€ 1.€contract id code page of pages …€¦ · amendment of solicitation/modification of...

30
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 07 27-Jun-2012 N66604-4338-018H-995 N/A 6. ISSUED BY CODE N66604 7. ADMINISTERED BY (If other than Item 6) CODE S2404A NUWC, NEWPORT DIVISION Simonpietri Drive, Building 11 Newport RI 02841-1706 DCMC Baltimore - Manassas 10500 Battleview Parkway, Suite 200 Manassas VA 22100 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Northrop Grumman Space & Mission Systems Corp. 2340 Dulles Corner Boulevard Herndon VA 20171-3415 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4091-N401 10B. DATED (SEE ITEM 13) CAGE CODE 1V4X9 FACILITY CODE 08-Jun-2005 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) Bilateral - FAR 43.103(a) Administrative 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) Principal Contracts Administrator Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED 26-Jun-2012 BY 27-Jun-2012 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2

Upload: dinhnhan

Post on 18-Apr-2018

229 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

  

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

07 27-Jun-2012 N66604-4338-018H-995 N/A6.  ISSUED BY CODE N66604 7.  ADMINISTERED BY (If other than Item 6) CODE S2404A

NUWC, NEWPORT DIVISION

Simonpietri Drive, Building 11

Newport RI 02841-1706

 

DCMC Baltimore - Manassas

10500 Battleview Parkway, Suite 200

Manassas VA 22100

 

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

Northrop Grumman Space & Mission Systems Corp.    2340 Dulles Corner Boulevard    Herndon VA 20171-3415   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4091-N401    10B.  DATED (SEE ITEM 13)

CAGE CODE 1V4X9 FACILITY CODE   08-Jun-200511.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

SEE SECTION G 

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

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

[  ]   

[  ] B.  THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).    

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

[X] D.  OTHER (Specify type of modification and authority) Bilateral - FAR 43.103(a) Administrative

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)

   Principal Contracts Administrator Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED

       / 26-Jun-2012

BY 27-Jun-2012 

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

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

                   1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2

Page 2: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

GENERAL INFORMATION

Distribution: KR, 0221, 8241, Eric Simone; 1193CLO, M. Merriwether; HQ0338-DFAS; navy Engineering Logistics Office, Attn: Finance & Acctg, Linda Kline, 1420 S. Eads St., Arlington, VA 22202-4710 

FSC: N010

NUWCDIVNPT Control Number: 122589

NUWCDIVNPT Requisition #(s): N66604-4338-018H-995

NUWCDIVNPT POC:  Brenda D. Hargrow  (See cover page for e-mail address and telephone number.)

The purpose of this modification is to:   De-obligate funds.

SECTION B - SLIN 100005 is decreased from $249,898.00 by ($81,765.00) to $168,133.00

SECTION G -

1.  LLA:  A5/120002 is decreased from: $249,898.00  by ($81,765.00) to $168,133.00 by this modification.

2.  FUNDING:  The total funding provided for performance of the base effort (WSQ-9 install on USS Toledo) is decreased from $5,323,229.00 by ($81,765.00) to $5,241,464.00.

All other task order terms and conditions remain unchanged.

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 2 of 2  FINAL

 

Page 3: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES   For Cost Type Items:  Item   Supplies/Services       Qty Unit     Target Cost       Target Fee           CPIF ------ ----------------- --------- ---- ---------------  --------------- --------------   0001                                                                      $4,333,896.00  0001AA Basic                    $2,156,826.00        Installation-                Norfolk Naval                Shipyard (OPN)               Max Fee                      Min Fee                      Government Overrun Share Line            Government Underrun Share Line      0001BA Option #1-  Zone         $2,177,070.00         3 Installation              (OPN)                       Option                      Max Fee                     Min Fee                     Government Overrun Share Line            Government Underrun Share Line      1000   Increased                 $3,166,403.00        ceiling, to                  definitize                   Inspection                   Reports                                                                         * this CLIN is                          part of the base                        effort, along                           with 0001AA.                            (OPN)                                   Max Fee                                 Min Fee                                 Government Overrun Share Line            Government Underrun Share Line      100001 Funding (A2)                 (OPN)              100002 Funding (A3)                 (OPN)              100003 Funding (A4)                 (OPN)              100004 A5  $421,787                 (OPN)              100005 A5  $168,133.00 (            $249,898 -                $81,765.00               decrease in mod          07) (OPN)          

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 1 of 28  FINAL

 

Page 4: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

100006 A6  $76,623                  (Inspection              Reports Block 6)         (OPN)              

B42S OPTIONS (JUN 2004)

The additional items of supplies or services available under the Options clause of this task order, the applicable Line Item, and the exercise dates are specified below:

OPTION NO. LINE ITEM NO. EXERCISE DATE

1 0001BA 2006 SEP 30

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 2 of 28  FINAL

 

Page 5: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

SECTION C DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORK

1.0 BACKGROUND

The AN/WSQ-9(V)2 system provides SSN 688 Class submarines with additional SONAR capability and is capable of transmitting and receiving undersea acoustic signals over a wide frequency range, as well as providing sophisticated analysis, display and system maintenance capabilities.

2.0 SCOPE

The contractor shall provide Pre-Installation, Installation and Post Installation services needed to prepare for, install, test and certify the AN/WSQ-9(V)2 System (SHIPALTs 4238K and 4468K) units and components based on an SSN 769 engineering drawing package. The scope of work shall include the removal of OPALT 00297 during the same availability. The basic installation shall take place on the USS TOLEDO during the Depot Modernization Period (DMP) at the Northrop Grumman Newport News shipyard in Newport News, VA. This requirement covers an initial installation with option for an additional installation.

3.0 APPLICABLE DOCUMENTS

The contractor shall comply with the following documents, as applicable to the installation, during the performance of work tasked under this SOW. In those circumstances where applicable, the contractor's established in-house practices, procedures and systems, or commercial equivalent standards, be used by the contractor. The contractor is to keep the Government advised of any equivalent substitutes that are used.

A. NSTS 9090-310D, Alterations to Ships Accomplished by Alteration Installation Teams

B. MIL-STD-2042B, Fiber Optic Topology Installation Standard Methods for Naval Ships

C. PM-ISP-0042/AP, Shipboard Assembly Procedure for the AN/WSQ-9(V)2 Inboard Signal Processor (ISP) Cabinet

D. PM-SAS-0029/IIP, AN/WSQ-9(V)2 Signal Analysis System Installation Inspection Procedure, Change 1

E. PM-SAS-0034/CATP, AN/WSQ-9(V)2 Signal Analysis System Certification and Acceptance Test Plan and Procedures

F. Technical Specification 9090-100 (Series) – SHIPALT Liaison Action Record (LAR)

G. SHIPALT 4238K & 4468K, AN/WSQ-9 Drawing Package (SSN 769 applicability)

H. CMP-415-SAS9906, Configuration Management Plan for the Signal Analysis System (SAS) AN/WSQ-9(V)2

I. COMFLTFORCOMINST 4790.3, Revision A, Change 1, Joint Fleet Maintenance Manual

J. NAVSEA 0924-LP-064-8010, Change 123, SSN 688 Class Maintenance Requirements for Continued Operation to Design Test Depth

K. NAVSEA 0948-LP-045-7010, Volume I, Revision 2 with ACNs 1-1 through 1-6, Material Control Standard (Non-Nuclear)

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 3 of 28  FINAL

 

Page 6: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

L. NAVSEAINST 3120.1/NAVSEA Technical Publication S0400-AD-URM-010/TUM, Revision 1, dtd 01 June 2003, Tag-out User’s Manual

M. Reserved.

N. SUBMEPP Submarine Maintenance Standard, MS No. 6310-081-015 Revision D; Submarine Preservation

O. NAVSEA S9074-AQ-GIB-010/248; Requirements for Welding and Brazing Procedure and Performance Qualification

P. S9086 VD-STM-010/Chapter 631; Preservation of Ships in Service

Q. NAVSEA Technical Publication T9074-AD-GIB-010/1688; Requirements for Fabrication, Welding and Inspection of Submarine Structure.

