday 0900 to 1500hours. Work at this Government installation, shall be performed by the contractor within thenormal workweek unless differing hours are specified on the individual task orders. Following is a listof holidays observed by the Government: Name of Holiday Time of Observance New Year’s Day 1 January Martin Luther King Jr. Day Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veteran's Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December (b) If any of the above holidays occur on a Saturday or a Sunday, then such holiday shall be observedby the Contractor in accordance with the practice as observed by the assigned Governmentemployees at the using activity. (c) If the Contractor is prevented from performance as the result of an Executive Order or anadministrative leave determination applying to the using activity, such time may be charged to thecontract as direct cost provided such charges are consistent with the Contractor’s accountingpractices. (d) This contract does not allow for payment of overtime during the normal workweek foremployees who are not exempted from the Fair Labor Standards Act unless expressly authorized bythe Ordering Officer. Under Federal regulations the payment of overtime is required only when anemployee works more than 40 hours in a normal week period. C-5 NOTICE TO CONTRACTOR OF CERTAIN DRUG DETECTION PROCEDURES (DEC1999) (SPAWAR C-317) (a) Pursuant to Navy policy applicable to both Government and contractor personnel, measures willbe taken to prevent the introduction and utilization of illegal drugs and related paraphernalia intoGovernment Work areas. (b) In furtherance of the Navy’s drug control program, unannounced periodic inspections of thefollowing nature may be conducted by installation security authorities:
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
12 of 61 FINAL
(1) Routine inspection of contractor occupied work spaces. (2) Random inspections of vehicles on entry or exit, with drug detection dog teams asavailable, to eliminate them as a safe haven for storage of or trafficking in illegal drugs. (3) Random inspections of personnel possessions on entry or exit from the installation. (c) When there is probable cause to believe that a contractor employee on board a naval installationhas been engaged in use, possession or trafficking of drugs, the installation authorities may detain saidemployee until the employee can be removed from the installation, or can be released to the localauthorities having jurisdiction. (d) Trafficking in illegal drug and drug paraphernalia by contract employees while on a militaryvessel/installation may lead to possible withdrawal or downgrading of security clearance, and/orreferral for prosecution by appropriate law enforcement authorities. (e) The contractor is responsible for the conduct of employees performing work under this contractand is, therefore, responsible to assure that employees are notified of these provisions prior toassignment. (f) The removal of contractor personnel from a Government vessel or installation as a result of thedrug offenses shall not be cause for excusable delay, nor shall such action be deemed a basis for anequitable adjustment to price, delivery or other provisions of this contract. C-6 ACCESSIBILITY OF ELECTRONIC AND INFORMATION TECHNOLOGY (JUN 2001)(SPAWAR C-718) (a) Each Electronic and Information Technology (EIT) supply or service provided under this taskorder shall comply with the EIT Accessibility Standards listed below: [The Contracting Officer shall consult with the program office to determine which standards listed insubsection (a) apply and shall check all applicable standards prior to issuing the solicitation.] X 36 C.F.R. § 1194.21 (Software Applications and operating systems) X 36 C.F.R. § 1194.22 (Web-based and internet information and applications) X 36 C.F.R. § 1194.23 (Telecommunications products) X 36 C.F.R. § 1194.24 (Video and multimedia products) X 36 C.F.R. § 1194.25 (Self contained, closed products) X 36 C.F.R. § 1194.26 (Desktop and portable computers) In addition, each EIT supply or service provided under this task order shall comply with 36 C.F.R. §1194.31 (Functional performance criteria) and 36 C.F.R. § 1194.41 (Information, documentation,and support). (b) If the Contracting Officer determines that any supply or service delivered under this task orderdoes not comply with the EIT Accessibility Standards, the Contracting Officer will notify theContractor in writing accordingly. If the Contractor fails to promptly correct or replace thenonconforming products or services with conforming products or services within the deliveryschedule contained in the task order , the Government will have the rights and remedies contained inthe task order.
C-7 EXEMPTION FROM ELECTRONIC AND INFORMATION TECHNOLOGY
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
13 of 61 FINAL
ACCESSIBILITY REQUIREMENTS (JUN 2001) (SPAWAR C-719)(a) The Government has determined that the following exemption(s) to the Electronic and Information Technology(EIT) Accessibility Standards (36 C.F.R. § 1194) are applicable to this procurement:
____ The EIT to be provided under this contract has been designated as a National Security System.
____ The EIT acquired by the contractor is incidental to this contract.
____ The EIT to be provided under this contract would require a fundamental alteration in the nature of the productor its components in order to comply with the EIT Accessibility Standards.
__X__ The EIT to be provided under this contract will be located in spaces frequented only by service personnel formaintenance, repair, or occasional monitoring of equipment.
____ Compliance with the EIT Accessibility Standards would impose an undue burden on the agency.
____ The EIT to be provided under this contract is purchased in accordance with FAR Subpart 13.2 prior toJanuary 1, 2003.
(b) Notwithstanding that an exemption exists, the Contractor may furnish supplies or services provided under thiscontract that comply with the EIT Accessibility Standards (36 C.F.R. § 1194).
C-8 KEY PERSONNEL (DEC 1999)
(a) The offeror agrees to assign to this contract those key personnel listed in paragraph (d) below. No substitutionsshall be made except in accordance with this clause.
(b) The offeror agrees that during the first 240 days of the contract performance period no personnel substitutions willbe permitted unless such substitutions are necessitated by an individual's sudden illness, death or termination ofemployment or Government directions. In any of these events, the contractor shall promptly notify the ContractingOfficer and provide the information required by paragraph (c) below. After the initial 240 day period, all proposedsubstitutions must be submitted in writing, at least fifteen (15) days (thirty (30) days if a security clearance is to beobtained) in advance of the proposed substitutions to the contracting officer. These substitution requests shallprovide the information required by paragraph (c) below.
(c) All requests for approval of substitutions under this contract must be in writing and provide a detailedexplanation of the circumstances necessitating the proposed substitutions. They must contain a complete resume forthe proposed substitute or addition, and any other information requested by the Contracting Officer or needed by himto approve or disapprove the proposed substitutions. All substitutions proposed during the duration of this contractmust have qualifications of the person being replaced. The Contracting Officer or his authorized representative willevaluate such requests and promptly notify the contractor of his approval or disapproval thereof in writing.
(d) List of Key Personnel
NAME CONTRACT LABOR CATEGORY
NAME TITLE
PROGRAM MANAGER SPECIALIST - LEVEL III
eCRM ADMINISTRATOR
(e) If the Contracting Officer determines that suitable and timely replacement of key personnel who have beenreassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming orthat the resultant reduction of productive effort would be so substantial as to impair the successful completion of thecontract or the service order, the contract may be terminated by the Contracting Officer for default or for theconvenience of the Government, as appropriate. In addition, if the Contractor is found at fault for the condition, theContracting Officer may elect to equitably decrease the contract price or fixed fee to compensate the Government for
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
14 of 61 FINAL
XXXXXXX
XXXXXXXXXXXXXXXXX
any resultant delay, loss or damage.
(f) If the offeror wishes to add personnel to be used in a labor category he shall employ the procedures outlined inparagraph (c) above. Adding personnel will only be permitted in the event of an indefinite quantity contract, wherethe Government has issued a delivery order for labor hours that would exceed a normal forty hour week if performedonly by the number of employees originally proposed.
(g) The Key Personnel listed above shall be availble for work within 5 working days after contract award, except theeCRM Administrator who shall be available by the start of FY11. Other personnel shall be available within 3 weeksafter contract award unless directed by the Contracting Officer's Representative (COR).
C-9 PERSONNEL RESUMES (INFORMATION TECHNOLOGY SUPPORT SERVICES
CONTRACTS) (SEP 1995)
(a) GeneralThe Contractor shall provide individual and corporate experience and expertise commensurate with the technicalrequirements of this contract. Key personnel must be available for full-time assignment to this contract at contractaward. Those considered to be key personnel are specified in Specification C- 7 “Key Personnel.” The experience ofpersonnel proposed must be equal to (or exceed) the level specified elsewhere in this contract and equal (or exceed)the level specified in the Corporate Labor Category Standard (CLCS) resumes.
(b) Corporate Labor Category Standard ResumesCorporate Labor Category Standard (CLCS) resume is the offeror’s labor standard for education and experiencewhich may be used to satisfy the Government’s labor category requirements. CLCS resumes that exceed theGovernment’s minimum requirements will become the applicable Government standard at contract award and willbe the established standard for contract performance.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
15 of 61 FINAL
SECTION D PACKAGING AND MARKING
See Section G - Task Order Manager
All Deliverables shall be packaged and marked IAW Best Commercial Practice.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
16 of 61 FINAL
SECTION E INSPECTION AND ACCEPTANCE
E-1 INSPECTION AND ACCEPTANCE--DESTINATION (JAN 2002)
Inspection and acceptance of the services to be furnished hereunder shall be made at destination bythe Task Order Manager or his/her duly authorized representative.
FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES REFERENCE TITLE DATE 52.246-3 Inspection of Supplies--Cost-Reimbursement Mar 200152.246-5 Inspection of Services--Cost-Reimbursement Apr 198452.246-15 Certificate ofConformance Apr 1984
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
17 of 61 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4000 8/1/2010 - 9/30/2011
4100 8/1/2011 - 7/31/2012
4200 8/1/2012 - 7/31/2013
4300 8/1/2013 - 7/31/2014
4400 8/1/2014 - 7/31/2015
4500 2/9/2012 - 7/31/2013
4600 1/7/2013 - 1/6/2014
4700 8/1/2015 - 3/31/2016
6000 8/1/2010 - 9/30/2011
6005 12/1/2010 - 11/30/2011
6100 8/1/2011 - 7/31/2012
6200 8/1/2012 - 7/31/2013
6300 8/1/2013 - 7/31/2014
6400 8/1/2014 - 7/31/2015
6500 8/1/2015 - 3/31/2016
6501 8/1/2015 - 3/31/2016
7000 4/11/2014 - 4/10/2015
7100 8/1/2014 - 7/31/2015
7200 1/15/2015 - 7/31/2015
7300 8/1/2015 - 3/31/2016
F-1 PERIODS OF PERFORMANCE (DEC 1999)
The above period(s) of performance for the option(s) to extend the term of the task order shallapply only if the Government exercises the option(s) as stated in Section B in accordance with thebasic contract clause at FAR 52.217-8 “Option to Extend Services” or FAR 52.217-9 “Option toExtend the Term of the Contract.
Any option CLIN period of performance which extends past the current period of performance ofthe basic contract is only valid to the extent that the basic contract period of performance isextended.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
18 of 61 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
G-1 STANDARD MONTHLY STATUS REPORTS
The contractor shall electronically submit Monthly Status Reports (MSR) in accordance with the
format and content detailed CDRL Item B001. Submissions are due monthly by the 15th of thefollowing month to the Task Order Manager and the SPAWAR Business Resource Manager (SPAWAR01). This submission may be to a central website.
