microsoft word - section b-j jrtc · web viewft. devens, ma ash continuous technology...

27
STOCII-17-OPA- 0002 1 Section B - Supplies or Services and Prices ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 0100 Ft Campbell, KY CACTF Continuous Technology Refreshment IAW Attachment 1, SOW FFP FOB-Destination 1 LOT $ $ 0101 Ft Campbell, KY CACTF Initial Spares IAW Attachment 1, SOW FFP FOB-Destination 1 LOT $ $__________ 0102 Ft Campbell, KY CACTF NET IAW, Attachment 1, SOW FFP FOB-Destination 1 LOT $_________ __ $__________ 0103 Ft Campbell, KY CACTF ICS IAW, Attachment 1, SOW FFP FOB-Destination 1 LOT $_________ __ $__________ 0200 Ft. Devens, MA ASH Continuous Technology Refreshment IAW Attachment 1, SOW FFP FOB-Destination 1 LOT $__________ _ $___________ 0201 Ft. Devens, MA ASH Initial Spares IAW Attachment 1, SOW FFP FOB-Destination 1 LOT $ $ _________ 0202 Ft. Devens, MA ASH NET IAW, Attachment 1, SOW FFP FOB-Destination 1 LOT $_________ __ $__________

Upload: hatuong

Post on 24-Mar-2018

216 views

Category:

Documents


1 download

TRANSCRIPT

STOCII-17-OPA-0002

1

Section B - Supplies or Services and PricesITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT

0100 Ft Campbell, KY CACTFContinuous Technology Refreshment IAW Attachment 1, SOW FFP

FOB-Destination

1 LOT $ $

0101 Ft Campbell, KY CACTF Initial SparesIAW Attachment 1, SOW FFPFOB-Destination

1 LOT $ $__________

0102 Ft Campbell, KY CACTF NET IAW, Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $__________

0103 Ft Campbell, KY CACTF ICSIAW, Attachment 1, SOWFFPFOB-Destination

1 LOT $___________ $__________

0200

Ft. Devens, MA ASHContinuous Technology Refreshment IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $___________

0201 Ft. Devens, MA ASH Initial SparesIAW Attachment 1, SOW FFPFOB-Destination

1 LOT $ $ _________

0202 Ft. Devens, MA ASH NETIAW, Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $__________

STOCII-17-OPA-0002

2

ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT

0203 Ft. Devens, MA ASHICSIAW, Attachment 1, SOWFFPFOB-Destination

1 LOT $___________ $__________

0300 Ft. Carson CACTFFollow-on Spare Components IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $___________

0301 Camp Bullis CACTF Follow-on Spare Components IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $___________

0302 Ft. Benning McKenna CACTF Follow-on Spare Components IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $___________

0303 Ft. Riley CACTF Follow-on Spare Components IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $___________

0304 Ft. Hood CACTF Follow-on Spare Components IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $____________

STOCII-17-OPA-0002

3

ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT

0400 Ft. AP Hill ASH Follow-on Spare Components IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $____________ $____________

0401 Grafenwoehr, Germany ASH Follow-on Spare Components IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $_____________

0402 Ft. Pickett ASH Follow-on Spare Components IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $____________ $_____________

0403 Rodriguez Range, Korea ASH Follow-on Spare Components IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $____________ $______________

0404 Ft. Dix, NJ ASH Follow-on Spare Components IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $____________ $_____________

0405 Ft. Hunter Liggett ASH Follow-on Spare Components IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $____________ $______________

0500 Technical Data 1 LOT $ NSP $__NSP____

0600 Contractor Manpower Reporting 1 LOT $ NSP $ NSP

1100Option

Ft. Bliss, TX CACTFContinuous Technology Refreshment IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $ $___________

STOCII-17-OPA-0002

4

ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT

1101Option

Ft. Bliss, TX CACTFInitial Spares IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $ $__________

1102Option

Ft. Bliss, TX CACTFNETIAW, Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $__________

1103Option

Ft. Bliss, TX CACTFICSIAW, Attachment 1, SOWFFPFOB-Destination

1 LOT $___________ $__________

1110Option

Ft. AP Hill, VA CACTF Continuous Technology Refreshment IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $___________