R. S9086 CH-STM-010/CH-074R4; Naval Ships Technical Manual, Chapter 074-Volume 1, Welding and Allied Processes.

S. NAVSEA Technical Publication T9074-AR-GIB-010/278; Requirements for Fabrication Welding and Inspection and Casting Inspection and Repair for Machinery, Piping, and Pressure Vessels.

T. NAVSEA Technical Publication S9074-AS-GIB-010/271 with ACN-1; Requirements for Nondestructive Testing

U. MIL-STD-2035; Nondestructive Testing Acceptance Criteria

V. NAVSEA 0900-LP-001-7000; Fabrication and Inspection of Brazed Piping Systems

W. NAVSEA 0901-LP-480-0002/Chapter 9480; General Requirements for Piping Systems

X. NAVSEA S9086-VH-STM-010/Chapter 635R2; Thermal, Fire and Acoustic Installation

Y. ANSI/NCSL Z540-1: General Requirements for Calibration Laboratories and Measuring and Test Equipment

Z. NAVSEA S9510-AB-ATM-010/U Volume 1 – Nuclear Powered Submarine Atmosphere Control Manual

AA. NAVSEAINST 4700.17, Preparation and Review of Trouble Reports

BB. NAVSEA NOTICE 4700, Trouble Report Submittal, Review and Distribution

CC. NAVSEAINST 5400.95C, Waterfront and Technical Authority Policy

DD. OTAA Handling Fixture Drawings and OTAA Alignment Mesaurement Data

EE. AN/WSQ-9 Installation Cost/Manday Template

FF. NAVSEA 0902-018-2010, General Overhaul Specifications for Deep Diving SSBN/SSN Submarines (DDGOS)

GG. OPALT 00297, AN/WSQ-9 Drawing Package

4.0 REQUIREMENTS

4.1 Task A. Pre- Installation Planning and Coordination

The contractor shall perform the necessary pre-installation planning activities associated with installation of

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 4 of 28  FINAL

 

Page 7: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

AN/WSQ-9(V)2 system units and components.

The contractor shall prepare for and attend approximately three pre-installation planning meetings at each installation location, relating to AN/WSQ-9(V)2 system installation planning and ship complete work package planning integration, in accordance with the GFI listed in section 3.0. The contractor shall attend an in-brief with Ship’s Force and the Lead Maintenance Activity (LMA)/Naval Supervising Activity (NSA).

The contractor shall generate a detailed initial installation schedule and weekly schedule updates format. This installation schedule shall address all installation tasks, dates, as well as tests and inspections. The initial detailed schedule shall be delivered at the first pre-installation planning meeting and shall be updated once a week.

In accordance with AN/WSQ-9 Installation Cost/Manday Template (Applicable documents 3.0 EE) the contractor shall develop an installation Cost/Manday report.

The draft overarching installation Memorandum of Agreement (MOA) and SUBSAFE MOA (GFI) will be provided by the government to the contractor 20 days prior to the initial pre-installation planning meeting. The contractor shall review and provide comments and add inputs that will be utilized by the government to complete the MOAs.

4.1.1 Deliverables/Schedule. The contractor shall provide its comments on the MOAs in accordance with CDRL A001. The contractor shall submit a detailed installation

schedule and weekly schedule updates format in accordance with CDRL A002.

4.2 TASK B- Pre-Installation Shipcheck

The Contractor shall conduct a pre-installation Shipcheck, in accordance with NSTS 9090-310D, (Applicable Documents 3.0 , A) at a time and place coordinated by the Task Order Manager (TOM). Participation shall include, at a minimum, personnel from each of the following areas: Structural, Piping/Mechanical, and Electrical.

4.2.1 Deliverables/Schedule. The contractor shall provide the results of the shipcheck per CDRL A003.

4.3 Task C - Work Planning

A. Occupational, Safety, and Health (OSHA) Plan

The contractor shall prepare, maintain and submit an Occupational, Safety, and Health Plan. The plan shall cover work events that include the proper use of Personal Protective Equipment (PPE), procedures for working with known hazardous materials and procedures for working in known hazardous situations.

B. Environmental and Hazardous Materials Plan

The contractor shall prepare, maintain and submit an Environmental and Hazmat Plan. The plan shall also provide procedures for the proper handling of an oil and/or hazardous spill.

4.3.1 Deliverables/Schedule. The contractor shall submit preliminary and final versions of the Occupational, Safety and Health Plan in accordance with CDRL A004. The contractor shall submit preliminary and final versions of the Environmental and Hazardous Materials Plan in accordance with CDRL A005.

4.4 Task D - Pre-Installation Item Fabrication

The contractor shall provide (fabricate or procure) all material items required to perform installation of inboard and outboard system units and components per the attached drawing package (with the exception of items identified as GFP on the attached Lists. This includes all systems and components identified as Installation Activity Furnished (IAF) items on the List of Materials pages of all the drawings; material items 7 and 8 on DWG 6987218 (AN/WSQ-9 System Aft OTAA Pod & Foundation) and Items 1(-3,4,9,13,14,17,18 only), 2(-8,11,14,15,16,17,19,21

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 5 of 28  FINAL

 

Page 8: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

only), 34-37, 43-47, 51-55, 57 and 59-61 on DWG 6987223 (AN/WSQ-9 System Stabilizer & Stern Plane Mods) and all Items on DWG 8180598 (SSN 769 Ripout & Mods External Remove OPALT 00297-OUTBD AN/WSQ-9(V) System).

4.5 Task E - Installation

Utilizing the deliverables from the Pre Install Planning meetings and applicable documents, the contractor shall install, test, and certify the AN/WSQ-9(V)2 System (SHIPALT 4238K & 4468K) units and components based on an SSN 769 engineering drawing package including the removal of OPALT 00297. The OPALT 00297 DWG package is provided for reference. The installation shall take place on the USS TOLEDO during the Depot Modernization Period (DMP) at the Northrop Grumman Newport News shipyard in Newport News, VA.

4.6 Task F - Installation Schedule/Weekly Reports

The contractor shall provide weekly progress reports which shall include: installation progress status, inspection results, problems encountered with any impact to schedule or cost, corrective action(s) taken, tests scheduled and performed, milestones, and man-hours released and expended. The contractor shall also include milestones in their schedule stating the pre-requisites for each of the individual tests in accordance with Applicable Documents E.

4.6.1 Deliverables/Schedule. The contractor shall submit weekly progress reports in accordance with CDRL A006.

4.7 Task G - On-Site Meetings

The contractor shall attend daily meetings scheduled and conducted by the ship availability LMA (there is no set time for such meetings). The contractor shall verbally provide installation progress reports as required by the LMA and the TOM regarding status of work, upcoming work schedule, issues/schedule delays, crane support, etc.

4.8 Task H - Fire Watch Provisions

In accordance with NSTS 9090-310D (Para. 3.0, Item A), the contractor shall provide Fire Watch personnel along with CO2 fire extinguishers for all hot work performed by the contractor (hot work is defined as any work involving burning, welding, grinding or other similar fire or spark-producing operations or tools, as well as work which produces a source of ignition, such as drilling, abrasive blasting and space heating). Fire Watch personnel shall be trained in accordance with S9086-CH-STM-010/CH 074, REV04, Volume 1. The contractor shall obtain data cards allowing hot work in accordance with LMA policy/instruction prior to commencing any hot work.