In addition to the content specified in the CDRL Item, a brief narrative shall be included in the MSRto address the following:
a) Period Covered by Report
b) Significant Accomplishments – Description of the technical progress made during that period.
c) Significant Issues
d) Schedule Status – Indicate if efforts are on schedule. If not, indicate the reason for the delay andthe projected completion or delivery date, if applicable.
e) Travel Activity
The contractor shall provide emergent reports at the request of the Task Order Contracting Officeror Task Order Manager.
G-2 INVOICING AND PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTINGCLASSIFICATION CITATIONS
Consistent with task order clause H-1, Segregation of Costs, the contractor shall segregate andaccumulate costs for the performance of this task order by the appropriate Accounting ClassificationReference Number (ACRN) listed in the Accounting Data provided in Section G. The contractor’sinvoice shall identify the appropriate Contract and Task Order numbers. For the work performed,invoiced costs shall be associated to the Contract Line Item Number (CLIN) and the specific ACRN. Invoices submitted to the paying office that do not comply with this requirement will be returned tothe contractor for resubmission. The contractor shall provide an electronic copy of each invoice tothe Task Order Manager at the time of submission to DCAA/DFAS. The paying office will disbursefunds in strict compliance with the amounts invoiced by CLIN/ACRN.
G-3 TYPE OF CONTRACT (DEC 1999) (SPAWAR G-314)
This is a Cost Plus Fixed Fee (CPFF) and Cost only task order type contract.
G-4 INVOICING INSTRUCTIONS FOR SERVICES USING WIDE AREA WORK FLOW(WAWF) (JAN 2007)
(a) Invoices for services rendered under this task order shall be submitted electronically through theWide Area Work Flow-Receipt and Acceptance (WAWF). The contractor shall submit invoices forpayment per contract terms. The Government shall process invoices for payment per contractterms.
(b) The vendor shall have their CAGE Code activated by calling 1-866-618-5988. Once activated,
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
19 of 61 FINAL
the vendor shall self-register at the WAWF website at https://wawf.eb.mil. Vendor training isavailable on the internet at https://wawftraining.eb.mil. Additional support can be accessed by callingthe Navy WAWF Assistance Line at 1-800-559-9293.
(c) Back-up documentation can be included and attached to the invoice in WAWF. Attachmentscreated with any Microsoft Office product, or Adobe (.pdf files), is attachable to the invoice inWAWF.
(d) A separate invoice will be prepared no more frequently than every two weeks. Do not combinethe payment claims for services provided under this contract.
(e) The following information is provided for completion of the invoice in WAWF:
WAWF Invoice Type Cost VoucherIssuing Office DODAAC N00039Admin DODAAC: S3605AInspector DODAAC (ifapplicable)
N00039
Acceptor DODAAC: N00039**LPO DODAAC: only appliesto DFAS beginning with “N”,LPO-Local ProcessingOfficial/Certifier on PromptPay Sheet (One Pay)
DD1155=Block 11
PAY DODAAC: HQ0337
* Select “Cost Voucher” for all cost-type, T&M, or Labor Hour; or “2-n-1 ( Services Only)” for fixed price serviceswhere inspection of services can be performed and documented.
**MOCAS begins with HQ – then do not need LPO. If beginning with “N”, enter that code number. If not, leave blank.
Send Additional E-mail Notification To:
@navy.mil
@navy.mil
G-5 ACTIVITY OMBUDSMAN
The SPAWAR Ombudsman for this Task Order is:
Name:
Code: SPAWAR 2.0B
Address: 4301 Pacific Highway, San Diego CA 92110
Phone: (619) 228-5956
E-Mail: @navy mil
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
20 of 61 FINAL
XXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXX
XXXXXXX
G-6 CONTRACTING OFFICER'S REPRESENTATIVE (COR)
The SPAWAR Contracting Officer's Representative for this Task Order is:
Name: 12350 Research Parkway, Partnership I, Office 126EOrlando, FL 32826
@navy.mil
G-7 Contractor Performance Appraisal Reporting System (CPARS) (Oct 2002) (SPAWARG-321)
(a) Past performance information will be collected and maintained under this contract using theDepartment of Defense CPARS. CPARS is a web-enabled application that collects and manages thecontractor's performance information on a given contract during a specific period of time. Additional information is available at http://www.cpars.navy.mil.
(b) After contract award, the contractor will be given access authorization by the respectiveSPAWAR Focal Point, to review and comment on any element of the proposal rating before thatrating becomes final. Within 60 days after contract award, the contractor shall provide in writing (orvia e-mail) to the contracting officer the name, title, e-mail address and telephone number of thecompany individual or individuals who will have the responsibility of reviewing and approving anyContractor Performance Appraisal Report (CPAR) developed under the contract. If during the lifeof this contract these company individual(s) are replaced by the contractor, the name, title, e-mailaddress and telephone number of the substitute individuals will be provided to the contracting officerwithin 60 days of the replacement.
G-8 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATIONCITATIONS (DFARS PGI 204.7108)
This payment instruction applies at the contract line item level to the cost-reimbursement contractline items.
252.204-0002 Line Item Specific: Sequential ACRN Order. (SEP 2009)
The payment office shall make payment in sequential ACRN order within the line item, exhaustingall funds in the previous ACRN before paying from the next ACRN using the following sequentialorder: Alpha/Alpha; Alpha/numeric; numeric/alpha; and numeric/numeric.
Accounting Data
SLINID PR Number Amount -------- -------------------------------------------------- ---------------------
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
21 of 61 FINAL
XXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
400001 1300168520 LLA : AA 1701804 5T6M 252 00039 0 050120 2D 000000 Standard Number: 130016852000001 COST CODE: A00000510991 400002 1300168561 LLA : AB 1701804 5T6M 252 00039 0 050120 2D 000000 Standard Number: 130016856100001 COST CODE: A00000511013 400003 1300168517 LLA : AC 1701804 5M4K 252 00039 0 050120 2D 000000 Standard Number: 130016851700001 COST CODE: A00000510930 600001 1300168517 LLA : AC 1701804 5M4K 252 00039 0 050120 2D 000000 Standard Number: 130016851700001 COST CODE: A00000510930 BASE Funding Cumulative Funding MOD 01 Funding Cumulative Funding MOD 02 400004 1300178958 LLA : AD 97X4930 ND2A 252 40442 0 000033 2F 118170 Standard Number: 130017895800001 COST CODE: 010200025235 CIN 130017895800001 400005 1300178357 LLA : AE 1710101804 70BA 252 00070 R 045924 2D CK1285 Standard Number: 130017835700001 COST CODE: 0007001285KQ CIN 130017835700001 400006 1300178061 LLA : AF 1710101804 60AA 252 00060 W 068732 2D C0027W Standard Number: 130017806100001 COST CODE: 465790001DSQ CIN 130017806100001 MOD 02 Funding Cumulative Funding MOD 03 600002 1300179728 LLA : AG 1701804 5T6M 252 00039 0 050120 2D 000000 Standard Number: 130017972800001 COST CODE: A00000572346 CIN 130017972800001
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
22 of 61 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXXXXXXXX
XXXXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXX
MOD 03 Funding Cumulative Funding MOD 04 400007 1300179974 LLA : AJ 1701804 5T6M 252 00039 0 050120 2D 000000 Standard Number: 130017997400001 COST CODE: A00000574616 CIN 130017997400001 600003 1300179974 LLA : AH 1701804 5T6M 252 00039 0 050120 2D 000000 Standard Number: 130017997400001 COST CODE: A00000574616 CIN 130017997400001 MOD 04 Funding Cumulative Funding MOD 05 Funding Cumulative Funding MOD 06 400008 1300182727 LLA : AK 1711111804 70BD 252 53824 S 060957 2D X0017W Standard Number: 130018272700001 COST CODE: P00071NU000Q CIN 130018272700001 400009 1300182667 LLA : AL 1711804 70BA 252 55236 0 068688 2D C00092 Standard Number: 130018266700001 COST CODE: 55236180009Q CIN 130018266700001 MOD 06 Funding Cumulative Funding MOD 07 400010 1300185603 LLA : AN 97X4930 ND2A 252 40442 0 000033 2F 118151 Standard Number: 130018560300001 COST CODE: 010200025235 CIN 130018560300001 600501 1300185431 LLA : AM 1711804 5T6M 252 00039 0 050120 2D 000000 Standard Number: 130018543100001 COST CODE: A00000618401 CIN 130018543100001 MOD 07 Funding Cumulative Funding MOD 08 Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
23 of 61 FINAL
XXXXXXXXXXXX
XXXXXXX
XXXXX
XXXXXXXXXXXXXX
XXXXXXXXX
XXXXXX
XXXXX
XXXXXXXXXXXXX
XXXXX
XXXXXX
XXXXXXXXXXXXX
XX
Cumulative Funding MOD 09 400011 1300192994 LLA : AP 1711111804 70BD 252 53824 S 060957 2D X0017W Standard Number: 130019299400001 COST CODE: P00071NU000Q CIN 130019299400001 MOD 09 Funding Cumulative Funding MOD 10 400012 1300203425 LLA : AQ 1711111804 70BD 252 53824 S 060957 2D X0017W Standard Number: 130020342500001 1711111804 70BD 252 53824 S 060957 2D X0017W COST CODE: P00071NU000Q AMOUNT: $ CIN 130020342500001: $ 400013 1300207115 LLA : AR 1711804 5T6M 252 00039 0 050120 2D 000000 Standard Number: 130020711500001 1711804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00000764893 AMOUNT: $ CIN 130020711500001: $ 400014 1300209198 LLA : AS 1711111804 70BD 252 53824 S 060957 2D X0017W Standard Number: 130020919800001 1711111804 70BD 252 53824 S 060957 2D X0017W COST CODE: P00071NU000Q AMOUNT: $ CIN 130020919800001: $ MOD 10 Funding Cumulative Funding MOD 11 410001 1300210345 LLA : AT 1711804 5T6M 252 68561 0 050120 2D 000000 COST CODE: A00000784293 CIN 130021034500001 610001 1300210345 LLA : AT 1711804 5T6M 252 68561 0 050120 2D 000000 COST CODE: A00000784293 CIN 130021034500001 MOD 11 Funding Cumulative Funding MOD 12 410002 1300217406 LLA : AU 1711804 5T6M 252 00039 0 050120 2D 000000
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
24 of 61 FINAL
XXXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXX
XXXXXXXXXXXX
XXXXXX
XXXXXXXXXXXXXX
XXXXX
XXXXXXXXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXX
XXXXXXXXXXXXX
XXXXXX
