n00178 s2101a nswc, dahlgren division dahlgren va 22448 … · 2014-10-21 · n00178-04-d-4042-0024...

93
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 25 17-Oct-2014 1300459310 N/A 6. ISSUED BY CODE N00178 7. ADMINISTERED BY (If other than Item 6) CODE S2101A NSWC, DAHLGREN DIVISION 17632 Dahlgren Road Suite 157 Dahlgren VA 22448-5110 DCMA Baltimore 217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD 21202-5299 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 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) 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. [ ] [X] 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). unilateral modification and FAR 52.232-22, Limitation of Funds [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 20-Oct-2014 (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 U 1 3

Upload: others

Post on 04-Jun-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

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

25 17-Oct-2014 1300459310 N/A6.  ISSUED BY CODE N00178 7.  ADMINISTERED BY (If other than Item 6) CODE S2101A

NSWC, DAHLGREN DIVISION

17632 Dahlgren Road Suite 157

Dahlgren VA 22448-5110

 

DCMA Baltimore

217 EAST REDWOOD STREET, SUITE 1800

BALTIMORE MD 21202-5299

 

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

URS Federal Technical Services, Inc.    20501 Seneca Meadows Parkway Suite 300    Germantown MD 20876-7007   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4042-0024

    10B.  DATED (SEE ITEM 13)

CAGECODE

34157 FACILITY CODE   02-Jul-2012

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

  

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

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

[  ]   [X] 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).  unilateral modification and FAR 52.232-22, Limitation of Funds

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

[  ] D.  OTHER (Specify type of modification and authority)  

E.  IMPORTANT:  Contractor [ X ] is not, [   ] is required to sign this document and return       copies to the issuing office.14.  DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2 

15A.  NAME AND TITLE OF SIGNER (Type or print) 16A.  NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

      

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY 20-Oct-2014 

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

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

 

 

                  1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

Page 2: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

GENERAL INFORMATION

The purpose of this modification is to correct the ACRNs (from EJ and FT) to DQ on CLINs/SLINs 7201AF,9201AF, 7201BL, 9201BL, and 7201BQ.

Accordingly, said Task Order is modified as follows: 

The Line of Accounting information is hereby changed as follows:

7201AF:From: EJ 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000To:     DQ 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000

7201BL:From: FT 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000To:     DQ 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000

7201BQ:From: FT 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000To:     DQ 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000

9201AF:From: EJ 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000To:     DQ 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000

9201BL:From: FT 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000To:     DQ 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000

The total amount of funds obligated to the task is hereby increased from $8,588,103.26 by$0.00 to $8,588,103.26.

The total value of the order is hereby increased from $18,320,593.00 by $0.00 to$18,320,593.00.

The Period of Performance of the following line items is hereby changed as follows:

CLIN/SLIN From To

A conformed copy of this Task Order is attached to this modification. 

DISTRIBUTION:EDA:

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 2 of 3 FINAL

 

Page 3: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

CXM21DFAS Columbus/South Entitlement (HQ0338)DCMA Maryland (S2101A)

Email:  

FPOC:  

  

FSC: B541CCATS 138323

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 3 of 3 FINAL

 

Page 4: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

4000 B541 BASE Period Services. EW Systems

Engineering Support, in accord

with Section C. (BASEPeriod)

(RDT&E)

56441.0 HR $4,707,719.00

400001 B541 FOR TI 2. (O&MN,N)

400002 B541 FOR TI 2. (RDT&E)

400003 B541 FOR TI 1. (RDT&E)

400004 B541 FOR TI 1. (RDT&E)

400005 B541 FOR TI 1. (RDT&E)

400006 B541 FOR TI 1. (RDT&E)

400007 B541 FOR TI 2. (RDT&E)

400008 B541 FOR TI 2. (RDT&E)

400009 B541 FOR TI 2. (RDT&E)

400010 B541 FOR TI 2. (RDT&E)

400011 B541 FOR TI 2. (O&MN,N)

400012 B541 FOR TI 2. (RDT&E)

400013 B541 FOR TI 2. (RDT&E)

400014 B541 FOR TI 2. (O&MN,N)

400015 B541 FOR TI 2. (SCN)

400016 B541 FOR TI 2. (OPN)

400017 B541 FOR TI 2. (O&MN,N)

400018 B541 FOR TI 2. (OPN)

400019 B541 FOR TI 2. (OPN)

400020 B541 FOR TI 2. (O&MN,N)

400021 B541 FOR TI 2. (RDT&E)

400022 B541 FOR TI 2. (O&MN,N)

400023 B541 FOR TI 2. (RDT&E)

400024 B541 FOR TI 2. (RDT&E)

400025 B541 FOR TI 2. (RDT&E)

400026 B541 FOR TI 2. (WCF)

400027 B541 For TI 3. (RDT&E)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 1 of 90 FINAL

 

Page 5: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

400028 B541 FOR TI 1. (RDT&E)

400029 B541 FOR TI 2. (RDT&E)

400030 B541 FOR TI 4. (RDT&E)

400031 B541 FOR TI 5. (RDT&E)

400032 B541 FOR TI 6. (RDT&E)

400033 B541 Base Period Labor- TI-2, Tactical

Data Support (O&MN,N)

400034 B541 Base Period Labor- TI-2, Tactical

Data Support (RDT&E)

400035 B541 Base Period Labor- TI-2, Tactical

Data Support (RDT&E)

400036 B541 Base Period Labor- TI-4, SEWIP

Blk2 Support (RDT&E)

400037 B541 Base Period Labor- TI-5, EWBM

Support (RDT&E)

400038 B541 Base Period Labor- TI-6, SSLMP

Support (RDT&E)

400039 B541 Base Period Labor- TI-1, Modeling

& Simulation Engineering Support

(RDT&E)

400040 B541 Base Period Labor- TI-1, Modeling

& Simulation Engineering Support

(RDT&E)

400041 B541 Base Period Labor- TI-3 SEWIP

BLK3Support (RDT&E)

4050 B541 BASE Period SURGEservices. EW

Systems Engineering support; in

accord with Section C. (Fund Type

- TBD)

0.0 HR $941,544.00

Option

4100 B541 OPTION 1 Services. EW Engineering

Support, in accord with Section

C. (Fund Type - TBD)

63901.0 HR $5,071,494.00

410001 B541 Option 1 Labor - TI-7, AEWIC

Support (RDT&E)

410002 B541 Option 1 Labor - TI-8, Tactical

Data Support '2410(a) Authority

is hereby invoked.' (O&MN,N)

410003 B541 Option 1 Labor - TI-10, SEWIP Blk

2 Support (RDT&E)

410004 B541 Option 1 Labor - TI-11, EWBM

Support (RDT&E)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 2 of 90 FINAL

 

Page 6: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

410005 B541 Option 1 Labor - TI-12, SSLMP

Support (RDT&E)

410006 B541 Option 1 Labor - TI-09, SEWIP Blk

3 Support (RDT&E)

410007 B541 Option 1 Labor - TI-10, SEWIP Blk

2 Support '2410(a) Authority is

hereby invoked.' (RDT&E)

410008 B541 Option 1 Labor - TI-10, SEWIP Blk

2 Support (RDT&E)

410009 B541 Option 1 Labor - TI-13, IA-IT

Support (RDT&E)

410010 B541 Option 1 Labor - TI-7, AEWIC

Support (RDT&E)

410011 B541 Option 1 Labor - TI-12, SSLMP

Support (RDT&E)

410012 B541 Option 1 Labor - TI-12, SSLMP

Support (RDT&E)

410013 B541 Option 1 Labor - TI-13, IA-IT

Support (RDT&E)

410014 B541 Option 1 Labor - TI-13, IA-IT

Support (RDT&E)

410015 B541 Option 1 Labor - TI-09, SEWIP Blk

3 Support (RDT&E)

410016 B541 Option 1 Labor - TI-09, SEWIP Blk

3 Support (RDT&E)

410017 B541 Option 1 Labor - TI-09, SEWIP Blk

3 Support (RDT&E)

410018 B541 Option 1 Labor - TI-7, AEWIC

Support '2410(a) Authority is

hereby invoked.' (O&MN,N)

410019 B541 Option 1 Labor - TI-12, SSLMP

Support (RDT&E)

410020 B541 Option 1 Labor - TI-10, SEWIP Blk

2 Support (RDT&E)

410021 B541 Option 1 Labor - TI-10, SEWIP Blk

2 Support (RDT&E)

410022 B541 Option 1 Labor - TI-11, EWBM

Support (RDT&E)

410023 B541 Option 1 Labor - TI-09, SEWIP Blk

3 Support (RDT&E)

410024 B541 Option 1 Labor - TI-13, IA-IT

Support (RDT&E)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 3 of 90 FINAL

 

Page 7: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

410025 B541 Option 1 Labor - TI-13, IA-IT

Support SEWIP Blk3 (RDT&E)

410026 B541 Option 1 Labor - TI-12, SSLMP

Support (RDT&E)

410027 B541 Option 1 Labor - TI-8, Tactical

Data Support (O&MN,N)

410028 B541 Option 1 Labor - TI-10, SEWIP Blk

2 Support (RDT&E)

410029 B541 Option 1 Labor - TI-11, EWBM

Support (RDT&E)

410030 B541 Option 1 Labor - TI-13, IA-IT

Support (O&MN,N)

410031 B541 Option 1 Labor - TI-7, AEWIC

Support (RDT&E)

410032 B541 Option 1 Labor - TI-14, CTN

Support (RDT&E)

410033 B541 Option 1 Labor - TI-13, IA-IT

Support (RDT&E)

410034 B541 Option 1 Labor - TI-7, AEWIC

(RDT&E)

410035 B541 Option 1 Labor - TI-8, TSSC

Support (O&MN,N)

410036 B541 Option 1 Labor - TI-09, SEWIP Blk

3 Support (RDT&E)

410037 B541 Option 1 Labor - TI-10, SEWIP Blk

2 Support (RDT&E)

410038 B541 Option 1 Labor - TI-11, EWBM

Support (RDT&E)

410039 B541 Option 1 Labor - TI-12, SSLMP

Support (RDT&E)

410040 B541 Option 1 Labor - TI-13, IA-IT

Support (RDT&E)

410041 B541 Option 1 Labor - TI-15, SIAT

DoDAFSupport (Fund Type - OTHER)

410042 B541 Option 1 Labor - TI-16, SKC

Support (RDT&E)

410043 B541 Option 1 Labor - TI-17, AOEW

Support (RDT&E)

410044 B541 Option 1 Labor - TI-12, SSLMP

Support (RDT&E)

410045 B541 Option 1 Labor - TI-12, SSLMP

Support (RDT&E)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 4 of 90 FINAL

 

Page 8: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

410046 B541 Option 1 Labor - TI-7, AEWIC

Support (RDT&E)

410047 B541 Option 1 Labor - TI-18, Nulka

Support (RDT&E)

410048 B541 Option 1 Labor - TI-13, IA-IT

Support (RDT&E)

410049 B541 Option 1 Labor - TI-7, AEWIC

Support (RDT&E)

410050 B541 Option 1 Labor - TI-10, SEWIP Blk

2 Support (OPN)

410051 B541 Option 1 Labor - TI-14, CTN

Support (RDT&E)

410052 B541 Option 1 Labor - TI-10, SEWIP Blk

2 Support (RDT&E)

410054 B541 Option 1 Labor - TI-12, SSLMP

Support (RDT&E)

410055 B541 Option 1 Labor - TI-10, SEWIP Blk

2 Support (RDT&E)

410056 B541 Option 1 Labor - TI-11, EWBM

Support (RDT&E)

410057 B541 Option 1 Labor - TI-17, AOEW

Support (RDT&E)

410058 B541 Option 1 Labor - TI-18, Nulka

Support (WCF)

410059 B541 Option 1 Labor - TI-16, SKC

Support (RDT&E)

410060 B541 Option 1 Labor - TI-8, Tactical

Data Support (O&MN,N)

4150 B541 OPTION 1 SURGE services.

Engineering support for EW

systems, in accord with Section

C. (Fund Type - TBD)

0.0 HR $1,014,299.00

Option

4200 B541 OPTION 2 Services. Engineering

Support for EW Systems, in accord

with Section C. (Fund Type - TBD)

0.0 HR $0.00 $0.00 $0.00

4250 B541 OPTION 2 SURGE services. EW

Systems Engineering Support, in

accord with Section C. (Fund Type

- TBD)

0.0 HR $1,012,047.00

Option

For ODC Items:

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 5 of 90 FINAL

 

Page 9: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Est. Cost

6000 B541 ODCs for CLIN 4000 (BASE Period). (RDT&E) 1.0 LO $1,143,555.00

600001 B541 ODCs for TI 2. (RDT&E)

600002 B541 ODCs for TI 2. (RDT&E)

600003 B541 ODCs for TI 2. (RDT&E)

600004 B541 ODCs for TI 2. (RDT&E)

600005 B541 ODCS FOR TI 2. (RDT&E)

600006 B541 ODCs for TI 4. (RDT&E)

600007 B541 ODCs for TI 5. (RDT&E)

600008 B541 ODCs for TI 6. (RDT&E)

600009 B541 Base Period ODCs - TI-2, Tactical Data Support (RDT&E)

600010 B541 Base Period ODCs - TI-4, SEWIP Blk2 Support (RDT&E)

600011 B541 Base Period ODCs - TI-5, EWBM Support (RDT&E)

600012 B541 Base Period ODCs - TI-6, SSLMP Support (RDT&E)

600013 B541 Base Period ODCs - TI-1, Modeling & Simulation Engineering

Support (RDT&E)

6050 B541 ODCs for CLIN 4050 (BASE Periodsurge). (Fund Type - TBD) 1.0 LO $228,711.00

Option

6100 B541 ODCs for CLIN 4100. (OPTION 1) (Fund Type - TBD) 1.0 LO $1,159,632.00

610001 B541 Option 1 ODC - TI-8, Tactical Data Support '2410(a) Authority is

hereby invoked.' (O&MN,N)

610002 B541 Option 1 ODC - TI-12, SSLMP Support (RDT&E)

610003 B541 Option 1 ODC - TI-10, SEWIP Blk 2 Support (RDT&E)

610004 B541 Option 1 ODC - TI-07, AEWIC Support (RDT&E)

610005 B541 Option 1 ODC - TI-12, SSLMP Support (RDT&E)

610006 B541 Option 1 ODC - TI-09, CM (AOEW for Blk 3) Support (RDT&E)

610007 B541 Option 1 ODC - TI-8, TSSC/SEWIP Blk 1 (RDT&E)

610008 B541 Option 1 ODC - TI-11, EWBM Systems Engineering Support (RDT&E)

610009 B541 Option 1 ODC - TI-14, CTN Support (RDT&E)

610010 B541 Option 1 ODC - TI-15, SIAT DoDAFSupport (Fund Type - OTHER)

610011 B541 Option 1 ODC - TI-16, SKC Support (RDT&E)

610012 B541 Option 1 ODC - TI-17, AOEW Support (RDT&E)

610013 B541 Option 1 ODC - TI-07, AEWIC Support (RDT&E)

610014 B541 Option 1 ODC - TI-10, SEWIP Blk 2 Support (OPN)

610015 B541 Option 1 ODC - TI-14, CTN Support (RDT&E)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 6 of 90 FINAL

 

Page 10: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Est. Cost

610016 B541 Option 1 ODC - TI-10, SEWIP Blk 2 Support (RDT&E)

610017 B541 Option 1 ODC - TI-11, EWBM Support (RDT&E)

610018 B541 Option 1 ODC - TI-16, SKC Support (O&MN,N)

6150 B541 ODCs for CLIN 4150 (OPTION 1 Surge). (Fund Type - TBD) 1.0 LO $231,926.00

Option

6200 B541 ODCs for CLIN 4200 (OPTION 2). Ceiling moved to Information CLIN

9201. (Fund Type - TBD)

1.0 LO $0.00

Option

6250 B541 ODCs for CLIN 4250 (OPTION 2 Surge). (Fund Type - TBD) 1.0 LO $235,593.00

Option

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7201 Option Period 2 Labor $5,060,232.00

7201AA B541 Option Period 2 Labor - Unfunded

Ceiling (Fund Type - TBD)

41194.0 HR $3,261,540.07

7201AB B541 Option Period 2 Labor for TI-22,

SEWIP BLK 2 '2410(a) Authority is

hereby invoked.' (O&MN,N)

632.0 HR $50,000.00

7201AC B541 Option Period 2 Labor for TI-21,

SEWIP BLK 3 (RDT&E)

556.0 HR $44,000.00

7201AD B541 Option Period 2 Labor for TI-19,

AEWIC '2410(a) Authority is

hereby invoked.' (RDT&E)

480.0 HR $38,000.00

7201AE B541 Option Period 2 Labor for TI-22,

SEWIP BLK 2 (OPN)

1263.0 HR $100,000.00

7201AF B541 Option Period 2 Labor for TI-19,

AEWIC (WCF)

101.0 HR $8,000.00

7201AG B541 Option Period 2 Labor for TI-24,

SSL (RDT&E)