4.8.1 Deliverables/Schedule. The contractor shall submit Fire Watch training records in accordance with CDRL A007.

4.9 Task I - Liaison Action Records (LAR)

The contractor shall immediately notify the TOM of any and all differing site conditions and changes deemed necessary to the current approved AN/WSQ-9(V)2 alteration engineering drawings package. The contractor is encouraged to submit a recommended solution to any perceived problem along with supporting documentation. If necessary, the contractor shall generate and submit an LAR to the Planning Yard (PY), in accordance with Technical Specification TS9090-100A, for each recommended change. The contractor shall provide copies of approved LARs within 3 working days of receipt by the approval authority.

4.9.1 Deliverables/Schedule. The contractor shall submit Liaison Action Records in accordance with CDRL A008.

4.10 Task J - Deviations/Waivers

The contractor shall submit Deviation/Waiver requests for non-conforming conditions in accordance with NAVSEA 0902-018-2010 and NAVSEAINST 5400.95C using a QA Form 12, Departure From Specifications (DFS) Request (Para. 3.0, Item FF).

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 6 of 28  FINAL

 

Page 9: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

4.10.1 Deliverables/Schedule. The contractor shall submit preliminary and final

Requests for Deviations and Requests for Waivers in accordance with CDRLs A009 and A010, respectively.

4.11 Task K - Work Authorization Forms/Tag-outs

In accordance with NSTS 9090-310D (Para. 3.0, Item A), the contractor shall coordinate all work to be performed on the ship through the host shipyard Point Of Contact (POC) official in order to obtain Work Authorization Forms (WAFs) and to obtain Tag-out authorization from Ships Force, prior to commencing work, during in-process work, and for final close out of WAFs/Tag-outs. The contractor shall perform all aspects of the ship’s Tag-out procedures for all necessary equipment/systems to accomplish SUBSAFE and Level I Material installation in accordance with S0400-AD-URM-010/TUM.

4.12 Task L - Trouble Reports/Critiques

The contractor shall provide verbal notification to the TOM; followed by written report; upon identification of significant problems encountered during the AN/WSQ-9(V)2 system installation. Significant problems include incidents which affect ship, equipment or personnel safety; involve personnel injury; cause damage to ship or equipment; impact installation schedule; delay ship undocking or scheduled completion of availability; incur cost increase above the initial agreed to amount. The contractor shall prepare the written report within 24 hours of the reported incident in accordance with NAVSEAINST 4700.17 (Applicable Documents AA). The contractor shall maintain a process to identify root causes, corrective and preventive action for reported problems involving a safety incident, personnel injury, and damage to ship or equipment. The contractor shall conduct formal formally scheduled critiques with the LMA, Ship's Force and any other involved parties.

4.12.1 Deliverables/Schedule. The contractor shall submit Trouble Reports/Critiques in accordance with CDRL A011.

4.13 Task M - Contractor Testing

A. The contractor shall perform all tests in accordance with the ship’s

engineering drawing package with the exception of radiological tests(RT).

B. The contractor shall check all fiber cables for continuity and to verify that no damage has occurred to the cable during installation by performing fiber optic cable continuity checks using a light source, power meter and an optical time domain reflectometer (OTDR).

C. The contractor shall check all electrical cables for continuity to verify that no damage has occurred to the cable during installation by performing electrical cable continuity checks using a digital voltmeter, a megohmmeter and a metallic time domain Reflectometer (MTDR).

4.13.1 Deliverables/Schedule. The contractor shall submit all cable measurements (both fiber and electrical) as a part of the Post Installation Summary Report in accordance with CDRL A012.

4.14 Task N - Contractor Support

A. The contractor shall participate with the AN/WSQ-9 In-Service Engineering Agent, the Navy Engineering Logistics Office Detachment (NELODET), in performing operability verification of newly installed AN/WSQ-9 units and components in accordance with the inspection requirements described in PM-SAS-0029/IIP, AN/WSQ-9(V)2 Signal Analysis System Installation Inspection Procedure, Change 1.

B. The contractor shall participate during acceptance testing in, the areas of troubleshooting and resolution support for any problems discovered.

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 7 of 28  FINAL

 

Page 10: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

4.15 Task O - OTAA Alignment Measurements

The contractor shall provide data identifying the final as-built OTAA array plane rotation alignment measurements. The data shall include the vectors normal to the face of each array and the pointing vector from the center of the Low Band array to the center of the High Band array as described in OTAA Handling Fixture Drawings and OTAA Alignment Measurement Data, (Para. 3.0, Item DD).

4.15.1 Deliverables/Schedule. The contractor shall submit the OTAA alignment measurements as a part of the Post Installation Summary Report in accordance with CDRL A012.

4.16 Task P - Post-Installation Summary Reports

The contractor shall generate a post installation summary report identifying work completed, fiber and electrical cable continuity measurements, noteworthy issues or problems encountered, associated resolution actions taken or recommended, and lessons learned.

The contractor shall provide the final installation costs (actual costs) and manday figures in accordance with the installation Cost/Manday report developed in Pre Installation Task A.

4.16.1 Deliverables/Schedule.

The contractor shall submit the Post-Installation Summary Report in accordance with CDRL A012. This will include the final Installation Cost/Manday report.

5.0 Progress Reports

The contractor shall deliver monthly cost and performance reports in accordance with the basic contract clause C16S COST AND PERFORMANCE REPORTING (MAY 2001)

C16S COST AND PERFORMANCE REPORTING (MAY 2001)

(a) The Contractor agrees to provide the Contractor's Funds and Man-hour Expenditure Report in the Electronic Cost Reporting and Financial Tracking (eCRAFT) System within sixty (60) days after the date of task order award. Failure to comply with this requirement may result in task order termination.

(b) The Contractor's Funds and Man-hour Expenditure Report reports contractor expenditures for labor, materials, travel and other contract charges.

(1) Format. Data shall be reported in a format acceptable to the Electronic Cost Reporting and Financial Tracking System (eCraft). Paper submittal of the data is permitted for the first 60 days of performance. Address paper submittals to the Task Order Manager identified in the task order.

(2) Scope and Content.

(i) The Contractor shall identify costs to the individual SLIN if applicable. If pricing is not established at the SLIN level, report to the CLIN.

(ii) The Contractor shall report individual cost elements comprising the total cost of performance for the current cost reporting period.

(3) Submission and Approval.

(i) Submit report at least once per month beginning 30 days after task order award. Approval will be indicated by e-mail notification from eCraft.

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 8 of 28  FINAL

 

Page 11: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

(ii) Distribution Statement. Distribution Statement B: Distribution to U.S. Government agencies only; Proprietary Information; (date data generated). Other requests for this document shall be referred to NUWCDIVNPT Code 591 .

(c) The Contractor's Performance Report indicates the progress of work and the status of the program and of all assigned tasks. It informs the Government of existing or potential problem areas. References to costs are meant to be at a summary level. Preparation instructions follow.

(1) Format. Pages shall be sequentially numbered. All attachments shall be identified and referenced in the text of the report. Report shall be prepared in the contractor's format and shall be legible and suitable for reproduction. Electronic submission is encouraged.

(2) Content.

(i) Provide a front cover sheet that indicates the contractor's name and address, the contract number and task order number, the system or program nomenclature, the report date, the reporting period, the report title and a serial number for the report, the security classification, the name and address of the person who prepared the report, and the name of the issuing Government activity (Naval Undersea Warfare Center Division, Newport).

(ii) Report task order schedule status. Describe the progress made against milestones during the reporting period.

(iii) Report any significant changes to the contractor's organization or methods of operation, to the project management network, or to the milestone chart.