COST CODE A00000823221 CIN 130021740600001 610002 1300217406 LLA : AU 1711804 5T6M 252 00039 0 050120 2D 000000 COST CODE A00000823221 CIN 130021740600001 MOD 12 Funding Cumulative Funding MOD 13 410003 1300217207 LLA : AV 1711804 5T6M 252 00039 0 050120 2D 000000 COST CODE A00000821676 CIN 130021720700001 610003 1300217207 LLA : AV 1711804 5T6M 252 00039 0 050120 2D 000000 COST CODE A00000821676 CIN 130021720700001 MOD 13 Funding Cumulative Funding MOD 14 410004 1300217207-0001 LLA : AV 1711804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00000821676 CIN: 130021720700002 410005 1300225594
AW 1711804 70BA 252 4523A 0 068688 2D C10691 COST CODE: 4523A109656Q CIN: 130022559400001 410006 1300227295 LLA : AX 1711804 70BA 252 4523A 0 068688 2D C10749 COST CODE: 4523A109657Q CIN: 130022729500001 MOD 14 Funding Cumulative Funding MOD 15 410007 1300233035 LLA : AY 1721804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00000924373 CIN: 130023303500001 610004 1300233035 LLA : AY 1721804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00000924373 CIN: 130023303500001 MOD 15 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
25 of 61 FINAL
XXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXX
XXXXXXXXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXX
XXXXXXXXXX
XXXXX
XXXXXXXXXXXX
XXXXXXX
MOD 16 410008 1300235216 LLA : AZ 1721804 60BA 257 50054 068732 2D CX0053 COST CODE: 5005420090VP CIN: 130023521600001 410009 1300235219 LLA : BA 1721804 60BA 257 50054 068732 2D CMJB12 COST CODE: 50054200PKPP CIN: 130023521900001 MOD 16 Funding Cumulative Funding MOD 17 410010 1300236088 LLA : BB 1721804 70BA 252 55262 0 068688 2D C00019 COST CODE: 5526220007MQ CIN: 130023608800001 410011 1300236089 LLA : BC 1721804 70BA 252 55262 0 068688 2D C00020 COST CODE: 5526220004UQ CIN: 130023608900001 MOD 17 Funding Cumulative Funding MOD 18 410012 1300243549 LLA : BD 1721804 70BA 257 00070 R 045924 2D CN3146 COST CODE: 0007023146NP CIN: 130024354900001 410013 1300245314 LLA : BE 1721804 70BA 257 64100 0 062649 2D C11001 COST CODE: 64101250013P CIN: 130024531400001 450001 1300239113 LLA : BF 1701811 8560 252 SA317 0 068342 2D 000000 COST CODE: 3014A7180000 CIN: 130023911300001 450002 1300239119 LLA : BG 1761811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20130400020A CIN: 130023911900001 450003 1300239119 LLA : BK 1761811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20130400020B CIN: 130023911900002 450004 1300239119 LLA : BL 1761811 1281 252 3ZWUL 0 068342 2D 000000
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
26 of 61 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXX
XXXXXXXX
COST CODE: 20130400020C CIN: 130023911900003 450005 1300239119 LLA : BN 1761811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20130400020D CIN:130023911900004 450006 1300239119 LLA : BP 1761811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20131400021A CIN: 130023911900005 450007 1300239119 LLA : BQ 1761811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20131400021B CIN: 130023911900006 450008 1300239119 LLA : BR 1761811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20131400021C CIN: 130023911900007 450009 1300239119 LLA : BS 1761811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20131400021D CIN: 130023911900008 MOD 18 Funding Cumulative Funding MOD 19 410014 1300247586 LLA : AY 1721804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00001040727 CIN: 130024758600001 410015 1300247825 LLA : BH 1721804 60BA 257 50054 068732 2D CMAN16 COST CODE: 500542004C6P CIN: 130024782500001 410016 1300247827 LLA : BJ 9711120400 2520 XCS PA09A 2 FY1112 71 000025 1HQ000621342 00400040603892C00 044411 CIN: 130024782700001 610005 1300247827 LLA : BJ 9711120400 2520 XCS PA09A 2 FY1112 71 000025 1HQ000621342 00400040603892C00 044411 CIN: 130024782700001 MOD 19 Funding Cumulative Funding MOD 20 Funding Cumulative Funding MOD 21 410017 1300262631
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
27 of 61 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXXXX
XXXXXXXXX
XXXXX
XXXXXXX
XXXXXXX
XXXXXXX
LLA : BT 1721804 60BA 257 50054 068732 2D CMAN33 COST CODE: 500542004FAP CIN: 130026263100001 410018 1300233035-0001 LLA : BU 1721804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00000924373 CIN: 130023303500002 420001 1300233035-0001 LLA : BU 1721804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00000924373 CIN: 130023303500002 MOD 21 Funding Cumulative Funding MOD 22 420002 1300245314-0001 LLA : BW 1721804 70BA 257 64100 0 062649 2D C11001 COST CODE: 64101250013P CIN: 130024531400002 420003 1300282233 LLA : BX 1721804 70BA 252 32253 0 045924 2D X12350 COST CODE: 3225320DVRJQ CIN: 130028223300001 450010 1300255334 LLA : BV 1711611 6218 252 CV312 0 050120 2D 000000 COST CODE: A00001095659 CIN: 130025533400001 620001 1300289700 LLA : BY 1721804 60BA 257 50054 068732 2D CMAN41 COST CODE: 50054200853P CIN: 130028970000001 620002 1300289696 LLA : BZ 1781811 1227 252 WAWMC 0 068342 2D 000000 COST CODE: 201218000000 CIN: 130028969600001 620003 1300282110 12038.50 LLA : CA 1721804 70BA 257 62758 0 062649 2D C11002 COST CODE: 627582098X2P CIN: 130028211000001 MOD 22 Funding Cumulative Funding MOD 23 420004 1300299623 LLA : CC 1721804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00001357890 CIN: 130029962300001 420005 1300299624
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
28 of 61 FINAL
XXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXXXXXXXXXX
XXXXXX
LLA : CD 1721804 70BB 252 57020 0 060957 2D CS0087 COST CODE: P00052MU000Q CIN:130029962400001 450011 1300289696 LLA : CB 1781811 1227 252 WAWMC 0 068342 2D 000000 COST CODE: 201218000000 CIN: 130028969600001 620002 1300289696 ( LLA : BZ 1781811 1227 252 WAWMC 0 068342 2D 000000 COST CODE: 201218000000 CIN: 130028969600001 620004 1300299624 LLA : CD 1721804 70BB 252 57020 0 060957 2D CS0087 COST CODE: P00052MU000Q CIN: 130029962400001 MOD 23 Funding Cumulative Funding MOD 24 420006 1300304948 LLA : CH 1721804 60BB 252 57016 0 060951 2D C0027W COST CODE: 465802CS001Q CIN: 130030494800001 420007 1300307806 LLA : CJ 1721804 5T4M 252 00039 0 050120 2D 000000 COST CODE: A00001427035 CIN: 130030780600001 420008 1300306193 LLA : CK 1721804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00001413238 CIN: 130030619300001 420009 1300307029 LLA : CL 1721804 5T4M 252 00039 0 050120 2D 000000 COST CODE: A00001421567 CIN: 130030702900001 420010 1300299758 LLA : CM 1721804 60CN 252 36001 068892 2D C003SN COST CODE: 360012W4SPTQ CIN: 130029975800001 420011 1300299623-0001 LLA : CN 1721804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00001357890 CIN: 130029962300002 450012 1300306737 LLA : CE 1701811 8560 252 SA317 0 068342 2D 000000 COST CODE: 231807180000 CIN: 130030673700003 450013 1300306737
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
29 of 61 FINAL
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXXXXXX
XXXXXX
XXXXX
XXXXXX
LLA : CF 1701811 8560 252 SA317 0 068342 2D 000000 COST CODE: 3014A7180000 CIN: 130030673700001 450014 1300306737 LLA : CG 1701811 8560 252 SA317 0 068342 2D 000000 COST CODE: 3015A7180000 CIN: 130030673700002 620005 1300304948 LLA : CH 1721804 60BB 252 57016 0 060951 2D C0027W COST CODE: 465802CS001Q CIN: 130030494800001 MOD 24 Funding Cumulative Funding MOD 25 420012 1300313374 LLA : CP 1731804 70BA 257 62758 0 062649 2D C11001 COST CODE: 62758309NAQP CIN 130031337400001 (DS NIAPS FLEET SUPT) 420013 1300313376 LLA : CQ 1731804 60BA 257 50054 068732 2D CMAN03 COST CODE: 500543009JQP CIN 130031337600001 (DS NIAPS FLEET SUPT) 420014 1300313377 LLA : CR 1731804 70BA 252 55262 R 068688 2D CD0012 COST CODE: 552623002R6Q CIN 130031337700001 (DS NIAPS FLEET SUPT) 420015 1300313380 LLA : CS 1731804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00001477962 CIN 130031338000001 (DS NIAPS FLEET SUPT) 620006 1300313380 LLA : CS 1731804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00001477962 CIN 130031338000001 (DS NIAPS FLEET SUPT) MOD 25 Funding Cumulative Funding MOD 26 420016 1300322889 LLA : CT 1731804 60BA 257 50054 068732 2D CMAN12 COST CODE: 500543006WMP CIN: 130032288900001 420017 1300322890 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
30 of 61 FINAL
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXXXXXXXXXXX
XXXXX
XXXXXXXXXXXXXXX
CU 1731804 60BA 257 50054 068732 2D CMAN11 COST CODE: 500543004G1P CIN: 130032289000001 420018 1300313380-0002 LLA : CV 1731804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00001477962 CIN: 130031338000002 460001 1300313690 LLA : CW 9713140400 2520 XWS PA68F Y 13A2FY 13 147100 00251HQ00063 201550400040604880C00 044 411 CIN: 130031369000001 MOD 26 Funding Cumulative Funding MOD 27 420019 1300346533 LLA : CX 1731804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00001698921 CIN: 130034653300001 MOD 27 Funding Cumulative Funding MOD 28 420015 1300313380 LLA : CS 1731804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00001477962 CIN: 130031338000001 420020 1300346533-0001 LLA : CZ 1731804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00001698921 CIN: 130034653300002 420021 1300346534 LLA : DA 1731804 70BA 252 4523A 0 068688 2D C00551 COST CODE: 4523A30CTTMQ CIN: 130034653400001 420022 1300346535 LLA : DB 1731804 60BA 257 50054 068732 2D CMAN45 COST CODE: 500543009K4P CIN: 130034653500001 420023 1300346478 LLA : DC 1731804 70BA 252 55262 0 068688 2D C00190 COST CODE: 552623007V8Q CIN: 130034647800001 420024 1300349154 LLA : DD 1731804 60BA 257 50054 068732 2D CMAN54 COST CODE: 5005430085TP CIN: 130034915400001 420025 1300346477 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
31 of 61 FINAL
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXX
XXXXXXXX
XXXXX
DE 1731804 60BB 257 57016 0 060951 2D C0037W COST CODE: 465803CU003Q CIN: 130034647700001 450015 1300349155 LLA : DF 1701811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20134400022A CIN: 130034915500001 CIN: 130034915500002 CIN: 130034915500003 CIN: 130034915500004 450016 1300349156 LLA : DG 1701811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20135400023A CIN: 130034915600001 450017 1300349156 LLA : DH 1701811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20135400023B CIN: 130034915600002 450018 1300349156 LLA : DJ 1701811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20135400025A CIN: 130034915600003 450019 1300349156 LLA : DL 1701811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20135400025B CIN: 130034915600004 460002 1300351203 LLA : CY 9713140400 2520 XWS PA68F Y 13A2FY 13 147100 00253HQ00063 253560400040604880C00 044 411 CIN: 130035120300001 620006 1300313380 ( LLA : CS 1731804 5T6M 252 00039 0 050120 2D 000000 COST CODE: A00001477962 CIN: 130031338000001 MOD 28 Funding Cumulative Funding MOD 29 450015 1300349155 ( LLA : DF 1701811 1281 252 3ZWUL 0 068342 2D 000000 COST CODE: 20134400022A CIN: 130034915500001 CIN: 130034915500002 CIN: 130034915500003 CIN: 130034915500004 MOD 29 Funding - Cumulative Funding MOD 30 420026 1300330788