1111Option

Ft. AP Hill, VA CACTF Initial Spares IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $ $__________

1112Option

Ft AP Hill, VA CACTFNETIAW, Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $__________

1113Option

Ft. AP Hill, VA ICSIAW, Attachment 1, SOWFFPFOB-Destination

1 LOT $___________ $__________

STOCII-17-OPA-0002

5

ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT

1120Option

Ft. Dix, NJ CACTFContinuous Technology RefreshmentIAW Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $____________

1121Option

Ft. Dix NJ CACTFInitial Spares IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $ $__________

1122Option

Ft. Dix CACTFNETIAW, Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $__________

1123Option

Ft. Dix CACTF ICSIAW, Attachment 1, SOWFFPFOB-Destination

1 LOT $___________ $___________

1200 Option

Ft Story Range, Korea, ASH Continuous Technology Refreshment IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $____________

1201Option

Ft. Story Range, Korea ASH configuration Initial Spares IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $ $__________

STOCII-17-OPA-0002

6

ITEM NO. D E S C R I P T I O N QUANTITY UNIT UNIT PRICE AMOUNT

1202Option

Ft. Story Range, Korea ASH NETIAW, Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $__________

1203Option

Ft. Story Range, Korea ASH ICSIAW, Attachment 1, SOWFFPFOB-Destination

1 LOT $___________ $__________

1210Option

Joint Base Lewis McChord, WA ASHContinuous Technology RefreshmentIAW Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $____________

1211Option

Joint Base Lewis McChord, WA ASH Initial Spares IAW Attachment 1, SOW FFPFOB-Destination

1 LOT $ $__________

1212Option

Joint Base LewisMcChord, WA ASH NETIAW, Attachment 1, SOW FFPFOB-Destination

1 LOT $___________ $__________

1213Option

Joint Base Lewis McChord, WA ASH ICSIAW, Attachment 1, SOWFFPFOB-Destination

1 LOT $___________ $___________

STOCII-17-OPA-0002

7

Section C - Descriptions and Specifications

DESCRIPTION/SPECIFICATIONS

C. 1. The contractor shall perform all the tasks necessary to accomplish the requirements in accordance with the Statement of Work (SOW), SOW-2016-063, dated 20 March 2017, Version 1 and Performance Specification, PRF-PT-668, dated 20 March 2017, Version 1, provided as Attachments 1 and 2, respectively, in section J of this delivery order.

C.2. INSPECTION AND ACCEPTANCE OF TECHNICAL DATA AND INFORMATION Inspection and acceptance of technical data and information will be performed by an authorized requiring activity representative. Inspection of technical data and information will be performed by ensuring successful completion of the requirements set forth in the DD Form 1423, Contract Data Requirements List (CDRL) and incorporation/resolution of Government review comments on the data items. Acceptance will be performed by the requiring activity representative and evidenced via execution of an electronic Receiving Report submitted by the contractor in the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) module within the Wide Area Work Flow e-Business suite.

C.3. TECHNICAL DATA AND INFORMATIONTechnical Data and Information shall be delivered in accordance with the requirements of the Contract Data Requirements List, DD Form 1423, Exhibit [Insert exhibit number(s)], attached hereto, and the following:

(a) The contractor shall concurrently deliver technical data and information per DD Form 1423, Blocks 12 and 13 (date of first/subsequent submission) to all activities listed in Block 14 of the DD Form 1423 (distribution and addresses) for each item. Complete addresses for the abbreviations in Block 14 are shown in paragraph (g) below. Additionally, the technical data shall be delivered to the following cognizant codes, which are listed in Block 6 of the DD Form 1423.

(1) PCO, Code [Provided at Delivery Order Award].

(2) ACO, Code [Provided at Delivery Order Award].

[Insert additional code addresses, as necessary]

(b) Partial delivery of data is not acceptable unless specifically authorized on the DD Form 1423, or unless approved in writing by the PCO.

(c) The Government review period provided on the DD Form 1423 for each item commences upon receipt of all required data by the technical activity designated in Block 6.

(d) A copy of all other correspondence addressed to the Contracting Officer relating to data item requirements (i.e., status of delivery) shall also be provided to the codes reflected above and the technical activity responsible for the data item per Block 6, if not one of the activities listed above.

