2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
35 19-Dec-2013 N00024-14-MR-55048 N/A6. ISSUED BY CODE N00024 7. ADMINISTERED BY (If other than Item 6) CODE S1501A
Naval Sea Systems Command (NAVSEA)
BUILDING 197, ROOM 5w-27301333 ISAAC HULL AVENUE SE
WASHINGTON NAVY YARD DC 20376-2040
@navy.mil 202-781-3955
DCMA COMBAT VEHICLES INDIANAPOLIS
EMMETT J. BEAN CENTER, 8899 E. 56TH ST.
INDIANAPOLIS IN 46249-5701
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-EH01
10B. DATED (SEE ITEM 13)
CAGECODE
03WZ3 FACILITY CODE 31-Jan-2006
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of thisamendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitationand this amendment, and is received prior to the opening hour and date specified.12. ACCOUNTING AND APPROPRIATION DATA (If required)
SEE SECTION G
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.
[ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation
date, etc )SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
[X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:Mutual Agreement of the Parties
[ ] D. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office.14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible )
SEE PAGE 2
15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Contracts Manager Contracting Officer
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ 24-Dec-2013 BY /s/ 03-Jan-2014
(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE
30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53 243
1. CONTRACT ID CODE PAGE OF PAGES
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3
XXXXXX
XXXXXXXXXXXXXXXXX
XXXXXX XXXXXXX
GENERAL INFORMATION
The purpose of this modification is to deobligate total funding in the amount of rom SLINs1003LC and 3000LB.
Accordingly, said Task Order is modified as follows:
1. Under Section B, revise as follows:
a. Deobligate funding in the amount of from SLIN 1003LC and transfer unfunded ceiling toSLIN 1003LA as follows:
1003LA Est. Cost Fixed Fee CPFFFrom $ - $ - $ - By $ $ $ To $ $ $
$ 1003LC Est. Cost Fixed Fee CPFF From $ $ $ By $ $ $ To $ $ $
b. Deobligate funding in the amount of from SLIN 3003LB and transfer unfunded ceiling to SLIN3003LA as follows:
3003LA Est. CostFrom $ - By $ To $
3003LB Est. CostFrom $ By $ To $
2. Under Section J, List of Attachments, add Attachment 32, Financial Accounting Data Sheets for Modification 35in the amount of
3. Except as provided herein, all other terms and conditions remain unchanged and in full force and effect.
A conformed copy of this Task Order is attached to this modification for informational purposes only.
The Line of Accounting information is hereby changed as follows:
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
2 of 3 FINAL
XXXXXXX
XXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXXXXXXXXXXXXX
XXXXXX
XXXXXXXX
XXXXXXXXXXXX
XXXXXXX
XXXXXXX
The total amount of funds obligated to the task is hereby decreased from $ by$ to $ .
CLIN/SLIN Type Of Fund From ($) By ($) To ($)
1003LC O&MN,N
3003LB O&MN,N
The total value of the order is hereby decreased from $ by $ to
CLIN/SLIN From ($) By ($) To ($)
1003LC
3003LB
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
3 of 3 FINAL
XXXXXXXXXXXXXXXX
XXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXX
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ --- ----------------- ---- ---- --------------- --------------- -------------- 1000 Military manpower $ services. Base Year 1000AA R408 Task 1. Technical 1.0 LO military manpower management support services to the Missile Defense Agency (Fund Type - TBD) Option 1000AB R408 Task 1. Technical 1.0 LO $ $ military manpower management support services to the Missile Defense Agency (O&MN,N) 1000BA R408 Task 2. Military 1.0 LO $ manpower management and aquisition professional support services to the Naval Sea Systems Engineering Directorate/SEA 06 (Fund Type - TBD) Option 1000BB R408 Base Year. Task 1.0 LO $ $ $ 2. Military manpower management and aquisition professional support services to the Naval Sea Systems Engineering Directorate/SEA 06 (O&MN,N)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
1 of 86 FINAL
XXXXXXXXXX
XXXXX XXXX XXXXX
XXXXXXXX XXXXXXXX XXXXXXXX
XXXXXXXXX XXXXX XXXXXXXXX
XXXXXXX XXXXX XXXXXXXX
1000BC R408 Base Year. Task 1.0 LO $ $ 2. Military manpower management and aquisition professional support services to the Naval Sea Systems Engineering Directorate/SEA 06 (O&MN,N) 1000BD R408 Base Year. Task 1.0 LO 2. Military manpower management and aquisition professional support services to the Naval Sea Systems Engineering Directorate/SEA 06 (O&MN,N) 1000BE R408 Base Year. Task 1.0 LO 2. Military manpower management and aquisition professional support services to the Naval Sea Systems Engineering Directorate/SEA 06 (O&MN,N) 1000BF R408 Base Year. Task 1.0 LO 2. Military manpower management and aquisition professional support services to the Naval Sea Systems Engineering Directorate/SEA 06 (O&MN,N) 1000CA R408 Task 3. Military 1.0 LO manpower management support services to the Naval Sea Systems Command
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
2 of 86 FINAL
XXXXXXX XXXXXX XXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXX XXXX XXXXX
Ship Design and Systems Engineering Directorate (SEA05) (Fund Type - TBD) Option 1000CB R408 Base Year. Task 1.0 LO 0 3. Military manpower management support services to the Naval Sea Systems Command Ship Design and Systems Engineering Directorate (SEA05) (O&MN,N) 1000DA R408 Task 4. Military 1.0 LO manpower management support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office (SEA 00ZP) and The Naval Sea Systems Command Military Staff Office (SEA00Z) (Fund Type - TBD) Option 1000DB R408 Task 4. Military 1.0 LO manpower management support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office (SEA 00ZP) and The Naval Sea Systems Command Military Staff Office (SEA00Z) (O&MN,N) 1000DC R408 Base Year. Task 1.0 LO 4. Military manpower management
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
3 of 86 FINAL
XXXXXXXX XXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office(SEA 00ZP) and The Naval Sea Systems Command Military Staff Office(SEA00Z) (O&MN,N) 1000DD R408 Base Year. Task 1.0 LO 4. Military manpower management support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office(SEA 00ZP) and The Naval Sea Systems Command Military Staff Office(SEA00Z) (O&MN,N) 1000DE R408 Task 4. Military 1.0 LO manpower management support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office (SEA 00ZP) and The Naval Sea Systems Command Military Staff Office (SEA00Z) (O&MN,N) 1000EA R408 Task 5. Technical 1.0 LO military manpower management support services to Director, Supervisor of Salvage, SEA 00C (Fund Type - TBD) Option 1000EB R408 Base Year. Task 1.0 LO 5. Technical
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
4 of 86 FINAL
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXX XXXX XXXXX
XXXXXXXX XXXXXX XXXXXXXX
military manpower management support services to Director, Supervisor of Salvage, SEA 00C (O&MN,N) 1000FA R408 Task 6. Acquire 1.0 LO information technology systems and services that are broadly used in support of the Navy and Marine Corps warfighters and supporting elements. PEO IT (Fund Type - TBD) Option 1000FB R408 Task 6. Acquire 1.0 HR information technology systems and services that are broadly used in support of the Navy and Marine Corps warfighters and supporting elements. PEO IT (O&MN,N) 1000GA R408 Task 7. Military 1.0 LO manpower management and Defense Acquisition Workforce Improvement Act (DAWIA) support to Team Submarine (Program Executive Office for Submarines and SEA 07) (Fund Type - TBD) Option 1000GB R408 Base Year. Task 1.0 LO 7. Military manpower management and Defense Acquisition Workforce
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
5 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXX XXXX XXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
Improvement Act (DAWIA) support to Team Submarine (Program Executive Office for Submarines and SEA 07) (O&MN,N) 1000GC R408 Task 7. Military 1.0 LO manpower management and Defense Acquisition Workforce Improvement Act (DAWIA) support to Team Submarine (Program Executive Office for Submarines and SEA 07) (O&MN,N) 1000HA R408 Task 8. Military 1.0 LO manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (Fund Type - TBD) Option 1000HB R408 Base Year. Task 1.0 LO 8. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (O&MN,N) 1000HC R408 Task 8. Military 1.0 HR manpower
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
6 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IMS) (O&MN,N) 1000HD R408 Task 11. Military 1.0 LO manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (O&MN,N) 1000JA R408 Task 9. Military 1.0 LO manpower management support services to the Program Executive Office for Carriers (PEO Carriers) (Fund Type - TBD) Option 1000JB R408 Base Year. Task 1.0 LO 9. Military manpower management support services to the Program Executive Office for Carriers (PEO Carriers) (O&MN,N) 1000KA R408 Task 10. Military 1.0 LO manpower and personnel support services to Commander, Naval Surface Warfare Center (NSWC) (Fund Type - TBD) Option 1000KB R408 Base Year. Task 1.0 LO 10. Military manpower and personnel support
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
7 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXX XXXX XXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXX XXXX XXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
services to Commander, Naval Surface Warfare Center (NSWC) (O&MN,N) 1000LA R408 Task 11. Military 1.0 LO manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (Fund Type - TBD) Option 1000LB R408 Base Year. Task 1.0 LO 11. Military manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (O&MN,N) 1000LC R408 Task 11. Military 1.0 LO manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (O&MN,N) 1000MA R408 Base Year. Task 1.0 LO 12. Military manpower management, Defense Acquisition Workforce Improvement Act (DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development support to the Program Executive Office for Ships (PEO Ships) (O&MN,N) 1000MB R408 Task 12. Military 1.0 LO manpower management,
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
8 of 86 FINAL
XXXX XXXX XXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXX XXXX XXXXX
Defense Acquisition Workforce Improvement Act (DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development support to the Program Executive Office for Ships (PEO Ships) (Fund Type - TBD) Option 1000NA R408 Task 13. Military 1.0 LO Manpower and military personnel support services to the Program Executive Office for Littoral Mine Warfare (PEO LMW) (Fund Type - TBD) Option 1000NB R408 Base Year. Task 1.0 LO 13. Military Manpower and military personnel support services to the Program Executive Office for Littoral Mine Warfare (PEO LMW) (O&MN,N) 1000PA R408 Task 14. Military 1.0 LO manpower management support services to the Naval Ordnance Safety and Security Activity (NOSSA) (Fund Type - TBD) Option 1000PB R408 Base Year. Task 1.0 LO 14. Military manpower management support services to the Naval
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
9 of 86 FINAL
XXXXX XXXX XXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXX XXXXX XXXXXX
XXXXXXXX XXXXXX XXXXXXXX
Ordnance Safety and Security Activity (NOSSA) (O&MN,N) 1001 Military manpower services. Award Term 1 EARNED 1001AA R408 Task 1 Award Term 1.0 LO 1. Technical military manpower management support services to the Missile Defense Agency (Fund Type - TBD) Option 1001AB R408 Task 1 Award Term 1.0 LO 1. Technical military manpower management support services to the Missile Defense Agency (RDT&E) 1001BA R408 Task 2 Award Term 1.0 LO 1. Military manpower management and aquisition professional support services to the Naval Sea Systems Engineering Directorate/SEA 06 (Fund Type - TBD) Option 1001BB R408 Task 2 Award Term 1.0 LO 1. Military manpower management and aquisition professional support services to the Naval Sea Systems Engineering Directorate/SEA 06. (O&MN,N) 1001CA R408 Task 3 Award Term 1.0 LO 1. Military
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
10 of 86 FINAL
XXXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXX XXXX XXXX
manpower management support services to the Naval Sea Systems Command Ship Design and Systems Engineering Directorate (SEA05) (Fund Type - TBD) Option 1001CB R408 Task 3 Award Term 1.0 LO 1. Military manpower management support services to the Naval Sea Systems Command Ship Design and Systems Engineering Directorate (SEA05) (O&MN,N) 1001DA R408 Task 4 Award Term 1.0 LO 1. Military manpower management support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office (SEA 00ZP) and The Naval Sea Systems Command Military Staff Office (SEA00Z) (Fund Type - TBD) Option 1001DB R408 Task 4 Award Term 1.0 LO 1. Military manpower management support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office (SEA 00ZP) and The Naval Sea Systems Command Military Staff
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
11 of 86 FINAL
XXXXXXXX XXXXXX XXXXXXXX
XXXX XXXX XXXX
XXXXXXXXXX XXXXXXXX XXXXXXXXXX
Office (SEA00Z) (O&MN,N) 1001DC R408 Task 4 Award Term 1.0 LO 1. Military manpower management support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office (SEA 00ZP) and The Naval Sea Systems Command Military Staff Office (SEA00Z) (O&MN,N) 1001DD R408 Task 4 Award Term 1.0 LO 1. Military manpower management support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office (SEA 00ZP) and The Naval Sea Systems Command Military Staff Office (SEA00Z) (O&MN,N) 1001EA R408 Task 5 Award Term 1.0 LO 1. Technical military manpower management support services to Director, Supervisor of Salvage, SEA 00C (Fund Type - TBD) Option 1001EB R408 Task 5 Award Term 1.0 LO 1. Technical military manpower management support services to Director, Supervisor of Salvage, SEA 00C (O&MN,N)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
12 of 86 FINAL
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXX XXXX XXXX
XXXXXXXX XXXXXX XXXXXXXX
1001FA R408 Task 6 Award Term 1.0 LO 1. Acquire information technology systems and services that are broadly used in support of the Navy and Marine Corps warfighters and supporting elements. PEO IT (Fund Type - TBD) Option 1001FB R408 Task 6 Award Term 1.0 LO 1. Acquire information technology systems and services that are broadly used in support of the Navy and Marine Corps warfighters and supporting elements. PEO IT (O&MN,N) 1001FC R408 Task 6 Award Term 1.0 LO 1. Aquire information technology systems and services that are broadly used in support of the Navy and Marine Corps warfighters and supporting elements. PEO IT. (O&MN,N) 1001GA R408 Task 7 Award Term 1.0 LO 1. Military manpower management and Defense Acquisition Workforce Improvement Act (DAWIA) support to Team Submarine (Program Executive Office for Submarines and SEA 07) (Fund Type - TBD)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
13 of 86 FINAL
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXX XXXXX XXXXXX
Option 1001GB R408 Task 7 Award Term 1.0 LO 1. Military manpower management and Defense Acquisition Workforce Improvement Act (DAWIA) support to Team Submarine (Program Executive Office for Submarines and SEA 07) (O&MN,N) 1001HA R408 Task 8 Award Term 1.0 LO 1. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (Fund Type - TBD) Option 1001HB R408 Task 8 Award Term 1.0 LO 1. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (O&MN,N) 1001JA R408 Task 9 Award Term 1.0 LO 1. Military manpower management support services to the Program Executive Office
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
14 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
for Carriers (PEO Carriers) (Fund Type - TBD) Option 1001JB R408 Task 9 Award Term 1.0 LO 1. Military manpower management support services to the Program Executive Office for Carriers (PEO Carriers) (O&MN,N) 1001KA R408 Task 10 Award 1.0 LO Term 1. Military manpower and personnel support services to Commander, Naval Surface Warfare Center (NSWC) (Fund Type - TBD) Option 1001KB R408 Task 10 Award 1.0 LO Term 1. Military manpower and personnel support services to Commander, Naval Surface Warfare Center (NSWC) (O&MN,N) 1001LA R408 Task 11 Award 1.0 LO Term 1. Military manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (Fund Type - TBD) Option 1001LB R408 Task 11 Award 1.0 LO Term 1. Military manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (O&MN,N)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
15 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXX XXXX XXXX
XXXXXXXXX XXXXXXXX XXXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
1001LC R408 Task 11 Award 1.0 LO Term 1. Military manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (O&MN,N) 1001MA R408 Task 12 Award 1.0 LO Term 1. Military manpower management, Defense Acquisition Workforce Improvement Act (DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development support to the Program Executive Office for Ships (PEO Ships) (Fund Type - TBD) Option 1001MB R408 Task 12 Award 1.0 LO Term 1. Military manpower management, Defense Acquisition Workforce Improvement Act (DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development support to the Program Executive Office for Ships (PEO Ships) (O&MN,N) 1001NA R408 Task 13 Award 1.0 LO Term 1. Military Manpower and military personnel support services to the
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
16 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXX XXXX XXXX
Program Executive Office for Littoral Mine Warfare (PEO LMW) (Fund Type - TBD) Option 1001NB R408 Task 13 Award 1.0 LO Term 1. Military Manpower and military personnel support services to the Program Executive Office for Littoral Mine Warfare (PEO LMW) (O&MN,N) 1001PA R408 Task 14 Award 1.0 LO Term 1. Military manpower management support services to the Naval Ordnance Safety and Security Activity (NOSSA) (Fund Type - TBD) Option 1001PB R408 Task 14 Award 1.0 LO Term 1. Military manpower management support services to the Naval Ordnance Safety and Security Activity (NOSSA (O&MN,N) 1002 Military manpower services. Award Term 2 1002AA R408 Task 1 Award Term 0.0 HR 2 - EARNED. Technical military manpower management support services to the Missile Defense Agency (Fund Type - TBD) 1002AB R408 Task 1 Award Term 1.0 LO 2 - EARNED.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