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
32 of 61 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXXXXXXXXXXX
XXXXXXXX
LLA : DM 1771811 1227 252 WAWMC 0 068342 2D 000000 201280000000 CIN 130033078800001 (DS NIAPS FLT SUPT) 420027 1300364989 LLA : DN 1731804 60BA 257 50054 068732 2D CMAN73 500543008LRP CIN 130036498900001 (DS FLEET SUPT) 420028 1300368867 LLA : DQ 1731804 70BA 252 32253 0 045924 2D X12421 3225330G122Q CIN 130036886700001 420029 1300346533-0003 LLA : CZ 1731804 5T6M 252 00039 0 050120 2D 000000 A00001698921 CIN 130034653300004 430001 1300346533-0003 LLA : CZ 1731804 5T6M 252 00039 0 050120 2D 000000 A00001698921 CIN 130034653300003 430002 1300346533-0003 LLA : CZ 1731804 5T6M 252 00039 0 050120 2D 000000 A00001698921 CIN 130034653300004 430003 1300372286 LLA : DR 1731804 5T6M 252 00039 0 050120 2D 000000 A00001861446 CIN 130037228600001 630001 1300346533-0003 LLA : CZ 1731804 5T6M 252 00039 0 050120 2D 000000 A00001698921 CIN 130034653300004 630002 1300369061 LLA : DP 1731804 70BA 252 55262 R 068688 2D CD0178 5526230031BQ CIN 130036906100001 (DS FLEET SUPT) MOD 30 Funding Cumulative Funding MOD 31 Funding Cumulative Funding MOD 32 450020 1300379662 LLA : DS 1701811 1281 252 3ZWUL 0 068342 2D 000000 20134400022A CIN: 130037966200001 450021 1300379662 LLA : DT 1701811 1281 252 3ZWUL 0 068342 2D 000000 20134400022B CIN: 130037966200002 450022 1300379662 LLA : DU 1701811 1281 252 3ZWUL 0 068342 2D 000000 20134400024A CIN: 130037966200003 450023 1300379662
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
33 of 61 FINAL
XXXXX
XXXXX
XXXXXXXX
XXXXXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXXXX
XXXXXXX
XX
XXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
LLA : DV 1701811 1281 252 3ZWUL 0 068342 2D 000000 20134400024B CIN: 130037966200004 MOD 32 Funding Cumulative Funding MOD 33 430004 1300372286-0002 LLA : DR 1731804 5T6M 252 00039 0 050120 2D 000000 A00001861446 CIN: 130037228600002 430005 1300372286-0002 LLA : DR 1731804 5T6M 252 00039 0 050120 2D 000000 A00001861446 CIN: 130037228600003 430006 1300378481 LLA : DW 1731804 5T4M 252 00039 0 050120 2D 000000 A00001909494 CIN: 130037848100001 MOD 33 Funding Cumulative Funding MOD 34 430007 1300388059 LLA : DX 1741804 5T6M 252 00039 0 050120 2D 000000 A00002008764 CIN: 130038805900001 630003 1300388059 LLA : DX 1741804 5T6M 252 00039 0 050120 2D 000000 A00002008764 CIN: 130038805900001 MOD 34 Funding Cumulative Funding MOD 35 430008 1300389162 LLA : DY 1741804 5T6M 252 00039 0 050120 2D 000000 A00002016550 CIN: 130038916200001 630004 1300389162 LLA : DY 1741804 5T6M 252 00039 0 050120 2D 000000 A00002016550 CIN: 130038916200001 MOD 35 Funding Cumulative Funding MOD 36 430009 1300398065 LLA : DZ 1741804 5T6M 257 00039 0 050120 2D 000000 A00002080643 CIN: 130039806500001 630005 1300398065 LLA : DZ 1741804 5T6M 257 00039 0 050120 2D 000000 A00002080643 CIN: 130039806500001
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
34 of 61 FINAL
XXXXX
XXXXX
XXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXXXXX
XXXXXX
XXXXX
XXXXXXXXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXX
MOD 36 Funding Cumulative Funding MOD 37 7000 1300416931 LLA : EA 1741810 Q7IT 257 00039 0 050120 2D 000000 A00002229431 CIN: 130041693100001 MOD 37 Funding Cumulative Funding MOD 38 440001 1300414509-0001 LLA : EB 1741804 5T6M 257 00039 0 050120 2D 000000 A00002209080 CIN: 130041450900001 440002 1300398065-0001 LLA : EC 1741804 5T6M 257 00039 0 050120 2D 000000 A00002080643 CIN: 130039806500002 440003 1300398065-0002 LLA : EC 1741804 5T6M 257 00039 0 050120 2D 000000 A00002080643 CIN: 130039806500003 640001 1300414509-0001 LLA : EB 1741804 5T6M 257 00039 0 050120 2D 000000 A00002209080 CIN: 130041450900001 710001 1300404128 LLA : ED 1701811 1281 252 3ZWUL 0 068342 2D 000000 20134400022B CIN: 130040412800001 710002 1300404128 LLA : EE 1701811 1281 252 3ZWUL 0 068342 2D 000000 20134400022C CIN: 130040412800002 710003 1300404128 LLA : EF 1701811 1281 252 3ZWUL 0 068342 2D 000000 20134400022D CIN: 130040412800003 710004 1300404128 LLA : EG 1701811 1281 252 3ZWUL 0 068342 2D 000000 20134400024B CIN: 130040412800004 710005 1300404128 LLA : EH 1701811 1281 252 3ZWUL 0 068342 2D 000000 20134400024C CIN: 130040412800005 710006 1300404128 LLA : EJ 1701811 1281 252 3ZWUL 0 068342 2D 000000 20134400024D CIN: 130040412800006 710007 1300403760 LLA : EK 1701811 1281 252 3ZWUL 0 068342 2D 000000 20135400023B CIN: 130040376000001
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
35 of 61 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXXXXXXXX
XXXXXXXX
710008 1300403760 LLA : EL 1701811 1281 252 3ZWUL 0 068342 2D 000000 20135400023C CIN: 130040376000002 710009 1300403760 LLA : EM 1701811 1281 252 3ZWUL 0 068342 2D 000000 20135400023D CIN: 130040376000003 710010 1300403760 LLA : EN 1701811 1281 252 3ZWUL 0 068342 2D 000000 20135400025B CIN: 130040376000004 710011 1300403760 LLA : EP 1701811 1281 252 3ZWUL 0 068342 2D 000000 20135400025C CIN: 130040376000005 710012 1300403760 LLA : EQ 1701811 1281 252 3ZWUL 0 068342 2D 000000 20135400025D CIN: 130040376000006 MOD 38 Funding Cumulative Funding MOD 39 440004 130039806500004 LLA : EC 1741804 5T6M 257 00039 0 050120 2D 000000 A00002080643 640002 130039806500004 LLA : EC 1741804 5T6M 257 00039 0 050120 2D 000000 A00002080643 MOD 39 Funding Cumulative Funding MOD 40 430008 1300389162 ( LLA : DY 1741804 5T6M 252 00039 0 050120 2D 000000 A00002016550 CIN: 130038916200001 430009 1300398065 ( LLA : DZ 1741804 5T6M 257 00039 0 050120 2D 000000 A00002080643 CIN: 130039806500001 440005 130038916200001 LLA : DY 1741804 5T6M 252 00039 0 050120 2D 000000 A00002016550 440006 130039806500001 LLA : DZ 1741804 5T6M 257 00039 0 050120 2D 000000 A00002080643 440007 130045182600001 LLA : ER 1741804 5T6M 257 00039 0 050120 2D 000000 A00002477878 440008 130045522300001 LLA : ES 1741804 60FN 252 36001 068892 2D X009SN 360014N4SITQ
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
36 of 61 FINAL
XXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXX
XXXXXXX
XXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXX
XXXXXX
XXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXX
440009 130045522300002 LLA : ET 1741804 60CN 252 36001 068892 2D X009SN 360014N4NETQ 630004 1300389162 ( LLA : DY 1741804 5T6M 252 00039 0 050120 2D 000000 A00002016550 CIN: 130038916200001 630005 1300398065 ( LLA : DZ 1741804 5T6M 257 00039 0 050120 2D 000000 A00002080643 CIN: 130039806500001 640003 130038916200001 LLA : DY 1741804 5T6M 252 00039 0 050120 2D 000000 A00002016550 640004 130039806500001 LLA : DZ 1741804 5T6M 257 00039 0 050120 2D 000000 A00002080643 640005 130045182600001 LLA : ER 1741804 5T6M 257 00039 0 050120 2D 000000 A00002477878 640006 130045522300002 LLA : ET 1741804 60CN 252 36001 068892 2D X009SN 360014N4NETQ MOD 40 Funding Cumulative Funding MOD 41 720001 130047001800001 LLA : EU 1751810 Q7IT 310 00039 0 050120 2D 000000 A00002659548 MOD 41 Funding Cumulative Funding MOD 42 Funding Cumulative Funding MOD 43 640007 130050144900001 LLA : EV 1751804 5T6M 257 00039 0 050120 2D 000000 A00002896441 MOD 43 Funding Cumulative Funding MOD 44 470001 130050185100001 LLA : EW 1751804 5T6M 257 00039 0 050120 2D 000000 A00002897939 470002 130049049600001 LLA : EX 1751804 8B5B 252 24VCS 0 050120 2D 000000 A00002815775 MOD 44 Funding Cumulative Funding MOD 45
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
37 of 61 FINAL
XXXXX
XXXXX
XXXXXXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XX
XX
XXXXX
XXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXXXXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
640008 130050185100002 LLA : EY 1751804 5T6M 257 00039 0 050120 2D 000000 A00002897939 MOD 45 Funding Cumulative Funding MOD 46 650001 130050620700001 LLA : EY 1751804 5T6M 257 00039 0 050120 2D 000000 A00002926055 730001 130047001800002 LLA : EU 1751810 Q7IT 310 00039 0 050120 2D 000000 A00002659548 MOD 46 Funding Cumulative Funding MOD 47 470003 130051664200001 LLA : EY 1751804 5T6M 257 00039 0 050120 2D 000000 A00002995525 650002 130051664200001 LLA : EY 1751804 5T6M 257 00039 0 050120 2D 000000 A00002995525 MOD 47 Funding Cumulative Funding MOD 48 6501 130052143600001 LLA : EU 1751810 Q7IT 310 00039 0 050120 2D 000000 A00003026618 MOD 48 Funding Cumulative Funding MOD 49 470001 130050185100001 ( LLA : EW 1751804 5T6M 257 00039 0 050120 2D 000000 A00002897939 720001 130047001800001 LLA : EU 1751810 Q7IT 310 00039 0 050120 2D 000000 A00002659548 730002 130050185100001 LLA : EU 1751810 Q7IT 310 00039 0 050120 2D 000000 A00002897939 MOD 49 Funding - Cumulative Funding MOD 50 400002 1300168561 LLA : AB 1701804 5T6M 252 00039 0 050120 2D 000000 Standard Number: 130016856100001 COST CODE: A00000511013
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
38 of 61 FINAL
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXXXX
XXXX
XXXXXXXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXX
XXXXX
XXXXXXXX
XXXXX
400003 1300168517 LLA : AC 1701804 5M4K 252 00039 0 050120 2D 000000 Standard Number: 130016851700001 COST CODE: A00000510930 400007 1300179974 LLA : AJ 1701804 5T6M 252 00039 0 050120 2D 000000 Standard Number: 130017997400001 COST CODE: A00000574616 CIN 130017997400001 600001 1300168517 LLA : AC 1701804 5M4K 252 00039 0 050120 2D 000000 Standard Number: 130016851700001 COST CODE: A00000510930 MOD 50 Funding Cumulative Funding
FINAL
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXXXXXXXXXXXXXXXXXXXX
SECTION H SPECIAL CONTRACT REQUIREMENTS
H-1 SEGREGATION OF COSTS (DEC 2003) (5252.232-9206)
(a) The Contractor agrees to segregate costs incurred under this task order at the lowest level ofperformance, either task or subtask, rather than on a total task order basis, and to submit invoicesreflecting costs incurred at that level. Invoices shall contain summaries of work charged during theperiod covered, as well as overall cumulative summaries by labor category for all work invoicedto date, by line item, task or subtask.