480.0 HR $38,000.00

7201AH B541 Option Period 2 Labor for TI-24,

SSL '2410(a) Authority is hereby

invoked.' (RDT&E)

1642.0 HR $130,000.00

7201AJ B541 Option Period 2 Labor for TI-20,

TSSC '2410(a) Authority is hereby

invoked.' (O&MN,N)

633.0 HR $50,139.00

7201AK B541 Option Period 2 Labor for TI-29,

Nulka (RDT&E)

1263.0 HR $100,000.00

7201AL B541 Option Period 2 Labor for TI-24,

SSL '2410(a) Authority is hereby

126.0 HR $10,000.00

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 7 of 90 FINAL

 

Page 11: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

invoked.' (Fund Type - OTHER)

7201AM B541 Option Period 2 Labor for TI-24,

SSL (RDT&E)

101.0 HR $8,000.00

7201AN B541 Option Period 2 Labor for TI-29,

Nulka '2410(a) Authority is

hereby invoked.' (RDT&E)

215.0 HR $17,000.00

7201AP B541 Option Period 2 Labor for TI-28,

AOEW (RDT&E)

758.0 HR $60,000.00

7201AQ B541 Option Period 2 Labor for TI-30,

SKC Nulka '2410(a) Authority is

hereby invoked.' (RDT&E)

499.0 HR $39,500.00

7201AR B541 Option Period 2 Labor for TI-29,

Nulka (OPN)

316.0 HR $25,000.00

7201AS B541 Option Period 2 Labor for TI-19,

AEWIC (WCF)

316.0 HR $25,000.00

7201AT B541 Option Period 2 Labor for TI-23,

EWBM (RDT&E)

606.0 HR $48,000.00

7201AU B541 Option Period 2 Labor for TI-31

EWIIP (RDT&E)

568.0 HR $45,000.00

7201AV B541 Option Period 2 Labor for TI 24

SSL (RDT&E)

253.0 HR $20,000.00

7201AW B541 Option Period 2 Labor for TI-23

EWBM (RDT&E)

253.0 HR $20,000.00

7201AX B541 Option Period 2 Labor for TI 22

SEWIP BLK2 (RDDA)

284.0 HR $22,508.93

7201AZ B541 Option Period 2 Labor for TI 26

DoDAF '2410(a) Authority is

hereby invoked.' PLUS-UP Mod 22

$73,500.00 + Mod 23 $17,000.00

(Fund Type - OTHER)

1143.0 HR $90,500.00

7201BA B541 Option Period 2 Labor for TI 30

SKC Nulka (RDT&E)

2008.0 HR $159,000.00

7201BB B541 Option Period 2 Labor for TI 21

BLK3 (RDT&E)

619.0 HR $49,000.00

7201BC B541 Option Period 2 Labor for TI-25,

IA/IT (RDT&E)

758.0 HR $60,000.00

7201BD B541 Option Period 2 Labor for TI-27

SKC (RDT&E)

2261.0 HR $179,000.00

7201BE B541 Option Period 2 Labor for TI-28,

AOEW (Fund Type -OTHER)

581.0 HR $46,000.00

7201BG B541 Option Period 2 Labor for TI-22,

SEWIP BLK 2 (RDT&E)

126.0 HR $10,000.00

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 8 of 90 FINAL

 

Page 12: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7201BK B541 Option Period 2 Labor for TI-29,

Nulka (OPN)

1200.0 HR $95,000.00

7201BL B541 Option Period 2 Labor for TI-19,

AEWIC '2410(a) Authority is

hereby invoked.' (RDT&E)

316.0 HR $25,000.00

7201BN B541 Option Period 2 Labor for TI-19,

AEWIC (RDT&E)

632.0 HR $50,000.00

7201BP B541 Option Period 2 Labor for TI-19,

AEWIC '2410(a) Authority is

hereby invoked.' (RDT&E)

531.0 HR $42,044.00

7201BQ B541 Option Period 2 Labor for TI-25,

IA/IT '2410(a) Authority is

hereby invoked.' (RDT&E)

152.0 HR $12,000.00

7201BR B541 Option Period 2 Labor for TI 21

BLK3 (WCF)

1048.0 HR $83,000.00

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9201 Option Period 2 ODCs $1,177,961.00

9201AA B541 ODC in support ofCLIN 7201 Unfunded Ceiling (Fund Type - TBD) 1.0 LO $671,476.75

9201AC B541 Option Period 2 ODCs for TI-21, SEWIP BLK 3 (RDT&E) 1.0 LO $1,000.00

9201AD B541 Option Period 2 ODCs for TI-19, AEWIC '2410(a) Authority is

hereby invoked.' (RDT&E)

1.0 LO $1,000.00

9201AF B541 Option Period 2 ODCS for TI-19, AEWIC (WCF) 1.0 LO $2,000.00

9201AP B541 Option Period 2 ODCs for TI-28, AOEW (RDT&E) 1.0 LO $500.00

9201AQ B541 Option Period 2 ODCs for TI-30, SKC Nulka '2410(a) Authority is

hereby invoked.' (RDT&E)

1.0 LO $500.00

9201AT B541 Option Period 2 ODCs for TI-23, EWBM (RDT&E) 1.0 LO $7,000.00

9201AU B541 Option Period 2 ODCs for TI-31 EWIIP (RDT&E) 1.0 LO $2,500.00

9201AW B541 Option Period 2 ODCs for TI 23 EWBM (RDT&E) 1.0 LO $6,000.00

9201AX B541 Option Period 2 ODCs for TI 22 SEWIP BLK2 (RDDA) 1.0 LO $271.25

9201AZ B541 Option Period 2 ODCs for TI 26 DoDAF '2410(a) Authority is

hereby invoked.' PLUS-UP Mod 22 $413.00 + Mod 23 $3,000.00 (Fund

Type - OTHER)

1.0 LO $3,413.00

9201BA B541 Option Period 2 ODCs for TI 30 SKC Nulka (RDT&E) 1.0 LO $1,000.00

9201BB B541 Option Period 2 ODCs for TI 21 BLK3 (RDT&E) 1.0 LO $1,000.00

9201BD B541 Option Period 2 ODCs for TI 27 SKC (RDT&E) 1.0 LO $1,000.00

9201BE B541 Option Period 2 ODCs for TI-28, AOEW (Fund Type -OTHER) 1.0 LO $1,000.00

9201BF B541 Option Period 2 ODCs for TI 27 SKC (RDT&E) 1.0 LO $40,000.00

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 9 of 90 FINAL

 

Page 13: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Item PSC Supplies/Services Qty Unit Est. Cost

9201BG B541 Option Period 2 ODCs for TI 22 SEWIP BLK2 (RDT&E) 1.0 LO $10,000.00

9201BH B541 Option Period 2 ODCs for TI 27 SKC (RDT&E) 1.0 LO $125,000.00

9201BJ B541 Option Period 2 ODCs for TI 22 SEWIP BLK2 '2410(a) Authority is

hereby invoked.' (O&MN,N)

1.0 LO $165,000.00

9201BL B541 Option Period 2 Labor for TI-19, AEWIC '2410(a) Authority is

hereby invoked.' (RDT&E)

1.0 LO $2,000.00

9201BM B541 Option Period 2 ODCs for TI 27 SKC (RDT&E) 1.0 LO $135,000.00

9201BR B541 Option Period 2 ODCs for TI 21 BLK3 (WCF) 1.0 LO $1,300.00

NOTE 1: Labor Hours (LH)At the time of award the number of labor hours listed above (0.0 LH) in the Base and Option Periods will be changed to coincidewith the Level of Effort provided in Section H, SEA 5252.216-9122 Level of Effort clause and the number of hours reflected in thecost proposal of the successful offeror.

NOTE 2: SURGE  If the Government determines that an increased level of effort for support is required, the government reserves the right to exercise a"Surge Option" CLIN for additional work in accordance with the Performance Work Statement. The Contracting Officer willprovide written notice to the contractor at least 30 calendar days prior to exercise of a "Surge Option" CLIN.  No ODC SurgeCLIN shall be exercised unless the corresponding Labor Surge CLIN is also exercised.

NOTE 3: ODCs  Unburdened travel and materal costs are specified in Section L. Materials will be limited to those approved attime of award.

B.1 USE WHOLE DOLLARS ONLY

All proposals shall be rounded to the nearest dollar.

B.2 TYPE OF ORDER

This is a term (Level of Effort) order. 

Items in the 4xxx series are cost-plus-fixed-fee type.Items in the 6xxx series are cost (only) type, excluding fee.

B.3 ADDITIONAL CLINS

Additional CLINs/SLINs may be unilaterally created by the Contracting Officer during the performance of thisTask Order to accommodate the multiple types of funds that may be used under this Order. These modificationswill not change the overall level of effort, estimated cost or fee of the Task Order.

B.4 FEE RATE  The following table is to be completed by offeror and reflects the hourly rate to be billed.

  Fixed Fee Amount  Number of Man-hours Rate (Fee per man–hour)

Base                     67,719

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 10 of 90 FINAL

 

Page 14: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Option 1  76,681Option 2  76,694

The rate calculation includes the Surge Option amounts. In accordance with the instructions provided inSection L, the fee rate for each Surge period should be the same as the corresponding base/option. Inaccordance with FAR 52.216-8 Fixed Fee, 15% (not to exceed $100,000) of the fee payment will be reserved.

B.5 FINALIZED FIXED FEE

If the total level of effort for each period specified in Section H, 5252.216-9122 LEVEL OF EFFORT ALTERNATE 1 (MAY 2010) is not provided by the Contractor during the period of this order, the ContractingOfficer, at its sole discretion, shall finalize fee based on the percent of hours provided in relation to the fixedfee. For example, if 90% of the hours were provided, the contractor is entitled to 90% of the fixed fee.

The above fee calculation applies to all periods regardless of the level of funding. This task order will beincrementally funded and budgetary constraints may prevent full funding of all periods. The process forfinalizing the fixed fee is the same for both fully funded periods and periods funded at less than the estimatedtotal cost-plus-fixed-fee.

HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT – ALTERNATE 1) (NAVSEA) (MAY 2010)

(a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" incost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed-fee type contracts for level of effort typecontracts.

(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in thiscontract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable. Suchpayments shall be submitted by and payable to the Contractor pursuant to the clause of this contract entitled"ALLOWABLE COST AND PAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the"FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid fee at the hourly rate(s) specifiedabove per man-hour performed and invoiced. Total fee(s) paid to the Contractor shall not exceed the feeamount(s) set forth in this contract. In no event shall the Government be required to pay the Contractor anyamount in excess of the funds obligated under this contract.

HQ B-2-0020 TRAVEL COSTS -ALTERNATE I (NAVSEA) (DEC 2005)

(a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costsin accordance with FAR 31.205-46. The costs to be reimbursed shall be those costs accepted by the cognizantDCAA.

(b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, inand around the worksite, and from the worksite to the Contractor's facility.

(c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR31.205-35; however, Contracting Officer approval shall be required prior to incurring relocation expenses andtravel costs incident to relocation.

(d) The Contractor shall not be reimbursed for the following daily local travel costs:

 (i) travel at U.S. Military Installations where Government transportation is available,

 (ii) travel performed for personal convenience/errands, including commuting to and from work, and

(iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for theContractor's or employee's convenience.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 11 of 90 FINAL

 

Page 15: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 12 of 90 FINAL

 

Page 16: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

SECTION C DESCRIPTIONS AND SPECIFICATIONS

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT

C.1 INTRODUCTION

C.1.1 This is a performance-based acquisition and is structured around the results to be achieved asopposed to the manner by which the work is to be performed. The quality and effectiveness of theservices performed hereunder will be evaluated in accordance with the performancestandards/acceptable quality and the evaluation methods described in Section E, Inspection andAcceptance, Quality Assurance Surveillance Plan.

C.1.2 This order requires systems engineering contractor support for the Sensor Architecture andIntegration Division (Q30), of the Electromagnetic and Sensor Systems Department (Q), for theNaval Surface Warfare Center, Dahlgren Division (NSWCDD). Q30 provides engineering support forthe systems and programs listed below, with the purpose of deployment and integration of surfaceship surveillance, multi-function radars, and the introduction of advanced array technology insupport of self defense, surface warfare, and integrated air and missile defense.

C.1.3 ScopeThe required engineering support encompasses systems analysis, hardware and software researchand development, software modification, especially for modeling and simulation (M&S), test andevaluation (T&E), data management, and documentation generation and control. This engineeringsupport accommodates the following Navy Electronic Warfare (EW) systems and programs(henceforth referred to as sensor and countermeasures systems):

Lightweight Airborne Multi-Purpose System (LAMPS)Surface Electronic Warfare Improvement Program (SEWIP)Combat Systems EW and Sensor IntegrationElectronic Warfare Decoys and Decoy Systems IntegrationElectronic Attack (EA) Systems and EA IntegrationElecto-Optical and Infrared Countermeasure SystemsElectronic Warfare Tactics, Techniques, and LibrariesNulkaElectronic Warfare (EW) for Future PlatformsAnti-Ship Missile Defense (ASMD)Counter RCIED Electronic Warfare (CREW)Sensor TechnologySensor NetworksSensor FusionInternational ProgramsAdvanced Radar Systems

C.2 TECHNICAL REQUIREMENTS (Access Required: SI/TK/G/HCS)

C.2.1 System Definition AnalysesThe Contractor shall perform analyses and evaluations to support the definition and integration ofsensor and countermeasure systems, and component concepts and alternatives. Areas of applicationinclude assessment of threats, analysis of the operational environment, recommendation of systemperformance requirements, specification of system configuration, definition of interface parameters,definition of integration and support requirements, definition of multi-sensor coordination, andanalyses of environmental impact. The Contractor shall support these efforts by developing systemarchitecture products and specifications, concepts of operation (CONOPS), tactics, techniques and

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 13 of 90 FINAL

 

Page 17: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

procedures (TTP), data requirements documents, test plans/procedures, analysis plans/documents,and integration plans/documents. (CDRLs A003, A005, A006, A007)

C.2.2 Technical Documentation Development and Review SupportThe Contractor shall assist in the development and review of technical documentation for all sensorand countermeasure systems/programs. Examples of documentation may include the following:Capability Development Documents (CDD), Capability Production Documents (CPD), weaponsystem specifications, interface specifications, hardware/equipment specifications, computerprogram specifications, computer program source files, firmware documentation, specificationchanges, testing related documentation, and engineering change proposals (ECP). Documents thatare developed shall provide proper flow-down of requirements from higher-level specifications andproper implementation of system requirements. Equipment design documentation shall beevaluated relative to feasibility of implementation and support of performance requirements.Documents that are reviewed shall have appropriate comments/recommended changes. (CDRLsA003, A005, A006, A007)

C.2.3 Systems Analysis and Performance Studies (Access Required: SI/TK/G/HCS)The Contractor shall provide systems engineering analyses of conceptual designs, developmentequipment, and existing systems. These analyses shall assess system and subsystem performance inboth controlled and operational environments. These analyses shall determine system performanceunder a wide range of tactical and environmental conditions including all potential operationalenvironments. Examples of analyses that may be performed are: evaluating the performance ofcurrent and future EW and other sensor system variants for ship defense, fleet defense, strike, andBallistic Missile Defense (BMD); performing detailed analytical studies to support advancedcountermeasure capabilities in both onboard and off-board configurations. The Contractor shallcontribute to tactical algorithm studies. Examples of these algorithm studies include: multi-sensorintegration, sensor data fusion, kill assessment, and multi-platform track correlation/association.(CDRLs A003, A005, A007)

C.2.4 Model and Simulation Engineering Support (Access Required: SI/TK/G/HCS)The Contractor shall investigate, evaluate, develop and/or support development of system models,and simulations (example – Ship Air Defense Model (SADM)) to support various sensor andcountermeasure systems/programs. The Contractor shall review and provide technical commentsregarding the performance, design, and/or documentation for these models and simulations. TheContractor shall attend design discussions and technical meetings with the developers, reviewspecifications and technical documents, and conduct performance comparisons of the systemsimulations. The Contractor shall provide technical comments and/or recommendations on therequirements, design, and/or implementation of system simulations. The Contractor shall developappropriate test scenarios, participate in the execution of system simulation testing, andreduce/analyze simulation test results. (CDRLs A003, A005, A006, A007)

C.2.5 Develop, Document, and Test Computer Network ProgramsThe Contractor shall perform requirements analysis for both existing and proposed computer networksystems to determine network system feasibility, viability and effectiveness. The Contractor shalldesign, develop and/or modify network systems and as such will: prepare detailed DataManagement, Configuration Management, Program Management, Security and Operational plansand security access rules and system constraints, including appropriate System SecurityAuthorization Agreements (SSAA). The Contractor shall establish and maintain a networkconfiguration tracking system, a filing system for reporting network status and will comply withhardware and software systems standards and procedures. The Contractor shall develop, document,and test computer programs and system configurations to optimize the network system. Anycomputer programs developed under this statement of work will comply with hardware and softwaresystems standards and procedures. The Contractor shall integrate and install network systemprograms into existing or new Government computer equipment (example - UNIX/HP-UX /Linux

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 14 of 90 FINAL

 

Page 18: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

/Windows-based workstations or personal computers) and shall provide training to governmentpersonnel in the use of the system and its applications. (CDRL A003, A005, A006, A007)

C.2.6 Open Architecture (OA) Support RequirementsThe Contractor shall participate in the use of the Navy’s Open Architecture standards in allapplicable programs. The Contractor shall support these efforts by performing technologyassessments (i.e. benchmark evaluations), defining requirements, developing combat system andmulti-sensor integration plans, generating test plans and procedures, conducting test execution,conducting performance and functional analysis, and document test results in a test report. TheContractor shall also provide computer program design documents, software test plans, benchmarkevaluations, and requirements documents. (CDRLs A003, A007)

C.2.7 Computer Program SupportThe Contractor shall provide computer programs for sensor and countermeasures systems. Thecomputer programs will encompass tactical, diagnostic, support/utility, training, and data analysisprograms and firmware. The Contractor will design, develop, integrate, test and document theseprograms and firmware. Software shall be written to execute successfully in either a COTS ormilitarized operating environment as required for the specific project. Typical environments includeSUN workstations running GNAT Ada Compiler, VxWorks, and Tornado; Oracle; MSAccess; Linux;and Java. All products shall comply with required government standards. (CDRLs A003, A005,A006, A007)

C.2.8 Configuration Management (CM) / Data Management (DM) Support (Access Required:SI/TK/G/HCS)The Contractor shall provide technical expertise in all CM functional areas included in the tasksbelow.