17 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXX XXXX XXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
Technical military manpower management support services to the Missile Defense Agency (RDT&E) 1002BA R408 Task 2 Award Term 1.0 LO 2 - EARNED. Military manpower management and aquisition professional support services to the Naval Sea Systems Engineering Directorate/SEA 06 (Fund Type - TBD) Option 1002BB R408 Task 2 Award Term 1.0 LO 2 - EARNED. Military manpower management and aquisition professional support services to the Naval Sea Systems Engineering Directorate/SEA 06 (O&MN,N) 1002CA R408 Task 3 Award Term 1.0 LO 2 - EARNED. Military manpower management support services to the Naval Sea Systems Command Ship Design and Systems Engineering Directorate (SEA05) (Fund Type - TBD) Option 1002DA R408 Task 4 Award Term 1.0 LO 2 - EARNED. Technical Services in support of The Naval Sea Systems Command Military
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
18 of 86 FINAL
XXXXXXXXX XXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
Staff Office (SEA00Z) (O&MN,N) Option 1002DB R408 Task 4 Award Term 1.0 LO 2. Technical Services in support of The Naval Sea Systems Command Military Staff Office (SEA00Z) (O&MN,N) 1002DC R408 Task 4 Award Term 1.0 LO 2. Technical Services in support of The Naval Sea Systems Command Military Staff Office (SEA00Z) (O&MN,N) 1002DD R408 Task 4 Award Term 1.0 LO 2. Technical Services in support of the Naval Sea Systems Command Military Staff Office (SEA00Z) (O&MN,N) (O&MN,N) 1002EA R408 Task 5 Award Term 1.0 LO 2 - EARNED. Technical military manpower management support services to Director, Supervisor of Salvage, SEA 00C (O&MN,N) Option 1002EB R408 Task 5 Award Term 1.0 LO 2. Technical military manpower management support services to Director, Supervisor of Salvage, SEA 00C (O&MN,N) 1002FA R408 Task 6 Award Term 1.0 LO 2 - EARNED. Acquire information
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
19 of 86 FINAL
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXX XXXXX XXXXXX
XXXXXXXX XXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
technology systems and services that are broadly used in support of the Navy and Marine Corps warfighters and supporting elements. PEO IT (Fund Type - TBD) Option 1002FB R408 Task 6 Award Term 1.0 LO 2 - EARNED. Acquire information technology systems and services that are broadly used in support of the Navy and Marine Corps warfighters and supporting elements. PEO IT (O&MN,N) 1002GA R408 Task 7 Award Term 1.0 LO 2 - EARNED. Military manpower management and Defense Acquisition Workforce Improvement Act (DAWIA) support to Team Submarine (Program Executive Office for Submarines and SEA 07) (O&MN,N) Option 1002GB R408 Task 7 Award Term 1.0 LO 2. Military manpower management and Defense Acquisition Workforce Improvement Act (DAWIA) support to Team Submarine (Program Executive Office for Submarines and SEA 07)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
20 of 86 FINAL
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
(O&MN,N) 1002HA R408 Task 8 Award Term 1.0 LO 2 - EARNED. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (O&MN,N) Option 1002HB R408 Task 8 Award Term 1.0 LO 2. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (O&MN,N) 1002JA R408 Task 9 Award Term 1.0 LO 2 - EARNED. Military manpower management support services to the Program Executive Office for Carriers (PEO Carriers) (Fund Type - TBD) Option 1002JB R408 Task 9 Award Term 1.0 LO 2 - EARNED. Military manpower management support services to the Program Executive Office for Carriers (PEO Carriers) (O&MN,N)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
21 of 86 FINAL
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
1002KA R408 Task 10 Award 1.0 LO Term 2 - EARNED. Military manpower and personnel support services to Commander, Naval Surface Warfare Center (NSWC) (Fund Type - TBD) Option 1002KB R408 Task 10 Award 1.0 LO Term 2 - EARNED. Military manpower and personnel support services to Commander, Naval Surface Warfare Center (NSWC) (O&MN,N) 1002LA R408 Task 11 Award 1.0 LO Term 2 - EARNED. Military manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (Fund Type - TBD) Option 1002LB R408 Task 11 Award 1.0 LO Term 2 - EARNED. Military manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (O&MN,N) 1002MA R408 Task 12 Award 1.0 LO Term 2 - EARNED. Military manpower management, Defense Acquisition Workforce Improvement Act (DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development support to the
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
22 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXX XXX XXXX
Program Executive Office for Ships (PEO Ships) (O&MN,N) Option 1002MB R408 Task 12 Award 1.0 LO Term 2. Military manpower management, Defense Acquisition Workforce Improvement Act (DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development support to the Program Executive Office for Ships (PEO Ships) (O&MN,N) 1002MC R408 Task 12 Award 1.0 LO Term 2. Military manpower management, Defense Acquisition Workforce Improvement Act (DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development support to the Program Executive Office for Ships (PEO Ships) (SCN) 1002NA R408 Task 13 Award 1.0 LO Term 2 - EARNED. Military Manpower and military personnel support services to the Program Executive Office for Littoral Mine Warfare (PEO LMW) (Fund Type - TBD) Option
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
23 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXXX XXXXXXXX XXXXXXXXXX
XXXX XXX XXXX
1002NB R408 Task 13 Award 1.0 LO Term 2 - EARNED. Military Manpower and military personnel support services to the Program Executive Office for Littoral Mine Warfare (PEO LMW) (O&MN,N) 1002PA R408 Task 14 Award 1.0 LO Term 2 - EARNED. Military manpower management support services to the Naval Ordnance Safety and Security Activity (NOSSA) (Fund Type - TBD) Option 1002PB R408 Task 14 Award 1.0 LO Term 2 - EARNED. Military manpower management support services to the Naval Ordnance Safety and Security Activity (NOSSA) (O&MN,N) 1003 Military manpower services. Award Term 3 1003AA R408 Task 1 Award Term 1.0 LO 3. Technical military manpower management support services to the Missile Defense Agency (Fund Type - TBD) Option 1003BA R408 Task 2 Award Term 1.0 LO 3. Military manpower management and aquisition professional support services to the Naval Sea Systems
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
24 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXX XXXX XXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXX XXXXXXXXX
Engineering Directorate/SEA 06 (Fund Type - TBD) Option 1003BB R408 Task 2 Award Term 1.0 LO 3. Technical Services in support of The Naval Sea Systems Command Military Staff Office (SEA05) (O&MN,N) (O&MN,N) 1003CA R408 Task 3 Award Term 1.0 LO 3. Military manpower management support services to the Naval Sea Systems Command Ship Design and Systems Engineering Directorate (SEA05) (Fund Type - TBD) Option 1003DA R408 Task 4 Award Term 1.0 LO 3. Military manpower management support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office (SEA 00ZP) and The Naval Sea Systems Command Military Staff Office (SEA00Z) (Fund Type - TBD) Option 1003DB R408 Task 4 Award Term 1.0 LO 3. Technical Services in support of The Naval Sea Systems Command Military Staff Office (SEA00Z) (O&MN,N) (O&MN,N)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
25 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
1003EA R408 Task 5 Award Term 1.0 LO 3. Technical military manpower management support services to Director, Supervisor of Salvage, SEA 00C (Fund Type - TBD) Option 1003EB R408 1.0 LO Task 5 Award Term 3. Technical military manpower management support services to Director, Supervisor of Salvage, SEA 00C (O&MN,N) 1003FA R408 Task 6 Award Term 1.0 LO $ 3. Acquire information technology systems and services that are broadly used in support of the Navy and Marine Corps warfighters and supporting elements. PEO IT (O&MN,N) Option 1003FB R408 Task 6 Award Term 1.0 LO 3. Technical Services in support of The Naval Sea Systems Command Military Staff Office (PEO EIS) (O&MN,N) (O&MN,N) 1003GA R408 Task 7 Award Term 1.0 LO 3. Military manpower management and Defense Acquisition Workforce Improvement Act (DAWIA) support to Team Submarine
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
26 of 86 FINAL
XXXXXX XXXXX XXXXXX
XXXXXXXX XXXXX XXXXXXXX
XXXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
(Program Executive Office for Submarines and SEA 07) (Fund Type - TBD) Option 1003GB R408 Task 7 Award Term 1.0 LO 3. Military manpower management and Defense Acquisition Workforce Improvement Act (DAWIA) support to Team Submarine (Program Executive Office for Submarines and (O&MN,N) 1003HA R408 Task 8 Award Term 1.0 LO 3. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (Fund Type - TBD) Option 1003HB R408 Task 8 Award Term 1.0 LO 3. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (O&MN,N) 1003JA R408 Task 9 Award Term 1.0 LO 3. Military manpower
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
27 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
management support services to the Program Executive Office for Carriers (PEO Carriers) (Fund Type - TBD) Option 1003JB R408 Task 9 Award Term 1.0 LO 3. Military manpower management support services to the Program Executive Office for Carriers (PEO Carriers) (O&MN,N) 1003KA R408 Task 10 Award 1.0 LO Term 3. Military manpower and personnel support services to Commander, Naval Surface Warfare Center (NSWC) (Fund Type - TBD) Option 1003KB R408 Task 10 Award 1.0 LO Term 3. Military manpower and personnel support services to Commander, Naval Surface Warfare Center (NSWC) (O&MN,N) 1003LA R408 Task 11 Award 1.0 LO Term 3. Military manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (O&MN,N) Option 1003LB R408 Task 11 Award 1.0 LO Term 3. Military manpower management support to the NPC Aerospace
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
28 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXX XXXXX XXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
Engineering Duty (AED) Office. (O&MN,N) 1003LC R408 Task 11 Award 1.0 LO Term 3. Military manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (O&MN,N) 1003MA R408 Task 12 Award 1.0 LO Term 3. Military manpower management, Defense Acquisition Workforce Improvement Act (DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development support to the Program Executive Office for Ships (PEO Ships) (Fund Type - TBD) Option 1003MB R408 Task 12 Award 1.0 LO Term 3. Military manpower management, Defense Acquisition Workforce Improvement Act (DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development support to the Program Executive Office for Ships (PEO Ships) (O&MN,N) 1003NA R408 Task 13 Award 1.0 LO Term 3. Military Manpower and
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
29 of 86 FINAL
XXXXXXXX XXXXXX XXXXXXXX
XXXX XXXX XXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXX XXXX XXXX
military personnel support services to the Program Executive Office for Littoral Mine Warfare (PEO LMW) (Fund Type - TBD) Option 1003NB R408 Task 13 Award 1.0 HR Term 3. Military Manpower and military personnel support services to the Program Executive Office for Littoral Mine Warfare (PEO LMW) (O&MN,N) 1003PA R408 Task 14 Award 1.0 LO Term 3. Military manpower management support services to the Naval Ordnance Safety and Security Activity (NOSSA) (Fund Type - TBD) Option 1003PB R408 Task 14 Award 1.0 LO Term 3. Military manpower management support services to the Naval Ordnance Safety and Security Activity (NOSSA) (O&MN,N) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost ------ --- ----------------- ---- ---- ---------------- 3000 3000AB R408 ODC to support 1.0 LO SLIN 1000AB (O&MN,N) 3000DE R408 ODC to support 1.0 LO
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
30 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXX XXXX XXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXX
XXXX
XXXXXXXX
SLIN 1000DE (O&MN,N) 3000FA R408 ODC to support 1.0 LO SLIN 1000FA (Fund Type - TBD) Option 3000FB R408 ODC to support 1.0 LO SLIN 1000FB (O&MN,N) 3000FC R408 Other Direct 1.0 LO Costs in support of SLIN 1000FB (O&MN,N) 3000GC R408 ODC to support 1.0 LO SLIN 1000GC (O&MN,N) 3000HA R408 ODC to support 1.0 LO SLIN 1000HA (Fund Type - TBD) Option 3000HB R408 ODC to support 1.0 LO SLIN 1000HA (O&MN,N) 3000HC R408 tbd (O&MN,N) 1.0 LO 3000HD R408 tbd (O&MN,N) 1.0 LO 3000LA R408 ODC to support 1.0 LO SLIN 1000LA (Fund Type - TBD) Option 3000LB R408 ODC to support 1.0 LO SLIN 1000LB (O&MN,N) 3000LC R408 ODC to support 1.0 LO SLIN 1000LC (O&MN,N) 3001 3001AB R408 . (O&MN,N) 1.0 LO Option 3001BB R408 . (O&MN,N) 1.0 LO Option 3001CB R408 . (O&MN,N) 1.0 LO Option
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
31 of 86 FINAL
XXXX
XXXXXXXXX
XXXXXXXX
XXXX
XXXX
XXXXXXXX
XXXX
XXXXXX
XXXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXXX
XXXX
XXXX
XXXX
3001DB R408 Other Direct 1.0 LO Costs in support of SLIN 1001DB (Task 4). (O&MN,N) 3001DC R408 Other Direct 1.0 LO Costs in support of SLIN 1001DC (O&MN,N) 3001DD R408 . (O&MN,N) 1.0 LO Option 3001EB R408 . (O&MN,N) 1.0 LO Option 3001FA R408 ODC to Support 1.0 LO SLIN 1001FA (Fund Type - TBD) Option 3001FB R408 Other direct 1.0 LO Costs in support of SLIN 1001FB (O&MN,N) 3001FC R408 * (O&MN,N) 1.0 LO 3001GB R408 . (Fund Type - 1.0 LO TBD) Option 3001HA R408 ODC to support 1.0 LO SLIN 1001HA (Fund Type - TBD) Option 3001HB R408 . (Fund Type - 1.0 LO TBD) Option 3001JB R408 . (O&MN,N) 1.0 LO Option 3001KB R408 . (O&MN,N) 1.0 LO Option 3001LA R408 ODC to support 1.0 LO SLIN 1001LA (Fund Type - TBD) Option 3001LB R408 ODC in support of 1.0 LO 1001LB (O&MN,N) 3001LC R408 . (O&MN,N) 1.0 LO Option
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
32 of 86 FINAL
XXXXXXXX
XXXXXXXXX
XXXX
XXXX
XXXX
XXXXXXXXX
XXXX
XXXXXX
XXXX
XXXX
XXXX
XXXX
XXXX
XXXXXXXXX
XXXX
3001MB R408 . (O&MN,N) 1.0 LO Option 3001NB R408 . (O&MN,N) 1.0 LO Option 3001PB R408 . (O&MN,N) 1.0 LO Option 3002 3002AB R408 . (RDT&E) 1.0 LO $0.00 3002BB R408 * (O&MN,N) 1.0 LO $0.00 3002DB R408 tbd (O&MN,N) 1.0 LO $0.00 3002DC R408 ODC to support 1.0 LO SLIN 1002DC (O&MN,N) 3002EB R408 tbd (O&MN,N) 1.0 LO $0.00 3002FA R408 ODC to support 1.0 LO SLIN 1002FA (Fund Type - TBD) Option 3002FB R408 ODC to support 1.0 LO SLIN 1002FB (O&MN,N) 3002GB R408 tbd (O&MN,N) 1.0 LO $0.00 3002HA R408 ODC to support 1.0 LO SLIN 1002HA (Fund Type - TBD) Option 3002HB R408 tbd (O&MN,N) 1.0 LO $0.00 3002JB R408 * (O&MN,N) 1.0 LO $0.00 3002KB R408 * (O&MN,N) 1.0 LO $0.00 3002LA R408 ODC to support 1.0 LO SLIN 1002LA (Fund Type - TBD) Option 3002LB R408 ODC in support of 1.0 LO SLIN 1002LB (O&MN,N) 3002MB R408 tbd (O&MN,N) 1.0 LO $0.00 3002MC R408 * (SCN) 1.0 LO $0.00
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
33 of 86 FINAL
XXXX
XXXX
XXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXXX
XXXXXXXXX
XXXXXXXXX
XXXXXX
XXXXXXXXX
3002NB R408 * (O&MN,N) 1.0 LO $0.00 3002PB R408 * (O&MN,N) 1.0 LO $0.00 3003 3003DB R408 ODC in support of 1.0 LO SLIN 1003DB (O&MN,N) 3003FA R408 ODC to support 1.0 LO SLIN 1003FA (Fund Type - TBD) Option 3003FB R408 ODC in support of 1.0 LO 1003FB (O&MN,N) 3003HA R408 ODC to support 1.0 LO $0.00 SLIN 1003HA (Fund Type - TBD) Option 3003LA R408 ODC to support 1.0 LO SLIN 1003LA (Fund Type - TBD) Option 3003LB R408 ODC to support 1.0 LO SLIN 1003LB (O&MN,N) For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ --- ----------------- ---- ---- --------------- --------------- -------------- 4000 Military manpower services. Award Term 4. 4000AA R408 Task 1 Award Term 1.0 LO 4. Technical military manpower management support services to the Missile Defense Agency (Fund Type - TBD) Option 4000BA R408 Task 2 Award Term 1.0 LO 4. Military manpower management and aquisition
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
34 of 86 FINAL
XXXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXXX
XXXXXX
XXXXXXXXX
XXXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
professional support services to the Naval Sea Systems Engineering Directorate/SEA 06 (Fund Type - TBD) Option 4000BB R408 Task 2 Award Term 1.0 LO 4. Military manpower management and aquisition professional support services to the Naval Sea Systems Engineering Directorate/SEA 05 (O&MN) (O&MN,N) 4000CA R408 Task 3 Award Term 1.0 LO 4. Military manpower management support services to the Naval Sea Systems Command Ship Design and Systems Engineering Directorate (SEA05) (Fund Type - TBD) Option 4000DA R408 Task 4 Award Term 1.0 LO 4. Military manpower management support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office (SEA 00ZP) and The Naval Sea Systems Command Military Staff Office (SEA00Z) (Fund Type - TBD) Option 4000DB R408 Task 4 Award Term 1.0 LO
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
35 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
4. Military manpower management support to the NAVSEA Engineering Duty Officer Plans and Policy Community Management Office (SEA 00ZP) and The Naval Sea Systems Command Military Staff Office (SEA00Z) (O&MN) (O&MN,N) 4000EA R408 Task 5 Award Term 1.0 LO 4. Technical military manpower management support services to Director, Supervisor of Salvage, SEA 00C (Fund Type - TBD) Option 4000EB R408 Task 5 Award Term 1.0 LO 4. Technical military manpower management support services to Director, Supervisor of Salvage, SEA 00C, (O&MN) (O&MN,N) 4000FA R408 Task 6 Award Term 1.0 LO 4. Acquire information technology systems and services that are broadly used in support of the Navy and Marine Corps warfighters and supporting elements. PEO IT (Fund Type - TBD) Option 4000FB R408 Task 6 Award Term 1.0 LO 4. Acquire information technology systems and services that are