(e) The PCO reserves the right to issue unilateral modifications to change the destination codes and addresses for all technical data and information at no additional cost to the Government.

(f) Unless otherwise specified in writing, rejected data items shall be resubmitted within thirty (30) days after receipt of notice of rejection.

(g) DD Form 1423, Block 14 Mailing Addresses: [Provided at Delivery Order Award]

C.4 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER

(a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with contractor personnel during the performance of this contract shall constitute a change under the “Changes” Clause of this contract.

(b) The contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.

(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer’s. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made

STOCII-17-OPA-0002

8

in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: [KeYanna R. Boone, 12211 Science Drive, Orlando, FL. 32826, (407) 380-8078, [email protected]]

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY0100 Destination Government Destination Government0101 Destination Government Destination Government0102 Destination Government Destination Government

0103 Destination Government Destination Government0200 Destination Government Destination Government0201 Destination Government Destination Government0202 Destination Government Destination Government0203 Destination Government Destination Government0300 Destination Government Destination Government0301 Destination Government Destination Government0302 Destination Government Destination Government

0303 Destination Government Destination Government0304 Destination Government Destination Government0400 Destination Government Destination Government0401 Destination Government Destination Government

0402 Destination Government Destination Government0403 Destination Government Destination Government0404 Destination Government Destination Government0405 Destination Government Destination Government0500 Destination Government Destination Government0600 Destination Government Destination Government

1100 Destination Government Destination Government1101 Destination Government Destination Government1102 Destination Government Destination Government1103 Destination Government Destination Government1110 Destination Government Destination Government1111 Destination Government Destination Government1112 Destination Government Destination Government1113 Destination Government Destination Government

1120 Destination Government Destination Government1121 Destination Government Destination Government1122 Destination Government Destination Government1123 Destination Government Destination Government

1200 Destination Government Destination Government1201 Destination Government Destination Government1202 Destination Government Destination Government1203 Destination Government Destination Government1210 Destination Government Destination Government

STOCII-17-OPA-0002

9

1211 Destination Government Destination Government

1212 Destination Government Destination Government1213 Destination Government Destination Government

CLAUSES INCORPORATED BY REFERENCE

52.246-2 Inspection Of Supplies--Fixed Price AUG 199652.246-16 Responsibility For Supplies APR 1984252.246-7000 Material Inspection And Receiving Report MAR 2008

STOCII-17-OPA-0002

10

Section F - Deliveries or Performance

F.1 For the option CLINs (1100-1213), the delivery term “months after award” represents the months after exercise of the option, if exercised.

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

0100 14 months after award 1 Ft. Campbell, KY

0101 14 months after award 1 Ft. Campbell, KY

0102 15 months after award 1 Ft. Campbell, KY

0103 16 months after award 1 Ft. Campbell, KY

0200 13 months after award 1 Ft. Devens, MA

0201 13 months after award 1 Ft. Devens, MA

0202 14 months after award 1 Ft. Devens, MA

0203 15 months after award 1 Ft. Devens, MA

0300 6 months after award 1 Ft. Carson, CO

0301 6 months after award 1 Camp Bullis, TX

0302 6 months after award 1 Ft. Benning McKenna, GA

0303 6 months after award 1 Ft. Riley, KS

0304 6 months after award 1 Ft. Hood, TX

0400 8 months after award 1 Ft. AP Hill, VA

0401 8 months after award 1 Grafenwoehr, Germany

0402 8 months after award 1 Ft. Pickett, VA

0403 8 months after award 1 Rodriguez Range, Korea

0404 8 months after award 1 Ft. Dix, NJ

0405 8 months after award 1 Ft. Hunter Liggett, CA

0500 17 months after award 1 PEO-STRI, Orlando, FL

0600 30 September 2019 1 PEO-STRI, Orlando, FL

1100 16 months after award 1 Ft. Bliss, TX

1101 16 months after award 1 Ft. Bliss, TX

1102 17 months after award 1 Ft. Bliss, TX

1103 18 months after award 1 Ft. Bliss, TX

1110 10 months after award 1 Ft. AP Hill, VA

1111 10 months after award 1 Ft. AP Hill, VA11121113

11 months after award 12 months after award

1 Ft. AP Hill, VA Ft. AP Hill, VA

1120 12 months after award 1 Ft. Dix, NJ1121 12 months after award 1 Ft. Dix, NJ

1122 13 months after award 1 Ft. Dix, NJ

STOCII-17-OPA-0002

11

1123 14 months after award 1 Ft. Dix, NJ 1200 11 months after award 1 Ft. Story Range, Korea1201 11 months after award 1 Ft. Story Range, Korea