(b) Where multiple lines of accounting are present, the ACRN preceding the accounting citationwill befound in Section G, Accounting Data. Payment of Contractor invoices shall be accomplished onlyby charging the ACRN that corresponds to the work invoiced.
(c) Except when payment requests are submitted electronically as specified in the clause atDFARS 252.232-7003, Electronic Submission of Payment Requests, one copy of each invoice orvoucher will be provided, at the time of submission to DCAA, to the Contracting Officer'sRepresentative (COR).
H-2 DATA RIGHTS
The Data Rights and Patent clauses in the basic contract is invoked for this task order. This includesall applicable FAR 52.227 series clauses and DFARS 252.227 clauses listed in Section I of the basiccontract.
H-3 CONTRACTOR PICTURE BADGE (DEC 1999) (SPAWAR H-323)
(a) A contractor picture badge may be issued to contractor personnel by the SPAWARSYSCOMSecurity Office upon receipt of a valid visit request from the Contractor and a picture badgerequest from the TOM. A list of personnel requiring picture badges must be provided to theTOM to verify that the contract or delivery/task order authorizes performance atSPAWARSYSCOM prior to completion of the picture badge request.
(b) An automobile decal will be issued by SPAWARSYSCOM Security Office upon presentationof a valid contractor picture badge and the completion of the Badge and Decal Record.
(c) The contractor assumes full responsibility for the proper use of the identification badge andautomobile decal, and shall be responsible for the return of the badge and/or destruction of theautomobile decal upon termination of personnel or expiration or completion of the contract.
(d) At the completion of the contract, the contractor shall forward to SPAWARSYSCOMSecurity Office a list of all unreturned badges with a written explanation of any missing badges.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
40 of 61 FINAL
H-4 CONTRACTOR IDENTIFICATION (DEC 1999) (SPAWAR H-355)
(a) Contractor employees must be clearly identifiable while on Government property by wearingappropriate badges.
(b) Contractor employees are required to clearly identify themselves and the company they workfor whenever making contact with Government personnel by telephone or other electronic means.
H-5 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESSINFORMATION (CBI) (NOV 2003) (SPAWAR H-359)
(a) Definition.
“Confidential business information,” as used in this clause, is defined as all forms and types offinancial, business, scientific, technical, economic, or engineering information, including patterns,plans, compilations, program devices, formulas, designs, prototypes, methods, techniques,processes, procedures, programs, or codes, whether tangible or intangible, and whether or howstored, compiled, or memorialized physically, electronically, graphically, photographically, or inwriting if -- (1) the owner thereof has taken reasonable measures to keep such information secret,and (2) the information derives independent economic value, actual or potential from not beinggenerally known to, and not being readily ascertainable through proper means by, the public.Confidential business information may include technical data as that term is defined in DFARS §§252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). It may also includecomputer software as that term is defined in DFARS §§ 252.227-7014(a)(4) and252.227-7018(a)(4).
(b) The Space and Naval Warfare Systems Command (SPAWAR) may release to individualsemployed by SPAWAR support contractors and their subcontractors confidential businessinformation submitted by the contractor or its subcontractors pursuant to the provisions of thiscontract. Business information that would ordinarily be entitled to confidential treatment may beincluded in the information released to these individuals. Accordingly, by submission of aproposal or execution of this contract, the offeror or contractor and its subcontractors consent toa limited release of its confidential business information.
(c) Circumstances where SPAWAR may release the contractor’s or subcontractors’ confidentialbusiness information include the following:
(1) To other SPAWAR contractors and subcontractors, and their employees tasked with assistingSPAWAR in handling and processing information and documents in the administration ofSPAWAR contracts, such as file room management and contract closeout.
(2) To SPAWAR contractors and subcontractors, and their employees tasked with assisting
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
41 of 61 FINAL
SPAWAR in accounting support services, including access to cost-reimbursement vouchers.
(3) To SPAWAR contractors and subcontractors, and their employees tasked with assistingSPAWAR in crafting performance work statements, assisting with the evaluation of task ordercost/technical proposals and assembling performance metrics information.
(d) SPAWAR recognizes its obligation to protect the contractor and its subcontractors fromcompetitive harm that could result from the release of such information. SPAWAR will permit thelimited release of confidential business information under paragraphs (c)(1), (c)(2) and (c)(3) onlyunder the following conditions:
(1) SPAWAR determines that access is required by other SPAWAR contractors and theirsubcontractors to perform the tasks described in paragraphs (c)(1), (c)(2) and (c)(3),
(2) Access to confidential business information is restricted to individuals with a bona fide needto possess,
(3) Contractors, their subcontractors, and their employees who are granted access to confidentialbusiness information have signed an appropriate non-disclosure agreement requiring them toprovide the same level of protection to confidential business information that would be providedby SPAWAR employees,
(4) Contractors and their subcontractors having access to confidential business information haveagreed under their contract or a separate corporate non-disclosure agreement to provide the samelevel of protection to confidential business information that would be provided by SPAWARemployees, and
(5) SPAWAR contractors and their subcontractors performing the tasks described in paragraphs(c)(1), (c)(2) or (c)(3) have agreed under their contract or a separate non-disclosure agreement tonot use confidential business information for any purpose other than performing the tasksdescribed in paragraphs (c)(1), (c)(2) and (c)(3).
(e) SPAWAR’s responsibilities under the Freedom of Information Act are not affected by thisclause.
(f) If SPAWAR satisfies the conditions listed in paragraph (d), the contractor and itssubcontractors agree to indemnify and hold harmless the Government, its agents, and employeesfrom every claim or liability, including attorneys fees, court costs, and expenses, arising out of, orin any way related to, the misuse or unauthorized modification, reproduction, release, display, ordisclosure of confidential business information provided by the contractor to the Government.
(g) The contractor agrees to include, and require inclusion of, this clause in all subcontracts at anytier that requires the furnishing of confidential business information.
H-6 RELEASE OF PLANNING, PROGRAMMING, AND BUDGETING SYSTEM (PPBS)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
42 of 61 FINAL
DATA
(a) As defined in this clause, "Planning, Programming and Budgeting System (PPBS) data"includes, but is not limited to, one or more of the following:
(1) Planning phase.
(2) Defense Planning Guidance.
(3) Programming Phase.
(4) Fiscal Guidance (when separate from Defense Planning guidance).
(5) Program Objective Memoranda.
(6) Port Defense Program (formerly FYDP) documents (POM Defense Program, ProcurementAnnex, RTD&E Annex).
(7) Program review Proposals.
(8) Issue Papers (also referred to as Major Issue Papers, Tier II Issue Papers, Cover Briefs).
(9) Proposed Military Department Program Reductions (or Program Offsets).
(10) Tentative Issue Decision Memoranda.
(11) Program Decision Memoranda.
(12) Budgeting Phase.
(13) Defense Program (formerly FYDP) documents for September Budget Estimate Submissionand President's Budget Estimate submission including Procurement, RTD&E and ConstructionAnnexes).
(14) Classified P1, R1 and C1.
(15) Program Budget Decisions and Defense Management Report Decisions.
(16) Reports Generated by the Automated Budget Review System (BRS).
(17) DD 1414 Base for Reprogramming.
(18) DD 1416 Report of Programs.
(19) Contract Award Reports.
(20) Congressional Data Sheets.
(21) Any other data or information identified by the Government as PPBS data or information.
This definition includes all such documentation (whether published or unpublished), and
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
43 of 61 FINAL
equivalent published or unpublished PPBS data in whatever form produced and maintained byany service component.
(b) The Contractor hereby agrees that it will not divulge any Planning, Programming andBudgeting System (PPBS) data made available to it under this contract to any individual(including other members of the contractor's organization), company or Governmentrepresentative, unless specific written authorization is received from the Contracting Officer. The Contractor also agrees that it will promptly notify the Contracting Officer of any attemptby any individual (including other members of the contractor's organization), company orGovernment representative to gain access to such PPBS data. Such notification shall include thename and organization, if available, of the individual (including other member's of the contractor'sorganization), company or Government representative.
(c) Within fourteen calendar days of contract award, the Contractor shall submit to theContracting Officer a statement describing the Contractor, its parent company and subsidiaries (ifany), and any financial interests they have in current or future systems and services beingacquired by the Navy.
(d) The Contractor shall require that all employees who have access to such data execute thefollowing "STATEMENT OF NONDISCLOSURE OF PPBS DATA," and submit thesenondisclosure statements to the Contracting Officer prior to granting access to PPBS data to suchemployees:
STATEMENT OF NONDISCLOSURE OF PPBS DATA
I will not divulge Planning, Programming and Budgeting System (PPBS) Informationavailable to me through Task Order (NS02) as the term PPBS is defined in Clause H-7 of thattask order to anyone, including other employees of my corporation, without specific writtenauthorization from the Contracting Officer.
This restriction applies not only to information from PPBS documents, published orunpublished, but also to equivalent published or unpublished budget data in whatever formproduced and maintained by the service components.
See Proposal
SIGNATURE ______________
TYPED NAME ____________
DATE ___________________
(e) In the event the Contractor, or any of its employees, agents, or subcontractors (or their
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
44 of 61 FINAL
employees, agents or subcontractors), fail to comply with the provisions of this clause, suchnoncompliance shall be deemed a material breach of the contract for which the Governmentreserves the right to avail itself of any or all of the following remedies:
(1) Terminate the contract for default in accordance with FAR § 52.249-6 (“Termination (Cost-Reimbursement)”)(SEP 1996) or FAR § 52.249-8 (“Default (Fixed-Price Supply and Service”
(2) Include a discussion of such failure to comply with this clause in any evaluation by theGovernment of the Contractor's performance of this contract created pursuant to FAR 42.15.
(3) resort to such other rights and remedies as provided for under this contract and under Federallaw.