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
36 of 86 FINAL
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
broadly used in support of the Navy and Marine Corps warfighters and supporting elements. PEO IT (O&MN,N) 4000GA R408 Task 7 Award Term 1.0 LO 4. Military manpower management and Defense Acquisition Workforce Improvement Act (DAWIA) support to Team Submarine (Program Executive Office for Submarines and SEA 07) (Fund Type - TBD) Option 4000GB R408 Task 7 Award Term 1.0 LO 4. Military manpower management and Defense Acquisition Workforce Improvement Act (DAWIA) support to Team Submarine (Program Executive Office for Submarines and SEA 07) (O&MN) (O&MN,N) 4000HA R408 Task 8 Award Term 1.0 LO 4. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (Fund Type - TBD) Option
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
37 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXXX XXXXXXXXX XXXXXXXXXX
4000HB R408 Task 8 Award Term 1.0 LO 4. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (O&MN) (O&MN,N) 4000HC R408 Task 8 Award Term 1.0 LO 4. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (O&MN) (O&MN,N) 4000HD R408 Task 8 Award Term 1.0 LO 4. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program Executive Office for Integrated Warfare Systems (PEO IWS) (O&MN) (O&MN,N) 4000HE R408 Task 8 Award Term 1.0 LO 4. Military manpower management and Surface Warfare Officer Acquisition Professional (SWO AP) support to the Program
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
38 of 86 FINAL
XXXXXXXXXX XXXXXXXX XXXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
Executive Office for Integrated Warfare Systems (PEO IWS) (O&MN) (O&MN,N) 4000JA R408 Task 9 Award Term 1.0 LO 4. Military manpower management support services to the Program Executive Office for Carriers (PEO Carriers) (Fund Type - TBD) Option 4000JB R408 Task 9 Award Term 1.0 LO 4. Military manpower management support services to the Program Executive Office for Carriers (PEO Carriers) (O&MN) (O&MN,N) 4000KA R408 Task 10 Award 1.0 LO Term 4. Military manpower and personnel support services to Commander, Naval Surface Warfare Center (NSWC) (Fund Type - TBD) Option 4000KB R408 Task 10 Award 1.0 LO Term 4. Military manpower and personnel support services to Commander, Naval Surface Warfare Center (NSWC) (O&MN,N) 4000LA R408 Task 11 Award 1.0 LO Term 4. Military manpower management support to the NPC Aerospace Engineering Duty (AED) Office.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
39 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXX XXXX XXXXXXX
(Fund Type - TBD) Option 4000LB R408 Task 11 Award 1.0 LO Term 4. Military manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (O&MN) (O&MN,N) 4000LC R408 Task 11 Award 1.0 LO Term 4. Military manpower management support to the NPC Aerospace Engineering Duty (AED) Office. (O&MN,N) 4000MA R408 Task 12 Award 1.0 LO Term 4. Military manpower management, Defense Acquisition Workforce Improvement Act (DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development support to the Program Executive Office for Ships (PEO Ships) (Fund Type - TBD) Option 4000MB R408 Task 12 Award 1.0 LO Term 4. Military manpower management, Defense Acquisition Workforce Improvement Act (DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
40 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXXX
XXXXXXXXXX XXXXXXXX XXXXXXXXXX
support to the Program Executive Office for Ships (PEO Ships) (O&MN) (O&MN,N) 4000NA R408 Task 13 Award 1.0 LO Term 4. Military Manpower and military personnel support services to the Program Executive Office for Littoral Mine Warfare (PEO LMW) (Fund Type - TBD) Option 4000NB R408 Task 13 Award 1.0 LO Term 4. Military Manpower and military personnel support services to the Program Executive Office for Littoral Mine Warfare (PEO LMW) (O&MN) (O&MN,N) 4000PA R408 Task 14 Award 1.0 LO Term 4. Military manpower management support services to the Naval Ordnance Safety and Security Activity (NOSSA) (Fund Type - TBD) Option 4000PB R408 Task 14 Award 1.0 LO Term 4. Military manpower management support services to the Naval Ordnance Safety and Security Activity (NOSSA) (O&MN,N) For ODC Items:
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
41 of 86 FINAL
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXXX XXXXXXXX XXXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
XXXXXXXX XXXXXX XXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost ------ --- ----------------- ---- ---- ---------------- 6000 6000DB R408 Other Direct 1.0 LO Costs in support of 4000DB (O&MN) (O&MN,N) 6000FA R408 ODC to support 1.0 LO SLIN 4000AF (Fund Type - TBD) Option 6000FB R408 Other Direct 1.0 LO Costs in support of 4000FB (O&MN,N) 6000HA R408 ODC to support 1.0 LO $0.00 SLIN 4000AH (Fund Type - TBD) Option 6000LA R408 ODC to support 1.0 LO SLIN 4000LA (Fund Type - TBD) Option 6000LB R408 Other Direct 1.0 LO Costs in support of 4000LB (O&MN) (O&MN,N) 6000LC R408 Other Direct 1.0 LO Costs in support of 4000LC (O&MN) (O&MN,N)
NOTE A - Option item to which the option clause in SECTION I-2 applies and which is to be supplied only if and to the extentsaid option is exercised.
NOTE B - Additional SLINs may be created to accommodate the types of funds that shall be used to fund this effort.
The clause entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF FUNDS" (FAR 52.232-22), asappropriate, shall apply separately and independently to each separately identified estimated cost.
CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (COST TYPE)
(NAVSEA) (FEB 1997)
This entire contract is cost type.
PAYMENTS OF FEE (S) (COMPLETION) (NAVSEA) (MAY 1993)
(a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plus-award-fee
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
42 of 86 FINAL
XXXXXXXXX
XXXXXX
XXXXXXXX
XXXXXXXXX
XXXXXXXX
XXXXXXXX
XXXXXXXXX
type contracts, "fixed fee" in cost-plus-fixed-fee type contracts for completion and phase type contracts.
(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled"FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable. Such payments shall be equal to percent( ) of the allowable cost of each invoice submitted by and payable to the Contractor pursuant to the clause of this contract entitled"ALLOWABLE COST AND PAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the "FIXED FEE"or "INCENTIVE FEE" clause, as applicable (percentage of fee is based on fee dollars divided by estimated cost dollars, includingfacilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract.
(c) In the event of discontinuance of the work under this contract, or any specified phase of the contract, in accordance with theclause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22) or "LIMITATION OF COST" (FAR 52.232-20), asapplicable, the fee shall be equitably adjusted by mutual agreement to reflect the diminution of work. If the adjusted fee is less thanthe sum of all fee payments made to the Contractor under this contract, the Contractor shall repay the excess amount to theGovernment. If the adjusted fee exceeds all payments made to the Contractor under this contract, the Contractor shall be paid theadditional amount, subject to the availability of funds. In no event shall the Government be required to pay the Contractor anyamount in excess of the funds obligated under this contract at the time of the discontinuance of work.
(d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until the contract has been modified toreduce the fee(s) in accordance with paragraph (c) above, or until the Procuring Contracting Officer has advised the paying office inwriting that no fee adjustment is required.
(NOTE)
Percentage of fee is based on fee dollars divided by estimated cost dollars, including facilities capital cost of money.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
43 of 86 FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
A. Purpose and Objectives
1. The purpose of this Statement of Work (SOW) is to acquire technical and management support for the Naval SeaSystems Command (NAVSEA), affiliated Program Executive Offices (PEOs) and associated organizations tostreamline and align the manpower and skills mix to achieve required efficiencies as contained in CNO guidance.
2. The objectives of this SOW are to provide secure, on-site technical, database, and military manpowermanagement expertise to NAVSEA, PEOs and associated organizations. This includes the development andmaintenance of technical and military manpower management products documenting the results from specifiedresearch, databases and extracts, reports on reviews, plans, studies and analyses, programming and documentation,charts, matrices, and schedules.
B. General Information
1. NAVSEA, PEOs and affiliated organizations in Washington, DC, Arlington, VA, and Millington, TN, requireon-site expert technical Military Personnel, Manpower and Acquisition Professional management and databaseservices.
2. The primary efforts shall be performed on-site at the Washington Navy Yard, DC. There should be two programmanagers in Crystal City, VA with the potential to travel to San Diego, CA and other destinations, and one programanalyst in Millington, TN. The contractor shall maintain adequate data and technical management capability asrequired to support the assigned work.
3. Work on this project requires that personnel have access to Privacy Information. Personnel shall adhere to thePrivacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations.
4. The contractor shall be required to operate a system of records on individuals, to accomplish an agency functionsubject to the Privacy Act of 1974, Public Law 93-579, December 31, 1974 (5 U.S.C. 552a) and applicable agencyregulations. Violation of the Act may involve the imposition of criminal penalties.
5. Successful performance of the tasks identified requires access to the national classified database Total ForceManpower Management System within Navy/Marine Corp Intranet (NMCI) Zone 2 performed at Naval Sea SystemsCommand, Washington, DC.
6. Monthly status reports are required by the contractor. Technical Reports/Papers shall be completed by thecontractor as directed in technical instructions. These reports will be used to monitor timely progress on this TaskOrder.
C. Performance Standards
1. Performance Standard: Timeliness- Deliver products within deadlines identified by task manager. Accuracy-Factually accurate, complete and IAW NAVESEA and Navy Standards and policy. Other standards and deliverablesas mutually agreed to by both the government and contractor.
2. Acceptable Quality Level: Quality- Free of spelling errors, grammatically correct, correct format, and fullycoordinated with any/all stakeholders. All deliverables must be full compatible with Navy Marine Corps Intranet(NMCI) format for Microsoft Word, Excel, PowerPoint, Access, Program Manager and other application programs.
3. Monitoring Method: Government review and assessment of deliverables and products. Periodic reports fromcontractor of work accomplished, including monthly reports of active and completed tasks.
TASK 1
Scope
The Contractor shall provide technical military manpower management support services to the Missile DefenseAgency (MDA). The contractor will coordinate with MDA-Technical Director (TD) to maintain and developtechnical and management products documenting the results from specified databases and extracts, reports on
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
44 of 86 FINAL
reviews, plans, studies and analyses, programming and documentation, charts, matrices, and schedules. The primaryefforts shall be performed on-site at Crystal City, VA.
Tasks
1.1 To provide support to the MDA-TD for the management of the organization’s military billet base. Providelistings of officers meeting requirements for assignment to MDA to assist in obtaining the most qualified militarypersonnel to fill officer requirements.
1.2 Prepare manpower change requests, billet descriptions, and subspecialty requirement requests. Assist withmilitary manpower submissions and issue papers; conduct billet, Future Years Defense Plan (FYDP), budget, andprogram reviews; and provide quality analysis of activity end strength. Track military manpower transactions andaccount for changes in the Total Force Military Manpower System.
1.3 Support MDA-TD in her role as Senior Member of the Engineering Duty (ED) (Combat Systems) CommunityOfficer. Maintain ED (Combat Systems) database; prepare updates of ED (Combat Systems) officer billet fillrequirements and present to MDA-TD on a monthly basis or otherwise directed. Perform other tasks relating tocareer management of ED (Combat Systems) officers.
TASK 2
Scope
The Contractor shall provide military manpower management and acquisition professional support services to theNaval Sea Systems Command Warfare Systems Engineering Directorate/SEA 06. The primary efforts shall beperformed on-site at the Washington Navy Yard, DC.
Tasks
2.1 Assist SEA 06 in the organization’s military billet base. Provide listings of officers meeting requirements forassignment to SEA 06 to assist in obtaining the most qualified military personnel to fill officer requirements.
2.2 Prepare manpower change requests, associated correspondence, billet descriptions, and subspecialty requirementrequests. Assist with military manpower submissions and issue papers; conduct billet, FYDP, budget, and programreviews; and provide quality analysis of activity end strength. Track military manpower transactions and account forchanges in the Total Force Military Manpower System (TFMMS).
2.3 Assist with Program Objective Memorandum (POM) submissions, billet, FYDP, budget, and program reviews,and complete manpower account Quantity/Quality analyses.
2.4 Act as focal point for any military manpower issues and data calls, collect required data, and prepare response forSEA 06.
2.5 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify SEA 06 manpower issues.
2.6 Research critical acquisition and program management position requirements. Provide asset versus requirementreviews and determine individual military personnel qualification levels. Assist in preparing for NAVSEA SlatingPanels.
TASK 3
Scope
The Contractor shall provide military manpower management support services to the Naval Sea Systems CommandShip Design and Systems Engineering Directorate (SEA 05). Contractor efforts shall encompass military manpowermanagement support including TFMMS Manpower Management Change Application (TMMCA) software support.The primary efforts shall be performed at the headquarters of the Naval Sea systems Command at the WashingtonNavy Yard, DC.
Tasks
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
45 of 86 FINAL
3.1 Monitor and assist with billet requirements, specific assignments, training, promotion, designation,augmentation, resignation, and retirement of SEA 05 officers and enlisted personnel.
3.2 Maintain and update subspecialty billet reviews and military position descriptions for SEA 05.
3.3 Assist SEA 05 personnel in the preparation and transmittal of TMMCA changes to update SEA 05 data in theTotal Force Manpower Management System (TFMMS).
3.4 Provide specific support regarding the Acquisition Workforce requirements for billets in SEA 05.
3.5 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify SEA 05 manpower issues.
TASK 4
Scope
The Naval Sea Systems Command Military Staff Office (SEA 00Z) in Washington, DC is responsible for managingthe military staff assigned to and issues related to active and reserve military personnel at NAVSEA and its fieldactivities. SEA 00Z requires on-site expert technical support to provide Military Manpower and Personnel Supportservices. The purpose of this task is to acquire technical and management support for the NAVSEA MilitaryManpower and Personnel Division (SEA 00ZM) and Engineering Duty Officer Plans and Policy CommunityManagement Office (SEA 00ZP).
Tasks
4.1 Assist NAVSEA with research and analysis in preparation for Human Capital Strategy (HCS). Prepare charts,presentations, spreadsheets, and other documents as required in support of HCS.
4.2 Prepare Total Force Manpower Management System (TFMMS) manpower change requests ("TFMMSPackets") and all related correspondence and documentation. Utilize the TFMMS Micro Manpower ChangeApplication (TMMCA) software to create TFMMS packets for uploading to TFMMS mainframe via secure modem.Research issues, coordinate, and maintain communication with NAVSEA Military Points of Contact (POC's);Officer and Enlisted Community Managers; OPNAV Resource Sponsors; N131 (Officer Subspecialty Branch);NAVMAC; Major Manpower Claimants/BSO's; and other organizations as required to process manpower changerequests. Submit Out-of-Cycle Billet Subspecialty change requests in conjunction with submission of TFMMSpackets. Identify imbalances between authorized End Strength (FYDP) and Authorized Billets (BA), and submitTFMMS packets to resolve Quan/Qual imbalances. Maintain and update Standard Operating Procedures (SOP) forthe processing of TFMMS packets. Maintain electronic records and prepare biweekly status reports of all pendingand approved TFMMS packets and related correspondence. Distribute copies of approved packets to Military POC'sand other activities or organizations affected.
4.3 Assist in conducting the Zero-Based Review (ZBR) of all NAVSEA officer billet requirements (less Flag billets)as part of the Biennial Subspecialty Requirements Review (SRR) mandated by DOD every two years. DistributeSubspecialty Coding Validation Request forms to cognizant NAVSEA Directorates, PEO's, and Field Activities fortheir review and comment. Collate completed Subspecialty forms and submit proposed changes to N131 via theNavy Subspecialty System (NSS) web site or by other means as required in accordance with the publisheddeadlines. Maintain electronic records of all Subspecialty change requests submitted as part of the Biennial Review.