1202 12 months after award 1 Ft. Story Range, Korea

1203 13 months after award 1 Ft. Story Range, Korea1210 15 months after award 1 JBL McChord, WA 12111212

15 months after award 16 months after award

1

1

JBL McChord, WA JBL McChord, QJBL McChord, WA 1213 17 months after award 1 JBL McChord, WA

CLAUSES INCORPORATED BY REFERENCE52.242-15 Stop-Work Order AUG 1989

52.247-34 F.O.B. Destination NOV 1991

STOCII-17-OPA-0002

12

Section G - Contract Administration Data CLAUSES

INCORPORATED BY REFERENCE

CLAUSES INCORPORATED BY FULL TEXT

252.204-0004 LINE ITEM SPECIFIC: BY FISCAL YEAR. (SEP 2009)

The payment office shall make payment using the oldest fiscal year appropriations first, exhausting all funds in the previous fiscal year before disbursing from the next fiscal year. In the event there is more than one ACRN associated with the same fiscal year, the payment amount shall be disbursed from each ACRN within a fiscal year in the same proportion as the amount of funding obligated for each ACRN within the fiscal year.

(End of clause)

252.232-7006 Wide Area WorkFlow Payment Instructions. (MAY 2013)

(a) Definitions. As used in this clause—

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

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

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

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

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

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

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

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

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data

52.232-16 Progress Payments (APR 2012)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

MAR 2008

STOCII-17-OPA-0002

13

Interchange, or File Transfer Protocol.

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

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

type(s). Provided at time of Delivery Order Award.

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

Provided at time of Delivery Order Award.

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

Routing Data Table*

Field Name in WAWF Data to be entered in WAWFPay Official DoDAAC Provided at time of Delivery Order Award.Issue By DoDAAC W900KKAdmin DoDAAC Provided at time of Delivery Order Award.Inspect By DoDAAC Provided at time of Delivery Order Award.Ship To Code Provided at time of Delivery Order Award.Ship From Code Provided at time of Delivery Order Award.Mark For Code Provided at time of Delivery Order Award.Service Approver (DoDAAC) Provided at time of Delivery Order Award.Service Acceptor (DoDAAC) Provided at time of Delivery Order Award.Accept at Other DoDAAC Provided at time of Delivery Order Award.LPO DoDAAC Provided at time of Delivery Order Award.DCAA Auditor DoDAAC Provided at time of Delivery Order Award.Other DoDAAC(s) Provided at time of Delivery Order Award.

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

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

Provided at time of Delivery Order Award.

(g) WAWF point of contact.

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

Name E-Mail Phone RoleDave Stewart david.l.stewart142.civ@mail 407-384-3689 Inspector/AcceptorKeYanna Boone [email protected] 407-208-3476 Inspector/AcceptorJonathan Brown Jonathan.L.Brown88.civ@mail.

mil407-208-5830 View only

STOCII-17-OPA-0002

14

(2) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

Name E-Mail PhoneRon Crowder [email protected] 407-208-3032Tom Bunch [email protected] 407-384-3792

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

(End of clause)

STOCII-17-OPA-0002

15

SECTION H- SPECIAL CONTRACT REQUIREMENTS

H.1 INVITED CONTRACTOR OR TECHNICAL REPRESENTATIVE STATUS UNDER U.S.-REPUBLIC OF KOREA (ROK)