C.2.8.1 Participate in and provide technical meeting support, including preparation of memorandafor distribution of review items. Prepare and distribute: agendas, review minutes/action itempackages, Test Observation Reports (TORs), Computer Program Change Requests (CPCRs),Firmware Change Reports (FCRs), ECPs, Specification Changes (SCs), Interface Change Requests(ICRs), and other technical documents to cognizant element engineers for review. The Contractorshall schedule, track, and report inspections for all NSWCDD-generated SCs and ICRs prior to beingboarded at the Configuration Control Board (CCB). (CDRLs A003, A004, A006, A007, A008)

C.2.8.2 Attend and provide assistance with technical meetings by tracking action items, updatingaction item status, reviewing meeting minutes, and following up on action items. (CDRL A008)

C.2.8.3 Perform periodic analysis and data audits. (CDRLs A003, A007)

C.2.8.4 Maintain CM records for computer programs, firmware and their associated documentation,and verify data in CM database. (CDRLs A005, A007, A009)

C.2.8.5 Input program data into CM database, and generate status accounting and other specialreports. (CDRLs A005, A007)

C.2.8.6 Serve as Question/Issue/Response (QIR) POC, providing reports and hard copy of new QIRsto all element POCs. (CDRL A007)

C.2.8.7 Generate status accounting and similar reports. Support program change control andconfiguration administration processes, to include tracking receipt and distribution ofdocumentation. (CDRL A007)

C.2.8.8 Provide technical and administrative assistance with Lean Value Stream Analysis andRapid Improvement Events to review and streamline the CM processes and standards. Documentand maintain procedures such as Standard Operating Procedures (SOPs) and Process Documents

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 15 of 90 FINAL

 

Page 19: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

(PDs). (CDRL A007)

C.2.9 Tactical Data Support (Access Required: SI/TK/G/HCS)The Contractor shall develop, document, and test tactical data files (including tactical threat databases, countermeasures data files, threat update messages, threat scenarios) to support deployedand developmental sensor and countermeasures systems. The Contractor shall design, develop,document, and maintain support systems for tactical data files generation and testing. An exampleof this may be the Automated Threat Library Support System (ATLSS) for surface EW sensor tacticalthreat data. The Contractor shall develop specialized test equipment, test plans/procedures,scenarios, data collection and recording processes, data sheets, and analysis reports as required forthe generation and testing of tactical data files. The Contractor shall produce tactical data filedevelopment guides and users guides, which define all rules/requirements/idiosyncrasies inproducing tactical data files based on the capabilities and limitations of the tactical systemsoftware. These guides shall be in Government approved format. A preliminary guide shall besubmitted to the Government for review and comment. The Government shall submit commentsand/or requests for changes to the Contractor for incorporation into the guide. (CDRLs A003, A005,A006, A007, A009)

C.2.10 Reserved.

C.2.11 Information Assurance

C.2.11.1 The contractor shall provide weapon system and weapon control system securityaccreditation and certification analysis and adhere to the processes IAW DoD and DoN guidance,standards, and instructions such as Defense Information Assurance Certification and AccreditationProcess (DIACAP) and Platform Information Technology (PIT). This activity includes: developmentand maintenance of the DIACAP package, development and maintenance of the Request for PITRisk Approval, conduct of vulnerability assessments, development and execution of security testplans and procedures, and facilitation of the accreditation decision from the appropriate approvalauthority. (CDRL A003, A007)

C.2.11.2 The contractor shall develop and maintain the appropriate system security accreditationand documentation such as the System Security Administrator and Operator Manual (SSAOM)documentation. The Contractor shall also conduct laboratory and shipboard verification of theSSAOM, as required by DoD policies, prior to delivery to the ship. (CDRL A007, A008)

C. 2.11.3 The contractor shall support the creation or modification of existing processdocumentation to reflect how Information Assurance Vulnerability Management (IAVM) will beaddressed. The contractor shall perform Information Assurance Vulnerability Alert (IAVA) trackingand assessment. (CDRL A007, A008)

C.2.11.4 The contractor shall ensure that any weapon/sensor system technical design complies withIA requirements as delineated in the Security Technical Implementation Guides (STIG) found onthe DISA IA Support Environment (IASE) website, and that IA measures and design characteristicsare correctly implemented. (CDRL A003, A007)

 C.2.11.5 The contractor shall support the development and processing of requests for weaponssystem connections to shipboard networks by liaising directly with SPAWAR and NETWARCOM.(CDRL A003, A004, A007).

C.2.11.6 The contractor shall provide system security impacts and support the overall developmentof CCPs, Record Engineering Change Proposals (ECPs), Statement of Functionality (SOF) and othertechnical and program documentation as required. (CDRL A003, A007, A008)

C.2.11.7 The contractor shall support the process improvement initiatives as they relate to assignedweapon and control system security efforts. (A008)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 16 of 90 FINAL

 

Page 20: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

C.2.12 Test EngineeringThe Contractor shall provide test equipment installation, test equipment/computer program upgraderecommendations, test equipment/computer program maintenance and training for the testing ofsensor and countermeasures systems. The installation support shall include: the installation, set upand checkout of all test components in the test facilities. The Contractor shall provide testequipment/computer program upgrade recommendations which might include designmodifications, new equipment and simulations and new test configurations. The emphasis of theseupgrades is to provide more stressful and realistic test environments. Any upgrades must be inaccordance with the Government Sensor and Countermeasures systems development, installationand deployment schedules. The Contractor shall maintain all test facility equipments and computerprograms. The majority of this will be at the Q30 test facilities but maintenance at both remoteGovernment test sites and shipboard will also be required. The Contractor shall provide training ofall test systems, including any planned upgrades, to Government personnel. The Contractor shallprovide the appropriate training documents, manuals and presentation materials. (CDRLs A003,A004, A005, A006, A007)

C.2.13 Design, Fabrication, Integration, Maintenance, and Operation Support of Sensors andCountermeasures Testing SystemsThe contractor shall be responsible for the design, schematics, fabrication, integration, delivery,setup and verify performance of sensors and countermeasures testing systems, in accordance withspecific Government-approved Technical Performance Specifications (TPS) defined by TechnicalInstructions. The contractor shall ensure that all OSHA standards are met during design, fabricationand integration; as well as providing operational EW test system procedures that include preventivemaintenance guidelines and shall visit the government facility to assist/train appropriate personnel.The contractor shall ensure that all performance specifications (e.g. MIL-STD-461, MIL-STD-464 &EW Test Requirements), as defined in each separate TPS, are initially achieved as well asmaintained and updated as the government requires, while being responsible to identify additionalEW program support requirements. Prior to the work commencing on the EW testing systems, thecontactor shall submit a detailed test system proposal for government review, including all designs,technical integration approaches, identified equipment for integration and fabrication, derived fromthe TPS. The contractor shall perform all labor, provide materials and equipment during thefabrication/integration stage and must meet agreed upon TPS performance benchmarks andschedule milestones. The government will validate performance before accepting delivery. Workshall be performed at either the government’s or contractor’s facilities as necessary. These systemsshall become the property of the government. (CDRLs A003, A004, A005, A006, A007, A008)

C.2.14 Collect, Process and Analyze Sensor and Countermeasures System Data (AccessRequired: SI/TK/G/HCS)The Contractor shall collect, process, and analyze sensor and countermeasures systems test data.The source of the data may be land-based and/or at-sea systems. As part of this effort the Contractorshall prepare briefings and technical reports summarizing these efforts. The Contractor shall alsoparticipate in the development of data collection and distribution equipment to support both landand sea-based data collection. The Contractor shall develop, document, and test computer softwareand data collection tools. The Contractor shall integrate and install these programs or databasesinto existing Government equipment (UNIX/LINUX/SUN Solaris workstation or personal computers).(CDRLs A003, A004, A005, A006, A007)

C.2.15 Perform System TestingThe Contractor shall execute sensor and countermeasure systems testing. The Contractor shalldevelop test requirements, test specifications, test plans/procedures, safety plans, risk hazardassessments, and Standard Operation Procedures. The Contractor shall execute the tests, collecttest data, analyze the test data, document test results in a test report. (CDRLs A003, A007)

C.2.16 Program Budget Plan Development and MonitoringThe Contractor shall provide program budget plan development and monitoring for the sensor and

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 17 of 90 FINAL

 

Page 21: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

countermeasure systems programs covered by this contract. The Contractor shall: maintaintechnical, financial, and scheduling status; assist in the development of annual budget planningestimates; develop costs estimates for Program Planning Sheets; track expenditures andexpenditure rates, identify variances, calculate performance indices and provide expenditureprojections. The Contractor shall assist the Government in the calculation of the elements of EarnedValue Management. The Contractor shall develop Plans of Action and Milestones (POA&Ms) forspecific projects. (CDRL A005, A007, A009)

C.2.17 Presentation SupportThe Contractor shall prepare presentation technical/engineering material for all Q30 branches tosupport technical briefings to PEO IWS, other Services, DoD agencies, and industry. (CDRL A004)

C.2.18 Integrated Product Team (IPT) and Working Group (WG) SupportThe Contractor shall have an understanding of and participate in system IPTs and WGs. TheContractor shall review and provide comments on documents generated as part of the IPT process.The Contractor shall identify significant issues with recommended solutions (or alternatives) andassociated risks. The Contractor shall prepare summaries of meetings attended, to include meetinghighlights, action items, concerns to be considered by other IPTs/WGs, and risks. The Contractorshall prepare responses (including briefing materials and reports) to action items assigned atIPT/WG meetings. The Contractor shall coordinate plans with installation, demonstration, and testsites and other IPT/WG activities. The Contractor shall identify significant issues and risks andrecommend solutions. In addition, the Contractor shall participate in stakeholder meetings (e.g.,design reviews, program reviews, documentation comment adjudication meetings), and test events(e.g., IV&V, demonstration, developmental, and operational). Knowledge of existing processes andprocedures for system operations onboard ships, at shipyards, and at land-based test, training, anddemonstration sites is required. (CDRLs A003, A004, A007, A008)

C.2.19 Status and Progress ReportingThe Contractor shall provide reports on efforts in paragraphs C.2.1 through C.2.18 (including allsubparagraphs) to the Contracting Officer’s Representative (COR). Monthly reports shall be providedfor all efforts. Weekly reports shall be provided as required by individual projects. (CDRLs A001,A002)

C.3.0 DELIVERABLESData item deliverables are required, in accordance with DD Form 1423, Contract DataRequirements List, attached hereto.

C.4.0 SECURITY 

T he Department of Defense Contract Security Classification Specification (DD Form 254)(Attachment J.1) provides the security classification requirements for this order. Access toclassified spaces a nd material a nd generation of classified material shall be in accordance withthe DD 254 with security clearances as required by the Department Industrial Security Programprior to starting work on tasks requiring clearances.

T he Contractor’s primary facil i ty supporting th is order must be cleared to the T OP SECRET levelwith at least SECRET storage capability. A ll personnel performing under th is order shall possess,at

a minimum, a SECRET Security Clearance. Specific tasks under th is Statement of Work m ayrequire NATO security clearances, TOP SECRET and SCI clearances. An SCI access authorizedclearance may be required for threat database, countermeasures data, systems analysisperformance, and modeling and simulation work on-site at NSWCDD. Not all personnel supportingthe efforts under this SOW require SCI access clearances and not a ll efforts will be at the SCI accesslevel. T he level of TOP SECRET support required at contract startup is less than thirty percent. Atcontract startup, required TOP SECRET hours and labor categories are as follows: quantity .5full-t ime equivalent (FTE) hours of Program Manager, 1 FTE hours of Senior Systems Engineer,1 FTE hours of Senior Software Engineer, 3 FTE hours of Principal Engineer, 1 FTE hours of

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 18 of 90 FINAL

 

Page 22: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Senior Data Manager, 1 FTE hours of Data Manager, .5 FTE hours of Senior Security Specialist,and .5 FTE hours of Security Specialist.

Access to non-SCI intelligence is required to use intelligence documents related to foreigngovernment weapon systems.  The programs sponsored by Q34 use intelligence source data fromthe from the National Intelligence producers: Defense Intelligence Agency (DIA), National SecurityAgency (NSA) and the Science and Technology Intelligence (S&TI) producers: National Air andSpace and Intelligence Center (NASIC), National Ground Intelligence Center (NGIC), and theMissile and Space Intelligence Center (MSIC).  Q34 Tactical Software Support Center (TSSC)efforts are specifically tasked under OPNAVINST 3430.23 to support Electronic System (ES) andElectronic Attack (EA) threat data content from the Navy Information Operations Database (NIODB)produced by the Navy Information Operations Command (NIOC).

Access to NATO is required to obtain a SIPRnet accounts and to utilize the DTIC system to obtaindocuments on intelligence.  Access to Foreign Government Information in required to obtainAustralian and United Kingdom documents on specific weapon systems.  For Official Use Only(FOUO) and Personally Identifiable Information (PII) generated and/or provided under this contractshall be safeguarded and marked as specified in DoD 5400.7-R Chapters 3 and 4.   All aboveaccesses are needed to support or provide the system engineering, software development, andmaintenance of Navy tactical initiatives and spiral and baseline developments to support NSWCDD.

Electronic Spillage

Electronic Spillages (ES) are unacceptable and pose a risk to national security.  An electronicspillage is defined as classified data placed on an information system (IS), media or hardcopydocument possessing insufficient security controls to protect the data at the required classificationlevel, thus posing a risk to national security (e.g., sensitive compartmented information (SCI) ontocollateral, Secret onto Unclassified, etc.).  The contractor's performance as it relates to ES will beevaluated by the Government.  ES reflects on the overall security posture of NSWCDD and a lack ofattention to detail with regard to the handling of classified information of IS security discipline andwill be reflected in the contractor's performance rating.  In the event that a contractor is determinedto be responsible for an ES, all direct and indirect costs incurred by the Government for ESremediation will be charged to the contractor.

NSWCDD Security will continue to be responsible for the corrective action plan in accordance withthe security guidance reflected on the DoD Contract Security Classification Specification (DD Form254).  NSWCDD Security will identify the contractor facility and contract number associated with allelectronic spillages during the investigation that involve contractor support.  NSWCDD Security willnotify the Contracts Division with the contractor facility name and contract number, incidentspecifics and associated costs for clean-up.  The Contracting Officer will be responsible to work withthe contractor facility to capture the costs incurred during the spillage clean up.  The contractor isalso responsible for taking Information Security Awareness training annually, via their FacilitySecurity Officer (FSO), as part of the mandatory training requirements.  If a spillage occursadditional training will be required to prevent recurrence.

 

Potable Electronic Devices

Non-government and/or personally owned portable electronic devices (PEDs) are prohibited in allNSWCDD buildings with the exception of personally owned cell phones which are authorized for usein spaces up to and including controlled access areas.  The contractor shall ensure the onsitepersonnel remain compliant with this PED policy.  NSWCDD instruction defines PEDS as thefollowing: any electronic device designed to be easily transported, with the capability to store,record, receive or transmit text, images, video, or audio data in any format via any transmissionmedium.  PEDS include, but are not limited to, pagers, laptops, radios, compact discs and cassetteplayers/recorders.  In addition, this includes removable storage media such as flash memory,memory sticks, multimedia cards and secure digital cards, micro-drive modules, ZIP drives, ZIP disks,recordable CDs, DVDs, MP3 players, iPads, digital picture frames, electronic book readers, kindles,nooks, cameras, external hard disk drives, and floppy diskettes.

PEDs belonging to an external organization shall not be connected to NSWCDD networks orinfrastructure without prior approval from the NSWCDD Information Assurance and Compliance

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 19 of 90 FINAL

 

Page 23: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Branch, CXA10.  This approval will be granted using the TARIS form and action tracker process.