4.4 Assist in the preparation of the military manpower portion of NAVSEA's annual Program ObjectiveMemorandum (POM)/Program Review (PR) submission to CNO (N12). Research submission requirements, obtaininputs from cognizant NAVSEA Directorates, Program Executive Offices (PEO's), and Field Activities, and compileprepared POM/PR submission documents and summaries for review by NAVSEA leadership prior to submission.Maintain electronic records of all documents prepared and submitted as part of the POM/PR review.
4.5 Extract military manpower and personnel data from TFMMS, TMMCA, Program/Budget Information System(PBIS), Navy Training Management & Planning System (NTMPS), and other Navy/DOD data systems in order tocomply with manpower/personnel related reporting requirements, data calls, HCS tasks, POM/PR submissions,Zero-Based Reviews, budget exhibit submissions, and any other designated requirements. Prepare spreadsheets,charts, summaries, and other documents to assist in analysis of this data.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
46 of 86 FINAL
4.6 Assist in the conversion from TFMMS to the new Total Force Authorizations and Requirements System(TFARS) as part of the Navy's Human Resources (HR) transformation. Assist in submission of TFMMS packets,"data cleansing" and conversion, and other actions required to ensure a smooth transition to the new system. Alldata analysis and periodic data updates and extractions formerly provided by TFMMS will be replaced by TFARS.All tasks relating to TFMMS are required to continue using TFARS.
4.7 Identify and verify billet acquisition certification requirements in accordance with the Defense AcquisitionWorkforce Improvement Act (DAWIA). Assist in the placement of Acquisition Professional Community (APC)personnel to meet NAVSEA manning requirements.
4.8 Update the NAVSEA Military Personnel Data System (MPDS) with current personnel and manning data forMilitary personnel assigned to NAVSEA Headquarters, PEO's, and field activities. Update MPDS with currentActivity and Billet data derived from TMMCA resolving any discrepancies. Produce and distribute the NAVSEAModified Officer and Enlisted Distribution Control Report (MODODCR) to military POC's. Track NAVSEA andPEO Gains and Losses and distribute monthly NAVSEA Gains and Losses report. Produce reports, charts,presentations, and summaries based on MPDS and TMMCA data.
4.9 Coordinate NAVSEA Manpower Management Placement proposals through applicable NAVSEA directorates,PEO's and community leaders. Resolve discrepancies and ensure officer diary moves and other changes are submittedand captured in the Navy Officer Assignment Information System (OAIS).
4.10 Update the Military Personnel and Unit Awards component of MPDS. Process Personal AwardRecommendations submitted to NAVSEA and prepare award recommendations for review by NAVSEA leadership.Prepare final awards package for COMNAVSEA signature. Input personal award data in the Navy DepartmentAwards Web Service (NDAWS) system.
4.11 Assist with the processing, preparation, and distribution of Fitness Reports, Performance Evaluations,directives, official orders, and other correspondence and message traffic related to the assignment, reporting, transfer,separation, and retirement of NAVSEA military personnel. Ensure strict compliance with the Privacy Act at alltimes when handling documents or information that contains personal information.
4.12 Assist with management of the NAVSEA Sponsor Program. Coordinate with NAVSEA Security Office toensure incoming military personnel have the required security clearance. Forward necessary sponsor and commandinformation to reporting personnel in timely manner. Maintain records of assigned sponsors for prospective gains.
4.13 Provide customer service support for NAVSEA Headquarters and PEO Military Personnel, including Check-inand Check-out procedures for reporting and detaching personnel; processing of leave papers; communicate with thelocal Personnel Support Activity Detachment (PERSUPPDET); routing of incoming orders and messages; andpreparation and distribution of the NAVSEA Plan of the Week. Develop improved customer service procedures tobetter serve NAVSEA military personnel. Maintain SOP for customer service procedures.
4.14 Organize and implement the electronic storage, imaging, indexing, retrieval, and archiving of documents andrecords related to Military Manpower and Personnel. Create backup and archive copies of files on CD-ROM andother media. Ensure that archived files and records are properly indexed so they can be easily searched and retrievedwhen required. Establish schedule for electronic archiving of files. Research new technologies for more efficientelectronic archiving and retrieval. Coordinate migration of selected electronic documents and files to NavyKnowledge Online (NKO). Provide quarterly CD-ROM of stored data in support of NAVSEA Continuity ofOperations.
4.15 Assist with the planning, development and implementation of web-enabled manpower and personnel systemsfor internal and external customer base in a secure environment.
4.16 Provide administrative support in preparation of selected review panels and Engineering Duty Officer careercounseling. This entails reviewing received applications, identifying missing material, organizing, copying,preparing binders for review and properly destroying materials after panel convenes.
4.17 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify Engineering Duty Officer community issues.
TASK 5
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
47 of 86 FINAL
Scope
The Contractor shall provide technical military manpower management support services to Director, Supervisor ofSalvage, SEA 00C. The primary efforts shall be performed on-site at Naval Sea Systems Command, WashingtonNavy Yard, DC.
Tasks
5.1 Assist SEA 00C in the organization’s military billet base. Monitor and assist with billet requirements, specificassignments, training, promotion, designation, augmentation, resignation, and retirement of SEA 00C officers andenlisted personnel.
5.2 Prepare manpower change requests, billet descriptions, and subspecialty requirement requests.
5.3 Assist with POM and PR submissions, billet, FYDP, budget, and program reviews, and complete manpoweraccount Quantity/Quality analyses.
5.4 Track military manpower transactions and account for changes in the Total Force Military Manpower System.
TASK 6
Scope
The purpose of this task is to acquire technical manpower management expertise for PEO-IT military and civilianpersonnel issues. The primary efforts shall be performed on-site at Crystal City, VA.
Tasks
6.1 Develop technical management products, extracts, reports, reviews, plans, and studies documenting the analysisof automated manpower systems, organizational sets and associated databases and processes. Provide management ofPEO-IT manpower and personnel requirements.
6.2 Assist with on-site staffing and classification and develop training curriculum to satisfy position requirements fornew and existing PEO-IT civilian and military positions including preparation of position descriptions andsubspecialty coding validation sheets. Assist with identification of skill sets, core competencies, and organizationalrequirements. Maintain records of requested and approved positions and assignments.
6.3 Assist in matters relating to congressional, public affairs and organizational communication, includingcoordination with congressional offices and staffs; preparation of correspondence, hearing testimony, and responses tocongressional inquiries; assist with the news media and the general public; and organizational communicationamong PEO-IT customers, stakeholders, and team members.
6.4 Prepare related manpower and personnel correspondence for Navy and Marine Corps civilian and militarypersonnel associated with PEO-IT.
6.5 Identify and define billet acquisition certification requirements. Maintain Acquisition Professional Communityinformation for use in proposing assignment solutions to PEO-IT military manpower and personnel requirements.Assist PEO IT in management of reimbursable Navy and Marine Corps military billets assigned to PEO-IT fromvarious organizations including ADDU and Naval reserve billets.
6.6 Research and prepare PEO-IT Military Manpower Change application (TMMCA) software packages andassociated correspondence. Coordinate submission of TMMCA requests to military manpower control points fortransmission to the Total Force Military Manpower System (TFMMS). Maintain PEO-IT Activity ManningDocuments using TFMMS database extracts.
6.7 Coordinate with PEO-IT and Navy community management and assignment officials to assist in obtaining themost qualified military personnel to fill PEO-IT positions.
6.8 Assist with POM and PR submissions, billet, FYDP, budget, and program reviews, and complete manpoweraccount Quantity/Quality analyses.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
48 of 86 FINAL
6.9 Support PEO-IT military manpower and personnel briefings and presentation initiatives including preparation ofdraft briefs, presentations, and booklets.
6.10 Develop, produce, provide, and maintain PEO-IT program management database extracts, matrices,spreadsheets, and listings containing desired military manpower information.
6.11 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify PEO-IT manpower issues. The contractor shall be requiredto attend technical, management and working group meetings.
6.12 Perform position validation studies to determine manpower requirements for PEO-IT.
TASK 7
Scope
The contractor shall provide military manpower management and Defense Acquisition Workforce Improvement Act(DAWIA) support to Team Submarine (Program Executive Office for Submarines and SEA 07). The primary effortsshall be performed on-site at the Washington Navy Yard, DC.
Tasks
7.1 Maintain the Team Submarine military personnel database to ensure it is accurate and current.
7.2 Ensure monthly Team Submarine Officer Distribution Control Reports and rotation databases are accurate andcurrent.
7.3 Research and generate data for Program Objective Memorandum and Program Review submissions.
7.4 Attend technical, management and working group meetings with Team Submarine personnel.
7.5 Define and prepare Team Submarine billet position descriptions and subspecialty review sheets
7.6 Define and process Team Submarine billet acquisition requirements and assignments.
7.7 Research and prepare Team Submarine manpower change requests and associated correspondence.
7.8 Assist with POM and PR submissions, billet, FYDP, budget, and program reviews, and complete manpoweraccount Quantity/Quality analyses.
7.9 Support Team Submarine military manpower briefing and presentation initiatives including preparation of draftbriefs, viewgraphs, and booklets.
7.10 Develop, produce, provide, and maintain Team Submarine program management listings, notebooks, matrices,spreadsheets, and databases containing military manpower information.
7.11 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify Team Submarine manpower issues.
7.12 Research personnel databases within NAVSEA and Bureau of Naval Personnel (BUPERS) to determineindividual DAWIA certifications. Provide list of Team Submarine DAWIA personnel training requirements andstatus of accomplishment and assist the Team Submarine Training Coordinator with all civilian and militaryDAWIA reviews, issues and analyses.
7.13 Maintain the Team Submarine civilian and military DAWIA database to ensure the monthly Team SubmarineDAWIA report is accurate and current.
7.14 Research and generate DAWIA documentation for Program Review submissions.
7.15 Develop and support Team Submarine civilian and military DAWIA briefing and presentation initiativesincluding preparation of draft briefs, viewgraphs and handouts.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
49 of 86 FINAL
7.16 Assist major claimant Learning and Development Center representatives and Director, Acquisition CareerManagement (DACM) representatives to clarify Team Submarine DAWIA matters.
TASK 8
Scope
The contractor shall provide military manpower management and Surface Warfare Officer Acquisition Professional(SWO AP) support, and Area Air Defense Control (AADC) support to the Program Executive Office for IntegratedWarfare Systems (PEO IWS). The primary efforts shall be performed on-site at the Washington Navy Yard, DC.
Task
8.1 Assist PEO IWS in the organization’s military billet base and in obtaining the most qualified militarypersonnel to fill officer and enlisted requirements.
8.2 Prepare manpower change requests, billet descriptions, and subspecialty requirement requests. Track militarymanpower transactions and account for changes in the Total Force Military Manpower System.
8.3 Assist with military manpower POM submissions; assist in preparation of issue papers; conduct billet, FYDP,budget, and program reviews; and provide quality analysis of activity end strength.
8.4 Research and assist in providing analysis of program management administrative policy, guidance, standards,and procedures.
8.5 Support the assessment of military manpower schedule/milestone networks.
8.6 Support PEO IWS in his role as member of the Surface Warfare Officer Acquisition Professional (SWO AP)Flag Working Group. Maintain SWO AP database; prepare updates of SWO AP billet fill requirements and presentto Working Group on a monthly basis. Perform other tasks relating to career management of SWO AP community.
8.7 Develop and support military manpower briefing initiatives including preparation of draft briefs, presentations,and booklets.
8.8 Develop, provide, and maintain program management listings, matrices, spreadsheets, and databases containingmilitary manpower information.
8.9 Document and justify retention of PEO IWS billets (e.g., reclama against directed reductions) and providelistings of officers meeting requirements for assignment to PEO IWS.
8.10 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify PEO IWS manpower issues.
8.11 Assist PEO IWS1FM7 in accomplishing the President's goal of fielding a Limited National Missile DefenseCapability. Assist Peo IWS1FM7 in the development and clarification contributions the UYQ-89 system may maketo the command and control element of the Ballistic Missile Defense system.
8.12 Research and assist in developing AADC war-gaming infrastructure to include manpower management ofmilitary resources. This is a coordinated effort with AADC LANT and PAC units as well as Naval Reserve Force todevelop manpower requirements. Travel to and from coordinated sites are required.
8.13 Provide support as PEO IWS1FM7 action officer for AADC matters to include AADC briefings andpresentations. Research and provide analysis of requirements and recommendations in support of AADC initiatives.
TASK 9
Scope
The contractor shall provide military manpower management support services to the Program Executive Office forCarriers (PEO Carriers). The primary efforts shall be performed on-site at the Washington Navy Yard, DC.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
50 of 86 FINAL
Task
9.1 Provide military manpower management support to prepare, track, and administer military manpowertransactions and account for changes to PEO Carriers Activity Manpower Documents and Future Year Defense Planmilitary end strength account.
9.2 Assist with military manpower POM submissions; assist in the preparation of issue papers; conduct billet,FYDP, budget, and program reviews; and provide quality analysis of activity end strength.
9.3 Provide recommendations with regard to management of the military portion of the acquisition workforce.
9.4 Maintain current listing of Acquisition Professional Community (APC) members assigned, including theircareer field certifications.
9.5 Support military manpower briefing initiatives including preparation of draft briefs, viewgraphs, and booklets.
9.6 Develop, produce, provide and maintain program management notebooks, databases, and spreadsheetscontaining military manpower information.
9.7 Assist PEO Carriers in their military billet base and in obtaining the most qualified military personnel to fillthose requirements.
9.8 Assist PEO Carriers Training Coordinator with the acquisition workforce training and certification of militarypersonnel.
9.9 Research critical acquisition and program management position requirements. Provide asset versus requirementreviews to assist in determine individual military personnel qualification levels.
9.10 Assist PEO Carriers in preparing for NAVSEA Slating Panels and Acquisition Workforce Oversight Council(AWOC) meetings.
9.11 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify PEO Carriers manpower issues.
TASK 10
Scope
The Contractor shall provide military manpower and personnel support services to Commander, Naval SurfaceWarfare Center (NSWC). This assistance will be in areas of military manpower and personnel support services. Theprimary efforts shall be performed Naval Sea Systems Command, Washington Navy Yard, D.C.
Tasks
10.1 Provide personnel administration support to track military manpower transactions and account for changes tothe Future Year Defense Plan.
10.2 Provide recommendations regarding manpower management administrative policy, guidance, standards, andprocedures.
10.3 Support military manpower briefing and presentation initiatives including preparation of draft briefs,viewgraphs, and booklets.
10.4 Develop, produce, provide, and maintain program management listings, notebooks, matrices, spreadsheets, anddatabases containing military manpower information.
10.5 Assist NSWC in the NAVSURFWARCEN military billet base and in obtaining the most qualified militarypersonnel to fill officer and enlisted requirements.
10.6 Research, analyze, and prepare manpower proposals, issue papers, and summaries, and provide quality analysisof activity end strength.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
51 of 86 FINAL
10.7 Assist with POM and PR submissions, billet, FYDP, budget, and program reviews, and complete manpoweraccount Quantity/Quality analyses.
10.8 Prepare manpower change requests, associated correspondence, billet descriptions, and subspecialty requirementrequests.
10.9 Disseminate updated Activity Manning Documents, applicable portions of the current FYDP, and designatedaction items to NAVSURFWARCEN Division manpower representatives. Act as focal point for any subsequentquestions or requests, collect required data, and prepare response for NAVSURFWARCEN headquarters.
10.10 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify NAVSURFWARCEN manpower issues.
10.11 Draft, prepare, coordinate and disseminate military awards.
10.12 Assist with the processing of Congressional inquiries to include sending to appropriate NSWC Division forresponse and coordinating return to NSWC Headquarters for submission to NAVSEA Congressional Affairs.
10.13 Prepare and manage all military officer and enlisted personnel transactions for NSWC Headquarters.Additionally, act as NSWC Reserve Coordinator.
10.14 Assist in developing and communicating NSWC training requirements for applicable training at variouslocations (i.e., NAVSEA, private industry or other commands).
10.15 Provide research and recommendations to assist in the preparation of NAVSEA directives and letters to Chiefof Naval Operations concerning establishment and disestablishment of NSWC Headquarters and Divisioncomponents.
10.16 Provide support for military travel and Management Control Program for NSWC Headquarters.
10.17 Assist NSWC Headquarters Security Coordinator and Secret Records Custodian.
TASK 11
Scope
The contractor shall provide military manpower management support to the NPC Aerospace Engineering Duty(AED) Office. The primary efforts shall be performed at Navy Personnel Command, Millington, TN.
Task
11.1 Assist in the preparation of briefing materials for selected panels and Aerospace Engineering Duty Officer careercounseling.
11.2 Review regulations, directives, policies, and provide technical recommendations concerning accessions andassignments of Aerospace Engineering Duty Officers.
11.3 Monitor and assist with billet requirements, specific assignments, training, promotion, designation,augmentation, resignation, and retirement of Aerospace Engineering Duty Officers.
11.4 Research technical issues that arise in the Aerospace Engineering Duty Officer detailing and order-writingprocess.
11.5 Prepare permanent change of station orders for Aerospace Engineering Duty Officers.
11.6 Assist with detailing issues for Aerospace Engineering Duty Officers.
11.7 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify Aerospace Engineering Duty Officer community issues.