(iv) Report problem areas affecting technical, scheduling, or cost elements. Provide background and recommendations for solutions beyond the scope of the task order. Report results (positive or negative) obtained related to previously identified problem areas, with conclusions and recommendations.

(v) Report all trips and significant results.

(vi) Report all significant communications and any commitments made thereby. Include all non-contractual communications, such as emails, telephone conversations, etc.

(vii) Report Engineering Change Proposal (ECP) status. Identify all ECPs by status, i.e., proposed, approved and implemented.

(viii) Report plans for activities during the following reporting period.

(ix) Include appendices for any necessary tables, references, photographs, illustrations, charts, etc.

(3) Submission and Approval.

(i) Submission. Submit report monthly beginning 30 days after task order award.

(ii) Distribution. Provide one original copy to the Task Order Manager. Additional copies shall be provided to:

(iii) Distribution Statement. Distribution Statement B: Distribution to U.S. Government agencies only; Proprietary Information; (date data generated). Other requests for this document shall be referred to NUWCDIVNPT Code .

(iv) Approval. DD Form 250 is not required. Approval will be indicated via letter of transmittal.

(d) The contractor shall not provide other funds, man-hour, or status reporting without the prior written approval of the Task Order Ordering Officer.

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 9 of 28  FINAL

 

Page 12: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

C24S SECURITY REQUIREMENTS (OCT 2004)

The Contractor shall comply with the attached DD Form 254, Contract Security Classification Specification, and any documents such as Classification Guides attached thereto or referenced thereon.

NOTE: THe highest Security Classification level for this procurement is SECRET. Hanlding of the Circuit 5FZ electrical hardware and Circuit 5FZ electrical drawings shall be performed only be personnel holding at least a SECRET clearance. All other shipyard work shall be performed by personnel holding at least a CONFIDENTIAL Clearance.

C25S ACCESS TO GOVERNMENT SITE (JAN 2005)

(a) Contractor personnel shall comply with all current badging and security procedures required to gain access to any Government site. Access to Naval Undersea Warfare Center Division, Newport sites may only be gained by obtaining a badge (either permanent or temporary) from the security office.

The Contractor shall ensure that Contractor personnel employed on any Government site become familiar with and obey Activity regulations. Contractor personnel shall not enter restricted areas unless required to do so and until cleared for such entry. The Contractor shall request permission to interrupt any activity roads or utility services in writing a minimum of 15 calendar days prior to the date of interruption. Contractor personnel shall bear personal protective equipment in designated areas. All contractor equipment shall be conspicuously marked for identification.

The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements.

(b) The contractor shall ensure that each contractor employee reads the pamphlet entitled, “Safety and Occupational Health Information for Contractors and Visitors” prior to commencing performance at any NUWCDIVNPT site. Contact Code 552 at 401-832-3534 or 5890 in Newport, RI.

(c) The contractor shall ensure that each contractor employee reads the document entitled, “NUWC Environmental Policy” prior to commencing performance at any NUWCDIVNPT site. This document is available at http://www.npt.nuwc.navy.mil/pao/envpolicy04.htm.

(d) The contractor shall ensure that each contractor employee who is resident at any NUWCDIVNPT site completes ISO 14001 Awareness training within 30 days of commencing performance at that site. This training is available on the ISO 14001 webpage on the NUWCDIVNPT Intranet.

(e) The contractor shall remove from the Government site any individual whose presence is deemed by the Commander, NUWCDIVNPT, to be contrary to the public interest or inconsistent with the best interests of national security.

C30S MERCURY EXCLUSION - A (SEP 2004)

(a) The supplies furnished under this task order shall not contain any functional mercury. Functional mercury is that elemental mercury or mercury compound required for proper operation of the supplies or, without the presence of which the supplies would fail to function properly. The presence of "functional mercury" will be cause for rejection of supplies.

(b) External contamination by elemental mercury or mercury compounds will be cause for rejection of the supplies. If external mercury contamination is suspected, the following test can be used to determine if compounds exist. Enclose the equipment in a close-fitting polyethylene bag or air-tight container. The air volume inside the container should be approximately twice the volume of the item or component being tested. Place the bag or container in an oven at Degrees Fahrenheit, Plus or Minus Degrees Fahrenheit ( Degrees Celsius, Plus or Minus Degrees Celsius) for one hour. Sample the trapped air and if mercury vapor concentration is .01 mg/cu meter or more, the material is contaminated insofar as the requirements of this contract are concerned. Mercury vapor

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 10 of 28  FINAL

 

Page 13: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

concentration can be determined with mercury vapor detector such as portable General Electric Vapor Detector (Catalog Number 825755G-3); Beckman Instrument, Model K-23; Thermotron Corporation Mercometer, Model 2006-IPR; Sunshine Instantaneous Vapor Detector (Catalog Number 38D); or other. Certain vapors such as benzene interfere with this type of mercury vapor detector and the detector should never be zero adjusted in any suspect atmosphere. An alternate procedure to determine mercury contamination is to have a portion of the item or component (not less than 10 percent of the area suspected of being contaminated) enclosed in a close-fitting polyethylene bag or air-tight container for eight hours at room temperature ( Degrees Fahrenheit, Plus or Minus Degrees Fahrenheit ). Then the enclosed environment is analyzed for mercury using the above method.

Note: Not all classes of mercury compounds will be volatile at Degrees Fahrenheit. Therefore, consideration should be given to supplementary chemical analysis.

(c) The Contractor will notify the Task Order Ordering Officer, prior to proceeding with a manufacture or shipment, if the presence of functional mercury is suspected. The Contractor shall conduct suitable tests to verify this suspicion.

C31S MERCURY EXCLUSION – B (SEP 2004)

The supplies furnished under this task order shall be free from mercury contamination (i.e., during the manufacturing process, tests or inspections), in accordance with NAVSEA INSTRUCTION 5100.3D. The supplies offered shall not have come in direct contact with mercury or any of its compounds nor with any mercury containing devices employing only a single boundary of containment. (A single boundary of containment is one which is not backed by a second seal or barrier to prevent contamination in event of rupture of the primary seal or barrier).

C35S HAZARDOUS MATERIAL EXCLUSION

The contractor shall not bring into, or utilize, in the submarine any instrument or other device containing any other harzardous material, unless such equipment, instrument, or device has been approved by NAVSEA or the authorized Government representative for use on a submarine. The contractor shall comply with NAVSEA S9510-AB-ATM-010/U, Volume 1 (Nuclear Powered Submarine Atmosphere Control Manual)* and NAVSEA Instruction 5100.3D.

* Table A-1 contains a list of "prohibited Use" materials that are strictly forbidden. Table A-2 contains a list of "Restricted Use" materials that can be used only after obtaining Waiver approval from the cognizant NAVSEA authority.

C54S UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (AUG 1994)

If, during the performance of this or any other task order, the contractor believes that any task order contains outdated or different versions of any specifications or standards, the contractor may request that all of its task orders be updated to include the current version of the applicable specification or standard. Updating shall not affect the form, fit or function of any deliverable item or increase the cost/price of the item to the Government. The contractor should submit update requests to the Procuring Contracting Officer with copies to the Administrative Contracting Officer and cognizant program office representative for approval. The contractor shall perform the task order in accordance with the existing specifications and standards until notified of approval/disapproval by the Procuring Contracting Officer. Any approved alternate specifications or standards will be incorporated into the task order.

(iv) Approval. DD Form 250 is not required. Approval will be indicated via letter of transmittal.

(d) The contractor shall not provide other funds, man-hour, or status reporting without the prior written approval of the Task Order Ordering Officer.