Personally owned hardware or software shall not be connected or introduced to any NSWCDDhardware, network or information system infrastructure.

Contract performance may require that the contractor host, at an off-base location, foreign nationalsand/or foreign representatives.  A foreign national is a person who is a citizen of a foreign nation,and who is not a citizen of the United States.  A foreign representative is a person who represents aforeign interest in dealings with the U.S. Government, either directly or through dealings with a U.S.Government contractor.  A foreign representative may be a United States citizen.

Foreign Visitors

Naval Surface Warfare Center Dahlgren Division (NSWCDD) Foreign Visitor Request Process is anestablished a foreign visitor approval process.  This process requires the electronic submission of a“Foreign National Visitor Request Form”.  Whenever, pursuant to the terms of this contract, a visit toa contractor facility or contractor workspace by a foreign national or foreign representative isanticipated, AND one or more Government employees will be in attendance at this visit/meeting,than a Foreign National Visitor Request Form must be submitted.  This form must be submitted, andapproval for the visit granted, prior to the visit/meeting taking place.  Submission of the requiredform is accomplished electronically, and can only be submitted by a government employee.  Thecontractor is responsible for providing the COR with the information required for submission of theform.  This information includes the date of the proposed visit/meeting, the purpose of the visit, thevisit location, and information related to the classification of information expected to be disclosedduring the visit/meeting.  The COR must electronically submit the form at least 30 days prior to theanticipated visit/meeting date.

The contractor shall not proceed with a scheduled visit/meeting by a foreign national or foreignrepresentative until notified by the COR that approval has been obtained.

C.5.0 GOVERNMENT-FURNISHED RESOURCES

C.5.1 Government workspace will be provided for Contractor employees to support tasks such asconfiguration and data management; system and website administration; test; analysis; and forspecific labor categories for other specific tasking.  Government office space will be provided atNSWCDD for up to 13 persons occupying the following 12 positions:

Senior EW Systems EngineerSenior Systems EngineerSenior Software EngineerPrincipal EngineerSystems Engineer (2 spaces for this labor category)Senior Data ManagerData ManagerSenior Configuration Mgt SpecialistConfiguration Mgt SpecialistElectronics TechnicianSenior Security SpecialistSecurity Specialist 

C.5.2 If NMCI resources are required to complete the efforts under this solicitation, the Governmentwill provide access to these resources.

C.6.0 OTHER INFORMATION

C.6.1 Place of Performance A significant portion of the work to be performed onsite at NSWCDD, Dahlgren VA, involves dailyuse of Government laboratories and test facilities. The Contractor shall have an office within 60minutes commuting distance of Naval Support Activity South Potomac, Dahlgren VA.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 20 of 90 FINAL

 

Page 24: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

C.6.2 Non-Disclosure Agreements (NDAs) This PWS may require the contractor to access data and information proprietary to a contractor orgovernment agency and/or of such a nature that its dissemination or use, other than in performanceof this PWS, would be adverse to the interest of the government and/or others.

The contractor, including subcontractors and consultants, shall not divulge or release data or information developedor obtained in performance of this PWS except to authorized government personnel or upon written approval of theContracting Officer or Contracting Officer's Representative (COR).  The contractor shall not use, disclose, orreproduce proprietary data which bears a restrictive legend other than as required in the performance of this PWS. The limitations above do not apply to data or information that has been made public by the government.  Allproducts, deliverables and work produced, as well as associated back-up documentation, will be considered theproperty of the government. 

Contractor personnel may be required, from time to time, to sign non-disclosure statements as applicable to specifictasking.  The COR will notify the contractor of the number and type of personnel that will need to sign theNon-Disclosure agreements.  The signed Non-Disclosure Agreements shall be executed prior to accessing data orproviding support for information that must be safeguarded and returned to the COR for endorsement and retention.

C.6.3 Project Conclusion/ Transition-Out PlanIn the last year of the order, if directed by the Government, the Contractor shall develop and submita transition-out plan that assumes recompete of the order requirements resulting in award, andtransition, to another contractor. The transition-out plan will address:

Minimum duration of transition. Staff requirements and their role in transition.Level of tasking to be performed and any impact it will have on transition.Knowledge transfer.Intellectual property transfer.Gantt schedule of transition.Formal handover (conclusion of transition) and Government acceptance.

The plan shall address the step-by-step transition of responsibility for support of the programs'current operation without discontinuity of work flow or loss of integrity of the program’s currentoperation, and creating interfaces for technical and contract administration. The plan shouldidentify any services, support or other items that will be required from the Government to facilitatethe transition. (CDRL A011)

C.6.4  ODC for TravelTravel in support of this contract is anticipated and shall be conducted in accordance with DoDJoint Travel Regulations. Travel is anticipated to be mostly CONUS, for interfacing withGovernment program sponsors, systems prime developers, and participating in field tests.  Travelshall be approved by the COR, in advance. 

Estimated annual travel destinations are listed below:

Destination # Persons # Days # Trips

Atlanta GA 1 4 10

Boston MA 1 4 20

Camp Lejeune NC 2 2 5

Camp Pendleton CA 2 5 5

Chesapeake Beach MD 2 5 5

Linthicum MD 1 1 25

Moorestown NJ 2 2 30

Norfolk VA 3 1 30

NSWC/Crane IN 2 5 20

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 21 of 90 FINAL

 

Page 25: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Pearl Harbor HI 2 5 10

Pensacola FL 1 5 10

Quantico VA 2 1 50

San Diego CA 2 5 20

Syracuse NY 1 2 75

Tuscon AZ 1 5 10

Twentynine Palms CA 1 5 5

Wallops Island VA 2 4 30

Washington DC 2 1 200

Yuma AZ 3 5 15

C.6.5  Other Direct Costs for Materials During the performance of this task order it may be necessary for the contractor to procure materialsor equipment (hereafter referred to as “materials”) to respond to the mission requirements listed inthe Performance Work Statement.  This task order is a service contract and the procurement cost ofmaterial, of any kind, that are not incidental to, and necessary for, the contract performance may bedetermined unallowable costs pursuant to FAR Part 31.  

The term “material” means property that may be consumed or expended during the performance of a contract,component parts of a higher assembly, or items that lose their individual identity through incorporation intoan end-item. The term "equipment" means a tangible item that is functionally complete for its intended purpose, durable,nonexpendable, and needed for performance of a contract.  Equipment is not intended for sale, and does notordinarily lose its identity or become a component part of another article when put into use.  Equipmentdoes not include material, real property, special test equipment or special tooling."Government property" means all property owned or leased by the Government.  Government propertyincludes both Government-furnished and Contactor-acquired property. Government property icludes material,equipment, special tooling, special test equipment, and real property.  

Any material acquired by the contractor is subject to the requirements of the FAR and DFARS. Charges related tomaterials costs may include general and administrative (G&A) expenses but shall not include fee or profit.

C.6.5.1  Costs Expressly Not Allowed for Direct ChargeThe costs of general purpose business expenses required for the conduct of normal business operations will not beconsidered allowable direct costs in the performance of the contract - unless supported by DCMA as a procedure ofthe Contractor's accounting procedures. General purpose business expenses include but are not limited to the costsfor items such as telephones (including cell phones) and telephone charges, copy machines, word processingequipment, personal computers, and other office equipment and supplies.

C.6.5.2  List of Materials Approved for PurchaseThe materials listed in section C.6.5.3 shall be the only ones approved for purchase under this taskorder. If the contractor operates an approved purchasing system, individual purchases over $10,000shall not be executed until the COR reviews the requested purchase and approval is obtained fromthe Contracting Officer (CO). If the contractor does not operate an approved purchasing system,purchases over $3,000 shall not be executed until the COR reviews the requested purchase andapproval is obtained from the CO. No purchases of any amount shall be executed by asubcontractor if they do not have an approved accounting system.

C.6.5.3  Materials ListThe materials and equipment contained in the following list are authorized for purchase once theContractor has complied with approval requirements stated in sections C.6.5.2 above and C.6.5.4and C.6.5.5 below. 

common processor systems

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 22 of 90 FINAL

 

Page 26: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

common display systemssignal generatorssolid state amplifierssolid state componentsspectrum analyzersoscilloscopestest equipmentcable harnesscoaxial cablecoaxial cable connectorselectrical componentsellipsoidal reflector antenna systemsenclosuresequipment racksfiber optic componentsfield tool setsflow metersmultimeterspower suppliesshielded cableshielded cable connectorstarget systemstemperature sensorsvolt and watt meters 

Materials not fitting the descriptions listed in this section may not be purchased unless mutuallyagreed to by both the Government and contractor and subsequently added to the task order bycontract modification.

C.6.5.4  Required ApprovalsPrior written approval from the Contracting Officer shall be required for all purchases of materialsunder the following circumstances:

 a) If the Contractor (or Subcontractor) possesses an approved purchasing system, the followingapplies:

 1) A purchase of materials, from the list at Section C.6.5.3 above, that equals $10,000 or less perindividual purchase may be executed with COR review and written approval. CO approval is notrequired.

2) A purchase of materials, from the list at Section C.6.5.3 above, that exceeds $10,000 perindividual purchase may NOT be executed unless the COR reviews the proposed purchase and theCO issues written approval.

b) If the Contractor (or Subcontractor) does not possess an approved purchasing system, thefollowing applies:

 1) A purchase of materials, from the list at Section C.6.5.3 above, that equals $3,000 or less perindividual purchase may be executed with COR review and written approval. CO approval is notrequired.

 2) A purchase of materials, from the list at Section C.6.5.3 above, that exceeds $3,000 perindividual purchase may NOT be executed unless the COR reviews the proposed purchase and theCO issues written approval.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 23 of 90 FINAL

 

Page 27: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

 c) Separate multiple purchases of amounts valued below those thresholds stated in this sectionshall not be submitted to circumvent the COR and CO review and approval procedure. Splittingpurchase requirements to defeat purchasing thresholds shall not be approved.

C.6.5.5  Procedure for Obtaining COR and CO ApprovalTo obtain COR and/or CO approval, the Contractor shall do the following: 

a) Submit a written request for purchase of materials to the COR through e-mail. The COR shallreview the request. If it is in accordance with C.6.5.5 above and requires CO approval, the CORshall submit the request via the Contract Specialist to the CO for review and approval.

b) Minimum requirements for a written request for purchase are as follows:             1)  Complete description of the material to be purchased            2)  Quantity            3)  Unit and Total Cost            4)  Delivery/Freight charges            5)  Any associated service charges such as assembly, configuration, packing, etc.            6)  An explanation of the need for the material            7)  List the competitive quotes received from potential suppliers            8) The basis for the selection of the selected supplier            9)  Explanation of the determination of price reasonableness regarding the selected suppliercosts          10)  If the procurement is sole sourced to a particular supplier or manufacturer, include therationale for limiting the procurement to that supplier or manufacturer.          11)  You may seek the assistance of the Contract Specialist for guidance on item 10. 

c)  Once the COR and/or CO have reviewed the request, the Government shall notify the Contractorof the outcome. Issues or details may be discussed with the Contract Specialist acting on behalf ofthe CO until a final Government determination is made as to whether to approve, modify, or rejectthe purchase. 

C.6.5.6  Adequate Property Management SystemThe contractor is required to possess and maintain an adequate property management system.

C.6.5.7  Disposition of MaterialsUpon completion of the period of performance, all material associated with this contract that ispurchased by the contractor and not depleted during the performance of the contract shall becomethe property of the Federal Government. The contractor shall transfer all materials, not depleted, tothe COR by way of a Material Inspection and Receiving Report (DD250).  The contractor shallinventory property on a DD Form 1662, "Status of Government-Furnished Equipment", annually, inaccord with CDRL A012.

 C.7 HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)

(a) "Organizational Conflict of Interest" means that because of other activities or relationships withother persons, a person is unable or potentially unable to render impartial assistance or advice tothe Government, or the person's objectivity in performing the contract work is or might be otherwiseimpaired, or a person has an unfair competitive advantage. "Person" as used herein includesCorporations, Partnerships, Joint Ventures, and other business enterprises.

(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise setforth in the contract, the Contractor does not have any organizational conflict of interest(s) asdefined in paragraph (a).

(c) It is recognized that the effort to be performed by the Contractor under this contract may create apotential organizational conflict of interest on the instant contract or on a future acquisition. In order

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 24 of 90 FINAL

 

Page 28: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

to avoid this potential conflict of interest, and at the same time to avoid prejudicing the best interestof the Government, the right of the Contractor to participate in future procurement of equipmentand/or services that are the subject of any work under this contract shall be limited as describedbelow in accordance with the requirements of FAR 9.5.

(d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that would permitor result in disclosure to any party outside the Government any information provided to theContractor by the Government during or as a result of performance of this contract. Such informationincludes, but is not limited to, information submitted to the Government on a confidential basis byother persons. Further, the prohibition against release of Government provided information extendsto cover such information whether or not in its original form, e.g., where the information has beenincluded in Contractor generated work or where it is discernible from materials incorporating orbased upon such information. This prohibition shall not expire after a given period of time.

(2) The Contractor agrees that it shall not release, disclose, or use in any way that would permit orresult in disclosure to any party outside the Government any information generated or derivedduring or as a result of performance of this contract. This prohibition shall expire after a period ofthree years after completion of performance of this contract.

(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to anyaffiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any jointventure involving the Contractor, any entity into or with which it may merge or affiliate, or anysuccessor or assign of the Contractor. The terms of paragraph (f) of this Special ContractRequirement relating to notification shall apply to any release of information in contravention ofthis paragraph (d).

(e) The Contractor further agrees that, during the performance of this contract and for a period ofthree years after completion of performance of this contract, the Contractor, any affiliate of theContractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involvingthe Contractor, any entity into or with which it may subsequently merge or affiliate, or any othersuccessor or assign of the Contractor, shall not furnish to the United States Government, either as aprime Contractor or as a subcontractor, or as a consultant to a prime Contractor or subcontractor, anysystem, component or services which is the subject of the work to be performed under this contract.This exclusion does not apply to any recompetition for those systems, components, or servicesfurnished pursuant to this contract.

As provided in FAR 9.505-2, if the Government procures the system, component, or services on thebasis of work statements growing out of the effort performed under this contract, from a source otherthan the Contractor, subcontractor, affiliate, or assign of either, during the course of performance ofthis contract or before the three year period following completion of this contract has lapsed, theContractor may, with the authorization of the cognizant Contracting Officer, participate in asubsequent procurement for the same system, component, or service. In other words, the Contractormay be authorized to compete for procurement(s) for systems, components, or services subsequentto an intervening procurement.

(f) The Contractor agrees that, if after award, it discovers an actual or potential organizationalconflict of interest; it shall make immediate and full disclosure in writing to the Contracting Officer.The notification shall include a description of the actual or potential organizational conflict ofinterest, a description of the action, which the Contractor has taken or proposes to take to avoid,mitigate, or neutralize the conflict, and any other relevant information that would assist theContracting Officer in making a determination on this matter. Notwithstanding this notification, theGovernment may terminate the contract for the convenience of the Government if determined to bein the best interest of the Government.

(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 25 of 90 FINAL

 

Page 29: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

an organizational conflict of interest prior to the award of this contract or becomes, or shouldbecome, aware of an organizational conflict of interest after award of this contract and does notmake an immediate and full disclosure in writing to the Contracting Officer, the Government mayterminate this contract for default.

(h) If the Contractor takes any action prohibited by this requirement or fails to take action required bythis requirement, the Government may terminate this contract for default.

(i) The Contracting Officer's decision as to the existence or nonexistence of an actual or potentialorganizational conflict of interest shall be final.

(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing orselling to the United States Government its product lines in existence on the effective date of thiscontract; nor, shall this requirement preclude the Contractor from participating in any research anddevelopment or delivering any design development model or prototype of any such equipment.Additionally, sale of catalog or standard commercial items are exempt from this requirement.

(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked toevaluate or advise the Government concerning its own products or activities or those of a competitorin order to ensure proper safeguards exist to guarantee objectivity and to protect the Government'sinterest.

(l) The Contractor shall include this requirement in subcontracts of any tier which involve access toinformation or situations/conditions covered by the preceding paragraphs, substituting"subcontractor" for "contractor" where appropriate.

(m) The rights and remedies described herein shall not be exclusive and are in addition to otherrights and remedies provided by law or elsewhere included in this contract.

(n) Compliance with this requirement is a material requirement of this contract.

C.8  HQ C-2-0002 ACCESS TO PROPRIETARY DATA OR COMPUTER SOFTWARE  (NAVSEA) (JUN1994)

(a) Performance under this contract may require that the Contractor have access to technical data,computer software, or other sensitive data of another party who asserts that such data or software isproprietary. If access to such data or software is required or to be provided, the Contractor shall enterinto a written agreement with such party prior to gaining access to such data or software. Theagreement shall address, at a minimum, (1) access to, and use of, the proprietary data or softwareexclusively for the purposes of performance of the work required by this contract, and (2) safeguardsto protect such data or software from unauthorized use or disclosure for so long as the data orsoftware remains proprietary. In addition, the agreement shall not impose any limitation upon theGovernment or its employees with respect to such data or software. A copy of the executedagreement shall be provided to the Contracting Officer. The Government may unilaterally modifythe contract to list those third parties with which the Contractor has agreement(s).