11.8 Assist with development, maintenance and update of the Aerospace Engineering Duty Officer website.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
52 of 86 FINAL
TASK 12
Scope
The contractor shall provide military manpower management, Defense Acquisition Workforce Improvement Act(DAWIA), Surface Warfare Officer Acquisition Professional (SWO AP) and Policy Development support to theProgram Executive Office for Ships (PEO Ships). The primary efforts shall be performed at Naval Sea SystemsCommand, Washington, DC.
Task
12.1 Assist PEO Ships in the organization’s military billet base and in obtaining the most qualified militarypersonnel to fill officer and enlisted requirements.
12.2 Prepare manpower change requests, billet descriptions, and subspecialty requirement requests. Track militarymanpower transactions and account for changes in the Total Force Military Manpower System.
12.3 Assist with POM and PR submissions, billet, FYDP, budget, and program reviews, and complete manpoweraccount Quantity/Quality analyses.
12.4 Develop and assist in providing recommendations regarding program management administrative policy,guidance, standards, and procedures. Research and assist with military personnel policy development.
12.5 Develop and support the assessment of military manpower schedule/milestone networks.
12.6 Support PEO Ships in its role as Senior Member of the Surface Warfare Officer Acquisition Professional (SWOAP) Flag Working Group by providing support relating to career management of SWO AP community. MaintainSWO AP database, prepare updates of SWO AP billet fill requirements and present to Working Group on a monthlybasis.
12.7 Support military manpower briefing initiatives including preparation of draft briefs, viewgraphs, and booklets.
12.8 Develop, provide, and maintain program management listings, matrices, spreadsheets, and databasescontaining military manpower information. This includes military manning slides and spreadsheet consisting ofcurrent military billet and incumbent information, including member’s DAWIA status, if applicable, and commentsregarding any forthcoming changes.
12.9 Assist in documenting and supporting retention of PEO Ships billets (e.g., reclama against directed reductions)and provide listings of officers meeting requirements for assignment to PEO Ships.
12.10 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify PEO Ships manpower issues.
12.11 Research personnel databases within NAVSEA and BUPERS to determine individual DAWIA certificationsand training achieved or required. Utilize access to BUPERS, DACM, WAMO and/or NAVSEA Military databaseinfo to provide solution to potential issues.
12.12 provide status of PEO Ships DAWIA personnel training requirements and status of accomplishment. Maintainup-to-date military and DAWIA information for PEO Ships, ensuring the Admin Officer is kept apprised of currentmanning issues, including information on officers/enlisted ordered in or due to depart.
12.13 Research and generate DAWIA documentation for Program Review submissions.
12.14 Assist with civilian and military DAWIA reviews, issues, and analyses. Assist the Admin Officer with themaintenance of the WAMO records for military personnel assigned to PEO Ships. Update on as-needed basis.Maintain access to civilian DAWIA data in the Director for Acquisition Career Management (DACM) database andprovide information to Admin Officer, or assistant, as required.
12.15 Support PEO Ships civilian and military DAWIA briefing and presentation initiatives.
12.16. Coordinate with major claimant Learning and Development Center representatives and Director, Acquisition
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
53 of 86 FINAL
Career Management (DACM) representatives to clarify PEO Ships DAWIA matters. Support PEO ShipsAdministrative Officer in researching military and/or DAWIA issues.
TASK 13
Scope
The Contractor shall provide military manpower and military personnel support services to the Program ExecutiveOffice for Littoral Mine Warfare (PEO LMW), Washington, DC. The primary efforts shall be performed on-site at theWashington Navy Yard, DC.
Tasks
13.1 Assist PEO LMW in the organization’s military billet base. Provide listings of officers meeting requirementsfor assignment to PEO LMW to assist in obtaining the most qualified military personnel to fill officer requirements.
13.2 Prepare manpower change requests, billet descriptions, and subspecialty requirement requests as required.Assist with military manpower submissions and issue papers; conduct billet, FYDP, budget, and program reviews;and provide quality analysis of activity end strength. Track military manpower transactions and account for changesin the Total Force Military Manpower System.
13.3 Assist with POM and PR submissions, billet, FYDP, budget, and program reviews, and complete manpoweraccount Quantity/Quality analyses.
13.4 Prepare manpower change requests, associated correspondence, billet descriptions, and subspecialty requirementrequests as required. Act as focal point for any subsequent questions or requests, collect required data, and prepareresponse for PEO LMW headquarters.
13.5 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify PEO LMW manpower issues.
13.6 Provide recommendations regarding management of the military portion of the acquisition workforce. Maintaincurrent listing of Acquisition Professional Community (APC) members assigned, including their career fieldcertifications.
13.7 Research critical acquisition and program management position requirements. Provide asset versus requirementreviews to assist in determining individual military personnel qualification levels. Assist in preparing for NAVSEASlating Panels.
TASK 14
Scope
The Contractor shall provide military manpower management support services to the Naval Ordnance Safety andSecurity Activity (NOSSA) located at the Indian Head Division, Naval Surface Warfare Center (IHD/NSWC). Thisassistance will be in areas of Military Manpower Management Support Services. The primary efforts shall beperformed at the Washington Navy Yard with occasional work being performed at NOSSA headquarters at IndianHead, MD.
Tasks
14.1 Provide personnel administration support to maintain military manpower databases.
14.2 Provide recommendations regarding Program Management administrative policy, guidance, standards andprocedures.
14.3 Develop and support the assessment of military manpower schedule/milestone networks.
14.4 Assist with POM and PR submissions, billet, FYDP, budget, and program reviews, and complete manpoweraccount Quantity/Quality analyses.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
54 of 86 FINAL
14.5 Assist with the coordination of major claimant manpower and personnel representatives, OPNAV resourcesponsors, and Navy manning control authority to clarify NOSSA manpower issues.
14.6 Assist NOSSA personnel in the preparation and transmittal of TFMMS documentation as well ascorrespondence clarifying manpower initiatives and/or requirements.******************************************************************************************
The purpose of this modification is to document the results of the NAVSEA CAAS Study Team Review and toincorporate corresponding text in Section C. Accordingly, the subject task order is hereby modified as follows:
1. The following text is added to the end of Section C:
NAVSEA CAAS Study Team Review of Task Order No. N00178-04-D-4146-EH01 – Determination: Labor – 100%CAAS, 0% Non-CAAS. ODCs - 100% Non-CAAS.
Justification: On 31 January 2006, NAVSEA CAAS Study Team PCO Pete E. Richmond reviewed therequirements addressed within subject Task Order.
During the review it was determined that the labor requirements addressed within the subject task order are 100%CAAS as defined within Public Law 10 U.S.C., Section 2212.
2. Except as modified herein, all terms and conditions of the subject task order remain in full force and effect.
3. For informational purposes only, a conformed copy of Sections B - J of this task order is attached to thismodification, including the changes made herein.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
55 of 86 FINAL
SECTION D PACKAGING AND MARKING
Packaging and Marking in accordance with section D of the IDIQ contract.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
56 of 86 FINAL
SECTION E INSPECTION AND ACCEPTANCE
Inspection and Acceptance in accordance with Section E of the IDIQ contract.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
57 of 86 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
1000AB 7/17/2006 - 1/26/2007
1000BB 3/30/2006 - 1/26/2007
1000BC 3/30/2006 - 1/26/2007
1000BD 3/30/2006 - 1/26/2007
1000BE 3/30/2006 - 1/26/2007
1000BF 3/30/2006 - 1/26/2007
1000CB 3/30/2006 - 1/26/2007
1000DB 1/31/2006 - 1/26/2007
1000DC 4/24/2006 - 1/26/2007
1000DD 6/23/2006 - 1/26/2007
1000DE 7/17/2006 - 1/26/2007
1000EB 6/23/2006 - 1/26/2007
1000FB 7/28/2006 - 1/26/2007
1000GB 3/30/2006 - 1/26/2007
1000GC 7/17/2006 - 1/26/2007
1000HB 3/30/2006 - 1/26/2007
1000HC 7/28/2006 - 1/26/2007
1000HD 9/12/2006 - 1/26/2007
1000JB 3/30/2006 - 1/26/2007
1000KB 3/30/2006 - 1/26/2007
1000LB 4/24/2006 - 1/26/2007
1000LC 2/21/2007 - 1/26/2008
1000MA 3/30/2006 - 1/26/2007
1000NB 3/30/2006 - 1/26/2007
1000PB 4/24/2006 - 1/26/2007
1001AB 6/4/2007 - 6/4/2008
1001BB 3/30/2007 - 3/30/2008
1001CB 3/30/2007 - 3/30/2008
1001DB 2/21/2007 - 2/21/2008
1001DC 6/4/2007 - 6/4/2008
1001DD 8/2/2007 - 8/2/2008
1001EB 3/30/2007 - 3/30/2008
1001FB 6/4/2007 - 6/4/2008
1001FC 3/28/2008 - 6/4/2008
1001GB 3/13/2007 - 3/13/2008
1001HB 3/13/2007 - 3/13/2008
1001JB 3/30/2007 - 3/30/2008
1001KB 6/4/2007 - 6/4/2008
1001LB 3/30/2007 - 3/30/2008
1001LC 3/30/2007 - 3/30/2008
1001MB 3/30/2007 - 3/30/2008
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
58 of 86 FINAL
1001NB 3/30/2007 - 3/30/2008
1001PB 2/21/2007 - 2/21/2008
1002AA 1/27/2008 - 1/26/2009
1002AB 7/16/2008 - 7/15/2009
1002BB 3/28/2008 - 3/27/2009
1002DB 1/27/2008 - 9/30/2008
1002DC 3/28/2008 - 3/27/2009
1002DD 9/20/2008 - 3/27/2009
1002EB 1/27/2008 - 9/30/2008
1002FB 3/28/2008 - 3/27/2009
1002GB 1/27/2008 - 9/30/2008
1002HB 1/27/2008 - 9/30/2008
1002JB 3/28/2008 - 3/27/2009
1002KB 3/28/2008 - 3/27/2009
1002LB 3/28/2008 - 3/27/2009
1002MB 1/27/2008 - 9/30/2008
1002MC 6/1/2008 - 3/27/2009
1002NB 3/28/2008 - 3/27/2009
1002PB 3/28/2008 - 3/27/2009
1003BB 2/11/2009 - 2/10/2010
1003DB 1/27/2009 - 1/26/2010
1003EB 2/11/2009 - 2/10/2010
1003FB 2/11/2009 - 2/10/2010
1003GB 2/11/2009 - 2/10/2010
1003HB 2/11/2009 - 2/10/2010
1003JB 2/11/2009 - 2/10/2010
1003KB 3/16/2009 - 3/15/2010
1003LB 2/11/2009 - 2/10/2010
1003LC 3/16/2009 - 3/15/2010
1003MB 2/11/2009 - 2/10/2010
1003NB 2/11/2009 - 2/10/2010
1003PB 3/16/2009 - 3/15/2010
3000AB 7/17/2006 - 1/26/2007
3000DE 9/27/2006 - 4/15/2007
3000FB 7/28/2006 - 1/26/2007
3000FC 10/1/2006 - 9/30/2007
3000GC 7/17/2006 - 1/26/2007
3000HB 7/28/2006 - 1/26/2007
3000HC 7/28/2006 - 1/26/2007
3000HD 9/12/2006 - 9/30/2006
3000LB 4/24/2006 - 1/26/2007
3000LC 2/21/2007 - 1/26/2008
3001DB 2/21/2007 - 2/21/2008
3001DC 6/4/2007 - 6/4/2008
3001FB 6/4/2007 - 6/4/2008
3001FC 3/28/2008 - 6/4/2008
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
59 of 86 FINAL
3001LB 3/30/2007 - 3/30/2008
3002AB 1/27/2008 - 1/26/2009
3002BB 3/28/2008 - 3/27/2009
3002DB 1/27/2008 - 9/30/2008
3002DC 3/28/2008 - 3/27/2009
3002EB 1/27/2008 - 9/30/2008
3002FB 3/28/2008 - 3/27/2009
3002GB 1/27/2008 - 1/26/2009
3002HB 1/27/2008 - 9/30/2008
3002JB 3/28/2008 - 3/27/2009
3002KB 3/28/2008 - 3/27/2009
3002LB 3/28/2008 - 3/27/2009
3002MB 1/27/2008 - 9/30/2008
3002MC 6/1/2008 - 9/30/2008
3002NB 3/28/2008 - 3/27/2009
3002PB 3/28/2008 - 3/27/2009
3003DB 1/27/2009 - 1/26/2010
3003FB 2/11/2009 - 2/10/2010
3003LB 3/16/2009 - 3/15/2010
4000BB 1/27/2010 - 1/26/2011
4000DB 1/27/2011 - 1/26/2012
4000EB 1/27/2010 - 1/26/2011
4000FB 1/27/2010 - 1/26/2011
4000GB 1/27/2010 - 1/26/2011
4000HB 1/27/2010 - 1/26/2011
4000HC 6/10/2010 - 1/26/2011
4000HD 6/10/2010 - 1/26/2011
4000HE 6/15/2010 - 1/26/2011
4000JB 1/27/2010 - 1/26/2011
4000KB 1/27/2010 - 1/26/2011
4000LB 1/27/2010 - 1/26/2011
4000LC 1/27/2010 - 1/26/2011
4000MB 1/27/2010 - 1/26/2011
4000NB 1/27/2010 - 1/26/2011
4000PB 1/27/2010 - 1/26/2011
6000DB 1/27/2010 - 1/26/2011
6000FB 1/27/2010 - 1/26/2011
6000LB 1/27/2010 - 1/26/2011
6000LC 1/27/2010 - 1/26/2011
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following Items are as follows:
1000AB 7/17/2006 - 1/26/2007
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
60 of 86 FINAL
1000BB 3/30/2006 - 1/26/2007
1000BC 3/30/2006 - 1/26/2007
1000BD 3/30/2006 - 1/26/2007
1000BE 3/30/2006 - 1/26/2007
1000BF 3/30/2006 - 1/26/2007
1000CB 3/30/2006 - 1/26/2007
1000DB 1/31/2006 - 1/26/2007
1000DC 4/24/2006 - 1/26/2007
1000DD 6/23/2006 - 1/26/2007
1000DE 7/17/2006 - 1/26/2007
1000EB 6/23/2006 - 1/26/2007
1000FB 7/28/2006 - 1/26/2007
1000GB 3/30/2006 - 1/26/2007
1000GC 7/17/2006 - 1/26/2007
1000HB 3/30/2006 - 1/26/2007
1000HC 7/28/2006 - 1/26/2007
1000HD 9/12/2006 - 1/26/2007
1000JB 3/30/2006 - 1/26/2007
1000KB 3/30/2006 - 1/26/2007
1000LB 4/24/2006 - 1/26/2007
1000LC 2/21/2007 - 1/26/2008
1000MA 3/30/2006 - 1/26/2007
1000NB 3/30/2006 - 1/26/2007