Invited Contractor (IC) and Technical Representative (TR) status shall be governed by the U.S.-ROK Status of Forces Agreement (SOFA) as implemented by United States Forces Korea (USFK) Reg 700-19, which can be found under the “publications” tab on the US Forces Korea homepage http://www.usfk.mil (a) Definitions. As used in this clause— “U.S. – ROK Status of Forces Agreement” (SOFA) means the Mutual Defense Treaty between the Republic of Korea and the U.S. of America, Regarding Facilities and Areas and the Status of U.S. Armed Forces in the Republic of Korea, as amended “Combatant Commander” means the commander of a unified or specified combatant command established in accordance with 10 U.S.C. 161. In Korea, the Combatant Commander is the Commander, United States Pacific Command. “United States Forces Korea” (USFK) means the subordinate unified command through which US forces would be sent to the Combined Forces Command fighting components. “Commander, United States Forces Korea” (COMUSK) means the commander of all U.S. forces present in Korea. In the Republic of Korea, COMUSK also serves as Commander, Combined Forces Command (CDR CFC) and Commander, United Nations Command (CDR UNC). “USFK, Assistant Chief of Staff, Acquisition Management” (USFK/FKAQ) means the principal staff office to USFK for all acquisition matters and administrator of the U.S.-ROK SOFA as applied to US and Third Country contractors under the Invited Contractor (IC) and Technical Representative (TR) Program (USFK Reg 700-19). “Responsible Officer (RO)” means a senior DOD employee (such as a military E5 and above or civilian GS-7 and above), appointed by the USFK Sponsoring Agency (SA), who is directly responsible for determining and administering appropriate logistics support for IC/TRs during contract performance in the ROK. (b) IC or TR status under the SOFA is subject to the written approval of USFK, Assistant Chief of Staff, Acquisition Management (FKAQ), Unit #15289, APO AP 96205-5289. (c) The contracting officer will coordinate with HQ USFK/FKAQ, IAW FAR 25.8, and USFK Reg 700-19. FKAQ will determine the appropriate contractor status under the SOFA and notify the contracting officer of that determination. (d) Subject to the above determination, the contractor, including its employees and lawful dependents, may be accorded such privileges and exemptions under conditions and limitations as specified in the SOFA and USFK Reg 700-19. These privileges and exemptions may be furnished during the performance period of the contract, subject to their availability and continued SOFA status. Logistics support privileges are provided on an as-available basis to properly authorized individuals. Some logistics support may be issued as Government Furnished Property or transferred on a reimbursable basis. (e) The contractor warrants and shall ensure that collectively, and individually, its officials and employees performing under this contract will not perform any contract, service, or other business activity in the ROK, except under U.S. Government contracts and that performance is IAW the SOFA. (f) The contractor’s direct employment of any Korean-National labor for performance of this contract shall be governed by ROK labor law and USFK regulation(s) pertaining to the direct employment and personnel administration of Korean National personnel. (g) The authorities of the ROK have the right to exercise jurisdiction over invited contractors and technical representatives, including contractor officials, employees and their dependents, for offenses committed in the ROK and punishable by the laws of the ROK. In recognition of the role of such persons in the defense of the ROK, they will be subject to the provisions of Article XXII, SOFA, related Agreed Minutes and Understandings. In those cases in which the authorities of the ROK decide not to exercise jurisdiction, they shall notify the U.S. military authorities as soon as possible. Upon such notification, the military authorities will have the right to exercise jurisdiction as is conferred by the laws of the U.S. (h) Invited contractors and technical representatives agree to cooperate fully with the USFK Sponsoring Agency (SA) and Responsible Officer (RO) on all matters pertaining to logistics support and theater training requirements. Contractors will provide the assigned SA prompt and accurate reports of changes in employee status as required by USFK Reg 700-19. (i) Theater Specific Training. Training Requirements for IC/TR personnel shall be conducted in accordance with USFK Reg 350-2 Theater Specific Required Training for all Arriving Personnel and Units Assigned to, Rotating to, or in Temporary Duty Status to USFK. IC/TR personnel shall comply with requirements of USFK Reg 350-2. (j) Except for contractor air crews flying Air Mobility Command missions, all U.S. contractors performing work on USAF classified contracts will report to the nearest Security Forces Information Security Section for the geographical area where the contract is to be performed to receive information concerning local security requirements. (k) Invited Contractor and Technical Representative status may be withdrawn by USFK/FKAQ upon:

STOCII-17-OPA-0002

16

(1) Completion or termination of the contract. (2) Determination that the contractor or its employees are engaged in business activities in the ROK other than those pertaining to U.S. armed forces. (3) Determination that the contractor or its employees are engaged in practices in contravention to Korean law or USFK regulations. (l) It is agreed that the withdrawal of invited contractor or technical representative status, or the withdrawal of, or failure to provide any of the privileges associated therewith by the U.S. and USFK, shall not constitute grounds for excusable delay by the contractor in the performance of the contract and will not justify or excuse the contractor defaulting in the performance of this contract. Furthermore, it is agreed that withdrawal of SOFA status for reasons outlined in USFK Reg 700-19, Section II, paragraph 6 shall not serve as a basis for the contractor filing any claims against the U.S. or USFK. Under no circumstance shall the withdrawal of SOFA Status or privileges be considered or construed as a breach of contract by the U.S. Government. (m) Support. (1) Unless the terms and conditions of this contract place the responsibility with another party, the COMUSK will develop a security plan to provide protection, through military means, of Contractor personnel engaged in the theater of operations when sufficient or legitimate civilian authority does not exist. (2)(i) All Contractor personnel engaged in the theater of operations are authorized resuscitative care, stabilization, hospitalization at level III military treatment facilities, and assistance with patient movement in emergencies where loss of life, limb, or eyesight could occur. Hospitalization will be limited to stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system. (ii) When the Government provides medical or emergency dental treatment or transportation of Contractor personnel to a selected civilian facility, the Contractor shall ensure that the Government is reimbursed for any costs associated with such treatment or transportation. (iii) Medical or dental care beyond this standard is not authorized unless specified elsewhere in this contract. (3) Unless specified elsewhere in this contract, the Contractor is responsible for all other support required for its personnel engaged in the theater of operations under this contract. (n) Compliance with laws and regulations. The Contractor shall comply with, and shall ensure that its personnel supporting U.S Armed Forces in the Republic of Korea as specified in paragraph (b)(1) of this clause are familiar with and comply with, all applicable— (1) United States, host country, and third country national laws; (2) Treaties and international agreements; (3) United States regulations, directives, instructions, policies, and procedures; and (4) Orders, directives, and instructions issued by the COMUSK relating to force protection, security, health, safety, or relations and interaction with local nationals. Included in this list are force protection advisories, health advisories, area (i.e. “off-limits”), prostitution and human trafficking and curfew restrictions. (o) Vehicle or equipment licenses. IAW USFK Regulation 190-1, Contractor personnel shall possess the required licenses to operate all vehicles or equipment necessary to perform the contract in the theater of operations. All contractor employees/dependents must have either a Korean driver’s license or a valid international driver’s license to legally drive on Korean roads. (p) Evacuation. (1) If the COMUSK orders a non-mandatory or mandatory evacuation of some or all personnel, the Government will provide assistance, to the extent available, to United States and third country national contractor personnel. (2) Non-combatant Evacuation Operations (NEO). (i) The contractor shall designate a representative to provide contractor personnel and dependents information to the servicing NEO warden as required by direction of the Responsible Officer. (ii) If contract period of performance in the Republic of Korea is greater than six months, non emergency essential contractor personnel and all IC/TR dependents shall participate in at least one USFK sponsored NEO exercise per year. (q) Next of kin notification and personnel recovery. (1) The Contractor shall be responsible for notification of the employee-designated next of kin in the event an employee dies, requires evacuation due to an injury, or is missing, captured, or abducted. (2) In the case of missing, captured, or abducted contractor personnel, the Government will assist in personnel recovery actions in accordance with DOD Directive 2310.2, Personnel Recovery. (3) IC/TR personnel shall accomplish Personnel Recovery/Survival, Evasion, Resistance and Escape (PR/SERE) training in accordance with USFK Reg 525-40, Personnel Recovery Procedures and USFK Reg 350-2 Theater Specific Required Training for all Arriving Personnel and Units Assigned to, Rotating to, or in Temporary Duty Status to USFK. (r) Mortuary affairs. Mortuary affairs for contractor personnel who die while providing support in the theater of operations to U.S. Armed Forces will be handled in accordance with DOD Directive 1300.22, Mortuary Affairs Policy and Army Regulation 638-2, Care and Disposition of Remains and Disposition of Personal Effects.