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 11 of 28  FINAL

 

Page 14: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

SECTION D PACKAGING AND MARKING

D15 PRESERVATION, PACKAGING, PACKING AND MARKING LEVEL I (LI) and LEVEL I/SUBSAFE (LI/SS) MATERIAL (JAN 2005)

(a) Preservation, packaging, packing, and marking shall be in accordance with ASTM D 3951-98, "Standard Practice for Commercial Packaging".

(b) The Contractor shall identify any package containing LEVEL I or LEVEL I/SUBSAFE components or devices by marking the container with letters indicating either “LEVEL I MATERIAL” or “LEVEL I/SUBSAFE MATERIAL” and the unique component or device serial number. The marking shall be placed on the upper half of each end of the container in two-inch black or red letters.

(c) Shipment documentation shall identify all LEVEL I or LEVEL I/SUBSAFE material as such and shall include part number(s), drawing number(s), serial number(s), nomenclature description(s), Material Identification and Control (MIC) number(s), and estimated value(s) for positive identification of each item.

(d) Additionally, the Contractor shall mark all packages with the following, as appropriate:

CONTRACT/ORDER NUMBER: N00178-04-D-4091-N401

REQUISITION NUMBER: N66604-4338-018H

MARK FOR:

D24S PROHIBITED PACKING MATERIALS (JUN 2004)

The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene is prohibited for shipboard use.

D21S DELIVERY, CONTROL, AND MARKING OF TECHNICAL DATA (SEP 2004)

(a) Data furnished hereunder shall be adequately packaged to assure safe delivery at destination.

(b) Transmittal of classified information by mail shall be in accordance with the National Industrial Security Program Operating Manual (NISPOM) for Safeguarding Classified Information (DOD 5220.22-M).

(c) The Contractor shall distribute data items according to the distribution shown on the Contract Data Requirements List(s) (CDRL), provided as an Exhibit to this task order. The Contractor shall not distribute, release, or show data items or other technical data to third parties except with the written permission of the Task Order Ordering Officer.

(d) Release of all technical data is subject to NUWCDIVNPT INSTRUCTION 5570.1H, OPNAVINST 5510.161 and DoD Directive 5230.25 (or appropriate superseding document).

(e) All copies of CDRL items under this task order, regardless of distribution, shall be marked on the report cover with the following information:

Naval Undersea Warfare Center Division, Newport

Contract, Order, and ELIN Numbers

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 12 of 28  FINAL

 

Page 15: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

Report Title

Date of Report

Contractor Name (division which generated the report)

(f) Some of the data deliverables under this task order may require additional markings. If this clause is cited in Block 16 of the DD Form 1423, provide the following markings prominently on the cover of the report:

Contractor’s Business Address

Task Order Dollar Amount

Sponsor (name, activity, office code, and location). Orders, if applicable, will identify the sponsor.

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 13 of 28  FINAL

 

Page 16: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

SECTION E INSPECTION AND ACCEPTANCE

E22S SUBSAFE Work Qualification Requirements

A. Requirements

The component(s) to be supplied under this specification is (are) in a hull integrity application aboard Navy submarines. The materials utilized shall be manufactured under strict quality control procedures to ensure compliance with all invoked specifications.

1. Materials

The Contractor shall be certified to handle/control SUBSAFE material in accordance with the following applicable documents

• NAVSEA 0924-062-0010, Rev. C, ACN 3-1, Submarine Safety (SUBSAFE) Requirements Manual

• NAVSEANOTE 5000 Ser 92Q/194 dtd 03 October 2002, Activities Authorized to Perform SUBSAFE Work

• NAVSEA 0948-LP-045-7010, Volume I, Revision 2 with ACNs 1-1 through 1-6, Material Control Standard (Non-Nuclear)

• COMFLTFORCOM INST 4790.3, Revision A, Change 1, Joint Fleet Maintenance Manual (JFMM)

a. The Level 1 material and material to be used within SUBSAFE boundaries is identified by drawings.

b. Level 1 material/components must be certified by an authorized activity with a level 1 Certifying Activity Designator (CAD).

c. Material/components installed within SUBSAFEboundaries must be certified by an authorized Certifying Activity Designator (CAD).

d. Level 1 material/components manufactured from previously certified raw stock must be verified by the contractor’s SUBSAFE Sponsor.

e. Material supplied as Government Furnished Material (GFM) shall be processed in accordance with the following provisions: Document all material used in such furnished assembly. For each piece, the list shall include the drawing number, piece number, component serial letter/number, Heat/lot number and Material Identification Control (MIC) number.

2. Certifications

a. The contractor shall be certified per the NAVSEANOTE 5000 Ser 92Q/194 dtd 03 October 2002, Activities Authorized to Perform SUBSAFE work.

b. Certification of welding electrodes used shall be furnished. This includes chemical and mechanical properties, manufacturer control number, heat number, type, and size. Additionally, a sample of the weld electrodes shall be supplied to the contractor’s SUBSAFE Sponsor for quantitative analysis prior to performing any welding on a SUBSAFE component. However, if welding electrodes have previously been certified and received via the Navy Supply System, no additional testing or sampling is required.

c. Verification of an assembly. A torque record reflecting actual torque applied and lubricant used when drawing,

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 14 of 28  FINAL

 

Page 17: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

or special notes, specify such records.

1. For all other instances, the vendor will provide a certificate of compliance attesting to conformance with all drawing and specified requirements.

2. SUBSAFE/Level 1 components removed from equipment/assemblies/subassemblies must be identified, documented and controlled.

3. SUBSAFE/Level 1 components installed into equipment/assemblies/subassemblies must be identified, documented and controlled by Material Identification Number (MIC), stock number, traceability number, or other unique designation.

4. O-rings utilized in SUBSAFE/Level 1 assemblies/subassemblies/piece parts must be documented by stock number, traceability number, or other unique designation, reporting the type O-ring used, results of visual inspection of O-ring, cure date, and quantity used.

c. Verification of Electrical Test. The contractor is required to certify via a certificate of compliance that all electrical tests comply with drawings or specification requirements.

3. Storage

All SUBSAFE and LEVEL 1 material shall be segregated from other material in accordance with Material Control Standard, NAVSEA 0948-LP-045-7010 or equivalent.

B. Limitations

The following limitations apply for all SUBSAFE work listed above.

1. The contractor is not authorized to perform or submit for review SUBSAFE Design Review (SSDR) Reports. Documentation of follow-yard alteration actions or generation of Departures, which have potential SSDR impact, will be submitted to the contractor’s SUBSAFE Sponsor.

2. The contractor is granted no local technical authority in the disposition of SUBSAFE non-conformances, i.e. Deviations, Waivers, and Departures from Specification.

3. The contractor is not authorized to delegate SUBSAFE work to non-authorized or non-qualified activities or to qualify other activities to perform SUBSAFE work.

4. All requests by the contractor to expand the scope of their specified qualifications shall be made by in a formal letter to the contractor’s SUBSAFE Sponsor for consideration.

C. Non-Conformance

SUBSAFE Non-conforming conditions identified by the contractor shall be documented in accordance with NAVSEA 0902-018-2010 and NSTS 9090-310D using a QA Form 12. The contractor is granted no local technical authority in the disposition of approval of these departures. The contractor shall maintain a Deviation From Specification (DFS) log of all initiated DFS’s and will maintain approved copies of DFS’s in the associated Re-Entry Control (REC) packages. Departures shall be submitted for approval as defined in NAVSEA 0902-018-2010. The contractor shall provide copies of approved DFS’s within 3 working days of approval, but no later than the ship’s underway.

E14S INSPECTION AND ACCEPTANCE OF SERVICES (OCT 2004)

The Task Order Manager (TOM) identified in Section G is the only person empowered to inspect and accept the completed task order. Upon completion of all work and final submission of all data items, the contractor's Senior Technical Representative shall prepare and sign a Certificate of Final Acceptance (COFA) memorandum, and

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 15 of 28  FINAL

 

Page 18: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

submit it to the TOM for signature. The contractor shall include the fully signed COFA with its final invoice.