1000PB 4/24/2006 - 1/26/2007
1001AB 6/4/2007 - 6/4/2008
1001BB 3/30/2007 - 3/30/2008
1001CB 3/30/2007 - 3/30/2008
1001DB 2/21/2007 - 2/21/2008
1001DC 6/4/2007 - 6/4/2008
1001DD 8/2/2007 - 8/2/2008
1001EB 3/30/2007 - 3/30/2008
1001FB 6/4/2007 - 6/4/2008
1001FC 3/28/2008 - 6/4/2008
1001GB 3/13/2007 - 3/13/2008
1001HB 3/13/2007 - 3/13/2008
1001JB 3/30/2007 - 3/30/2008
1001KB 6/4/2007 - 6/4/2008
1001LB 3/30/2007 - 3/30/2008
1001LC 3/30/2007 - 3/30/2008
1001MB 3/30/2007 - 3/30/2008
1001NB 3/30/2007 - 3/30/2008
1001PB 2/21/2007 - 2/21/2008
1002AA 1/27/2008 - 1/26/2009
1002AB 7/16/2008 - 7/15/2009
1002BB 3/28/2008 - 3/27/2009
1002DB 1/27/2008 - 9/30/2008
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
61 of 86 FINAL
1002DC 3/28/2008 - 3/27/2009
1002DD 9/20/2008 - 3/27/2009
1002EB 1/27/2008 - 9/30/2008
1002FB 3/28/2008 - 3/27/2009
1002GB 1/27/2008 - 9/30/2008
1002HB 1/27/2008 - 9/30/2008
1002JB 3/28/2008 - 3/27/2009
1002KB 3/28/2008 - 3/27/2009
1002LB 3/28/2008 - 3/27/2009
1002MB 1/27/2008 - 9/30/2008
1002MC 6/1/2008 - 3/27/2009
1002NB 3/28/2008 - 3/27/2009
1002PB 3/28/2008 - 3/27/2009
1003BB 2/11/2009 - 2/10/2010
1003DB 1/27/2009 - 1/26/2010
1003EB 2/11/2009 - 2/10/2010
1003FB 2/11/2009 - 2/10/2010
1003GB 2/11/2009 - 2/10/2010
1003HB 2/11/2009 - 2/10/2010
1003JB 2/11/2009 - 2/10/2010
1003KB 3/16/2009 - 3/15/2010
1003LB 2/11/2009 - 2/10/2010
1003LC 3/16/2009 - 3/15/2010
1003MB 2/11/2009 - 2/10/2010
1003NB 2/11/2009 - 2/10/2010
1003PB 3/16/2009 - 3/15/2010
3000AB 7/17/2006 - 1/26/2007
3000DE 9/27/2006 - 4/15/2007
3000FB 7/28/2006 - 1/26/2007
3000FC 10/1/2006 - 9/30/2007
3000GC 7/17/2006 - 1/26/2007
3000HB 7/28/2006 - 1/26/2007
3000HC 7/28/2006 - 1/26/2007
3000HD 9/12/2006 - 9/30/2006
3000LB 4/24/2006 - 1/26/2007
3000LC 2/21/2007 - 1/26/2008
3001DB 2/21/2007 - 2/21/2008
3001DC 6/4/2007 - 6/4/2008
3001FB 6/4/2007 - 6/4/2008
3001FC 3/28/2008 - 6/4/2008
3001LB 3/30/2007 - 3/30/2008
3002AB 1/27/2008 - 1/26/2009
3002BB 3/28/2008 - 3/27/2009
3002DB 1/27/2008 - 9/30/2008
3002DC 3/28/2008 - 3/27/2009
3002EB 1/27/2008 - 9/30/2008
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
62 of 86 FINAL
3002FB 3/28/2008 - 3/27/2009
3002GB 1/27/2008 - 1/26/2009
3002HB 1/27/2008 - 9/30/2008
3002JB 3/28/2008 - 3/27/2009
3002KB 3/28/2008 - 3/27/2009
3002LB 3/28/2008 - 3/27/2009
3002MB 1/27/2008 - 9/30/2008
3002MC 6/1/2008 - 9/30/2008
3002NB 3/28/2008 - 3/27/2009
3002PB 3/28/2008 - 3/27/2009
3003DB 1/27/2009 - 1/26/2010
3003FB 2/11/2009 - 2/10/2010
3003LB 3/16/2009 - 3/15/2010
4000BB 1/27/2010 - 1/26/2011
4000DB 1/27/2011 - 1/26/2012
4000EB 1/27/2010 - 1/26/2011
4000FB 1/27/2010 - 1/26/2011
4000GB 1/27/2010 - 1/26/2011
4000HB 1/27/2010 - 1/26/2011
4000HC 6/10/2010 - 1/26/2011
4000HD 6/10/2010 - 1/26/2011
4000HE 6/15/2010 - 1/26/2011
4000JB 1/27/2010 - 1/26/2011
4000KB 1/27/2010 - 1/26/2011
4000LB 1/27/2010 - 1/26/2011
4000LC 1/27/2010 - 1/26/2011
4000MB 1/27/2010 - 1/26/2011
4000NB 1/27/2010 - 1/26/2011
4000PB 1/27/2010 - 1/26/2011
6000DB 1/27/2010 - 1/26/2011
6000FB 1/27/2010 - 1/26/2011
6000LB 1/27/2010 - 1/26/2011
6000LC 1/27/2010 - 1/26/2011
The periods of performance for the following Option Items are as follows:
1000AA 1/27/2006 - 4/30/2007
1000BA 1/27/2006 - 1/26/2007
1000CA 1/27/2006 - 4/30/2007
1000DA 1/27/2006 - 2/28/2007
1000EA 1/27/2006 - 4/30/2007
1000FA 1/27/2006 - 4/30/2007
1000GA 1/27/2006 - 4/30/2007
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
63 of 86 FINAL
1000HA 1/27/2006 - 2/28/2007
1000JA 1/27/2006 - 4/30/2007
1000KA 1/27/2006 - 1/26/2007
1000LA 1/27/2006 - 2/28/2007
1000MB 1/27/2007 - 4/30/2007
1000NA 1/27/2006 - 1/26/2007
1000PA 1/27/2006 - 4/30/2007
1001AA 1/27/2007 - 1/26/2008
1001BA 1/27/2007 - 1/26/2008
1001CA 1/27/2007 - 1/26/2008
1001DA 1/27/2007 - 1/26/2008
1001EA 1/27/2007 - 1/26/2008
1001FA 1/27/2007 - 1/26/2008
1001GA 1/27/2007 - 1/26/2008
1001HA 1/27/2007 - 1/26/2008
1001JA 1/27/2007 - 1/26/2008
1001KA 1/27/2007 - 1/26/2008
1001LA 1/27/2007 - 1/26/2008
1001MA 1/27/2007 - 1/26/2008
1001NA 1/27/2007 - 1/26/2008
1001PA 1/27/2007 - 1/26/2008
1002BA 1/27/2008 - 1/26/2009
1002CA 1/27/2008 - 1/26/2009
1002DA 1/27/2008 - 1/26/2009
1002EA 1/27/2008 - 1/26/2009
1002FA 1/27/2008 - 1/26/2009
1002GA 1/27/2008 - 1/26/2009
1002HA 1/27/2008 - 1/26/2009
1002JA 1/27/2008 - 1/26/2009
1002KA 1/27/2008 - 1/26/2009
1002LA 1/27/2008 - 1/26/2009
1002MA 1/27/2008 - 1/26/2009
1002NA 1/27/2008 - 1/26/2009
1002PA 1/27/2008 - 1/26/2009
3000FA 1/27/2006 - 2/28/2007
3000HA 1/27/2006 - 1/26/2007
3000LA 1/27/2006 - 2/28/2007
3001AB 6/4/2007 - 9/30/2007
3001BB 3/30/2007 - 9/30/2007
3001CB 3/30/2007 - 9/30/2007
3001DD 8/2/2007 - 9/30/2007
3001EB 3/30/2007 - 9/30/2007
3001FA 1/27/2007 - 1/26/2008
3001GB 3/19/2007 - 3/18/2008
3001HA 1/27/2007 - 1/26/2008
3001HB 3/19/2007 - 3/18/2008
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
64 of 86 FINAL
3001JB 3/30/2007 - 9/30/2007
3001KB 6/4/2007 - 9/30/2007
3001LA 1/27/2007 - 1/26/2008
3001LC 3/30/2007 - 8/30/2007
3001MB 3/30/2007 - 9/30/2007
3001NB 3/30/2007 - 9/30/2007
3001PB 2/21/2007 - 9/30/2007
3002FA 1/27/2008 - 1/26/2009
3002HA 1/27/2008 - 1/26/2009
3002LA 1/27/2008 - 1/26/2009
3003FA 1/27/2009 - 1/26/2010
3003HA 1/27/2009 - 1/26/2010
6000FA 1/27/2010 - 1/26/2011
6000HA 1/27/2010 - 1/26/2011
6000LA 1/27/2010 - 1/26/2011
The periods of performance for the Award Term Items are as follows:
1003AA 1/27/2009 - 1/26/2010
1003BA 1/27/2009 - 1/26/2010
1003CA 1/27/2009 - 1/26/2010
1003DA 1/27/2009 - 1/26/2010
1003EA 1/27/2009 - 1/26/2010
1003FA 2/16/2009 - 1/26/2010
1003GA 1/27/2009 - 1/26/2010
1003HA 1/27/2009 - 1/26/2010
1003JA 1/27/2009 - 1/26/2010
1003KA 1/27/2009 - 1/26/2010
1003LA 1/27/2009 - 1/26/2010
1003MA 1/27/2009 - 1/26/2010
1003NA 1/27/2009 - 1/26/2010
1003PA 1/27/2009 - 1/26/2010
3003LA 1/27/2009 - 1/26/2010
4000AA 1/27/2010 - 1/26/2011
4000BA 1/27/2010 - 1/26/2011
4000CA 1/27/2010 - 1/26/2011
4000DA 1/27/2010 - 1/26/2011
4000EA 1/27/2010 - 1/26/2011
4000FA 1/27/2010 - 1/26/2011
4000GA 1/27/2010 - 1/26/2011
4000HA 1/27/2010 - 1/26/2011
4000JA 1/27/2010 - 1/26/2011
4000KA 1/27/2010 - 1/26/2011
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
65 of 86 FINAL
4000LA 1/27/2010 - 1/26/2011
4000MA 1/27/2010 - 1/26/2011
4000NA 1/27/2010 - 1/26/2011
4000PA 1/27/2010 - 1/26/2011
The Authority to extend the period of performance for the below SLIN past FY07 is based onthe approval of Section 801 of P.L. 105-85 authority approved by Karen Frantz NAVSEAMilitary Personnel Officer & IA Coordinator (SEA 10ZM).
1001AB, 1001BB, 1001CB, 1001DB, 1001DC, 1000DD, 1001EB, 1001FB, 1001GB, 1001HB,1001JB, 1001KB, 1001LB, 1001MB, 1001NB, 1001PB, 3000LC, 3001DB, 3001DC, and3001FB
The Authority to extend the period of performance for the below SLINS past FY08 is based onthe approval of Section 801 of P.L. 105-85 authority approved by Karen Frantz NAVSEAMilitary Personnel Officer & IA Coordinator (SEA 10ZM). The Total Period of Performance ofeach SLIN shall not exceed 12 months from the start date(s) listed in Modification 0023.
1002BB, 1002DC, 1002FB, 1002JB, 1002KB, 1002LB, 1002NB, 1002PB, 3002DC, 3002FB,and 3002LB, and 1002DD
The Authority to extend the period of performance for the below SLINS past FY09 is based onthe approval of Section 801 of P.L. 105-85 authority approved by Karen Frantz NAVSEAMilitary Personnel Officer & IA Coordinator (SEA 10ZM). The Total Period of Performance ofeach SLIN shall not exceed 12 months from the start date(s) listed in Modification 0024(1003DB, 3003DB) and Modification 0026 ( 1003BB, 1003EB, 1003FB, 1003GB, 1003HB,1003JB, 1003KB, 1003LB, 1003LC, 1003MB, 1003NB, 1003PB, 3003FB, 3003KB )
1003BB, 1003DB. 1003EB, 1003FB, 1003GB, 1003HB, 1003JB, 1003KB, 1003LB, 1003LC,1003MB, 1003NB, 1003PB, 3003DB, 3003FB, 3003KB
The Authority to extend the period of performance for the below SLINS past FY10 is based onthe approval of Section 801 of P.L. 105-85 authority approved by Karen Frantz NAVSEAMilitary Personnel Officer & IA Coordinator (SEA 10ZM). The Total Period of Performance ofeach SLIN shall not exceed 12 months from the start date(s) listed in Modification 0027 andModification 0028 (4000FB, 4000KB, 4000LC, 4000PB, 6000FB, and 6000LC) andModification 29 (4000HC and 4000HD)
4000BB, 4000DB, 4000FB, 6000DB, 4000EB, 4000GB, 4000HB, 4000HC, 4000HD, 4000JB,4000KB, 4000LB, 4000LC, 6000LB, 4000MB, 4000NB, 4000PB, 6000LC, 6000FB
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
66 of 86 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
Task Order Manager
NAVAL SEA SYSTEMS COMMAND1333 ISAAC HULL AVENUE SE STOP 4356WASHINGTON NAVY YARD DC 20376-4356PHONE: 202-781-3151FAX: 202-781-4716E-MAIL: @navy.mil
In accordance with DFARS 242.803(b)(i)(c), the cognizant Defense Contract Audit Agency (DCAA) auditor hasauthorized the contractor to submit interim invoices directly to the paying offices. This authorization does notextend to the first and final invoices, which shall be submitted to the contractor auditor at the following address:
SUPERVISORY AUDITORDEFENSE CONTRACT AUDIT AGENCY, EASTERN REGION7155 SHADELAND STATION, SUITE 160INDIANAPOLIS, INDIANA 46256-3922PHONE: (317) 510-1024EMAIL: @DCAA.MIL
A copy shall also be provided to the Task Order Manager listed above.
INVOICE INSTRUCTIONS (NAVSEA) (JAN 2008)
(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OFPAYMENT REQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command(NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) systemto accept supplies/services delivered under this contract. This web-based system located athttps://wawf.eb.mil provides the technology for government contractors and authorizedDepartment of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered underthis contract shall be submitted electronically through WAWF. Submission of hard copyDD250/invoices may no longer be accepted for payment. (b) It is recommended that the person in your company designated as the Central ContractorRegistration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for thesubmission of invoices, use the online training system for WAWF at http://wawftraining.com. The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the trainingsystem should be reviewed. Vendor Quick Reference Guides also are available athttp://acquisition.navy.mil/navyaos/content/view/full/3521/. The most useful guides are “GettingStarted for Vendors” and “WAWF Vendor Guide”. (c) The designated CCR EB point of contact is responsible for activating the company’s CAGEcode on WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EB pointof contact will self-register under the company’s CAGE code on WAWF and follow theinstructions for a group administrator. After the company is set-up on WAWF, any additionalpersons responsible for submitting invoices must self-register under the company’s CAGE code
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
67 of 86 FINAL
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXX
XXXXXXXXXX
at https://wawf.eb.mil. (d) The contractor shall use the following document types, DODAAC codes and inspection andacceptance locations when submitting invoices in WAWF:
Type of Document (contracting officer check all that apply)
Invoice (FFP Supply & Service)
Invoice and Receiving Report Combo (FFP Supply)
Invoice as 2-in-1 (FFP Service Only)
X Cost Voucher (Cost Reimbursable, T&M , LH, or FPI)
Receiving Report (FFP, DD250 Only)
DODAAC Codes and Inspection and Acceptance Locations (contracting officer complete
appropriate information as applicable)
Issue DODAAC N00024
Admin DODAAC S1501A
Pay Office DODAAC HQ0337
Inspector DODAAC N00024
Service Acceptor DODAAC N00024
Service Approver DODAAC N00024
Ship To DODAAC N00024
DCAA Auditor DODAAC HAA150
LPO DODAAC N/A
Inspection Location N00024
Acceptance Location N00024
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
68 of 86 FINAL
Attachments created in any Microsoft Office product may be attached to the WAWF invoice,e.g., backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes. (e) Before closing out of an invoice session in WAWF, but after submitting the document(s), youwill be prompted to send additional email notifications. Click on “Send More EmailNotification” and add the acceptor/receiver email addresses noted below in the first email addressblock, and add any other additional email addresses desired in the following blocks. Thisadditional notification to the government is important to ensure that the acceptor/receiver isaware that the invoice documents have been submitted into WAWF.
Send Additional Email Notification To:@navy.mil
(f) The contractor shall submit invoices/cost vouchers for payment per contract terms and thegovernment shall process invoices/cost vouchers for payment per contract terms. Contractorsapproved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO. (g) The WAWF system has not yet been implemented on some Navy programs; therefore, uponwritten concurrence from the cognizant Procuring Contracting Officer, the Contractor isauthorized to use DFAS’s WInS for electronic end to end invoicing until the functionality ofWInS has been incorporated into WAWF. (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above1-866 number or the NAVSEA WAWF point of contact Margaret Morgan at (202) 781-4815 or
@navy.mil.