Waiver of such rights by the Government for noncompliance shall not be construed as waiver forany successive noncompliance.
(f) Any subcontractor who is granted access to PPBS data shall be subject to the restrictionsstated in subparagraphs (a) through (e) above. The Contractor shall notify the subcontractor thatit is so subject. The Contractor agrees that the requirements of this clause shall be inserted in allsubcontracts such that the restriction on disclosure of PPBS data shall apply to allsubcontractors at any tier.
H-7 - 5252.242-9202 TECHNICAL DIRECTION (COST TYPE CONTRACTS) (APR1992) (a) Technical Direction may be provided to the Contractor from time to time by theContracting Officer or Contracting Officer’s Representative, if authorized, during theterm (term is defined as the period of performance for the basic contract and any optionsthat may be exercised) of this contract. Technical Direction will provide specificinformation relating to the tasks contained in the Statement of Work and will be providedto the contractor in writing. Any Technical Direction issued hereunder will be subject tothe terms and conditions of the contract. The contract shall take precedence if there isany conflict with any Technical Direction issued hereunder, and cannot be modified byany Technical Direction. (b) As stated, Technical Direction shall be issued in writing and shall include, but not belimited to, the following information:
(1) date of issuance of Technical Direction;(2) applicable contract number;(3) technical direction identification number;(4) description of Technical Direction;(5) estimated cost;(6) estimated level of effort by labor category; and
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
45 of 61 FINAL
(7) signature of the PCO/COR. (c) If the contractor does not agree with the estimated cost specified on the technicaldirection, or considers the technical direction to be outside the scope of the contract, heshall notify the PCO or COR immediately and, in the case of the estimated cost, arrive ata general agreement to the cost of the task. In the case of the direction requiring workthat is out of the scope of the contract, the contractor shall not proceed with the effortunless and until the PCO executes a contract modification to include the change in scope.
H-8 ORGANIZATIONAL CONFLICT OF INTEREST
The Organizational Conflict of Interest clause in the contractor’s basic SeaPort IDIQ contract isincorporated in this task order by reference.
H-9 INFORMATION ASSURANCE CONTRACTOR TRAINING ANDCERTIFICATION (252.239-7001) (JAN 2008)
(a) The Contractor shall ensure that personnel accessing information systems have the proper andcurrent information assurance certification to perform information assurance functions in accordancewith DoD 8570.01-M, Information Assurance Workforce Improvement Program. The Contractor shallmeet the applicable information assurance certification requirements, including—
(1) DoD-approved information assurance workforce certifications appropriate for each category andlevel as listed in the current version of DoD 8570.01-M; and
(2) Appropriate operating system certification for information assurance technical positions asrequired by DoD 8570.01-M.
(b) Upon request by the Government, the Contractor shall provide documentation supporting theinformation assurance certification status of personnel performing information assurance functions.
(c) Contractor personnel who do not have proper and current certifications shall be denied access toDoD information systems for the purpose of performing information assurance functions.
H-10 REIMBURSEMENT OF TRAVEL COSTS (JAN 2006)
(a) Contractor Request and Government Approval of Travel
Any travel under this contract must be specifically requested in writing, by the contractor priorto incurring any travel costs. If this contract is a definite or indefinite delivery contract, then thewritten Government authorization will be by task/delivery orders issued by the Ordering Officeror by a modification to an issued task/delivery order. If this contract is not a definite or indefinitedelivery contract, then the written Government authorization will be by written notice ofapproval from the Contracting Officer’s Representative (COR). The request shall include as aminimum, the following:
(1) Contract number(2) Date, time, and place of proposed travel
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
46 of 61 FINAL
(3) Purpose of travel and how it relates to the contract(4) Contractor’s estimated cost of travel(5) Name(s) of individual(s) traveling and;(6) A breakdown of estimated travel and per diem charges.
(b) General
(1) The costs for travel, subsistence, and lodging shall be reimbursed to the contractor only to theextent that it is necessary and authorized for performance of the work under this contract. Thecosts for travel, subsistence, and lodging shall be reimbursed to the contractor in accordance withthe Federal Acquisition Regulation (FAR) 31.205-46, which is incorporated by reference into thiscontract. As specified in FAR 31.205-46(a) (2), reimbursement for the costs incurred for lodging,meals and incidental expenses (as defined in the travel regulations cited subparagraphs (b)(1)(i)through (b)(1)(iii) below) shall be considered to be reasonable and allowable only to the extentthat they do not exceed on a daily basis the maximum per diem rates in effect at the time of travelas set forth in the following:
(i) Federal Travel Regulation prescribed by the General Services Administration for travel in thecontiguous 48 United States;
(ii) Joint Travel Regulation, Volume 2, DoD Civilian Personnel, Appendix A, prescribed by theDepartment of Defense for travel in Alaska, Hawaii, The Commonwealth of Puerto Rico, and theterritories and possessions of the United States; or
(iii) Standardized Regulations, (Government Civilians, Foreign Areas), Section 925, “MaximumTravel Per Diem Allowances in Foreign Areas” prescribed by the Department of State, for travelin areas not covered in the travel regulations cited in subparagraphs (b)(1)(i) and (b)(1)(ii) above.
(2) Personnel in travel status from and to the contractor’s place of business and designated worksite or vice versa, shall be considered to be performing work under the contract, and contractorshall bill such travel time at the straight (regular) time rate; however, such billing shall not exceedeight hours per person for any one person while in travel status during one calendar day.
(c) Per Diem
(1) The contractor shall not be paid per diem for contractor personnel who reside in themetropolitan area in which the tasks are being performed. Per diem shall not be paid on servicesperformed at contractor’s home facility and at any facility required by the contract, or at anylocation within a radius of 50 miles from the contractor’s home facility and any facility requiredby this contract.
(2) Costs for subsistence and lodging shall be paid to the contractor only to the extent thatovernight stay is necessary and authorized in writing by the Government for performance of thework under this contract per paragraph (a). When authorized, per diem shall be paid by thecontractor to its employees at a rate not to exceed the rate specified in the travel regulations citedin FAR 31.205-46(a)(2) and authorized in writing by the Government. The authorized per diem
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
47 of 61 FINAL
rate shall be the same as the prevailing locality per diem rate.
(3) Reimbursement to the contractor for per diem shall be limited to payments to employees notto exceed the authorized per diem and as authorized in writing by the Government per paragraph(a). Fractional parts of a day shall be payable on a prorated basis for purposes of billing for perdiem charges attributed to subsistence on days of travel. The departure day from the PermanentDuty Station (PDS) and return day to the PDS shall be 75% of the applicable per diem rate. Thecontractor shall retain supporting documentation for per diem paid to employees as evidence ofactual payments, as required by the FAR 52.216-7 “Allowable Cost and Payment” clause of thecontract.
(d) Transportation
(1) The contractor shall be paid on the basis of actual amounts paid to the extent that suchtransportation is necessary for the performance of work under the contract and is authorized inwriting by the Government per paragraph (a).
(2) The contractor agrees, in the performance of necessary travel, to use the lowest cost modecommensurate with the requirements of the mission and in accordance with good trafficmanagement principles. When it is necessary to use air or rail travel, the contractor agrees to usecoach, tourist class or similar accommodations to the extent consistent with the successful andeconomical accomplishment of the mission for which the travel is being performed.Documentation must be provided to substantiate nonavailability of coach or tourist if business orfirst class is proposed to accomplish travel requirements.
(3) When transportation by privately owned conveyance (POC) is authorized, the contractorshall be paid on a mileage basis not to exceed the applicable Government transportation ratespecified in the travel regulations cited in FAR 31.205-46(a)(2) and is authorized in writing bythe Government per paragraph (a).
(4) When transportation by privately owned (motor) vehicle (POV) is authorized, required travelof contractor personnel, that is not commuting travel, may be paid to the extent that it exceedsthe normal commuting mileage of such employee. When an employee’s POV is used for travelbetween an employee’s residence or the Permanent Duty Station and one or more alternate worksites within the local area, the employee shall be paid mileage for the distance that exceeds theemployee’s commuting distance.
(5) When transportation by a rental automobile, other special conveyance or public conveyanceis authorized, the contractor shall be paid the rental and/or hiring charge and operating expensesincurred on official business (if not included in the rental or hiring charge). When the operatingexpenses are included in the rental or hiring charge, there should be a record of those expensesavailable to submit with the receipt. Examples of such operating expenses include: hiring charge(bus, streetcar or subway fares), gasoline and oil, parking, and tunnel tolls.
(6) Definitions:
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
48 of 61 FINAL
(i) “Permanent Duty Station” (PDS) is the location of the employee’s permanent workassignment (i.e., the building or other place where the employee regularly reports for work.
(ii) “Privately Owned Conveyance” (POC) is any transportation mode used for the movement ofpersons from place to place, other than a Government conveyance or common carrier, including aconveyance loaned for a charge to, or rented at personal expense by, an employee fortransportation while on travel when such rental conveyance has not been authorized/approved asa Special Conveyance.
(iii) “Privately Owned (Motor) Vehicle (POV)” is any motor vehicle (including an automobile,light truck, van or pickup truck) owned by, or on a long-term lease (12 or more months) to, anemployee or that employee’s dependent for the primary purpose of providing personaltransportation, that:
(a) is self-propelled and licensed to travel on the public highways;
(b) is designed to carry passengers or goods; and
(c) has four or more wheels or is a motorcycle or moped.
(iv) “Special Conveyance” is commercially rented or hired vehicles other than a POC and otherthan those owned or under contract to an agency.
(v) “Public Conveyance” is local public transportation (e.g., bus, streetcar, subway, etc) ortaxicab.
(iv) “Residence” is the fixed or permanent domicile of a person that can be reasonably justified asa bona fide residence.
EXAMPLE 1: Employee’s one way commuting distance to regular place of work is 7 miles.Employee drives from residence to an alternate work site, a distance of 18 miles. Uponcompletion of work, employee returns to residence, a distance of 18 miles. In this case, theemployee is entitled to be reimbursed for the distance that exceeds the normal round tripcommuting distance (14 miles). The employee is reimbursed for 22 miles (18 + 18 - 14 = 22).
EXAMPLE 2: Employee’s one way commuting distance to regular place of work is 15 miles.Employee drives from residence to an alternate work site, a distance of 5 miles. Upon completionof work, employee returns to residence, a distance of 5 miles. In this case, the employee is notentitled to be reimbursed for the travel performed (10 miles), since the distance traveled is lessthan the commuting distance (30 miles) to the regular place of work.
EXAMPLE 3: Employee’s one way commuting distance to regular place of work is 15 miles.Employee drives to regular place of work. Employee is required to travel to an alternate worksite, a distance of 30 miles. Upon completion of work, employee returns to residence, a distanceof 15 miles. In this case, the employee is entitled to be reimbursed for the distance that exceedsthe normal round trip commuting distance (30 miles). The employee is reimbursed for 30 miles(15 + 30 + 15 - 30 = 30).
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
49 of 61 FINAL
EXAMPLE 4: Employee’s one way commuting distance to regular place of work is 12 miles. Inthe morning the employee drives to an alternate work site (45 miles). In the afternoon theemployee returns to the regular place of work (67 miles). After completion of work, employeereturns to residence, a distance of 12 miles. In this case, the employee is entitled to be reimbursedfor the distance that exceeds the normal round trip commuting distance (24 miles). The employeeis reimbursed for 100 miles (45 + 67 + 12 - 24 = 100).