STOCII-17-OPA-0002

17

(s) USFK Responsible Officer (RO). The USFK appointed RO will ensure all IC/TR personnel complete all applicable training as outlined in this clause.

(End of Clause)

STOCII-17-OPA-0002

18

Section I - Contract Clauses

SECTION I All clauses from the STOC LOT I Basic Contract are in effect as applicable to this order.

CLAUSES INCORPORATED BY REFERENCE

52.204-9 Personal Identity Verification of Contractor Personnel JAN 201152.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 201352.204-13 Systems for Award Management Maintenance JUL 201352.209-9 Updates of Publicly Available Information Regarding Responsibility Matters JUL 201352.222-50 Combating Trafficking in Persons MAR 201552.215-1 Instructions to Offerors—Competitive Acquisition JAN 201752.215-20 Requirements for Certified Cost or Pricing Data or Information Other Than

Certified Cost or Pricing DataOCT 2010

52.215-21 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data—Modifications

OCT 2010

52.217-4 Evaluation of Options Exercised At The Time of Contract Award JUN 198852.217-5 Evaluation of Options JUL 199052.219-8 Utilization of Small Business Concerns OCT 201452.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 201152.232-18 Availabilty of Funds APR 198452.232-39 Uneforceability of Unauthorized Obligations JUN 201352.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 201352.242-17 Government Delay of Work APR 198452.251-1 Government Supply Sources APR 2012252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013

252.211-7003 Item Unique Identification and Valuation MAR 2016

252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements DEC 2010

252.225-7040 Contractor Personnel Supporting U.S. Armed Forces Deployed Outside the United States

OCT 2015

252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States

JUN 2015

252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions JAN 2011

252.251-7000 Ordering From Government Supply Sources AUG 2012 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008

52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item (Mar 1989)

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to the exercise of the option. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

(End of Clause)

52.217-9 -- Option to Extend the Term of the Contract (Mar 2000)

STOCII-17-OPA-0002

19

(a) The Government may extend the term of this contract by written notice to the Contractor any time prior to the expiration of the basic period or the latest end date of any unexercised option periods, whichever is later, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 30 SEPTEMBER 2019 (THIS CANNOT BE EXCEEDED WITHOUT SENIOR PROCUREMENT EXECUTIVE APPROVAL– THIS IS DUE TO THE TIME LIMIT IN THE STOC II BASIC CONTRACT, IAW DFARS 217.204(e)(iii).

(End of Clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the ke force and effect as ifthey were given in full text. Upon request, the Contracting Officer will make their full textavailable. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://farsite.hill.af.mil/vffara.htm

(End of clause)

252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2013)

(a) Definitions. As used in this clause--

Component means any item supplied to the Government as part of an end product or of anothercomponent.

End product means supplies delivered under a line item of this contract.

Qualifying country means a country with a reciprocal defense procurement memorandum ofunderstanding or international agreement with the United States in which both countries agree toremove barriers to purchases of supplies produced in the other country or services performed bysources of the other country, and the memorandum or agreement complies, where applicable,with the requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and with10 U.S.C. 2457. Accordingly, the following are qualifying countries:

AustraliaAustriaBelgiumCanadaCzech RepublicDenmarkEgyptFinlandFranceGermanyGreeceIsraelItalyLuxembourgNetherlandsNorwayPolandPortugalSpain

STOCII-17-OPA-0002

20

SwedenSwitzerlandTurkeyUnited Kingdom of Great Britain and Northern Ireland.

Structural component of a tent--

(i) Means a component that contributes to the form and stability of the tent (e.g., poles, frames,flooring, guy ropes, pegs);

(ii) Does not include equipment such as heating, cooling, or lighting.

United States means the 50 States, the District of Columbia, and outlying areas.

U.S.-flag vessel means a vessel of the United States or belonging to the United States, includingany vessel registered or having national status under the laws of the United States.

(b) The Contractor shall deliver under this contract only such of the following items, either asend products or components, that have been grown, reprocessed, reused, or produced in theUnited States:

(1) Food.