Accounting Data
SLINID PR Number Amount -------- ---------------------- --------------------- MOD 27 4000BB N0002410MR55244.00 LLA : DB 1701804 8U7N 252 SA S05 0 068342 2D 000000 47M20 000 0200 4000DB N0002410MR55244.00 LLA : DL 1701804 8T1M 251 WZ S10 0 068342 2D 000000 41M24 SWE MISC 4000EB N0002410MR55244.00
DC 17018048C6C 252 SA S0C 0 068342 2D 000000 16C31 000 0310 4000GB N0002410MR55244.00
FINAL
XXXXXXXXX
XXXXXXXXXX
XXXXXX
XXXXXX
XXXXXXXXXX
XXXXXXXXXX
DE 1701804 8B2B 251 SA S07 0 068342 2D 000000 12B4C USE 04C0 4000HB N0002410MR55244.00 LLA : DH 1701804 8C2C 251 SA SWS 0 038342 2D 000000 12C4X SWE 04X0 4000JB N0002410MR55244.00 LLA : DD 1701804 8B5B 251 SA SCV 0 068342 2D 000000 15BB0 000 0B00 4000LB N0002410MR55244.00 LLA : DJ 1701804 4U3N 251 00 019 0 050120 2D 000000 A0000 032 0307 4000MB N0002410MR55244.00 LLA : DG 17018040 8B5B 252 SA SHP 0 068342 2D 000000 15BA2 000 0A20 4000NB N0002410MR55244.00 LLA : DF 1701806 8D4D 251 SA SLM 0 068342 2D 000000 R4D10 000 0100 6000DB N0002410MR55244.00 LLA : DL 1701804 8T1M 251 WZ S10 0 068342 2D 000000 41M24 SWE MISC 6000LB N0002410MR55244.00 LLA : DJ 1701804 4U3N 251 00 019 0 050120 2D 000000 A0000 032 0307 MOD 27 Funding Cumulative Funding MOD 28 4000FB N0002410MR55359.00 LLA : DM 1701804 5T6M 252 00 039 0 050120 2D 000000 A0000 036 3204 4000LC N0002410MR55359.00 LLA : DP 1701804 22N9 000 68 045 0 068566 2D CB8005 39721 0B8 005Q 4000PB N0002410MR55359.00 LLA : DN 97X4930 NH1C 000 77 777 0 000167 2F 000000 99237 001 0018 6000FB LLA : DM 1701804 5T6M 252 00 039 0 050120 2D 000000 A0000 036 3204 6000LC N0002410MR55359.00 LLA : DP 1701804 22N9 000 68 045 0 068566 2D CB8005 39721 0B8 005Q MOD 28 Funding Cumulative Funding MOD 29 4000HC N0002410MR55584 LLA : DT 1701804 8D4D 251 SA SWS 0 068342 2D 000000 14D5X SWE 05X0 4000HD N0002410MR55584 LLA : DR 1701804 8D4D 251 SA SS 0 068342 2D 000000 14DPX SWE 0PX0 4000HE N0002410MR55584 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
70 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXXXXXXXXXXX
XXXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXX
XXXXXX
XXXXXX
DS 1701804 8D4D 251 SA SWS 0 068342 2D 000000 14D4X SWE 04X0 MOD 29 Funding Cumulative Funding MOD 30 4000BB N0002410MR55244.00 LLA : DB 1701804 8U7N 252 SA S05 0 068342 2D 000000 47M20 000 0200 4000DB N0002410MR55244.00 LLA : DL 1701804 8T1M 251 WZ S10 0 068342 2D 000000 41M24 SWE MISC 4000EB N0002410MR55244.00 LLA : DC 17018048C6C 252 SA S0C 0 068342 2D 000000 16C31 000 0310 4000GB N0002410MR55244.00 LLA : DE 1701804 8B2B 251 SA S07 0 068342 2D 000000 12B4C USE 04C0 4000JB N0002410MR55244.00 LLA : DD 1701804 8B5B 251 SA SCV 0 068342 2D 000000 15BB0 000 0B00 4000MB N0002410MR55244.00 LLA : DG 17018040 8B5B 252 SA SHP 0 068342 2D 000000 15BA2 000 0A20 4000NB N0002410MR55244.00 LLA : DF 1701806 8D4D 251 SA SLM 0 068342 2D 000000 R4D10 000 0100 4000PB N0002410MR55359.00 LLA : DN 97X4930 NH1C 000 77 777 0 000167 2F 000000 99237 001 0018 6000DB N0002410MR55244.00 LLA : DK 1701804 8T1M 251 WZ S10 0 068342 2D 000000 41M24 SWE MISC MOD 30 Funding Cumulative Funding MOD 31 Funding 0.00 Cumulative Funding MOD 32 1000PB LLA : AQ 176 1804 8B2B 252 68 963 0 068892 2D X00639 68963 6CO NT2Q 4000KB LLA : DN 97X 4930 NH1C 000 77 777 0 000167 2F 000000 99237 001 0018 MOD 32 Funding Cumulative Funding MOD 33 Funding 0.00 Cumulative Funding MOD 34 4000DB N0002410MR55244.00 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
71 of 86 FINAL
XXXXXXXXXXXXX
XXXXXX
XXXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXXXXXXXX
XXXXXXX
XXXXXXX
DL 1701804 8T1M 251 WZ S10 0 068342 2D 000000 41M24 SWE MISC 4000FB N0002410MR55359.00 LLA : DM 1701804 5T6M 252 00 039 0 050120 2D 000000 A0000 036 3204 6000DB N0002410MR55244.00 LLA : DK 1701804 8T1M 251 WZ S10 0 068342 2D 000000 41M24 SWE MISC 6000FB LLA : DM 1701804 5T6M 252 00 039 0 050120 2D 000000 A0000 036 3204 MOD 34 Funding Cumulative Funding MOD 35 Funding 0.00 Cumulative Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
72 of 86 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXXXXXXXXX
XXXXXXX
SECTION H SPECIAL CONTRACT REQUIREMENTS
NAVSEA 5252.232-9104 -- ALLOTMENT OF FUNDS (MAY 1993)
(a) This task order is incrementally funded with respect to both cost and fee. The amount(s) presently available andallotted to this task order for payment of fee for incrementally funded contract line item number/contract subline itemnumber (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this task order forpayment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contractentitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period ofperformance for which it is estimated the allotted amount(s) will cover are as follows:
ITEMALLOTTEDTO COST
ALLOTTEDTO FIXEDFEE
ALLOTTEDTO AWARDFEE
CPFF M/HS EST. POP
1003HB 0.00 0.0002/11/2009-02/10/2010
3002DC 0.00 0.00 0.00 0.0003/28/2008-03/27/2009
(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time forthe incrementally funded CLINs/SLINs by unilateral task order modification, and any such modification shall stateseparately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and theperiod of performance which the amount(s) are expected to cover.
(c) CLIN(s)/SLIN(s) 1000AB, 1000BB, 1000BC, 1000BD, 1000BE, 1000BF, 1000CB, 1000DB, 1000DC,1000DD, 1000DE, 1000EB, 1000FB, 1000GB, 1000GC, 1000HB, 1000HC, 1000HD, 1000JB, 1000KB,1000LB, 1000LC, 1000MA, 1000NB, 1000PB, 1001AB, 1001BB, 1001CB, 1001DB, 1001DC, 1001DD,1001EB, 1001FB, 1001FC, 1001GB, 1001HB, 1001JB, 1001KB, 1001LB, 1001LC, 1001MB, 1001NB,1001PB, 1002AB, 1002BB,1002DB, 1002DC, 1002DD, 1002EB, 1002FB, 1002GB, 1002HB, 1002JB, 1002KB,1002LB, 1002MB, 1002MC, 1002NB, 1002PB, 1003BB, 1003DB. 1003EB, 1003FB, 1003GB, 1003HB,
1003JB, 1003KB, 1003LB, 1003LC,1003MB, 1003NB, 1003PB, 3000AB, 3000DE, 3000FB, 3000FC,3000GC, 3000HB, 3000HC, 3000HD, 3000LB, 3000LC, 3001BB, 3001CB, 3001DB, 3001DC, 3001FB,3001EB, 3001GB, 3001HB, 3001JB, 3001LB, 3001LC, 3001MB, 3001NB, 3001PB, 3002FB, 3002LB,
3003DB, 3003FB, 3003LB, 4000BB, 4000DB, 6000DB, 4000EB, 4000FB, 4000GB, 4000HB,4000HC, 4000HD, 4000HE, 4000JB, 4000KB, 4000LB, 4000LC, 6000LB, 4000MB, 4000NB,
4000PB, 6000FB, 6000LC, 6000LB, are fully funded and performance under CLIN(s)/SLIN(s) is subject tothe clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST(FACILITIES)" (FAR 52.232-21), as applicable.
(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs ofperformance of fully funded CLINs/SLINs.
NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS
(a) Performance of work hereunder may be subject to written technical instructions signed by the Task OrderManager (TOM) specified in Section G of this contract. As used herein, technical instructions are defined to includethe following:
(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in details
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
73 of 86 FINAL
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXX
and otherwise serve to accomplish the contractual statement of work.
(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions ofwork descriptions.
(b) Technical instructions must be within the general scope of work stated in the contract. Technical instruction maynot be used to: (1) assign additional work under the contract; (2) direct a change as defined in the “CHANGES”clause in this contract; (3) increase or decrease the contract price or estimated contract amount (including fee), asapplicable, the level of effort, or the time required for contract performance; or (4) change any of the terms, conditionsor specifications of the contract.
(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the contract or isinconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10)working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by thetechnical instruction unless and until the Contractor is notified by the Contracting Officer that the technicalinstruction is within the scope of the contract.
(d) Nothing in the foregoing paragraph shall be construed to excuse to Contractor from performing that portion of thecontractual work statement which is not affected by the AWARD TERM CLAUSE. See Award Term Clause andPlan, Section J, Task Order Attachment 2.
NAVSEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000)
(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the workdescribed in Sections B and C of this contract. The total level of effort for the performance of this contract shall beTBD total man-hours of direct labor, including subcontractor direct labor for those subcontractors specificallyidentified in the Contractor's proposal as having hours included in the proposed level of effort.
(b) Of the total man-hours of direct labor set forth above, it is estimated that (Offeror to fill-in) man-hours areuncompensated effort.
Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additionalcompensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in thefirst sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillmentof the level of effort obligations under this contract.
(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performedin direct support of this contract and shall not include time and effort expended on such things as (local travel to andfrom an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work(actual or inferred) at an employee's residence or other non-work locations (except as provided in paragraph (j)below), or other time and effort which does not have a specific and direct contribution to the tasks described inSections B and C.
(d) The level of effort for this contract shall be expended at an average rate of approximately TBD hours per week. Itis understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective,provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the termhereof, except as provided in the following paragraph.
(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such anextent that the total man-hours of effort specified above would be used prior to the expiration of the term, theContractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefitswhich would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together withan offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work untilexpiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms andconditions of this contract and any additions or changes required by then current law, regulations, or directives, andthat the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. TheContractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Anyagreement to accelerate will be formalized by contract modification.
(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
74 of 86 FINAL
such that the total man-hours of effort specified in paragraph (a) above would be used prior to the expiration of theterm. This order shall specify the acceleration required and the resulting revised term. The Contractor shallacknowledge this order within five days of receipt.
(g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period ofthis contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows:
Fee Reduction = Fee (Required LOE - Expended LOE)
Required LOE
or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20)or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable, require the Contractor to continue toperform the work until the total number of man-hours of direct labor specified in paragraph (a) above shall have beenexpended, at no increase in the fee of this contract.
(h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative ContractingOfficer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated anduncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shallindicate on each invoice the total level of effort claimed during the period covered by the invoice, separatelyidentifying compensated effort and uncompensated effort, if any.
(i) Within 45 days after completion of the work under each separately identified period of performance hereunder, theContractor shall submit the following information in writing to the Contracting Officer with copies to the cognizantContract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number ofman-hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the numberof man-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown ofother costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for theperiod. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, inthe case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recoverexcess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of theappropriate fee reduction in accordance with this clause. All submissions shall include subcontractor information.
(j) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contractperformance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractorhas a company-approved alternative work plan. The primary worksite is the traditional "main office" worksite. Analternative worksite means an employee's residence or a telecommuting center. A telecommuting center is ageographically convenient office setting as an alternative to an employee's main office. The Government reserves theright to review the Contractor's alternative worksite plan. In the event performance becomes unacceptable, theContractor will be prohibited from counting the hours performed at the alternative worksite in fulfilling the totallevel of effort obligations of the contract. Regardless of work location, all contract terms and conditions, includingsecurity requirements and labor laws, remain in effect. The Government shall not incur any additional cost norprovide additional equipment for contract performance as a result of the Contractor's election to implement analternative worksite plan.
(k) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man-hours up to fivepercent in excess of the total man-hours specified in paragraph (a) above, provided that the additional effort isfurnished within the term hereof, and provided further that no increase in the estimated cost or fee is required
Except as provided herein, all other terms and conditions remain unchanged and in full force and effect.
Award term Clause
In addition to the terms set forth elsewhere in the Task Order, the contractor may earn an extension to the task orderperiod from a minimum of 1 to a maximum of 4 years on the basis of performance during the evaluation periods.The Task Order period may be extended on the basis of the contractor's performance against stated performanceparameters. Points shall be awarded during each evaluation period on the basis of how the contractor has performedagainst the predetermined criteria. The Task Order period may then be extended to reflect this assessment. As statedin the Award Term Plan below, a performance rating of unsatisfactory in any evaluation period shall void anypreviously awarded award-term extensions.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
75 of 86 FINAL
(a) Award Term. The award-term concept is an incentive that permits extension of the Task Order period beyond thebase period of performance for superior performance or reduction of the Task Order period of performance because ofpoor performance.
(b) Term Points. Points are awarded during each evaluation period on the basis of the contractor's performance. Ascore of 85 points is required for a one-year term extension; a score of 40 points or less shall result in the loss of anypreviously awarded term extensions.
(c) Monitoring of Performance. The contractor's performance will be continually monitored by the performancemonitors whose findings are reported to the Award Term Review Board (ATRB). The ATRB recommends an awardterm to the Term Determining Official (TDO), who makes the final decision on the award-term amount on the basisof the contractor's performance during the award-term evaluation period.
(d) Award-Term Plan. The evaluation criteria, the associated points, and the associated award-term extensions orreductions are specified in the award-term plan.
(e) Modification of Award-Term Plan. The TDO may unilaterally change this plan prior to the beginning of anevaluation period. In addition, the contractor may recommend changes to the plan no later than 30 days prior to thebeginning of the new evalaution period. The contractor will be notified of changes to the plan by a modification tothe task order, before the start of the affected evaluation period. Changes to this plan that are applicable to a currentevaluation period will be incorporated by the mutual consent of both parties.
(f) Self-Evaluation. The contractor will submit to the Contracting Officer, within 5 working days after the end of eachaward-term evaluation period, a brief written self-evaluation of its performance for that period. This self-evaluationshall be limited to 20 pages and will include the most recent Standard Form 294, Subcontracting Report forIndividual Contract, for the task order. It will be used in the ATRB's evaluation of the contractor's performanceduring this period.
(g) Disputes. Decisions regarding the award term, including—but not limited to— the amount of the award term, ifany; the methodology used to calculate the award term; calculation of the award term; the supplier's entitlement tothe award term; and the nature and success of the contractor's performance, are made by the TDO. These decisionsare final and are not subject to dispute.
(h) Award-Term Extension. The Task Order period may be modified to reflect the TDO decision. The total taskorder period, including extensions under this clause, will not exceed the time remaining on the SeaPort IDIQcontract, including exercised options. If at any time the Task Order period does not extend more than two years fromthe time remaining on the SeaPort IDIQ contract, the operation of the award-term provision will cease and the taskorder period will not extend beyond the term set at that time.
(i) Necessary Condition Precedent:
(1) FAIR AND REASONABLE PRICE A NECESSARY CONDITION: The Contracting Officer must determinethat the price set forth in the Task Order for the goods or services covered by the Task Order continues to be fair andreasonable for a given award term period. Such a decision is at the sole discretion of the Contracting Officer. Adecision that the price is no longer fair and reasonable will result in the Government voiding any award termsearned. A determination regarding whether there is a continued need for the same goods or services may be made atany time.
(2) OPTION EXERCISE A NECESSARY CONDITION: If at any time the Government does not exercise anoption, any previously awarded award term(s) shall be void.
(3) CONTINUED FUNDS A NECESSARY CONDITION: The Contracting Officer must make a determination thatsufficient funds are available before an award term that has been earned and retained may be become effective. Thedetermination that sufficient funds are available does not constitute a finding that funds equal to the full totalestimated cost of performance for a given year are available. Award term periods may be incrementally funded aspermitted by law and regulation. In the event of incremental funding, the clause entitled LIMITATION OF FUNDS(FAR 52.232-22 (April 1984) shall apply.
The decision that sufficient funds are available is at the sole discretion of the Contracting Officer. Resources availableto the program manager are subject to the managerial discretion of the program manager and a decision that sufficient
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
76 of 86 FINAL
funds are not available for this Task Order may be made even if there are funds available to the program office. Adetermination regarding the availability of funds may be made at any time.
(4) CONTINUED REQUIREMENT A NECESSARY CONDITION: The Contracting Officer must determine that acontinued need for the same goods and services covered by this Task Order exists for a given award term period.Such a decision is at the sole discretion of the Contracting Officer. A decision that the requirement has changed orthat a requirement for the same goods or services no longer exists will result in the Government voiding any awardterms earned. A determination regarding whether there is a continued need for the same goods or services may bemade at any time.
(j) Failure of Earned Award Terms not a Termination: If at any time the Government does not authorize performanceof a previously awarded award term, the subsequent terms shall be considered void. The contractor shall not beentitled to any costs arising out of or related to those award terms that are made void by virtue of the operation ofthis clause. An award term decision that an already earned award term has not been retained is not a termination forconvenience. A decision by the Contracting Officer that any of the necessary conditions has not been satisfied in nota termination for convenience. For example, if the contractor has earned three award terms but the Government failsto exercise the option for the fifth year of the Task Order, then the Task Order shall end at the completion of theperiod of performance for the fourth year.
(k) Contractor Right to Decline: The contractor retains the right to decline any award term earned, even after awardand/or retention, prior to 15 months before the start of an award term year. The Contractor must notify theContracting Officer in writing prior to 15 months before the start of the award term year of its desire not to performthe next award term year. Failure to so notify the Contracting Officer may result in a default termination if theContractor fails to perform an award term that the Government has authorized. In the event the Contractor elects itsright to decline an earned award term, all award terms shall be void.
(l) Extension of the Task Order: The Contracting Officer will unilaterally modify the Task Order to extend the periodof performance in one-year increments when each of the following conditions apply:
1) an award term earned has been retained;
2) the Government has a continuing requirement for the good(s) or service(s) covered;
3) the price established for the covered line items remains fair and reasonable;
4) appropriated funds are available;
5) the Contractor has not expressly stated in writing that it is unwilling to perform an award term no later thanfifteen months before the beginning of an award term period.
Award Term Plan
1.0 INTRODUCTION
This is the basis for evaluation of the contractor's performance and for presenting an assessment of that performanceto the term-determining official (TDO). The evaluation for the number of term points to be awarded will begin at thestart of the Task Order.
Award-term contracting is effective when performance metrics are objective, a long-term business relationship is ofvalue to the government and to the contractor, and the expected outcomes are known up-front. The specific criteriaand procedures used for assessing the contractor's performance and for determining the award term earned aredescribed herein. All TDO decisions regarding the award-term points—including, but not limited to, the number ofpoints, if any; the methodology used to calculate the points; the calculation of the points; the contractor'sentitlement to the points: and the nature and success of the contractor's performance—are final and not subject todispute.