Inspection of installed AN/WSQ-9(V)2 units and components shall be performed by the Navy Engineering Logistics Office Detachment (NELODET) in accordance with the AN/WSQ-9(V)2 Signal Analysis System Installation Inspection Procedure, PM-SAS-0029/IIP. Acceptance testing of the installed AN/WSQ-9(V)2 System shall be conducted by the Technical Direction Agent (TDA),NUWCDIVNPT – Code 8241, in accordance with the AN/WSQ-9(V)2 Signal Analysis System Certification and Acceptance Test Plan and Procedures, PM-SAS-0034/CATP.

52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (FEB 1999)

fill-in: NSTS 9090-310D and ANSI/ISO/ASQ Q9001-2000.

E100S QUALITY ASSURANCE TRAINING REQUIREMENTS

The contractor shall have a formal quality assurance (QA) training program for all craftsmen, inspectors, and supervisors involved with planning, performing, and supervising controlled work, as required by the JFMM and implemented by NAVSEA 0948-LP-045-7010. The contractor shall provide records of qualifications and training to the Task Order Manager, upon request.

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 16 of 28  FINAL

 

Page 19: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

SECTION F DELIVERABLES OR PERFORMANCE

CLIN - DELIVERIES OR PERFORMANCE

The period of performance for the following item is: 

0001AA (and 1000):   6/8/2005- 12/31/2008

The period of performance for the option item, if exercised, is from the date of option exercise through 18 months thereafter, estimated at:

0001BA 9/1/2006- 3/1/2008

F22S DELIVERY OF DATA (JUN 2004)

The contractor shall deliver data items in accordance with the directions set forth on the DD Form 1423, Contract Data Requirements List (CDRL), which is an exhibit to this task order. Any change in the delivery of data must be made by a formal task order modification.

F19S DELIVERY AND INSTALLATION (JUN 2004)

The articles to be furnished hereunder shall be delivered and installed by the Contractor at (for basic installation- Northrop Grumman Newport News Shipyard, Newport News, VA; for the option, if exercised, the designated Naval Shipyard in Zone 3). The Contractor shall pay all transportation and installation charges for items it is responsible for providing (i.e. not Government-furnished). The Government will pay for the transportation of all GFM per clause H61S).

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 17 of 28  FINAL

 

Page 20: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

SECTION G CONTRACT ADMINISTRATION DATA

G1S SUBMISSION OF INVOICES -- COST REIMBURSEMENT

(a) “Invoice” as used in this clause includes contractor requests for interim payments using public vouchers (SF1034) but does not include contractor requests for progress payments under fixed price incentive contracts.

(b) The Contractor shall submit invoices and any necessary supporting documentation, in an original and four (4) copies, to the contract auditor at Cognizant DCAA, unless waived by DCAA. If Electronic Cost Reporting and Financial Tracking (eCraft) is applicable to this contract, provide duplicate information to eCraft.

(c) Invoices requesting interim payments shall be submitted no more than once every two weeks, unless another time period is specified in the Payments clause of this task order. There shall be a lapse of no more than 30 calendar days between performance and submission of an interim payment invoice.

(d) In addition to the information identified in the Prompt Payment clause herein, each invoice shall contain the following information, as applicable:

(1) Contract line item number (CLIN)

(2) Subline item number (SLIN)

(3) Accounting Classification Reference Number (ACRN)

(4) Payment terms

(5) Procuring activity

(6) Date supplies provided or services performed

(7) Costs incurred and allowable under the task order

(8) Vessel (e.g., ship, submarine or other craft) or system for which supply/service is provided

(e) A DD Form 250, “Material Inspection and Receiving Report”, is not required.

(f) A Certificate of Performance is required unless Electronic Cost Reporting and Financial Tracking (eCraft) is applicable to this task order.

(g) The Contractor’s final invoice shall be identified as such, and shall list all other invoices (if any) previously tendered under this task order. The Government may indicate final acceptance on DD Form 250 or by other appropriate means such as a Certificate of Final Acceptance.

(h) Costs of performance shall be segregated, accumulated and invoiced to the appropriate ACRN categories to the extent possible. When such segregation of costs by ACRN is not possible for invoices submitted with CLINS/SLINS with more than one ACRN, costs will be allocated on a first-in first-out basis. For example, invoice ACRN A1 until fully expended, followed by ACRN A2 until fully expended, followed by ACRN A3 until fully expended, etc.

Gl0S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (SEP 2004)

(a) Functions: The Procuring Contracting Officer (PCO) for this contract is identified on the basic contract. Only

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 18 of 28  FINAL

 

Page 21: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

the PCO can change the basic contract, and the PCO maintains primacy over the contract and all its task orders. The Task Order Ordering Officer of this Task Order is a warranted Ordering Officer of the Naval Undersea Warfare Center Division Newport. Unless otherwise noted, all references to "Ordering Officer" or "OO" in the text of this task order and the basic contract refer to the Task Order Ordering Officer. The Government reserves the right to administratively transfer authority over this task order from the individual named below to another Task Order Ordering Officer at any time.

(b) Authority: The Task Order Ordering Officer is the only person authorized to approve changes in any of the requirements of this task order and, notwithstanding provisions contained elsewhere in this task order, the said authority remains solely the Task Order Ordering Officer's. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing

and signed by the Task Order Ordering Officer. No order, statement, or conduct of any Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this task order shall constitute a change under the Changes clause of this task order and no adjustment will be made in the task order price to cover any increase in charges incurred as a result thereof.

(c) The Task Order Ordering Officer is:

Name:

G11S CONTRACT ADMINISTRATION FUNCTIONS (SERVICES)(OCT 2004)

(a) The cognizant Administrative Contracting Office for this task order is identified in Block 6 on page one of this task order.

(b) TASK ORDER ORDERING OFFICER RETAINED FUNCTIONS. The Task Order Ordering Officer retains the administrative functions described in FAR 42.302(a) and listed below: These functions will be accomplished as set forth in the attached JA4S Task Order Administration Plan.

(3) Conduct post-award orientation conferences.

(40) Perform engineering surveillance to assess compliance with contractual terms for schedule, cost, and technical performance in the areas of design, development, and production.

(44) Perform engineering analyses of contractor cost proposals.

(45) Review and analyze contractor-proposed engineering and design studies and submit comments and recommendations to the contracting office, as required.

(46) Review engineering change proposals for proper classification, and when required, for need, technical adequacy of design, producibility, and impact on quality, reliability, schedule, and cost; submit comments to the contracting office.

(47) Assist in evaluating and make recommendations for acceptance or rejection of waivers and deviations.

(c) TASK ORDER ACO DELEGATED FUNCTIONS. The task order Administrative Contracting Officer (ACO) is delegated the following functions:

(1) All other functions of FAR 42.302(a) except (3), (40), (44), (45), (46), and (47).

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 19 of 28  FINAL

 

Page 22: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

(2) The function of FAR 42.302(b)(4); negotiating and executing supplemental agreements providing for the deobligation of unexpended dollar balances considered excess to known contract requirements, and for the crediting of any overpayments made to the contractor. Attach a copy of the modification to the DD 1594 and forward to the Task Order Ordering Officer address (Attn: Code 593 -- CLOSEOUT)

(3) The function of FAR 42.302(b)(6).

(d) If the task order ACO identifies a contract administration problem, the remedy for which is not covered by the above, the task order ACO shall request the Task Order Ordering Officer to delegate additional functions as necessary. The Task Order Ordering Officer may delegate authority by letter.