EXAMPLE 5: Employee’s one way commuting distance to regular place of work is 35 miles.Employee drives to the regular place of work (35 miles). Later, the employee drives to alternatework site #1 (50 miles) and then to alternate work site #2 (25 miles). Employee then drives toresidence (10 miles). In this case, the employee is entitled to be reimbursed for the distance thatexceeds the normal commuting distance (70 miles). The employee is reimbursed for 50 miles (35+ 50 + 25 + 10 - 70 = 50).
EXAMPLE 6: Employee’s one way commuting distance to regular place of work is 20 miles.Employee drives to the regular place of work (20 miles). Later, the employee drives to alternatework site #1 (10 miles) and then to alternate work site #2 (5 miles). Employee then drives toresidence (2 miles). In this case, the employee is not entitled to be reimbursed for the travelperformed (37 miles), since the distance traveled is less than the commuting distance (40 miles) tothe regular place of work.
H-11 NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZESTATUS
For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESSSET-ASIDE, 52.219-3, NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18,NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS, and52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALLBUSINESS SET-ASIDE, the determination of whether a small business concern is independentlyowned and operated, not dominant in the field of operation in which it is bidding on Governmentcontracts, and qualified as a small business under the size standards in this solicitation, andfurther, meets the definition of a HUBZone small business concern, a small business concerncertified by the SBA for participation in the SBAs 8(a) program, or a service disabledveteran-owned small business concern, as applicable, shall be based on the status of said concernat the time of award of the SeaPort-e MACs and as further determined in accordance with SpecialContract Requirement H-19.
H-341 EMPLOYMENT OF NAVY PERSONNEL RESTRICTED (DEC 1999) In performing this contract, the Contractor will not use as a consultant or employ (on either a fullor part-time basis) any active duty Navy personnel (civilian or military) without the priorapproval of the Contracting Officer. Such approval may be given only in circumstances where it
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
50 of 61 FINAL
is clear that no law and no DOD or Navy instructions, regulations, or policies might possibly becontravened and no appearance of a conflict of interest will result.
H-344 DELIVERY ORDER LIMITATIONS OF COST/FUNDS (DEC 1999) In accordance with the FAR Clause 52.232-20, “Limitation of Cost,” or 52.232-22 “Limitation ofFunds,” the Government shall not be obligated to reimburse the Contractor for work performed,items delivered, or any costs incurred under orders issued under the resultant contract, except asauthorized by the contracting officer. The cost factors utilized in determining the estimated costs under any order placed hereundershall be the applicable rates current at the time of issuance of the task or delivery order, not toexceed, however, any ceilings established by the terms of this contract. If at any time 75% of either the estimated cost or estimated level of effort specified in the task ordelivery order is reached and it appears that additional funds and/or level of effort is required tocomplete performance, the Contractor shall promptly notify the Ordering Officer in writing. Such notification shall include the cost and level of effort expended and that which will berequired to complete performance. The Government shall have the right to modify the task ordelivery order accordingly. If the Contractor exceeds the estimated costs authorized by task or delivery order placedhereunder, the Government will be responsible only for reimbursement of the cost and paymentof fee in an amount up to that established by the task or delivery order. The total amount of all task or delivery orders issued shall not exceed the estimated costs andfixed fee or level of effort set forth in this contract.
H-705 INFORMATION ASSURANCE AND PERSONNEL SECURITY REQUIREMENTSFOR ACCESSING GOVERNMENT INFORMATION TECHNOLOGY SYSTEMS (JAN2008)
(a) Contractor personnel assigned to perform work under this contract may require access toGovernment IT Systems. Prior to accessing any Government IT System, contractor personnelshall submit a completed Systems Authorization Access Request (SAAR), DD Form 2875,Annual Information Assurance (IA) training certificate, and initiate the requisite backgroundinvestigation using SF 85P to be processed by the vendor Facility Security Officer (or provideproof of a current background investigation) to the Contracting Officer’s Representative (COR).For purposes of this clause, reference to the COR shall mean the PCO for contracts that do nothave a designated COR. In order to maintain access to required systems, the contractor shallensure completion of annual IA training, monitor expiration of requisite backgroundinvestigations, and initiate re-investigations as required.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
51 of 61 FINAL
(b) Contractor personnel shall complete, sign and date Part I of the SAAR (available athttps://infosec.navy.mil/pub/docs/documents/NETWARCOM/uad/dd2875_12jun2006.pdf [orprovided as an attachment] and coordinate with the COR to designate in Part III, block 28c, theappropriate IT level designation (IT-1, IT-2, or IT-3). The completed SAAR and proof of acurrent background investigation is to be provided to the COR. The COR will review the SAARsubmitted by the contractor, and if the COR concurs that the contractor requires the IT accessdesignated, the COR will complete and sign Part II. When a background investigation is required,contractor personnel shall complete an SF85P and turn it into the contractor’s Facility SecurityOfficer for processing.
(c) For DoD Information Assurance Awareness training for FY 2008. Please use this site:
http://iase.disa.mil/index2.html
DIRECTIONS: On the right side under "IA Training:" select "IA Training Available Online" onthe next page select the frame with "DoD Information Assurance Awareness" when the next pagecomes up, select "Launch DoD Information Assurance Awareness" (If you are not able to get"Launch DoD Information Assurance Awareness" to launch, call the NMCI Help Desk at1-866-843-6624 and refer to Trouble Ticket SDH5867528.).
(d) The contractor shall provide separate Information Technology Personnel Security Reports tothe COR and to SPAWAR Security in accordance with CDRL A002. The report submitted to theCOR shall not contain Social Security information that is required in the report submitted toSPAWAR Security. Both reports shall show that all contractor personnel meet the requirementsfor obtaining access to Government IT Systems, and that all requirements are verified andvalidated thereafter on an annual basis. All prime, subcontractor, consultants, and temporaryemployees who require access to Government IT systems shall be included in the reports.Revised reports shall be submitted when gains and/or losses of employees occur to ensure that allemployees comply with these requirements prior to accessing Government IT Systems.
5252.215-9210 INCORPORATION OF REPRESENTATIONS AND CERTIFICATIONSBY REFERENCE (NOV 1991) All representations and certifications and other written statements made by the contractor inresponse to Section K of the solicitation or at the request of the contracting officer which areincident to the award of the contract or modification of this contract, are hereby incorporated byreference with the same force and effect as if they were given in full text. 5252.243-9400 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER(JAN 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Governmentpersonnel who visit the Contractor’s facilities or in any other manner communicates withContractor personnel during the performance of this contract shall constitute a change under the
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
52 of 61 FINAL
Changes clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Governmentpersonnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant tospecific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of therequirements of this contract and notwithstanding provisions contained elsewhere in thiscontract, the said authority remains solely the Contracting Officer’s. In the event the contractoreffects any change at the direction of any person other than the Contracting Officer, the changewill be considered to have been made without authority and no adjustment will be made in thecontract price to cover any increase in charges incurred as a result thereof. The address andtelephone number of the Contracting Officer is: NAME ________ADDRESS _12350 Research Parkway, Partnership II, Orlando, FL 32826TELEPHONE _(407) 380-4054
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
53 of 61 FINAL
XXXXXXXXXXXXXXXXXX
SECTION I CONTRACT CLAUSES
I-1 OPTION TO EXTEND THE TERM OF THE CONTRACT (FAR 52.217-9) (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor on or before theexpiration of the task order; provided, that the Government gives the Contractor a preliminary written notice of itsintent to extend at least 15 days before the task order expires. The preliminary notice does not commit theGovernment to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five(5) years.
I-2 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any service within the limits and the rates specified in thecontract. These rates may be adjusted only as a revision to prevailing labor rates provided by the Secretary ofLabor. The option provision may be exercised more than once, but the total extension of performance here-undershall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractorwithin 14 days prior to exercising.
I-3 CLAUSES INCORPORATED BY REFERENCE
52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE (JUN 2003)
52.219-14 LIMITATIONS OF SUBCONTRACTING (DEC 1996)
52.204-10
Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010)
I-4 SUBCONTRACTS (FAR 52.244-2) (OCT 2010)
(a) Definitions. As used in this clause—
"Approved purchasing system" means a Contractor’s purchasing system that has been reviewed and approved inaccordance with Part 44 of the Federal Acquisition Regulation (FAR)
"Consent to subcontract" means the Contracting Officer’s written consent for the Contractor to enter into a particularsubcontract.
"Subcontract" means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnishsupplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to, purchaseorders, and changes and modifications to purchase orders.
(b) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpricedcontract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordancewith paragraph (c) or (d) of this clause.
(c) If the Contractor does not have an approved purchasing system, consent to subcontract is required for anysubcontract that-
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
54 of 61 FINAL
(1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or
(2) Is fixed-price and exceeds—
(i) For a contract awarded by the Department of Defense, the Coast Guard, or the NationalAeronautics and Space Administration, the greater of the simplified acquisition threshold or 5percent of the total estimated cost of the contract; or
(ii) For a contract awarded by a civilian agency other than the Coast Guard and the
National Aeronautics and Space Administration, either the simplified acquisition threshold or 5 percent of the totalestimated cost of the contract.
(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the ContractingOfficer’s written consent before placing the following subcontracts:
All Subcontractors not evaluated in the Contractor's proposal prior to TO award _
(e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract ormodification thereof for which consent is required under paragraph (b), (c), or (d) of this clause, including thefollowing information:
(i) A description of the supplies or services to be subcontracted. (ii) Identification of the type of subcontract to beused.
(iii) Identification of the proposed subcontractor. (iv) The proposed subcontract price.
(v) The subcontractor’s current, complete, and accurate certified cost or pricing data
and Certificate of Current Cost or Pricing Data, if required by other contract provisions.
(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost
Accounting Standards when such data are required by other provisions of this contract.
(vii) A negotiation memorandum reflecting -
(A) The principal elements of the subcontract price negotiations;
(B) The most significant considerations controlling establishment of initial orrevised prices;
(C) The reason certified cost or pricing data were or were not required; (D) Theextent, if any, to which the Contractor did not rely on the
subcontractor’s certified cost or pricing data in determining the price objective
and in negotiating the final price;
(E) The extent to which it was recognized in the negotiation that thesubcontractor’s certified cost or pricing data were not accurate, complete, orcurrent; the action taken by the Contractor and the subcontractor; and the effectof any such defective data on the total price negotiated;
(F) The reasons for any significant difference between the Contractor’s priceobjective and the price negotiated; and
(G) A complete explanation of the incentive fee or profit plan when incentives
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
55 of 61 FINAL
are used. The explanation shall identify each critical performance element,management decisions used to quantify each incentive element, reasons for theincentives, and a summary of all trade-off possibilities considered.
(2) The Contractor is not required to notify the Contracting Officer in advance of entering into anysubcontract for which consent is not required under paragraph (b), (c), or (d) of this clause.