The award term will be provided to the supplier through unilateral task order modifications based upon pointsearned as determined by the TDO.
2.0 ORGANIZATION
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
77 of 86 FINAL
The award-term organization includes the TDO and an Award-Term Review Board (ATRB) consisting of achairperson, the contracting officer, a recorder, other functional area participants, advisory members, and theperformance monitors.
3.0 RESPONSIBILITIES
a. Term-Determining Official. The TDO approves the award-term plan and any significant changes to it. The TDOreviews the recommendations of the ATRB, considers all pertinent data, and determines the earned award-termpoints for each evaluation period. The TDO appoints the ATRB chairperson.
b. Award-Term Review Board Chairperson. The ATRB chairperson chairs the meetings of the ATRB and appointsthe non-mandatory members of the board and the performance monitors. The ATRB chairperson briefs the TDO onrecommended earned term amounts and the contractor's overall performance and recommends award-term planchanges to the TDO.
c. Award-Term Review Board. ATRB members review performance monitors' evaluation of the contractor'sperformance, consider all information from pertinent sources, prepare interim performance reports, and arrive at theearned award-term points recommendation to be presented to the TDO. The ATRB will also recommend changes tothis plan. An assessment of the contractor's performance will be done on a yearly basis, starting with the performanceof Option 2 of this task order.
d. ATRB Recorder. The ATRB recorder is responsible for coordinating the administrative actions required by theperformance monitors, the ATRB, and the TDO.
e. Contracting Officer (CO). The CO is the liaison between contractor and government personnel. Subsequent to theTDO decision, the CO evaluates the award-term points available and modifies the Task Order period of performance,if necessary, to reflect the decision.
f. Performance Monitors. Performance monitors maintain written records of the contractor's performance in theirassigned evaluation areas so that a fair and accurate evaluation is obtained. Monitors prepare interim and end-of-period evaluation reports as directed by the ATRB.
4.0 AWARD-TERM PROCESSES
a. Available Award-Term Points. The earned award-term points will be based on the contractor's performance duringeach evaluation period. The available points for each evaluation period are shown below in Table 3. A score of 85points is required for a one year term extension.
b. Evaluation Criteria. If the CO does not give specific notice in writing to the contractor of any change to theevaluation criteria prior to the start of a new evaluation period, then the same criteria listed for the preceding periodwill be used in the following award-term evaluation period. Modifications to the plan shall take effect in the nextevaluation period.
c. Interim Evaluation Process. Interim evaluations will be conducted six months after task order award, exercise ofaward of term extensions, if any. At the discretion of the TDO, interim evaluations may take place more frequently(e.g., at major milestones). The ATRB recorder notifies ATRB members and performance monitors 14 calendar daysbefore the interim evaluation date. Performance monitors submit their evaluation reports to the ATRB 21 calendardays after this notification. The ATRB determines the interim evaluation results and notifies the contractor of thestrengths and weaknesses for the current evaluation period. The CO may also issue letters at any other time when itis deemed necessary to highlight areas of government concern.
d. End-of-Period Evaluations. The ATRB recorder notifies ATRB members and performance monitors 14 calendardays before the end of the evaluation period. The contractor presents its self-assessment to the CO within fiveworking days after the end of the evaluation period. This written assessment of the contractor's performancethroughout the evaluation period may also contain any information that could be reasonably expected to assist theATRB in evaluating its performance. The written assessment shall include a copy of the most recent SF 294,Subcontracting Report for Individual Contracts. The self-assessment may not exceed 20 pages. Performancemonitors submit their evaluation reports to the ATRB 14 calendar days after the end of the evaluation period.Copies shall be provided to the contractor; the contractor is then given an opportunity to address the performancemonitor evaluations. The ATRB prepares its evaluation report and recommendation regarding earned or unearned
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
78 of 86 FINAL
award-term points. The ATRB briefs the evaluation report, and recommendation to the TDO within 30 calendardays after the end of the evaluation period. The TDO determines the overall award-term points for the evaluationperiod within 45 calendar days after each evaluation period. The TDO letter informs the contractor of the earnedaward-term points. Upon the award of sufficient award term-points, the CO issues a contract modification within 15calendar days after the TDO's decision is made authorizing an award extension or reduction based on the earned orunearned award-term points.
5.0 AWARD-TERM PLAN CHANGE PROCEDURE
The TDO may unilaterally change this plan prior to the beginning of an evaluation period. In addition, thecontractor may recommend changes to the plan no later than 30 days prior to the beginning of the new evalautionperiod. The contractor will be notified of changes to the plan by a modification to the task order, before the start ofthe affected evaluation period. Changes to this plan that are applicable to a current evaluation period will beincorporated by the mutual consent of both parties.
AWARD TERM ORGANIZATION
TABLE 1, MEMBERS
Term Determining Official: TBD Personnel
Award Term Review Board Chairperson: TBD Personnel
Award Term Review Board Members:
Member(s) TBD ( Personnel)
Contracting Officer SEA or representative
Recorder TBD Personnel
TABLE 2, PERFORMANCE MONITORS
Area of Evaluation Performance Monitor(s)
Cost Performance Task Managers
Organization and Management Task Managers
Quality of Work/Schedule Task Managers
The Government reserves the right to make substitutes for award term organization members and performancemonitors.
AWARD TERM ALLOCATION BY EVALUATION PERIODS
The award term earned by the contractor will be determined at the completion of evaluation periods shown below.The award term points shown corresponding to each period are the maximum available award term amount that canbe earned during that particular period.
TABLE 3.
Evaluation Period From ToAvailable Award TermPoints
First Task Order Award 6 months thereafter 100
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
79 of 86 FINAL
SecondExercise of AwardTerm 1
12 months thereafter 100
ThirdExercise of AwardTerm 2
12 months thereafter 100
FourthExercise of AwardTerm 3
12 months thereafter 100
FifthExercise of AwardTerm 4
12 months thereafter 100
OVERALL GRADE DEFINITIONS AND CORRESPONDING AWARD TERM POINTS
Unsatisfactory Performance: Contractor’s performance of most contract tasks is inadequate and inconsistent. Quality,responsiveness, and timeliness in many areas require attention and action. Corrective actions have not been taken orare ineffective.
Award Term Points: 0 – 40
Satisfactory Performance: Contractor’s performance of most contract tasks is adequate with some tangible andintangible benefits to the Government due to contractor’s effort or initiative. Although there are areas of betterperformance, these are more or less offset by lower-rated performance in other areas.
Award Term Points: 41-80
Excellent Performance: Contractor’s performance of virtually all contract tasks is consistently noteworthy andprovides numerous significant, tangible or intangible, benefits to the Government (e.g., improved quality,responsiveness, increased timeliness, or generally enhanced effectiveness of operations). The few areas forimprovement are all minor. There are no recurring problems. Contractor’s management initiates effective correctiveaction whenever needed.
Award Term Points: 81-100
EVALUATION CRITERIA
Cost Performance 30% of Total
Organization and Management 30% of Total
Quality of Work /Schedule 40% of Total
TABLE 4, COST PERFORMANCE
UNSATISFACTORY SATISFACTORY EXCELLENT
Contractor provides somemeasures for controlling staffcosts and controls somesubcontracting costperformance to meet programobjectives.
Contractor provides measuresfor controlling all costs atestimated costs. Provide costcontrol of all travel, materialand staff costs during theperformance of the contract.Funds and resources aregenerally used in acost-effective manner. No
Reductions in direct costs tothe Government below contractestimated costs arenoteworthy. Contractorprovides detailed cost analysisin recommendations toGovernment for resolution toproblems identified. Funds andresources are optimally used to
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
80 of 86 FINAL
major resource managementproblems are apparent.
provide the maximum benefitfor the funds and resourcesavailable. Documented savingsare apparent.
Funds and resources are usedinefficiently in pursuingprogram goals and result inresource managementproblems. Problems and/ortrends may be addressed. Whenprovided, analyses of problemsor trends are usually accurate.
Contractor takes the initiativeto reduce costs, includingtravel, where feasible. Financialreporting is clear and accurate.Problems and/or trends areaddressed, and an analysis isalso submitted.
Contractor is responsive tocost control measuresimplemented by theGovernment. Financialreporting is clear, accurate, andpro-active. Problems and/ortrends are addressedthoroughly, and thecontractor’s recommendationsand/or corrective plans areimplemented and effective.
TABLE 5, ORGANIZATION AND MANAGEMENT
UNSATISFACTORY SATISFACTORY EXCELLENT
Contractor fails to identifyproblems timely. Solutions,when and if implemented, havea negative impact on cost andschedule.
Problems are identified by thecontractor timely. Contractorprovides sufficient informationon alternate solutions.Solutions are implemented withlimited adverse impact toestimated cost and schedule.
Contractor practices proactivemanagement to identify andanticipate problems prior toadverse impact. Contractorprovides organized and detailedalternatives including riskassessments, trade off analysisbetween cost, schedule andperformance, plan of action andimplementation schedule.Solutions are implemented withno impact to estimated costand schedule.
Organizational structure fails toassign qualified personnel withduties, responsibilities andauthority necessary to achieveproject goals. Lines ofcommunication fail to facilitatetimely exchange of information,both technical and contractualin order to meet project goals.
Organizational structureprovides for qualifiedpersonnel assigned with duties,responsibilities, and authoritynecessary to achieve projectgoals. Lines of communicationfacilitate timely exchange ofinformation, both technical andcontractual in order to meetproject goals.
Organizational structureprovides for highly qualifiedpersonnel assigned with duties,responsibilities, and authoritynecessary to achieve projectgoals ahead of schedule andwithin estimated cost. Lines ofcommunication are welldefined, clearly understood,and always facilitate rapid
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
81 of 86 FINAL
exchanges of information, bothtechnical and contractual, inorder to meet project goals.
The contractor fails to meet75% of its small businesssubcontracting goals,established in the IDIQcontract, in this task order.
The contractor meets its smallbusiness subcontracting goals,established in the IDIQcontract, in this task order.
The contractor exceeds itssmall business subcontractinggoals, established in the IDIQcontract, in this task order.
TABLE 6, QUALITY OF WORK/SCHEDULE
UNSATISFACTORY SATISFACTORY EXCELLENT
Contractor leaves questionablesituations for Government toresolve.
Contractor follows guidance,questioning and resolvingdoubtful areas.
Contractor’s work of highestcaliber incorporating allpertinent data required.
Contractor tends to follow pastpractices with no variation tomeet requirements of thecurrent contract.
Contractor displays knowledgeof contract requirements andadapts existing processes tofulfill requirements.
Contractor displaysexceptional knowledge ofcontract requirements andadaptability to work processes.
Deliverables are incomplete,contain inaccuracies and areuntimely. Discrepancies aremajor and require extensivetime and effort to correct.
Deliverables are complete,accurate and meet schedulerequirements. Discrepancies areminor and easily corrected.
All deliverables are submittedon time or ahead of schedule,exceeding requirements andsubmitted in a format that iscomplete, clear, concise,technically accurate and easilyunderstood. Any correctionsare very minor in nature and areexpeditiously corrected.
Fails to meet “satisfactory”standard for contractuallyrequired deliverable schedules.Fails to meet customerexpectations for satisfyingdemands.
For 95% of deliverables, meetscontractually required schedule.Meets customer expectationsfor satisfying demands.
Substantially reducescontractually requireddeliverable times, consistentwith customer priorityrequests. Exceeds customerexpectations for satisfyingdemands.
SEQUENCE OF EVENTS - AWARD TERM PROCESS
TABLE 7, Interim Evaluation (IE). Interim evaluations shall be provided at the completion of the base year, and sixmonths into each option year.
14 days prior to IE Recorder notifies each ATRB member and performance monitor.
7 days after IE Performance Monitors submit evaluation reports to ATRB
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
82 of 86 FINAL
14 days after IEATRB Chairperson determines interim evaluation results andnotifies contractor of strengths and weaknesses
Normally at least 90 daysprior to EOP
ATRB may recommend any changes to Award Term Plan to TDO.
TABLE 8, End-of-Period (EOP) evaluations
14 days prior to EOP Recorder notifies each ATRB member and performance monitor.
14 days after EOPPerformance Monitors submit evaluation reports to ATRB.ATRBforwards a copy to Contractor.
14 days after EOPContractor submits self-assessment to CO. Copy will beforwarded to ATRB.
30 days after EOPATRB briefs evaluation report and recommendation to theTDO.Contractor has opportunity to brief TDO.
45 days after EOP TDO informs contractor and CO of the earned award term points.
15 days after TDO’sdecision
CO issues a contract modification reflecting award term extension,if earned.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
83 of 86 FINAL
SECTION I CONTRACT CLAUSES
FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (NAVSEA
VARIATION) (MAR 2000)
(a) The Government may extend the term of this delivery order by written notice(s) to the Contractor within theperiods specified below. If more than one option exists, each option is independent of any other option, and theGovernment has the right to unilaterally exercise any such option whether or not it has exercised
other options.
ITEM(S) LATEST OPTION EXERCISE DATE
Award Term Option 1 12 Months after Issuance of Task Order
Award Term Option 2 24 Months after Option Exercise
Award Term Option 3 36 Months after Option Exercise
Award Term Option 4 48 Months after Option Exercise
(b) If the Government exercises this option, the extended delivery order shall be considered to include this optionclause.
CLAUSES INCORPORATED BY REFERENCE (APPLICABLE TO TASK 5)
52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE (JUN 2003)
52.219-14 LIMITATIONS OF SUBCONTRACTING (DEC 1996)
52.219-18 NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS (JUN 2003)
(a) Offers are solicited only from small business concerns expressly certified by the Small Business Administration(SBA) for participation in the SBA's 8(a) Program and which meet the following criteria at the time of submissionof offer--
(1) The Offeror is in conformance with the 8(a) support limitation set forth in its approved business plan; and
(2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or anyremedial action directed by the SBA.
(b) By submission of its offer, the Offeror represents that it meets all of the criteria set forth in paragraph (a) of thisclause.
(c) Any award resulting from this solicitation will be made to the Small Business Administration, which willsubcontract performance to the successful 8(a) offeror selected through the evaluation criteria set forth in thissolicitation.
(d) (1) Agreement. A small business concern submitting an offer in its own name agrees to furnish, in performing thecontract, only end items manufactured or produced by small business concerns in the United States or its outlyingareas. If this procurement is processed under simplified acquisition procedures and the total amount of this contractdoes not exceed $25,000, a small business concern may furnish the product of any domestic firm. This subparagraphdoes not apply in connection with construction or service contracts.
(2) The will notify the Naval Sea Systems Command Contracting Officer in writing immediately upon entering anagreement (either oral or written) to transfer all or part of its stock or other ownership interest to any other party.
(End of clause)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
84 of 86 FINAL
SECTION J LIST OF ATTACHMENTS
Attachment 1, DD254
Attachment 2, FAD sheet in the amount of O&MN FY06
Attachment 3, FAD sheet in the amount of
Attachment 4, FAD sheet in the amount of
Attachment 5, FAD sheet in the amount of
Attachment 6, FAD sheet in the amount of O&MN.
Attachment 7, FAD sheet in the amount of
Attachment 8, FAD sheet in the amount of
Attachment 9, FAD sheet in the amount of $0.
Attachment 10, FAD sheet in the amount of
Attachment 11, FAD sheet in the amount of
Attachment 12, FAD sheet in the amount of
Attachment 13, FAD sheet in the amount of
Attachment 14, Modification 16, FAD sheet in the amount of
Attachment 15, No Cost Eextension Request for SLIN 1001AA
Attachment 16, No Cost Eextension Request for SLIN 1001BA
Attachment 17, No Cost Eextension Request for SLIN 1001DA
Attachment 18, No Cost Eextension Request for SLIN 1001PA
Attachment 19, FAD sheet in the amount of for modification 18
Attachment 20, FAD sheet in the amount of for modification 19
Attachment 21, FAD sheet in the amount of for modification 20.
Attachment 22, FAD sheet for modification 21,
Attachment 23, FAD sheet for modification 23,
Attachment 24, FAD sheet for modification 24,
Attachment 25, Financial Accounting Data Sheets for Modification 25 in the amount of
Attachment 26, Financial Accounting Data Sheets for Modification 26 in the amount of
Attachment 27, Financial Accounting Data Sheets for Modification 27 in the amount of
Attachment 28, Financial Accounting Data Sheets for Modification 28 in the amount of
Attachment 29, Financial Accounting Data Sheets for Modification 29 in the amount of
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
85 of 86 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXX
XXXXX
XXXXXXX
XXX
XXXXXXXX
XXXXXXX
XXXXXX
XXXXXXXXX
XXXXXX
XXXXXX
Attachment 30, Financial Accounting Data Sheets for Modification 32 in the amount of
Attachment 31, Financial Accounting Data Sheets for Modification 34 in the amount of
Attachment 32, Financial Accounting Data Sheets for Modification 35 in the amount of
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
EH01 AMENDMENT/MODIFICATION NO.
35 PAGE
86 of 86 FINAL
XXXXXXXX
XXXXXXXX
XXXXXXX