G14S CONTRACTOR'S SENIOR TECHNICAL REPRESENTATIVE (SEP 2004)

Fill in the information required below and submit it with your proposal. The contractor's senior technical representative this individual must serve as the on-site lead supervisor), point of contact for performance under this task order is:

Name:

G17S TOM APPOINTMENT

(a) The Contracting Officer hereby appoints the following individual as the Task Order Manger (TOM) for this task order:

TOM: Name:

(b) The TOM is responsible for those specific functions assigned in the Task Order Administration Plan, attached.

(c) Only the Contracting Officer has the authority to modify the terms of the task order. Therefore, in no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract or this task order between the contractor and any other person be effective or binding on the Government. If, in the opinion of the contractor, an effort outside the existing scope of this task order is requested, the contractor shall promptly notify the Task Order Ordering Office in writing. No action shall be taken by the contractor unless the Task Order Ordering Officer, PCO or ACO has issued a formal modification.

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 20 of 28  FINAL

 

Page 23: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

G22S COST ACCOUNTING STANDARDS ADMINISTRATION (SEP 2004)

A copy of this task order has been furnished to the Contract Administration Office cognizant of the Contractor's facility for administration of the Cost Accounting Standards provisions contained herein.

Accounting DataSLINID PR Number Amount -------- ---------------------- --------------------- 0001AA N66604-4338-018H-001 2156826.00   LLA : A1 1751810.D6AB 000 41756 0 068941 2D 000000 410000825000 INCREASE $2,156,826.00 Reference: RCP# N4175605WX50363, ACRN AA (I824105)   BASE Funding 2156826.00 Cumulative Funding 2156826.00  MOD 02  100001 N66604-6341-2096 2144576.00   LLA : A2 1751810.D6AB 000 41756 0 068941 2D 000000 410000825000 Standard Number: 0082852 Reference: RCP# N4175605WX50363, ACRN AA (I824907)  100002 N66604-6341-2170 33750.00   LLA : A3 97X4930.NH6A 000 77777 0 066604 2F 000000 82410P824907 Standard Number: 0082852   MOD 02 Funding 2178326.00 Cumulative Funding 4335152.00  MOD 03  100003 N66604-7253-3975 239769.00   LLA : A4 1771810.D6AB 000 41756 0 068941 2D 000000 410006327000 Standard Number: 0082852 Reference: RCP #N4175607WX50454, ACRN AA (I824197)   MOD 03 Funding 239769.00 Cumulative Funding 4574921.00  MOD 04  100004 N66604-8070-5248 421787.00   LLA : A5 1771810.D6AB 000 41756 0 068941 2D 000000 410006327000 Standard Number: 0082852 Reference: RCP #N4175607WX50454; ACRN: AA; NUWC Job Order I824198   MOD 04 Funding 421787.00 Cumulative Funding 4996708.00  MOD 05  100005 N66604-8175-4525 249898.00   LLA : A5 1771810.D6AB 000 41756 0 068941 2D 000000 410006327000 Standard Number: 0082852 Reference: RCP #N4175607WX50454; ACRN: AA; NUWC Job Order I824198   MOD 05 Funding 249898.00 

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 21 of 28  FINAL

 

Page 24: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

Cumulative Funding 5246606.00  MOD 06  100006 N66604-9113-2322 76623.00   LLA : A6 1771810.D6AB 000 41756 0 068941 2D 000000 410006327000 Standard Number: 0082852 Reference: RCP N417560WX50454; ACRN: AA; NUWC Job Order: I824149   MOD 06 Funding 76623.00 Cumulative Funding 5323229.00  MOD 07  100005 N66604-8175-4525 (81765.00)   LLA : A5 1771810.D6AB 000 41756 0 068941 2D 000000 410006327000  Standard Number: 0082852 Reference: RCP #N4175607WX50454; ACRN: AA; NUWC Job Order I824198   MOD 07 Funding -81765.00  Cumulative Funding 5241464.00 

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 22 of 28  FINAL

 

Page 25: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

SECTION H SPECIAL CONTRACT REQUIREMENTS

H20S INSURANCE - WORK ON A GOVERNMENT INSTALLATION

The following types of insurance are required in accordance with the clause entitled, Insurance - Work On A Government Installation (FAR 52.228-5), and shall be maintained in the minimum amounts shown:

(1) Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury.

(2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 per accident for property damage.

(3) Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment is involved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum amount of $100,000.

H61S GOVERNMENT FURNISHED PROPERTY (GFP) (JUN 2004)

(a) The Government shall furnish Government property to the Contractor for use in connection with this task order.

(1) Government Furnished Equipment (GFE), Government Furnished Material (GFM) and Government facilities shall be made available for contractor's use as identified in two attachments, entitled, Government Property Made Available (one for the basic installation, and one for the optional installation-if exercised). The property shall be made available, free of expense to the Contractor, in the quantities and at the times specified at the following location: the Zone 3 U.S. Naval Shipyard (for the basic installation this is Norfolk Naval Shipyard, Norfolk, VA).

(2) Government Furnished Information (GFI) shall be provided as identified in the Statement of Work and specifications. Unless specified otherwise, GFI will be furnished within 30 days after task order award.

(b) Only the identified items, in the quantity shown, will be furnished by the Government; however, additional Government property may be made available. All other material required for the performance of this task order shall be furnished by the Contractor. GFP furnished under this task order is for use exclusively under this task order unless specified otherwise in writing by the Task Order Ordering Officer.

(c) All Government Property furnished under this task order shall be returned to NUWCDIVNPT at the completion of the task order unless otherwise specified. The Contractor shall immediately advise the Task Order Ordering Officer, in writing, of any property lost, damaged, or transferred out of the Contractor's possession.

H81S TRAVEL COSTS AND RESPONSIBILITIES

(a) Performance under this task order may require travel by contractor personnel. If travel, domestic or overseas, is required, the Contractor shall be responsible for making all needed arrangements for his personnel. This includes, but is not limited to, medical examinations; immunizations; passports, visas, etc. and security clearances. If any work will take place on a U.S. Navy vessel, the Contractor shall obtain boarding authorization for all contractor personnel from the Commanding Officer of the vessel. Authorization shall be obtained prior to boarding.

(b) The Government will reimburse the Contractor for allowable travel costs incurred by the Contractor in performance of the task order in accordance with FAR subpart 31.2 or 31.3 as applicable.

H200S REQUIRED TEMPORARY EQUIPMENT STORAGE FACILITY

The contractor is required to provide a secure, environmentally controlled temporary storage facility for storage

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 23 of 28  FINAL

 

Page 26: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

of all electronics cabinets provided as Government Furnished Equipment (GFE). This facility may be on the Government Shipyard property (if the contractor obtains the necessary permission from the Shipyard); otherwise it must be within commuting distance. The minimum size of this facility is 8 ' by 8' (64 sq. feet). All hardware storage is Unclassified. Non-electronics GFM do not need to be held in this facility.

H201S COMPLIANCE WITH OSHA STANDARDS

The Contractor shall comply with the Code of Federal Regulation- 29 CFR 1915, Title 29; Occupational Safety and Health Standards for Shipyard Employment. The contractor shall also ensure that all employees and sub-contractors comply with all Navy, Federal, and State OSHA regulations.

H202S GAS FREE AND CONFINED SPACE REQUIREMENTS

The contractor shall comply with all applicable Federal, State, and local regulations (the latter includes installation site policies) relating to gas free engineering and confined space. This includes, but is not limited to Naval Ships Technical Manual S9086-CH-STM-030/CH 074, Rev. 04, dated 15 JUL 2003, Volume 3, Gas Free Engineering.