(b) The Contractor agrees to: (1) indoctrinate its personnel who will have access to the data orsoftware as to the restrictions under which access is granted; (2) not disclose the data or software toanother party or other Contractor personnel except as authorized by the Contracting Officer; (3) notengage in any other action, venture, or employment wherein this information will be used, otherthan under this contract, in any manner inconsistent with the spirit and intent of this requirement; (4)not disclose the data or software to any other party, including, but not limited to, joint venturer,affiliate, successor, or assign of the Contractor; and (5) reproduce the restrictive stamp, marking, orlegend on each use of the data or software whether in whole or in part.

(c) The restrictions on use and disclosure of the data and software described above also apply to

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 26 of 90 FINAL

 

Page 30: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

such information received from the Government through any means to which the Contractor hasaccess in the performance of this contract that contains proprietary or other restrictive markings.

(d) The Contractor agrees that it will promptly notify the Contracting Officer of any attempt by anindividual, company, or Government representative not directly involved in the effort to beperformed under this contract to gain access to such proprietary information. Such notification shallinclude the name and organization of the individual, company, or Government representativeseeking access to such information.

(e) The Contractor shall include this requirement in subcontracts of any tier which involve access toinformation covered by paragraph (a), substituting "subcontractor" for "Contractor" whereappropriate.

(f) Compliance with this requirement is a material requirement of this contract.

C.9  USE OF INFORMATION SYSTEM (IS) RESOURCES

Contractor Provision of IS Resources

Except in special circumstances explicitly detailed elsewhere in this document, the Contractor shallprovide all IS resources needed in the performance of this contract. This includes, but is not limitedto, computers, software, networks, and addresses.

Contractor Use of NSWCDD IS Resources

In the event that the Contractor is required to have access to NSWCDD IS resources, the login name(common id) and associated information shall be registered with the NSWCDD site issuing authority.If the Contractor requires access to applications/systems that utilize public key (PK) cryptography, theContractor is responsible for obtaining requisite PK certificates from a DOD or

External Certificate Authority. If this contract requires that the Contractor be granted access and useof NSWCDD IS resources (at any site), the IS shall be accredited for Contractor use in accordancewith procedures specified by the IS Security Office. The accreditation shall include CORcertification that the use and access is required by this contract.

Connections Between NSWCDD and Contractor Facilities

If there is a requirement (specifically delineated elsewhere in this contract) for interconnectionbetween any facilities and/or ISs owned or operated by the Contractor, such interconnection shalltake place only after approval from the NSWCDD IS Security Office. All such connections as well asthe ISs connected thereto will be accredited (operated at an acceptable risk) by the appropriateNSWCDD Designated Approving Authority (DAA) and comply with the requirements of DODDIR5200.28 regarding Memorandums of Agreement. All such connections will be made outside theappropriate NSWCDD firewall.

Accreditation of Contractor-owned ISs

All ISs used in the performance of this contract will be accredited by the cognizant NSWCDD DAA.ISs processing classified information will be accredited by DIS.

C.10 DIGITAL DELIVERY OF DATA(a)   Delivery by the Contractor to the Government of certain technical data and other information isnow frequently required to be made in digital form rather than in hardcopy form.  The method ofdelivery of such data and/or other information (i.e., in electronic, digital, paper hardcopy, or otherform) shall not be deemed to affect in any way either the identity of the information (i.e., as“technical data” or “computer software”) or the Government’s and the Contractor’s respective rightstherein.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 27 of 90 FINAL

 

Page 31: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

(b)   Whenever technical data and/or computer software deliverables required by this contract are tobe delivered in digital form, any authorized, required, or permitted markings relating to theGovernment’s rights in and to such technical data and/or computer software must also be digitallyincluded as part of the deliverable and on or in the same medium used to deliver the technicaldata and/or software.  Such markings must be clearly associated with the corresponding technicaldata and/or computer software to which the markings relate and must be included in such a way thatthe marking(s) appear in human-readable form when the technical data and/or software is accessedand/or used.  Such markings must also be applied in conspicuous human-readable form on a visibleportion of any physical medium used to effect delivery of the technical data and/or computersoftware.  Nothing in this paragraph shall replace or relieve the Contractor’s obligations with respectto requirements for marking technical data and/or computer software that are imposed by otherapplicable clauses such as, where applicable and without limitation, DFARS 252.227-7013 and/orDFARS 252.227-7014.

(c)   Digital delivery means (such as but not limited to Internet tools, websites, shared networks, andthe like) sometimes require, as a condition for access to and/or use of the means, an agreement bya user to certain terms, agreements, or other restrictions such as but not limited to “Terms of Use,”licenses, or other restrictions intended to be applicable to the information being delivered via thedigital delivery means.  The Contractor expressly acknowledges that, with respect to deliverablesmade according to this contract, no such terms, agreements, or other restrictions shall be applicableto or enforceable with respect to such deliverables unless such terms, agreements, or otherrestrictions expressly have been accepted in writing by the Contracting Officer; otherwise, theGovernment’s rights in and to such deliverables shall be governed exclusively by the terms of thiscontract.

C.11  HQ C-2-0011 COMPUTER SOFTWARE AND/OR COMPUTER DATABASE(S) DELIVERED TOAND/OR RECEIVED FROM THE GOVERNMENT (NAVSEA) (APR 2004)

(a) The Contractor agrees to test for viruses all computer software and/or computer databases, asdefined in the clause entitled "RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE ANDNONCOMMERCIAL COMPUTER SOFTWARE DOCUMENTATION" (DFARS 252.227-7014), beforedelivery of that computer software or computer database in whatever media and on whatever systemthe software is delivered. The Contractor warrants that any such computer software and/or computerdatabase will be free of viruses when delivered.

(b) The Contractor agrees to test any computer software and/or computer database(s) received fromthe Government for viruses prior to use under this contract.

(c) Unless otherwise agreed in writing, any license agreement governing the use of any computersoftware to be delivered as a result of this contract must be paid-up and perpetual, or so nearlyperpetual as to allow the use of the computer software or computer data base with the equipmentfor which it is obtained, or any replacement equipment, for so long as such equipment is used.Otherwise the computer software or computer database does not meet the minimum functionalrequirements of this contract. In the event that there is any routine to disable the computer softwareor computer database after the software is developed for or delivered to the Government, thatroutine shall not disable the computer software or computer database until at least twenty-fivecalendar years after the delivery date of the affected computer software or computer database to theGovernment.

(d) No copy protection devices or systems shall be used in any computer software or computerdatabase delivered under this contract to restrict or limit the Government from making copies. Thisdoes not prohibit license agreements from specifying the maximum amount of copies that can bemade.

C.12 NON-PERSONAL SERVICES/ INHERENTLY GOVERNMENTAL FUNCTIONS

(a) The Government will neither supervise contractor employees nor control the method by whichthe contractor performs the required tasks. The Government will not direct the hiring, dismissal or

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 28 of 90 FINAL

 

Page 32: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

reassignment of contractor personnel. Under no circumstances shall the Government assign tasks to,or prepare work schedules for, individual contractor employees. It shall be the responsibility of thecontractor to manage its employees and to guard against any actions that are of the nature ofpersonal services or give the perception that personal services are being provided. If the contractorfeels that any actions constitute, or are perceived to constitute personal services, it shall be thecontractor's responsibility to notify the Contracting Officer immediately in accordance with theclause 52.243-7.

(b) Inherently-Governmental functions are not within the scope of this Task Order. Decisions relativeto programs supported by the contractor shall be the sole responsibility of the Government. Thecontractor may be required to attend technical meetings for the Government; however, they are not,under any circumstances, authorized to represent the Government or give the appearance that theyare doing so.

C.13  CONTROL OF CONTRACTOR PERSONNELThe contractor shall comply with the requirements of NAVSEA and NSWCDD instructions regardingperformance in Government facilities. All persons engaged in work while on Government propertyshall be subject to search of their persons (no bodily search) and vehicles at any time by theGovernment, and shall report any known or suspected security violations to the appropriate SecurityDepartment. Assignment, transfer, and reassignment of contractor personnel shall be at thediscretion of the contractor. However, when the Government directs, the contractor shall removefrom contract performance any person who endangers life, property, or national security throughimproper conduct. All contractor personnel engaged in work while on Government property shall besubject to the Standards of Conduct contained in SECNAVINST 5370.2J.

C.14  IDENTIFICATION BADGESThe contractor shall be required to obtain identification badges from the Government for allcontractor personnel to be located on Government property. The identification badge shall bevisible at all times while employees are on Government property. The contractor shall furnish allrequested information required to facilitate issuance of identification badges and shall conform toapplicable regulations concerning the use and possession of the badges. The contractor shall beresponsible for ensuring that all identification badges issued to contractor employees are returned tothe appropriate Security Office within 48 hours following completion of the Task Order, relocation ortermination of an employee, and upon request by the Contracting Officer.

C.15  Ddl-C41 TERMINATION OF EMPLOYEES WITH NSWCDD BASE ACCESSThe Contractor shall insure that all employees who have a NSWCDD badge and/or bumper stickerturn-in the badge and remove the bumper sticker immediately upon termination of theiremployment under this contract. The above requirement shall be made a part of the standardemployee facility clearance procedures for all separated personnel. The Contractor shall adviseNSWCDD Physical Security of all changes in their contract personnel requiring NSWCDD baseaccess.

For involuntarily separated personnel and those separated under adverse circumstances, theContractor shall notify NSWCDD Physical Security in advance of the date, time and location wherethe NSWCDD representative may physically remove the employee’s automobile bumper sticker andretrieve the NSWCDD badge prior to the employee departing the Contractor’s facility.

In the event the employee is separated in his or her absence, the Contractor shall immediatelynotify NSWCDD Physical Security of the separation and make arrangements between the formeremployee and NSWCDD Physical Security for the return of the badge and removal of the sticker.

C.16  Ddl-C30 HAZARDOUS MATERIALS USED ON GOVERNMENT SITE(a) This clause applies if hazardous materials are utilized at any time during the performance ofwork on a Government site under this Task Order. Hazardous materials are defined in Federal

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 29 of 90 FINAL

 

Page 33: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Standard No. 313 and include items such as chemicals, paint, thinners, cleaning fluids, alcohol,epoxy, flammable solvents, or asbestos.

(b) The contractor shall have an active Hazard Communication Program in place for all contractoremployees per 29 C.F.R. 1910.1200. Before delivery of any hazardous materials onto Governmentproperty, the Contractor shall provide the both the Contracting Officer and the Contracting Officer'sRepresentative (COR) with an inventory and Material Safety Data Sheet (MSDS) for these materials.

C.17  Ddl-G12 POST AWARD MEETING(a) A Post Award Meeting with the successful offeror will be conducted within 15 working days afteraward of the contract. The meeting will be held at TBD after award.

(b) The contractor will be given at least five working days notice prior to the date of the meeting bythe Contracting Officer.

(c) The requirement for a Post Award meeting shall, in no event, constitute grounds for excusabledelay by the Contractor in performance of any provisions of the Task Order.

(d) After Government review of the initial invoice, the Contracting Officer, COR and Contractor maymeet to review the adequacy of the supporting documentation that is submitted in accordance withHQ G-2-0007 (Invoice Instructions). C.18 HQ C-2-0014 CONTRACTOR'S PROPOSAL (NAVSEA) (MAR 2001)

(a) Performance of this contract by the Contractor shall be conducted and performed in accordancewith detailed obligations to which the Contractor committed itself in Proposal dated in response toNAVSEA Solicitation No. N00024-12-R-3026.

(b) The technical volume(s) of the Contractor's proposal is incorporated by reference and herebymade subject to the provisions of the "ORDER OF PRECEDENCE" (FAR 52.215-8) clause of thiscontract. Under the "ORDER OF PRECEDENCE" clause, the technical volume of the Contractor'sproposal referenced herein is hereby designated as item (f) of the clause, following "thespecification" in the order of precedence.

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 30 of 90 FINAL

 

Page 34: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

SECTION D PACKAGING AND MARKING

SECTION D PACKAGING AND MARKING

Delivery shall be in accordance with the provisions of the basic contract. Some deliveries maycontain classified information.

HQ D-1-0001 DATA PACKAGING LANGUAGE

Data to be delivered by Integrated Digital Environment (IDE) or other electronic media shall be asspecified in the contract.

All unclassified data to be shipped shall be prepared for shipment in accordance with bestcommercial practice.

Classified reports, data, and documentation shall be prepared for shipment in accordance withNational Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated 28February 2006.

HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)

All reports delivered by the Contractor to the Government under this contract shall prominently showon the cover of the report:

(1) name and business address of the Contractor

(2) contract number

(3) contract dollar amount

(4) whether the contract was competitively or non-competitively awarded

(5) sponsor

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 31 of 90 FINAL

 

Page 35: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be performed at NSWCDD, Dahlgren VA by the COR designatedherein. 

PERFORMANCE BASED CRITERIA:

PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURE

(a) This is a performance-based contract as defined in FAR Part 37.6 (PERFORMANCE BASEDACQUISITION). Contractor performance will be reviewed in accordance with the Quality AssuranceSurveillance Plan in this Section. 

(b) The plan defines that this review and acceptance will become part of the annual ContractorPerformance Assessment Reporting System (CPARS). The contractor may obtain more informationregarding the CPARS process at the following internet site: 

 http://www.cpars.csd.disa.mil/cparsmain.htm

QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)

1. PURPOSE

(a) This Quality Assurance Surveillance Plan (QASP) is a Government developed and applieddocument used to make sure the systematic quality assurance methods are used in theadministration of the performance based service order. The intent is to ensure that the contractorperforms in accordance with the performance metrics and the Government receives the quality ofservices called for in the order. 

(b) This Task Order provides Engineering and Technical Expertise Support Services for theNSWCDD Sensor Architecture and Integration Division (Q30) of the Electromagnetic and SensorSystems Department (Q), Dahlgren, VA.. The resulting performance based order will have cost plusfixed fee Labor CLINS, and cost only Other Direct Cost (ODC) CLINS. The order will be for a baseyear with two one-year options.  A properly executed QASP will assist the Government in achievingthe objectives of this procurement.

2. AUTHORITY

Authority for issuance of this QASP is provided under Contract Section E – Inspection andAcceptance, which provides for inspections and acceptance of the services and documentationcalled for in service contracts, to be executed by the Contracting Officer or a duly authorizedrepresentative.

3. SCOPE

(a) The QASP is put in place to provide Government surveillance and oversight of the contractor’sefforts to assure that they are timely, effective and are delivering the results specified in the order.

(b) The contractor’s performance on this task order will be evaluated by the Government asdescribed below. The first evaluation will cover the period ending six months after date of contractaward with successive evaluations covering each 12-month period thereafter.  The Government willuse the QASP to evaluate all work performed by the contractor at any time during the period; theevaluation will not consider reports or information from prior periods.  For each period, theContractor shall complete a self-assessment covering all areas of the QASP.  The Government willconsider the information provided by the self-evaluation, in the course of evaluating performance. If the Contracting Officer assigns an “Unsatisfactory” performance rating for the period evaluated,the next option period will not be exercised. 

(c) This performance evaluation does not replace any other requirement for evaluating contractor

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 32 of 90 FINAL

 

Page 36: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

performance that may be required by this task order such as the Contractor Performance AssessmentReporting System (CPARS) report or the Task Order Performance Evaluation (TPOE) report.

4. GOVERNMENT RESOURCES AND RESPONSIBILITIES

The following definitions for Government resources are applicable to this plan:

(a) Contracting Officer

(1) A person duly appointed with the authority to enter into (Procuring Contracting Officer (PCO)) oradminister (Administrative Contracting Officer (ACO)) contracts and make related determination andfindings on behalf of the Government. The PCO for this Task Order is identified in section G,Ddl-G10 Government Contract Administration Points-of-Contact and Responsibilities. The ACO willbe designated in the resulting order. Contracting Officers are designated via a written warrant, whichsets forth limitations of their respective authority.

(2) The Contracting Officer ensures performance of all necessary actions for effective contractadministration, ensures compliance with the terms of the contract and safeguards the interests of theUnited States in the contractual relationship. It is the Contracting Officer that assures the Contractorreceives impartial, fair and equitable treatment under the Order. The Contracting Officer isultimately responsible for the final determination of the acceptability of the Contractor’sperformance.

(b) Contract Specialist

(1) Assigned by the PCO to provide daily administration of the Task Order. 

(2) Provides input to the PCO and the COR as to the quality of performance for areas addressed inthis QASP. 

(c) Contracting Officer’s Representative (COR)

(1) An individual appointed in writing by the PCO to act as their authorized representative to assistin technical administration of the Order. The COR is appointed in the Task Order award. Thelimitations of authority are contained in a written letter of appointment which is a formal attachmentto the Order.

(2) The COR is responsible for technical administration of the Task Order and assures properGovernment surveillance of the contractor’s technical performance. The COR provides QASP reportsto the PCO. 