(2) Clothing and the materials and components thereof, other than sensors, electronics, or otheritems added to, and not normally associated with, clothing and the materials and componentsthereof. Clothing includes items such as outerwear, headwear, underwear, nightwear, footwear,hosiery, handwear, belts, badges, and insignia.

(3) (i) Tents and structural components of tents;

(ii) Tarpaulins; or

(iii) Covers.

(4) Cotton and other natural fiber products.

(5) Woven silk or woven silk blends.

(6) Spun silk yarn for cartridge cloth.

(7) Synthetic fabric, and coated synthetic fabric, including all textile fibers and yarns that are foruse in such fabrics.

(8) Canvas products.

(9) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufacturedarticles).

(10) Any item of individual equipment (Federal Supply Class 8465) manufactured from orcontaining fibers, yarns, fabrics, or materials listed in this paragraph (b).

(c) This clause does not apply--

(1) To items listed in section 25.104(a) of the Federal Acquisition Regulation (FAR), or otheritems for which the Government has determined that a satisfactory quality and sufficient quantitycannot be acquired as and when needed at U.S. market prices;

(2) To incidental amounts of cotton, other natural fibers, or wool incorporated in an end product,for which the estimated value of the cotton, other natural fibers, or wool--

STOCII-17-OPA-0002

21

(i) Is not more than 10 percent of the total price of the end product; and (ii) Does not exceedthe simplified acquisition threshold in FAR part 2;

(3) To waste and byproducts of cotton or wool fiber for use in the production of propellants andexplosives;

(4) To foods, other than fish, shellfish, or seafood, that have been manufactured or processed inthe United States, regardless of where the foods (and any component if applicable) were grownor produced. Fish, shellfish, or seafood manufactured or processed in the United States and fish,shellfish, or seafood contained in foods manufactured or processed in the United States shall beprovided in accordance with paragraph (d) of this clause;

(5) To chemical warfare protective clothing produced in a qualifying country; or

(6) To fibers and yarns that are for use in synthetic fabric or coated synthetic fabric (but doesapply to the synthetic or coated synthetic fabric itself), if--

(i) The fabric is to be used as a component of an end product that is not a textile product.Examples of textile products, made in whole or in part of fabric, include--10

(A) Draperies, floor coverings, furnishings, and bedding (Federal Supply Group 72, Householdand Commercial Furnishings and Appliances);

(B) Items made in whole or in part of fabric in Federal Supply Group 83,Textile/leather/furs/apparel/findings/ tents/flags, or Federal Supply Group 84, Clothing,Individual Equipment and Insignia;

(C) Upholstered seats (whether for household, office, or other use); and

(D) Parachutes (Federal Supply Class 1670); or

(ii) The fibers and yarns are para-aramid fibers and continuous filament para-aramid yarnsmanufactured in a qualifying country.

(d)(1) Fish, shellfish, and seafood delivered under this contract, or contained in foods deliveredunder this contract--

(i) Shall be taken from the sea by U.S.-flag vessels; or

(ii) If not taken from the sea, shall be obtained from fishing within the United States; and

(2) Any processing or manufacturing of the fish, shellfish, or seafood shall be performed on aU.S.-flag vessel or in the United States.(End of clause

STOCII-17-OPA-0002

22

Section J - List of Documents, Exhibits and Other Attachments

Exhibits:(a) Contract Data Requirements List (CDRL) DD Forms 1423, A001-A009 and A00A-A00H(b) CDRL DD Forms 1423, B001-B003(c) CDRL DD Forms 1423, C001-C004

Attachments: (1) Statement of Work for the Continuous Technology Refreshment for the Integrated-Military Operations on

Urbanized Terrain Training System, SOW-2016-063, Version 1, Dated 22 September 2017(2) Performance Specification for Integrated-Military Operations on Urbanized Terrain (MOUT) Training

Systems (I-MTS) and Combat Training Center Military Operations on Urban Terrain-Instrumented System (CTC MOUT-IS), PRF-PT-668, Version 1, Dated 22 September 2017

(3) List of LT2 Portal Documents(4) I-MTS Legacy Components List(5) Government Rights for CDRLs