(f) Unless the consent or approval specifically provides otherwise, neither consent by the
Contracting Officer to any subcontract nor approval of the Contractor’s purchasing system shall constitute adetermination -
(1) Of the acceptability of any subcontract terms or conditions; (2) Of the allowability of any cost under this contract;or
(3) To relieve the Contractor of any responsibility for performing this contract.
(g) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed the feelimitations in FAR 15.404-4(c)(4)(i).
(h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and promptnotice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of theContractor, may result in litigation related in any way to this contract, with respect to which the Contractor may beentitled to reimbursement from the Government.
(i) The Government reserves the right to review the Contractor’s purchasing system as set forth in
FAR Subpart 44.3.
(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated duringnegotiations:
See contractor's proposal.
I-5 252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013)
(a) The Contractor shall not release to anyone outside the Contractor's organization any unclassifiedinformation, regardless of medium (e.g., film, tape, document), pertaining to any part of this contractor any program related to this contract, unless—
(1) The Contracting Officer has given prior written approval;
(2) The information is otherwise in the public domain before the date of release; or
(3) The information results from or arises during the performance of a project that has beenscoped and negotiated by the contracting activity with the contractor and research performerand determined in writing by the contracting officer to be fundamental research in accordancewith National Security Decision Directive 189, National Policy on the Transfer of Scientific,Technical and Engineering Information, in effect on the date of contract award and the USD(AT&L) memoranda on Fundamental Research, dated May 24, 2010, and on ContractedFundamental Research, dated June 26, 2008, (available at DFARS PGI 204.4).
(b) Requests for approval under paragraph (a)(1) shall identify the specific information to be released,the medium to be used, and the purpose for the release. The Contractor shall submit its request to theContracting Officer at least 10 business days before the proposed date for release.
(c) The Contractor agrees to include a similar requirement, including this paragraph (c), in each
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
56 of 61 FINAL
subcontract under this contract. Subcontractors shall submit requests for authorization to releasethrough the prime contractor to the Contracting Officer.
(End of clause)
I-6 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013)
(a) Definitions. As used in this clause—
“Adequate security” means protective measures that are commensurate with the consequences and probability ofloss, misuse, or unauthorized access to, or modification of information.
“Attribution information” means information that identifies the Contractor, whether directly or indirectly, by thegrouping of information that can be traced back to the Contractor (e.g., program description or facility locations).
“Compromise” means disclosure of information to unauthorized persons, or a violation of the security policy of asystem, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of anobject, or the copying of information to unauthorized media may have occurred.
“Contractor information system” means an information system belonging to, or operated by or for, the Contractor.
“Controlled technical information” means technical information with military or space application that is subject tocontrols on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination.Controlled technical information is to be marked with one of the distribution statements B-through-F, in accordancewith DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not includeinformation that is lawfully publicly available without restrictions.
“Cyber incident” means actions taken through the use of computer networks that result in an actual or potentiallyadverse effect on an information system and/or the information residing therein.
“Exfiltration” means any unauthorized release of data from within an information system. This includes copying thedata through covert network channels or the copying of data to unauthorized media.
“Media” means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks,magnetic disks, large-scale integration memory chips, and printouts onto which information is recorded, stored, orprinted within an information system.
“Technical information” means technical data or computer software, as those terms are defined in the clause atDFARS 252.227-7013, Rights in Technical Data-Non Commercial Items, regardless of whether or not the clause isincorporated in this solicitation or contract. Examples of technical information include research and engineering data,engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports,technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computersoftware executable code and source code.
(b) Safeguarding requirements and procedures for unclassified controlled technical information. TheContractor shall provide adequate security to safeguard unclassified controlled technical informationfrom compromise. To provide adequate security, the Contractor shall—
(1) Implement information systems security in its project, enterprise, or company-wideunclassified information technology system(s) that may have unclassified controlled technicalinformation resident on or transiting through them. The information systems security programshall implement, at a minimum—
(i) The specified National Institute of Standards and Technology (NIST)Special Publication (SP) 800-53 security controls identified in the followingtable; or
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
57 of 61 FINAL
(ii) If a NIST control is not implemented, the Contractor shall submit to theContracting Officer a written explanation of how—
(A) The required security control identified in the following table is notapplicable; or
(B) An alternative control or protective measure is used to achieveequivalent protection.
(2) Apply other information systems security requirements when the Contractor reasonablydetermines that information systems security measures, in addition to those identified inparagraph (b)(1) of this clause, may be required to provide adequate security in a dynamicenvironment based on an assessed risk or vulnerability.
Table 1 -- Minimum Security Controls for Safeguarding
Minimum required security controls for unclassified controlled technical information requiring safeguarding inaccordance with paragraph (d) of this clause. (A description of the security controls is in the NIST SP 800-53,“Security and Privacy Controls for Federal Information Systems and Organizations” (http://csrc nist.gov/publications/PubsSPs html).)
Access Control Audit & AccountabilityIdentification and
Authentication Media ProtectionSystem & Comm
Protection
AC-2 AU-2 IA-2 MP-4 SC-2
AC-3(4) AU-3 IA-4 MP-6 SC-4
AC-4 AU-6(1) IA-5(1) SC-7
AC-6 AU-7
Physical andEnvironmental
Protection SC-8(1)
AC-7 AU-8 Incident Response PE-2 SC-13
AC-11(1) AU-9 IR-2 PE-3
AC-17(2) IR-4 PE-5 SC-15
AC-18(1)ConfigurationManagement IR-5 SC-28
AC-19 CM-2 IR-6Program
Management
AC-20(1) CM-6 PM-10
System &Information
Integrity
AC-20(2) CM-7 Maintenance SI-2
AC-22 CM-8 MA-4(6) Risk Assessment SI-3
MA-5 RA-5 SI-4
Awareness &Training Contingency Planning MA-6
AT-2 CP-9
Legend:
AC: Access Control MA: Maintenance
AT: Awareness and Training MP: Media Protection
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
58 of 61 FINAL
AU: Auditing and Accountability PE: Physical & Environmental Protection
CM: Configuration Management PM: Program Management
CP: Contingency Planning RA: Risk Assessment
IA: Identification and Authentication SC: System & Communications Protection
IR: Incident Response SI: System & Information Integrity
(c) Other requirements. This clause does not relieve the Contractor of the requirements specified byapplicable statutes or other Federal and DoD safeguarding requirements for Controlled UnclassifiedInformation (CUI) as established by Executive Order 13556, as well as regulations and guidanceestablished pursuant thereto.
(d) Cyber incident and compromise reporting.
(1) Reporting requirement. The Contractor shall report as much of the following informationas can be obtained to the Department of Defense via (http://dibnet.dod mil/) within 72 hoursof discovery of any cyber incident, as described in paragraph (d)(2) of this clause, that affectsunclassified controlled technical information resident on or transiting through the Contractor’sunclassified information systems:
(i) Data Universal Numbering System (DUNS).
(ii) Contract numbers affected unless all contracts by the company are affected.
(iii) Facility CAGE code if the location of the event is different than the primeContractor location.
(iv) Point of contact if different than the POC recorded in the System for AwardManagement (address, position, telephone, email).
(v) Contracting Officer point of contact (address, position, telephone, email).
(vi) Contract clearance level.
(vii) Name of subcontractor and CAGE code if this was an incident on aSub-contractor network.
(viii) DoD programs, platforms or systems involved.
(ix) Location(s) of compromise.
(x) Date incident discovered.
(xi) Type of compromise (e.g., unauthorized access, inadvertent release, other).
(xii) Description of technical information compromised.
(xiii) Any additional information relevant to the information compromise.
(2) Reportable cyber incidents. Reportable cyber incidents include the following:
(i) A cyber incident involving possible exfiltration, manipulation, or other lossor compromise of any unclassified controlled technical information resident onor transiting through Contractor’s, or its subcontractors’, unclassifiedinformation systems.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
59 of 61 FINAL
(ii) Any other activities not included in paragraph (d)(2)(i) of this clause thatallow unauthorized access to the Contractor’s unclassified information systemon which unclassified controlled technical information is resident on ortransiting.
(3) Other reporting requirements. This reporting in no way abrogates the Contractor’sresponsibility for additional safeguarding and cyber incident reporting requirements pertainingto its unclassified information systems under other clauses that may apply to its contract, oras a result of other U.S. Government legislative and regulatory requirements that may apply(e.g., as cited in paragraph (c) of this clause).
(4) Contractor actions to support DoD damage assessment. In response to the reported cyberincident, the Contractor shall—
(i) Conduct further review of its unclassified network for evidence ofcompromise resulting from a cyber incident to include, but is not limited to,identifying compromised computers, servers, specific data and users accounts.This includes analyzing information systems that were part of the compromise,as well as other information systems on the network that were accessed as aresult of the compromise;
(ii) Review the data accessed during the cyber incident to identify specificunclassified controlled technical information associated with DoD programs,systems or contracts, including military programs, systems and technology;and
(iii) Preserve and protect images of known affected information systems and allrelevant monitoring/packet capture data for at least 90 days from the cyberincident to allow DoD to request information or decline interest.
(5) DoD damage assessment activities. If DoD elects to conduct a damage assessment, theContracting Officer will request that the Contractor point of contact identified in the incidentreport at (d)(1) of this clause provide all of the damage assessment information gathered inaccordance with paragraph (d)(4) of this clause. The Contractor shall comply with damageassessment information requests. The requirement to share files and images exists unless thereare legal restrictions that limit a company's ability to share digital media. The Contractorshall inform the Contracting Officer of the source, nature, and prescription of such limitationsand the authority responsible.
(e) Protection of reported information. Except to the extent that such information is lawfullypublicly available without restrictions, the Government will protect information reported or otherwiseprovided to DoD under this clause in accordance with applicable statutes, regulations, and policies.The Contractor shall identify and mark attribution information reported or otherwise provided to theDoD. The Government may use information, including attribution information and disclose it onlyto authorized persons for purposes and activities consistent with this clause.
(f) Nothing in this clause limits the Government’s ability to conduct law enforcement orcounterintelligence activities, or other lawful activities in the interest of homeland security andnational security. The results of the activities described in this clause may be used to support aninvestigation and prosecution of any person or entity, including those attempting to infiltrate orcompromise information on a contractor information system in violation of any statute.
(g) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph(g), in all subcontracts, including subcontracts for commercial items.
(End of clause)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
60 of 61 FINAL
SECTION J LIST OF ATTACHMENTS
Attachment 1 - PWS
Attachment 2 - DS CDRLs (Revised 20130923)
Attachment 2(a) - MSR CDRL Staffing Plan Att 1
Attachment 2(b) - MSR CDRL Staffing Plan Att 2
Attachment 3- Contract Security Classification Specification DD 254 Revision 2
Attachment 11- Non-Disclosure Agreement
Attachment No. 12 - PMW 240 Configuration Management Plan
Attachment No. 16 - Technical Manual Contract Requirement (TMCR) NDMS-100023-000(Sample)
Attachment No. 13 - PMW 240 Schedule Management Plan (Team Project Plan User Guide)
Attachment No. 14 - PMW 240 TEP Guidebook
Attachment No. 15 - PMW 240 Risk Management Plan v2 2 - 18MAY09
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
NS02 AMENDMENT/MODIFICATION NO.
50 PAGE
61 of 61 FINAL