(3) The COR is not empowered to make any contractual commitments or to authorize any changeson the Government’s behalf. Any changes that the contractor deems may affect contract price,terms, or conditions shall be referred to the Contracting Officer for action.

(d) Subject Matter Expert (SME) / Functional Area Lead

(1) Subject Matter Experts who may be assigned by the COR to perform limited technical oversightof specific projects, work areas, or Technical Instructions issued under the Task Order. 

(2) The SME provides input to the COR as to the quality of technical performance for theirrespective area(s) of expertise.

(3) A Government SMEcannot, in any manner, alter the scope of the contract, make commitments orauthorize any changes on the Government’s behalf. 

5. METHODS OF QA SURVEILLANCE

a. QASP -The Government will conduct surveillance of contractor performance to determinewhether the Contractor is effectively complying with the terms and conditions of the Task Order,

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 33 of 90 FINAL

 

Page 37: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

utilizing the QASP as the method of surveillance and evaluation.  The criteria and standards forevaluation are listed in Tables 3 through 6.  With the exception of the availability of funds, theassessed peformance level, using this QASP, will be the determining factor in the PCO's decision toexercise an option.

b. Contractor Performance Assessment Report System (CPARS) – The market place for informationtechnology, engineering, and management support services is very competitive.  As such, thesuccessful offeror has a vested interest in the Government generated CPARS under this contract. Additionally, an evaluation using the CPARS format will be performed at the end of each year ofperformance.  The Government for this procurement will address the quality of product or service,schedule, cost control, business relations, management, and other important areas.  As thisinformation may affect future source selections throughout DoD, and the continuation of the order,the annual Government assessment will be used appropriately as an additional performanceoversight and communication tool with the QASP.

 6. DOCUMENTATIONIn addition to providing annual reports to the Contracting Officer, the COR will maintain a completeQuality Assurance file. The file will contain copies of all reports, evaluations, recommendations,and any actions related to the Government’s performance of the quality assurance functionincluding the COR's Monthly Report to the Contracting Officer. The COR shall forward these recordsto the Contracting Officer at termination or upon completion of the order.

7.0 SCHEDULE

7.1  First QASP Assessment - the Base Period 

a) QASP Assessment Rating Period – The period of performance to be rated for the First QASPAssessment Period shall encompass contractor performance from the task order award date throughthe end of the sixth month of performance.

b) Contractor QASP Self-assessment Due Date – The Contractor shall submit the requiredSelf-assessment to the COR and CO no later than the end of the fifteenth  calendar day of theseventh month after the task order date of award.

c) Government QASP Assessment – By no later than the end of the seventh month after the taskorder date of award, the CO shall hold a meeting with the COR and the Contractor for the purposeof reviewing inputs and determining the overall assessment level for the period. The Governmentassessment will be completed by the COR no later than the end of the eighth month after the taskorder date of award. The PCO will provide a copy of the Government assessment to the Contractorwithin the nineth month after order award. 

d) CPARS - The period of performance to be rated for the First CPARS Assessment Period shallencompass contractor performance from the task order award date through the end of the twelfthmonth of performance.  The COR will complete the CPARS assessment in a complete and timelymanner in accordance with applicable Government regulations and guidelines.

7.2  Second QASP Assessment - Option Year One (if exercised)

a) QASP Assessment Rating Period - The period of performance to be rated for the Second QASPAssessment Period shall encompass Contractor performance from the beginning of the seventhmonth of the task order Base Period through the end of the sixth month following the exercise ofOption Year One.

b) Contractor QASP Self-assessment Due Date – The Contractor shall submit the requiredSelf-assessment to the COR and CO no later than the end of the fifteenth calendar day of theseventh month after the exercise of Option Year One of the task order.

c) Government QASP Assessment – By no later than the end of the seventh month after the exerciseof Option Year One of the task order, the CO shall hold a meeting with the COR and the Contractorfor the purpose of reviewing inputs and determining the overall assessment level for the period. The

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 34 of 90 FINAL

 

Page 38: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

assessment shall be completed by the COR and inserted into the COR task order file and the COtask order file no later than the end of the eighth month after the exercise of Option Year One of thetask order. At the same time, said Government assessment shall be furnished to the Contractor. 

d) CPARS - The period of performance to be rated for the Second CPARS Assessment Period shallencompass contractor performance from the date Option Year Two is exercised through the end ofthe twelth month of performance of this option period.  The COR will complete the CPARSassessment in a complete and timely manner in accordance with applicable Governmentregulations and guidelines.

7.3  Third QASP Assessment - Option Year Two (if exercised)

a) QASP Assessment Rating Period – The period of performance to be rated for the Third QASPAssessment Period shall encompass contractor performance from the beginning of the seventhmonth of Option Year One of the task order through the end of the sixth month following theexercise of Option Year Two.

b) Contractor QASP Self-assessment Due Date – The Contractor shall submit the requiredSelf-assessment to the COR and CO no later than the end of the fifteenth calendar day of theseventh month after the exercise of Option Year Two of the task order.

c) Government QASP Assessment – By no later than the end of the seventh month after the exerciseof Option Year Two of the task order, the CO shall hold a meeting with the COR and the Contractorfor the purpose of reviewing inputs and determining the overall assessment level for the period. Theassessment shall be completed by the COR and inserted into the COR task order file and the COtask order file no later than the end of the eighth month after the exercise of Option Year Two of thetask order. At the same time, said Government assessment shall be furnished to the Contractor. 

d) CPARS - The period of performance to be rated for the Thrid CPARS Assessment Period shallencompass contractor performance from the date Option Year Two is exercised through the end ofthe twelth month of performance of this option period.  The COR will complete the CPARSassessment in a complete and timely manner in accordance with applicable Governmentregualations and guidelines.

8.0 SURVEILLANCEThe tables below set forth the performance ratings, standards, outcome and surveillance methods todocument the results of the surveillance on an annual basis as well as interim and informal reviews(i.e., In-Process Reviews (IPRs)) on a more frequent basis.

(a) Performance Ratings: The Government will evaluate the contractor’s performance ofthe Performance Work Statement (PWS) and the Contracting Officer will assign one of the followingTABLE 1 ratings, based on the associated standards:

TABLE 1: OVERALL PERFORMANCE RATINGS                                                                                         

OverallRating

Standard

Excellent      “Excellent” ratings for all performance evaluation criteria.

Satisfactory      A minimum of “Satisfactory” ratings for all performance evaluation criteria.

Unsatisfactory      A rating of “Unsatisfactory” for one or more performance evaluation criteria.   

(b) Performance Objectives:  The following table (TABLE 2) details how the performance objectivesapply to performance under this order.  The Government may not exercise the next option periodunless the contractor meets the acceptable performance definition.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 35 of 90 FINAL

 

Page 39: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

TABLE 2: OBJECTIVES

AssessmentPeriod

Acceptable PerformanceDefinition

How Measured Outcome

Base:

 

All measurement areas ratedat least "Satisfactory".

After the first sixmonths using the QASPevaluation ratings;annually usingthe CPARS systemcovering the first 12months of the order - asper Section 7.1.

(+) Meet the acceptableperformance definitionas a condition forexercise of Option 1.

(-) Does not meet theacceptable performancedefinition as a conditionfor exercise of Option 1.

Option I:

 

All measurement areas ratedat least "Satisfactory".

Annually using the QASPevaluation ratingscovering the previous 12months; annually usingthe CPARS systemcovering the option POP- as per Section 7.2above.

 (+) Meet the acceptableperformance definitionas a condition forexercise of Option 2.

(-) Does not meet theacceptable performancedefinition as a conditionfor exercise of Option 2.

Option II:

All measurement areas ratedat least "Satisfactory".  Two ormore measurements rated as"Excellent".

 

Annually using the QASPevaluation ratingscovering the previous 12months; annually usingthe CPARS systemcovering the option POP- as per Section 7.3.

 Final CPARs rating: willinclude all QASPmeasurement areas andwill denote number ofmet/not met, andnumber of satisfactoryand excellent for met

areas of QASP. 

(c)     Performance Evaluation Criteria. The Contractor’s performance under this Task Order will beevaluated in the following areas:                          Technical Performance                           Staffing                          Management                          Cost

The criteria and standards for each of these areas are described in Table 3A through 6.   These tablesprovide the specific performance objectives, standards, acceptable quality levels (AQLS), andmonitoring methods used by the Government to assess the quality of the Contractor's performance onthis task order.

TECHNICAL PERFORMANCE

TABLE 3A: TECHNICAL PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 36 of 90 FINAL

 

Page 40: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

TaskPerformance

Work product fails to meetAcceptable Quality Levels(AQLs) defined inPerformance RequirementsSummary Table 3B.

Work product routinelymeets Acceptable QualityLevels (AQLs) defined inPerformanceRequirements SummaryTable 3B.

Work product frequentlyexceeds AcceptableQuality Levels (AQLs)defined in PerformanceRequirements SummaryTable 3B.

TABLE 3B: TECHNICAL PERFORMANCE REQUIREMENTS SUMMARY TABLE 

TaskArea

PerformanceObjective

Performance Standard

Acceptable QualityLevel (AQL)

QASP TypicalMonitoring Method

C.2.1

Conduct analyses andevaluations for thedefinition andintegration of EW,sensor, decoy,surveillance,electroniccountermeasures andweapons systems.

Analysis andevaluation productsare technicallyrelevant and accurate.Products and revisionsare delivered perschedule.

Requirements,specifications, systemarchitecture products,CONOPs, tactics,techniques, datarequirementsdocuments, testplans/procedures,analysis andintegration andplans/papers areapproved by theGovernment.  95% aresubmitted by due date.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachdocument; dates andGovt commentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.2

Develop and/orreview technicaldocumentation for allprograms listed inSection C.1.0

Technicaldocumentation shallprovide properflow-down from higherlevel specificationsand properimplementation ofsystem requirements.Equipment designdocumentation shallsupport performancerequirements andfeasibility ofimplementation. Documentation isdelivered perschedule.

CapabilityDevelopment andProduction Documents(CDD, CPD), weaponsystem specifications,interface,hardware/equipment/computer programspecifications, programsource files, firmwaredocumentation, testingrelated documentationand ECPs areapproved by theGovernment.  95% arecompleted by the duedate.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachdocument; dates andGovt commentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.3

Provide analyticaland performancestudies to assesssystem and subsystemperformance under arange of tactical andenvironmental

Analytical andperformance studiesare technicallyrelevant and accurate. Studies and revisionsare delivered perschedule.

Analytical andperformance studiesand revisions areapproved by theGovernment.  95% arecompleted by the duedate.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachdocument; dates and

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 37 of 90 FINAL

 

Page 41: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

conditions.

Govt commentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.4

Provide engineeringsupport for varioussystem models andsimulations.  Supportwill includeevaluatingperformance, design,implementation anddocumentation ofthese models andsimulations.

Model and simulationevaluations ofperformance, design,implementation anddocumentation andother support aretechnically relevantand accurate andrevisions are deliveredper schedule.

Model and simulationevaluations and othersupport are approvedby the Government. 95% are completed bythe due date.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for each swproduct/ document;dates and Govtcommentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.5

Develop, design,modify, test, installand documentcomputer networkprograms that will beinstalled on severalGovernment systems.

New or modifiedcomputer networkprograms shall complywith all standards andprocedures and allsecurity/access rulesincluding SystemSecurity AuthorizationAgreements.  Theseinstalled networkprograms aretechnically functionaland operational andare delivered perschedule.

New or modifiedcomputer networkprograms are approvedby the Government. Programs areoperational at least95% of the time andwere installed andmade operationalwithin 1 week of thedue date.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachprogram/ document;dates and Govtcommentsprovided. CORto provide oversight -and verify Contractormetrics. 

C.2.6

Use of Navy OpenArchitecture (OA)standards intechnologyassessments,requirementsdefinitions, designs,performance andfunctional analyses,system integrationplans, test plans, testexecutions, testreports for allapplicable programs

Technologyassessments,requirementsdefinitions, designs,performance/functionalanalyses, systemintegration plans, testplans and reportsadhere to OAprincipals and aretechnically relevantand accurate and aredelivered perschedule.

Technologyassessments,requirementsdefinitions, designs,performance/functionalanalyses, systemintegration plans, testplans and reports areapproved by theGovernment and 95%are completed by thedue date.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachproduct/ document;dates and Govtcommentsprovided. CORto provide oversight -and verify Contractormetrics.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 38 of 90 FINAL

 

Page 42: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

listed in SectionC.1.0.

C.2.7

Provide sensor andcountermeasuressystems computerprogramming andengineering support.

Computer programsshall be designed,developed and testedto successfully executein either a COTS ormilitarized operatingenvironment (asrequired for thespecific project). Programs shall bedelivered perschedule.

Computer programsare approved by theGovernment and 95%are completed by thedue date.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for each swprogram/ document;dates and Govtcommentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.8

Provide configurationmanagement (CM)support in the areasof: CMdocuments/forms/databases,agendas/minutes,data audits, statusaccounting, programchange control, SOPsand CM processimprovement.

CM products andprocesses aretechnically relevant,accurate and completeand are delivered perschedule.

CM products andprocesses are approvedby the Governmentand 95% arecompleted by the duedate.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachdocument; dates andGovt commentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.9

Develop, documentand test tactical datafiles to supportdeployed anddevelopmental sensorsystems.

Specialized supportsystems and testequipment will bedesigned, developed,tested, documentedand maintained for thegeneration and testingof tactical data files. These support systemswill be technicallyrelevant and accurate

Tactical data files andassociated supportsystems are approvedby the Governmentand 95% arecompleted by the duedate.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachdocument; dates andGovt commentsprovided. CORto provide oversight -and verify Contractor

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 39 of 90 FINAL

 

Page 43: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

and are delivered perschedule.

metrics.

C.2.10 Reserved. Reserved. Reserved. Reserved.

C.2.11Provide informationassurance support

Provide weaponsystem and weaponcontrol system securityaccreditation, certification andprovide documentation

Security engineeringactivities are approvedby the Governmentand no major issuesoccur.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachproduct/ document;dates and Govtcommentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.12

Provide sensor andcountermeasures testfacility engineeringsupport.

Develop requirementsfor sensor andcountermeasuresystems, upgradeexisting and/or designnew test equipmentand software, installand maintain sensorand countermeasuresystems in the testfacility.  Perform theseactivities in a timelyand accurate mannerand activities aredelivered perschedule.

Sensor andcountermeasures testfacility engineeringactivities are approvedby the Governmentand no major issuesoccur.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachproduct or document;dates and Govtcommentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.13Design, fabrication,integration,maintenance and

All performancespecifications asdefined are initially

Activities/products areapproved by theGovernment.  95% are

Contractor to providemetrics of due datesmet/ not met, number

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 40 of 90 FINAL

 

Page 44: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

operation support ofEW testing systems

achieved andactivities/products aredelivered per schedule.

completed by duedate.

of submissionsrequired for Govtapproval for eachdocument; dates andGovt commentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.14

Collect, process andanalyze sensor andcountermeasuressystem data.

Develop datacollection anddistributionequipment/software/tools and technicalreports in a timely andaccurate manner anddelivered perschedule.

Sensor andcountermeasuressystem data andassociated equipment,software and tools areapproved by theGovernment and nomajor issues occur.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachdocument; dates andGovt commentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.15Provide sensor and/orcountermeasuressystem testing.

Develop sensor and/orcountermeasuressystems testspecifications and dataanalysis in a timelyand accurate mannerand delivered perschedule.  Conducttests effectively andefficiently.

Sensor and/orcountermeasuressystem tests and testproducts are approvedby the Governmentand 95% arecompleted by the duedate; tests areconducted and nomajor issues occur.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachdocument; dates andGovt commentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.16

Provide programmanagement andadministrativefunctions – includingbudgeting, trackingand scheduling.

Develop budgetplanning estimates,expenditures,projections and taskschedules in a timelyand accurate mannerand delivered perschedule.

Program managementand administrativeproducts are approvedby the Governmentand 95% arecompleted by the duedate.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachdocument; dates andGovt commentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.17Provide presentationand briefing material.

Develop presentationand briefing materialin a professional,timely and accuratemanner and deliveredper schedule.

Presentation andbriefing materialproducts are approvedby the Governmentand 95% arecompleted by the duedate.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachdocument; dates and

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 41 of 90 FINAL

 

Page 45: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Govt commentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.18

Participate inIntegrated ProductTeams (IPT) andWorking Groups (WG).

Review IPTdocuments, generate meeting highlights,action items andresponses, recommendproblem resolution,and coordinate plansand tests with otherIPT/WG activities in atimely and accuratemanner and deliveredper schedule.

IPT/WG products andactions are approvedby the Governmentand 95% arecompleted by the duedate.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachdocument; dates andGovt commentsprovided. CORto provide oversight -and verify Contractormetrics.

C.2.19Provide monthlyreports on taskactivities.

Reports arecomprehensive andtimely and deliveredper schedule.

Reports are approvedby the Governmentand 100% arecompleted by the duedate.