H203S ENVIRONMENTAL COMPLIANCE

The contractor shall comply with all Navy, Federal, State and Local Environmental laws and regulations for the proper handling, storing, transporting, and disposing of Hazardous Waste. The contractor shall comply with all Clean Water and Clean Air laws and regulations of the Navy, Federal, State and Local Authorities. All hydro-blasting, sandblasting, and spray-painting operations shall be completely contained in accordance with Navy, Base/Worksite, and Local Government policies.

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 24 of 28  FINAL

 

Page 27: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

SECTION I CONTRACT CLAUSES

FAR 52.216-10 Incentive Fee (Mar 1997)

(a) General. The Government shall pay the Contractor for performing this contract a fee determined as provided in this contract.

(b) Target cost and target fee. The target cost and target fee specified in the Schedule are subject to adjustment if the contract is modified in accordance with paragraph (d) of this clause.

(1) “Target cost,” as used in this contract, means the estimated cost of this contract as initially negotiated, adjusted in accordance with paragraph (d) below.

(2) “Target fee,” as used in this contract, means the fee initially negotiated on the assumption that this contract would be performed for a cost equal to the estimated cost initially negotiated, adjusted in accordance with paragraph (d) of this clause.

(c) Withholding of payment. Normally, the Government shall pay the fee to the Contractor as specified in the Schedule. However, when the Contracting Officer considers that performance or cost indicates that the Contractor will not achieve target, the Government shall pay on the basis of an appropriate lesser fee. When the Contractor demonstrates that performance or cost clearly indicates that the Contractor will earn a fee significantly above the target fee, the Government may, at the sole discretion of the Contracting Officer, pay on the basis of an appropriate higher fee. After payment of 85 percent of the applicable fee, the Contracting Officer may withhold further payment of fee until a reserve is set aside in an amount that the Contracting Officer considers necessary to protect the Government’s interest. This reserve shall not exceed 15 percent of the applicable fee or $100,000, whichever is less. The Contracting Officer shall release 75 percent of all fee withholds under this contract after receipt of the certified final indirect cost rate proposal covering the year of physical completion of this contract, provided the Contractor has satisfied all other contract terms and conditions, including the submission of the final patent and royalty reports, and is not delinquent in submitting final vouchers on prior years’ settlements. The Contracting Officer may release up to 90 percent of the fee withholds under this contract based on the Contractor’s past performance related to the submission and settlement of final indirect cost rate proposals.

(d) Equitable adjustments. When the work under this contract is increased or decreased by a modification to this contract or when any equitable adjustment in the target cost is authorized under any other clause, equitable adjustments in the target cost, target fee, minimum fee, and maximum fee, as appropriate, shall be stated in a supplemental agreement to this contract.

(e) Fee payable.

(1) The fee payable under this contract shall be the target fee increased by for every dollar that the total allowable cost is less than the target cost or decreased by for every dollar that the total allowable cost exceeds the target cost. In no event shall the fee be greater than or less than

of the target cost.

(2) The fee shall be subject to adjustment, to the extent provided in paragraph (d) of this clause, and within the minimum and maximum fee limitations in paragraph (e)(1) of this clause, when the total allowable cost is increased or decreased as a consequence of --

(i) Payments made under assignments; or

(ii) Claims excepted from the release as required by paragraph (h)(2) of the Allowable Cost and Payment clause.

(3) If this contract is terminated in its entirety, the portion of the target fee payable shall not be subject to an increase or decrease as provided in this paragraph. The termination shall be accomplished in accordance with

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 25 of 28  FINAL

 

Page 28: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

other applicable clauses of this contract.

(4) For the purpose of fee adjustment, “total allowable cost” shall not include allowable costs arising out of --

(i) Any of the causes covered by the Excusable Delays clause to the extent that they are beyond the control and without the fault or negligence of the Contractor or any subcontractor;

(ii) The taking effect, after negotiating the target cost, of a statute, court decision, written ruling, or regulation that results in the Contractor’s being required to pay or bear the burden of any tax or duty or rate increase in a tax or duty;

(iii) Any direct cost attributed to the Contractor’s involvement in litigation as required by the Contracting Officer pursuant to a clause of this contract, including furnishing evidence and information requested pursuant to the Notice and Assistance Regarding Patent and Copyright Infringement clause;

(iv) The purchase and maintenance of additional insurance not in the target cost and required by the Contracting Officer, or claims for reimbursement for liabilities to third persons pursuant to the Insurance Liability to Third Persons clause;

(v) Any claim, loss, or damage resulting from a risk for which the Contractor has been relieved of liability by the Government Property clause; or

(vi) Any claim, loss, or damage resulting from a risk defined in the contract as unusually hazardous or as a nuclear risk and against which the Government has expressly agreed to indemnify the Contractor.

(5) All other allowable costs are included in “total allowable cost” for fee adjustment in accordance with this paragraph (e), unless otherwise specifically provided in this contract.

(f) Contract modification. The total allowable cost and the adjusted fee determined as provided in this clause shall be evidenced by a modification to this contract signed by the Contractor and Contracting Officer.

(g) Inconsistencies. In the event of any language inconsistencies between this clause and provisioning documents or Government options under this contract, compensation for spare parts or other supplies and services ordered under such documents shall be determined in accordance with this clause.

I200S SCHEDULE INCENTIVE FEE

After the Government has calculated the cost incentive fee (as detailed in FAR 52.216-10 above) it shall apply an incentive for schedule- as follows: In the event that the WSQ-9 installation is deemed by Naval Message or equivelent written document, to be the sole reason or a major contributing reason for the submarine missing undocking or availability completion, the following reductions will apply:

1) for missed undocking:

2) for missed availability completion:

252.204-7005 ORAL ATTESTATION OF SECURITY RESPONSIBILITIES (AUG 1999)

52.217-7 OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM (MAR 1989)

fill-in: by 01 SEP 2006.

52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT - OVERTIME COMPENSATION (SEP 2000)

52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (AUG 2003)

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 26 of 28  FINAL

 

Page 29: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

252.223-7006 PROHIBITION ON STORAGE AND DISPOSAL OF TOXIC AND HAZARDOUS MATERIALS (APR 1993)

252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991)

52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT AND VEGETATION 52.242-7004

252.242-7000 POSTAWARD CONFERENCE (DEC 1991)

52.242-7004 MATERIAL MANAGEMENT AND ACCOUNTING SYSTEM (DEC 2000

52.245-5 GOVERNMENT PROPERTY (COST REIMBURSEMENT, TIME AND MATERIAL, OR LABOR-HOUR CONTRACTS) (DEV) (JAN 1986)

52.247-67 SUBMISSION OF COMMERCIAL TRANSPORTATION BILLS TO THE GENERAL SERVICES ADMINISTRATION FOR AUDIT (JUN 1997)

252.249-7002 NOTIFICATION OF ANTICIPATED CONTRACT TERMINATION OR REDUCTION (DEC 1996)

52.251-1 GOVERNMENT SUPPLY SOURCES (APR 1984)

252.251-7000 ORDERING FROM GOVERNMENT SUPPLY SOURCES (OCT 2002)

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 27 of 28  FINAL

 

Page 30: € 1.€CONTRACT ID CODE PAGE OF PAGES …€¦ · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2. ... D. PM-SAS-0029/IIP, ... 2 Signal Analysis System Certification and

SECTION J LIST OF ATTACHMENTS

DD254- Security Requirements

Task Order Administration Plan

OPALT 00297 Drawing List (CD Table of Contents)

AN/WSQ-9 (S/A 4238K 4468K) Drawing Schedule List

CDRLS (with addendum)

List of Government Furnished Property- basic effort (revised by modification N401-01)

List of Government Furnished Property- option

 CONTRACT NO.

 N00178-04-D-4091  DELIVERY ORDER NO.

 N401  AMENDMENT/MODIFICATION NO.

 07  PAGE

 28 of 28  FINAL