Contractor to providemetrics of due datesmet/ not met, numberof submissionsrequired for Govtapproval for eachdocument; dates andGovt commentsprovided. CORto provide oversight -and verify Contractormetrics.

C.6.5

Procure materials orequipment to respondto the missionrequirements listed inthe Performance WorkStatement.

100% ofdocumentation shallbe timely andappropriate to thecompetitive process.   .At least 95% of ODCsare received by therequired due date.

100% ofdocumentation shallbe timely andappropriate to thecompetitive process.   .At least 95% of ODCsare received by therequired due date.

Governmentpre-approval of ODCprocurementrequired.  Review ofpre-awarddocumentationbefore procurement ismade.  ODCs will bereported in themonthly status report.

STAFFING PERFORMANCE

TABLE 4:  TASK ORDER STAFFING PERFORMANCE EVALUATION CRITERIA Criterion       Unsatisfactory       Satisfactory        Excellent

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 42 of 90 FINAL

 

Page 46: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

 Staffing

Contractor providesmarginally qualifiedor unqualifiedpersonnel.  Lapsesin coverage occurregularly.

Contractor providesqualified personnel. Lapses in coveragemay occasionallyoccur and aremanaged without anyadverse impact onperformance.  Newand/or substituteresumes submittedIAW Task Orderrequirements. Tableof ApprovedPersonnel (fromMonthly ProgressReport) is accurateand timely. Personnel workproducts are fullyconsistent withresumequalifications. Qualified staffprovided whenneeded.

Contractorconsistently providespersonnel whoexceed qualificationto the benefit of theGovernment. Thereare no lapses incoverage. New/orsubstitute resumessubmitted IAW taskorder requirements. Table of ApprovedPersonnel is accurateand timely.Personnel workproducts are fullyconsistent withresumequalifications.Qualified staffprovided whenneeded.

MANAGEMENT PERFORMANCE TABLE 5: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS 

Criterion Unsatisfactory Satisfactory ExcellentProblem Resolution Problems are

unresolved,repetitive, or takeexcessivegovernment effortto resolve.

Problems areresolved quickly withminimal governmentinvolvement.

Problems are non-existent orthe contractor takescorrective action withoutgovernment involvement.

Responsiveness Contractor’smanagement isunresponsive togovernmentrequests andconcerns.

Contractor’smanagement isresponsive togovernment requestsand concerns.

Contractor’s managementtakes proactive approach indealing with governmentrepresentatives andanticipates Governmentconcerns.

Communications Contractor oftenfails tocommunicate withgovernment in aneffective andtimely manner.

Contractor routinelycommunicates withgovernment in aneffective and timelymanner.

Contractor takes a proactiveapproach such thatcommunications are almostalways clear, effective andtimely.

COST PERFORMANCE

TABLE 6: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 43 of 90 FINAL

 

Page 47: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Criterion Unsatisfactory Satisfactory ExcellentCost Management Contractor routinely

fails to complete theeffort within theoriginally agreed toestimated cost, i.e.cost overrunsfrequently occur.

Contractor routinelycompletes the effortwithin the originallyagreed to estimatedcost.  Contractorprovides measuresfor controlling allcosts at estimatedcosts.  Funds andresources are used ina cost-effectivemanner.  No resourcemanagementproblems areapparent.

Contractor providesdetailed cost analysisand recommendationsto Government forresolution of problemsidentified.  Funds andresources areoptimally used toprovide the maximumbenefit for the fundsand resourcesavailable. Documented savingsare apparent.

Cost Reporting Reports are generallylate, inaccurateincomplete or unclear.

Reports are timely,accurate, completeand clearly written. Problems and/ortrends are addressed,and an analysis isalso submitted.

Reports are clear,accurate, andpro-active.  Problemsand/or trends areaddressed thoroughly,and the contractor’srecommendationsand/or corrective plansare implemented andeffective.

Invoice Management Invoices are generallylate and/or containerrors.  Differencesbetween invoicedamounts and progressreport expendituresare unexplained. Contractor does notrespond togovernment questionsin a timely manner.

Invoices are timely(no more than threeweeks after the enddate of the periodbeing invoiced); areaccurate with respectto both amounts andACRNs/SLINsinvoiced; anddifferences betweenprogress reportexpenditures andinvoiced costs areexplained. Contractor respondsto governmentquestions in a timely

Invoices are timely(no more than threeweeks after the enddate of the periodbeing invoiced); areaccurate with respectto both amounts andACRNs/SLINsinvoiced; and alldifferences betweenprogress reportexpenditures andinvoiced costs areexplained.  Contractoris very proactive inresponding togovernment questions

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 44 of 90 FINAL

 

Page 48: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

manner.  Fullcompliance withSection G, paragraph(e), of HQ G-2-0007Invoice Instructionsclause is required.

and takes promptaction to resolve anyissues.  Fullcompliance withSection G, paragraph(e), of HQ G-2-0007Invoice Instructionsclause is required.

Criterion Unsatisfactory Satisfactory Excellent

 

 

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 45 of 90 FINAL

 

Page 49: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

SECTION F DELIVERABLES OR PERFORMANCE

The periods of performance for the following Items are as follows:

   

4000 7/2/2012 - 7/1/2013

4100 7/2/2013 - 7/1/2014

4200 7/2/2014 - 7/1/2015

6000 7/2/2012 - 7/1/2013

6100 7/2/2013 - 7/1/2014

7201AA 7/2/2014 - 7/1/2015

7201AB 7/2/2014 - 7/1/2015

7201AC 7/2/2014 - 7/1/2015

7201AD 7/2/2014 - 7/1/2015

7201AE 7/2/2014 - 7/1/2015

7201AF 7/2/2014 - 7/1/2015

7201AG 7/2/2014 - 7/1/2015

7201AH 7/2/2014 - 7/1/2015

7201AJ 7/2/2014 - 7/1/2015

7201AK 7/2/2014 - 7/1/2015

7201AL 7/2/2014 - 7/1/2015

7201AM 7/2/2014 - 7/1/2015

7201AN 7/2/2014 - 7/1/2015

7201AP 7/2/2014 - 7/1/2015

7201AQ 7/2/2014 - 7/1/2015

7201AR 7/2/2014 - 7/1/2015

7201AS 7/2/2014 - 7/1/2015

7201AT 7/2/2014 - 7/1/2015

7201AU 7/2/2014 - 7/1/2015

7201AV 7/2/2014 - 7/1/2015

7201AW 7/15/2014 - 7/1/2015

7201AX 7/3/2014 - 7/1/2015

7201AZ 7/2/2014 - 7/1/2015

7201BA 7/2/2014 - 7/1/2015

7201BB 7/2/2014 - 7/1/2015

7201BC 7/30/2014 - 7/1/2015

7201BD 7/22/2014 - 7/1/2015

7201BE 8/22/2014 - 7/1/2015

7201BG 8/22/2014 - 7/1/2015

7201BK 8/22/2014 - 7/1/2015

7201BL 8/22/2014 - 7/1/2015

7201BN 8/22/2014 - 7/1/2015

7201BP 8/22/2014 - 7/1/2015

7201BQ 9/23/2014 - 7/1/2015

7201BR 9/23/2014 - 7/1/2015

9201AA 7/2/2014 - 7/1/2015

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 46 of 90 FINAL

 

Page 50: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

9201AC 7/2/2014 - 7/1/2015

9201AD 7/2/2014 - 7/1/2015

9201AF 7/2/2014 - 7/1/2015

9201AP 7/2/2014 - 7/1/2015

9201AQ 7/2/2014 - 7/1/2015

9201AT 7/2/2014 - 7/1/2015

9201AU 7/2/2014 - 7/1/2015

9201AW 7/15/2014 - 7/1/2015

9201AX 7/3/2014 - 7/1/2015

9201AZ 7/2/2014 - 7/1/2015

9201BA 7/2/2014 - 7/1/2015

9201BB 7/2/2014 - 7/1/2015

9201BD 7/22/2014 - 7/1/2015

9201BE 8/22/2014 - 7/1/2015

9201BF 8/22/2014 - 7/1/2015

9201BG 8/22/2014 - 7/1/2015

9201BH 8/22/2014 - 7/1/2015

9201BJ 8/22/2014 - 7/1/2015

9201BL 8/22/2014 - 7/1/2015

9201BM 8/22/2014 - 7/1/2015

9201BR 9/23/2014 - 7/1/2015

CLIN - DELIVERIES OR PERFORMANCE

The periods of performance for the following Items are as follows:

   

4000 7/2/2012 - 7/1/2013

4100 7/2/2013 - 7/1/2014

4200 7/2/2014 - 7/1/2015

6000 7/2/2012 - 7/1/2013

6100 7/2/2013 - 7/1/2014

7201AA 7/2/2014 - 7/1/2015

7201AB 7/2/2014 - 7/1/2015

7201AC 7/2/2014 - 7/1/2015

7201AD 7/2/2014 - 7/1/2015

7201AE 7/2/2014 - 7/1/2015

7201AF 7/2/2014 - 7/1/2015

7201AG 7/2/2014 - 7/1/2015

7201AH 7/2/2014 - 7/1/2015

7201AJ 7/2/2014 - 7/1/2015

7201AK 7/2/2014 - 7/1/2015

7201AL 7/2/2014 - 7/1/2015

7201AM 7/2/2014 - 7/1/2015

7201AN 7/2/2014 - 7/1/2015

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 47 of 90 FINAL

 

Page 51: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

7201AP 7/2/2014 - 7/1/2015

7201AQ 7/2/2014 - 7/1/2015

7201AR 7/2/2014 - 7/1/2015

7201AS 7/2/2014 - 7/1/2015

7201AT 7/2/2014 - 7/1/2015

7201AU 7/2/2014 - 7/1/2015

7201AV 7/2/2014 - 7/1/2015

7201AW 7/15/2014 - 7/1/2015

7201AX 7/3/2014 - 7/1/2015

7201AZ 7/2/2014 - 7/1/2015

7201BA 7/2/2014 - 7/1/2015

7201BB 7/2/2014 - 7/1/2015

7201BC 7/30/2014 - 7/1/2015

7201BD 7/22/2014 - 7/1/2015

7201BE 8/22/2014 - 7/1/2015

7201BG 8/22/2014 - 7/1/2015

7201BK 8/22/2014 - 7/1/2015

7201BL 8/22/2014 - 7/1/2015

7201BN 8/22/2014 - 7/1/2015

7201BP 8/22/2014 - 7/1/2015

7201BQ 9/23/2014 - 7/1/2015

7201BR 9/23/2014 - 7/1/2015

9201AA 7/2/2014 - 7/1/2015

9201AC 7/2/2014 - 7/1/2015

9201AD 7/2/2014 - 7/1/2015

9201AF 7/2/2014 - 7/1/2015

9201AP 7/2/2014 - 7/1/2015

9201AQ 7/2/2014 - 7/1/2015

9201AT 7/2/2014 - 7/1/2015

9201AU 7/2/2014 - 7/1/2015

9201AW 7/15/2014 - 7/1/2015

9201AX 7/3/2014 - 7/1/2015

9201AZ 7/2/2014 - 7/1/2015

9201BA 7/2/2014 - 7/1/2015

9201BB 7/2/2014 - 7/1/2015

9201BD 7/22/2014 - 7/1/2015

9201BE 8/22/2014 - 7/1/2015

9201BF 8/22/2014 - 7/1/2015

9201BG 8/22/2014 - 7/1/2015

9201BH 8/22/2014 - 7/1/2015

9201BJ 8/22/2014 - 7/1/2015

9201BL 8/22/2014 - 7/1/2015

9201BM 8/22/2014 - 7/1/2015

9201BR 9/23/2014 - 7/1/2015

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 48 of 90 FINAL

 

Page 52: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

The periods of performance for the following Option Items are as follows:

   

4050 7/2/2012 - 7/1/2013

4150 7/2/2013 - 7/1/2014

4250 7/2/2014 - 7/1/2015

6050 7/2/2012 - 7/1/2013

6150 7/2/2013 - 7/1/2014

6200 7/2/2014 - 7/1/2015

6250 7/2/2014 - 7/1/2015

Services to be performed hereunder will be provided at sites specified by the Performance Work Statement (SectionC) and more specifically by Technical Instructions (TIs).

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 49 of 90 FINAL

 

Page 53: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

SECTION G CONTRACT ADMINISTRATION DATA

ACCOUNTING DATA

The award document will include Accounting Data at the end of Section G. All lines of accountingare listed sequentially under a heading that identifies the particular action (award or modificationnumber) under which the funding was obligated. Under SeaPort-e, all funding is identified/obligatedat the SubCLIN (SLIN) level. SLINs are established sequentially by the SeaPort-e software. Eachobligation of funds receives a unique SLIN identifier, even if the funds are an increase to an existingline of accounting (ACRN). Thus, an individual project/work area or Technical Instruction that isfunded incrementally, could have one ACRN but multiple SLINs. Accounting for expenditures andinvoicing at the SLIN level is required.

SPECIAL INVOICE INSTRUCTIONS

Each SLIN providing funding designates a specific project area/work area/Technical Instruction(TI)/Work Breakdown Structure (WBS) item. Tracking and reporting shall be accomplished at theproject/work area/TI/WBS item level. Each indentified project/work area/TI/WBS shall be invoiced byits associated SLIN and ACRN. If multiple ACRNs are associated with a single project/workarea/TI/WBS, the contractor shall consult with the Contracting Officer Representative for additionalinvoicing instructions. 

PGI 204.7108  Payment instructions.

      (a)  Scope.  This section applies to contracts and any separately priced orders that--

(1)  Include contract line items that are funded by multiple accounting classification citations forwhich a contract line item or items are not broken out into separately identifiable subline items(informational subline items are not separately identifiable subline items);

(2)  Contain cost-reimbursement or time-and-materials/labor-hour line items; or

(3)  Authorize financing payments.

      (b)  For contracts and orders covered by this subpart, the contracting officer shall insert numberedinstructions in Section G (Contract Administration Data), to permit the paying office to charge theaccounting classification citations assigned to that contract line item (see DFARS 204.7104-1(a)) in amanner that reflects the performance of work on the contract.  When incorporating clauses byreference in Section G, cite the clause number, title, and date.  If additional accountingclassification citations are subsequently added, the payment instructions must be modified to includethe additional accounting classification citations.  Also, contracting officers shall not issuemodifications that would create retroactive changes to payment instructions.  All payment instructionchanges shall be effective as of the date of the modification.  When some, but not all, of the fixedprice line items in a contract are subject to contract financing payments, the contracting officer shallclearly identify to which line items the payment clause(s) included in Section I apply.

      (c)  Payment instructions?

              (1)  Shall provide a methodology for the payment office to assign payments to theappropriate accounting classification citation(s), based on anticipated contract work performance;

              (2)  Shall be consistent with the reasons for the establishment of separate contract lineitems;

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 50 of 90 FINAL

 

Page 54: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

              (3)  Shall be selected from those provided in paragraph (d) of this section;

              (4)  Shall be revised to address the impact of changes to contract funding or significantdisparities between existing instructions and actual contract performance;

            (5)  Shall state at what level (contract, contract line, subline, exhibit line, or ACRN) the paymentinstructions should be applied; 

            (6)  Shall not be mixed within a level by contract type.  For example, if the instructions apply at thecontract level, there can be only one payment instruction for each contract type.  If the instructions apply atthe contract line or subline level, there can only be one payment instruction per contract line or sublineitem;

            (7)  For contracts or orders that contain a combination of fixed-price, cost-reimbursement, and/ortime-and-materials/labor-hour line items, shall at a minimum include separate instructions for eachcontract type of contract line item (e.g., contract-wide proration for fixed-price line items and contract-wideACRN level for cost-reimbursement line items;

            (8)  For contracts or orders that contain foreign military sales requirements, shall include instructionsfor distribution of the contract financing payments to each country's account; and

            (9)  Shall use one of the standard payment instructions in paragraphs (d)(7) through (11) of thissection unless the contracting officer documents in the contract file that there are significant benefits ofrequiring contractor identification of the contract line item on the payment request.

      (d)  The numbered payment instructions ((d)(1) through (12)) below correspond to the automatedpayment instructions in the supporting systems; therefore, care should be exercised when identifying thenumbered instructions below in Section G of the contract.  Include either one contract-wide instruction orone or more line item specific instructions.  The contracting officer shall not use a combination ofcontract-wide and line item specific instructions.

   X     (1)  Line item specific: single funding.  If there is only one source of funding for thecontract line item (i.e., one ACRN), insert the following:

252.204-0001 Line Item Specific: Single Funding.  (SEP 2009)

The payment office shall make payment using the ACRN funding of the line item being billed.

              (2)  Line item specific: sequential ACRN order.  If there is more than one ACRN within acontract line item (i.e., informational subline items contain separate ACRNs),and the contractingofficer intends funds to be liquidated in ACRN order, insert the following:

252.204-0002 Line Item Specific:  Sequential ACRN Order.  (SEP 2009)

The payment office shall make payment in sequential ACRN order within the line item, exhausting allfunds in the previous ACRN before paying from the next ACRN using the following sequential order:Alpha/Alpha; Alpha/numeric; numeric/alpha; and numeric/numeric.

              (3)  Line item specific: contracting officer specified ACRN order.  If there is more than oneACRN within a contract line item, (i.e. informational sub-line items contain separate ACRNs), and thecontracting officer intends the funds to be liquidated in a specified ACRN order, insert the following,including the specified order in the instruction:

252.204-0003 Line Item Specific:  Contracting Officer Specified ACRN Order.  (SEP 2009)

The payment office shall make payment within the line item in the sequence ACRN order specified below,exhausting all funds in the previous ACRN before paying from the next ACRN.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 51 of 90 FINAL

 

Page 55: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Line Item                                ACRN Order_________                            _____________________

_________                            _____________________ 

            (4)  Line item specific: by fiscal year.  If there is more than one ACRN within a contract line item,[(i.e. informational sub-line items contain separate ACRNs), and the contracting officer intends the funds tobe liquidated using the oldest funds first, insert the following:

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 allfunds in the previous fiscal year before disbursing from the next fiscal year.  In the event there is more thanone ACRN associated with the same fiscal year, the payment amount shall be disbursed from each ACRNwithin a fiscal year in the same proportion as the amount of funding obligated for each ACRN within thefiscal year.

              (5)  Line item specific: by cancellation date.  If there is more than one ACRN within acontract line item, (i.e. informational sub-line items contain separate ACRNs), and the contractingofficer intends the funds to be liquidated using the ACRN with the earliest cancellation date first,insert the following:

252.204-0005 Line Item Specific: by Cancellation Date.  (SEP 2009)

The payment office shall make payment using the ACRN with the earliest cancellation date first,exhausting all funds in that ACRN before disbursing funds from the next. In the event there is more thanone ACRN associated with the same cancellation date, the payment amount shall be disbursed from eachACRN with the same cancellation date in the same proportion as the amount of funding obligated foreach ACRN with the same cancellation date.

            (6)  Line item specific: proration.  If there is more than one ACRN within a contract line item, (i.e.informational sub-line items contain separate ACRNs), and the contracting officer intends the funds to beliquidated in the same proportion as the amount of funding currently unliquidated for each ACRN, insertthe following:

252.204-0006 Line Item Specific:  Proration.  (SEP 2009)

The payment office shall make payment from each ACRN in the same proportion as the amount offunding currently unliquidated for each ACRN.      

            (7)  Contract-wide: sequential ACRN order.  If the contracting officer intends the funds to beliquidated in sequential ACRN order, insert the following:

252.204-0007 Contract-wide:  Sequential ACRN Order.  (SEP 2009)

The payment office shall make payment in sequential ACRN order within the contract or order, exhaustingall funds in the previous ACRN before paying from the next ACRN using the following sequential order:alpha/alpha; alpha/numeric; numeric/alpha; and numeric/numeric.

            (8)  Contract-wide: contracting officer specified ACRN order.  If the contracting officer intends thefunds to be liquidated in a specified ACRN order, insert the following, including the specified order in theinstruction:

252.204-0008 Contract-wide: Contracting Officer Specified ACRN Order.   (SEP 2009)

The payment office shall make payment in sequential ACRN order within the contract or order, exhaustingall funds in the previous ACRN before paying from the next ACRN in the sequence order specified below:

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 52 of 90 FINAL

 

Page 56: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

ACRN Order

_____________________________

______________________________

            (9)  Contract-wide: by fiscal year.  If the contracting officer intends the funds to be liquidated infiscal year order, insert the following:

252.204-0009 Contract-wide: by Fiscal Year.  (SEP 2009)

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

            (10)  Contract-wide: by cancellation date.  If the contracting officer intends the funds to beliquidated in fiscal year order, insert the following:

252.204-0010 Contract-wide: by Cancellation Date.  (SEP 2009)

The payment office shall make payment using the ACRN with the earliest cancellation date first,exhausting all funds in that ACRN before disbursing funds from the next. In the event there is more thanone ACRN associated with the same cancellation date, the payment amount shall be disbursed from eachACRN with the same cancellation date in the same proportion as the amount of funding obligated foreach ACRN with the same cancellation date.

            (11)  Contract-wide: proration.  If the contract or order that provides for progress payments based oncosts, (unless the administrative contracting officer authorizes use of one of the other options), or if thecontracting officer intends the funds to be liquidated in the same proportion as the amount of fundingcurrently unliquidated for each ACRN, insert the following:

252.204-0011 Contract-wide: Proration.  (SEP 2009)

The payment office shall make payment from each ACRN within the contract or order in the sameproportion as the amount of funding currently unliquidated for each ACRN.

            (12)  Other.  If none of the standard payment instructions identified in paragraphs (d)(1) through(11) of this section are appropriate, the contracting officer may insert other payment instructions, providedthe other payment instructions--

(i) Provide a significantly better reflection of how funds will be expended in support of contractperformance; and

(ii) Are agreed to by the payment office and the contract administration office.

EFFECTIVE WITH MOD 21 and Exercise of Option Period 2:

DFAR 252.204-0001 Line Item Specific: Single Funding.  (SEP 2009)

The payment office shall make payment using the ACRN funding of the line item being billed.

Ddl-G10 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT ANDRESPONSIBILITIES

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 53 of 90 FINAL

 

Page 57: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Procuring Contracting Officer (PCO)

(a)        Name:                                                                     Address:   Code CS40                                 Naval Surface Warfare Center, Dahlgren Division                                 17632 Dahlgren Road, Suite 157                                 Dahlgren, VA 22448-5110                Email:                    Phone:   

(b) PCO responsibilities are outlined in FAR 1.602-2.  The PCO is the only person authorized to approve changes inany of the requirements of thisw Task Order.  Nothwithstanding provisions contained elsewhere in this contract, thesaid authority remains solely the PCO's.  The contractor shall not comply with any order, direction or request ofGovernment personnel unless it is issued in writing and signed by the Contracting Officer or is pursuant to specificauthority otherwise included as part of this contract.  In the even the contractor effects any change at the direction ofany person other than the PCO, the change will be considered unauthorized.

Contract Specialist

(a)        Name:                        Code:              CS40-7            Address:         Naval Surface Warfare Center, Dahlgren Division                                    17632 Dahlgren Road, Suite 157                                     Dahlgren, VA 22448-5110            Phone:                         E-mail:            

(b) The Contract Specialist is the representative of the Contracting Officer for all contractual matters. 

Contracting Officers Representative (COR): 

 (a)           Name:           Code:            Q34Address:       Naval Surface Warfare Center, Dahlgren Division                      17230 Dahlgren Road, Bdg 121                        Dahlgren, VA 22448Phone:          E-mail:          

(b) The COR is the PCO’s appointed representative for technical matters. The COR is not a contracting officer anddoes not have the authority to direct the accomplishment of effort which is beyond the scope of the Task Order or tootherwise change any Task Order requirements. A copy of the COR appointment letter which provides a delineationof COR authority and responsibilities is provided as an attachment to this Task Order. 

HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)

(a) In accordance with the clause of this contract entitled “ELECTRONICSUBMISSION OF PAYMENTREQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize theDoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/servicesdelivered under this contract. This web-based system located at https://wawf.eb.mil provides thetechnology for government contractors and authorized Department of Defense (DoD) personnel togenerate, capture and process receipt and payment-related documentation in a paperlessenvironment. Invoices for supplies/services rendered under this contract shall be submittedelectronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 54 of 90 FINAL

 

Page 58: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

for payment.

(b) It is recommended that the person in your company designated as the Central ContractorRegistration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for thesubmission of invoices, use the online training system for WAWF at http://wawftraining.com. TheVendor, Group Administrator (GAM), and sections marked with an asterisk in the training systemshould be reviewed. Vendor documentation is available under Resources at http://wawftraining.com.

(c) The designated CCR EB point of contact is responsible for activating the company’s CAGE codeon WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EB point of contactwill self-register under the company’s CAGE code on WAWF and follow the instructions for a groupadministrator. After the company is set-up on WAWF, any additional persons responsible forsubmitting invoices must self-register under the company’s CAGE code at https://wawf.eb.mil.

(d) The contractor shall use the following document types, DODAAC codes and inspection andacceptance locations when submitting invoices in WAWF: 

Type of Document(s) (contracting officer check all that apply)

Invoice (FFP Supply & Service)

Invoice and Receiving Report Combo (FFP Supply)

Invoice as 2-in-1 (FFP Service Only)

X          Cost Voucher (Cost Reimbursable, T&M , LH, or FPI)

Receiving Report (FFP, DD250 Only)

DODAAC Codes and Inspection and Acceptance Locations 

Issue DODAAC                                 N00178

Admin DODAAC                               S2101A

Pay Office DODAAC                         HQ0338

Inspector DODAAC                           (blank)

Service Acceptor DODAAC            (blank)

Service Approver DODAAC            S2101A

Ship To DODAAC                             (blank)

DCAA Auditor DODAAC                   *

LPO DODAAC                                    *

                Inspection Location                          (blank)

                Acceptance Location                       (blank)

Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g.,backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 55 of 90 FINAL

 

Page 59: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Maximum limit for size of files per invoice is 5 megabytes.

(e) The Contractor agrees to segregate costs incurred under this task order at the lowest level of performance, eithertask or subtask, rather than on a total task order basis, and to submit invoices reflecting costs incurred at that level.Supporting documentation in WAWF for invoices shall include summaries of work charged during the period coveredas well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time andovertime) invoiced; as well as a cost breakdown of ODCs (materials and travel), by line item task or subtask.Subcontractors are also required to provide labor categories, rates, and hours (both straight time andovertime) invoiced; as well as a cost breakdown of ODCs, materials, and travel invoiced. Supportingdocumentation may be encrypted before submission to the prime contractor for WAWF invoicesubmittal. Subcontractors may email encryption code information directly to the Contracting Officerand Contracting Officer Representative. Should the subcontractor lack encryption capability, thesubcontractor may also email detailed supporting cost information directly to the Contracting Officerand Contracting Officer Representative; or other method as agreed to by the Contracting Officer.

(f) Before closing out of an invoice session in WAWF, but after submitting the document(s), you willbe prompted to send additional email notifications. Click on “Send More Email Notification” and addthe acceptor/receiver email addresses noted below in the first email address block, and add anyother additional email addresses desired in the following blocks. This additional notification to thegovernment is important to ensure that the acceptor/receiver is aware that the invoice documentshave been submitted into WAWF. Send Additional Email Notification To:                                                                            

(g) The contractor shall submit invoices/cost vouchers for payment per contract terms and thegovernment shall process invoices/cost vouchers for payment per contract terms. Contractorsapproved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Finalvoucher submission will be approved by the ACO.

(h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above1-866 number or the NSWCDD WAWF coordinator at (202) 781-4815.

CONSENT TO SUBCONTRACT

For subcontracts and consulting agreements for services, where the prime contractor anticipates thathours delivered will be counted against the hours in the Level of Effort clause in this section,Consent to Subcontract authority is retained by the Procuring Contracting Officer. 

The following subcontractors are approved on this Task Order:

        

                                                                                                              

                                      

Ddl-G40 PAYMENT, SELECTED ITEMS OF COST REIMBURSEMENT CONTRACTS

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 56 of 90 FINAL

 

Page 60: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

(a) Travel costs The contractor shall, to the maximum extent practicable, minimize overall travelcosts by taking advantage of discounted airfare rates available thru advance purchase. Chargesassociated with itinerary changes and cancelations under nonrefundable airline tickets arereimbursable as long as the changes are driven by the work requirement.

(b) Training

The Government will not allow costs, nor reimburse costs associated with the contractor for trainingemployees in an effort to attain and/or maintain minimum personnel qualification requirements ofthis contract. Other training may be approved on a case-by-case basis by the ContractingOfficer. Advance approval is required. Attendance at workshops or symposiums is considered trainingfor purposes of this clause. The contractor is encouraged to suggest a cost-sharing arrangement thataddresses registration/tuition, travel and labor costs.

(c) General Purpose Office Equipment (GPOE) and Information Technology (IT) The cost ofacquisition of GPOE and IT shall not be allowable as direct charges to this contract. The contractoris expected to have the necessary CONUS facilities to perform the requirements of this contract,including any necessary GPOE and IT. GPOE means equipment normally found in a business officesuch as desks, chairs, typewriters, calculators, file cabinets, etc. IT means any equipment orinterconnected system or subsystem of equipment that is used in the automatic acquisition, storage,manipulation, movement, control, display, switching, interchange, transmission, or reception of dataor information. IT includes computers, ancillary equipment, software, firmware and similar products,services (including support services), and related resources for both unclassified and classifiedapplications.

(d) The requirements of the above clause apply equally to subcontractors and consultants. 

EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

When a Government facility is closed and/or early dismissal of Federal employees is directed due tosevere weather, security threat, or a facility related problem that prevents personnel from working,onsite contractor personnel regularly assigned to work at that facility should follow the same reportingand/or departure directions given to Government personnel. The contractor shall not direct charge tothe contract for time off, but shall follow parent company policies regarding taking leave(administrative or other). Non-essential contractor personnel, who are not required to remain at orreport to the facility, shall follow their parent company policy regarding whether they should go/stayhome or report to another company facility. Subsequent to an early dismissal and during periods ofinclement weather, onsite contractors should monitor radio and television announcements beforedeparting for work to determine if the facility is closed or operating on a delayed arrival basis. 

When Federal employees are excused from work due to a holiday or a special event (that isunrelated to severe weather, a security threat, or a facility related problem), on site contractors willcontinue working established work hours or take leave in accordance with parent company policy.Those contractors who take leave shall not direct charge the non-working hours to the task order.Contractors are responsible for predetermining and disclosing their charging practices for earlydismissal, delayed openings, or closings in accordance with the FAR, applicable cost accountingstandards, and company policy. Contractors shall follow their disclosed charging practices during thetask order period of performance, and shall not follow any verbal directions to the contrary. TheContracting Officer will make the determination of cost allowability for time lost due to facilityclosure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor'sestablished accounting policy.

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 57 of 90 FINAL

 

Page 61: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

400001 1300280530 23971.00  LLA : AA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001265981   BASE Funding 23971.00 Cumulative Funding 23971.00  MOD 01  400002 1300280940 26029.00  LLA : AB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001269078 For TI 2.  400003 1300280844 50000.00  LLA : AC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001267811 for TI 1.  600001 1300280940 3000.00  LLA : AB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001269078 ODCs For TI 2   MOD 01 Funding 79029.00 Cumulative Funding 103000.00  MOD 02  400004 1300298613 35000.00  LLA : AD 1711319 A5XZ 252 WS010 0 050120 2D 000000 A00001354288 Standard Number: N/A LABOR FOR TI 1.  400005 1300300596 58000.00  LLA : AE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001366055 FOR TI 1.  400006 1300300597 60000.00  LLA : AF 1721319 A5HA 251 WS020 0 050120 2D 000000 A10001366304 Standard Number: N/A FOR TI 1.  400007 1300300709 427875.00  LLA : AG 1721319 A5HA 251 WS020 0 050120 2D 000000 A00001366830 FOR TI 2.  400008 1300300661 315958.00  LLA : AH 1721319 A5HA 251 WS020 0 050120 2D 000000 A10001366487 Standard Number: N/A FOR TI 2.  400009 1300300206 20000.00  LLA : AJ 1721319 A5HA 251 WS020 0 050120 2D 000000 A10001363424 Standard Number: N/A FOR TI 2.  400010 1300299592 15000.00  LLA : AK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001357861 Standard Number: N/A FOR TI 2.  400011 1300299508 7587.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 58 of 90 FINAL

 

Page 62: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

AL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001357663 Standard Number: N/A FOR TI 2.  400012 1300299509 20000.00  LLA : AM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001357668 Standard Number: N/A FOR TI 2.  400013 1300300210 74000.00  LLA : AN 1721319 A5HA 251 WS020 0 050120 2D 000000 A00001363725 Standard Number: N/A FOR TI 2.  400014 1300303945 135000.00  LLA : AP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001391459 Standard Number: N/A FOR TI 2.  400015 1300301716 31700.00  LLA : AQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001375060 Standard Number: N/A FOR TI 2.  400016 1300301716 13000.00  LLA : AQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001375060 Standard Number: N/A FOR TI 2.  400017 1300301717 28400.00  LLA : AR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001375177 Standard Number: N/A FOR TI 2.  400018 1300303530 30000.00  LLA : AS 97X4930 NH1E 251 77777 0 050120 2F 000000 A10001388221 Standard Number: N/A FOR TI 2.  400019 1300303530 25600.00  LLA : AS 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001388221 Standard Number: N/A FOR TI 2.  400020 1300301782 125000.00  LLA : AT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001375464 Standard Number: N/A FOR TI 2.  400021 1300302078 56000.00  LLA : AU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001378505 Standard Number: N/A FOR TI 2.  400022 1300302811 170000.00  LLA : AV 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001383522 Standard Number: N/A FOR TI 2.  400023 1300302439 18021.00  LLA : AW 97X4930 NH1E 251 77777 0 050120 2F 000000 A20001380817 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 59 of 90 FINAL

 

Page 63: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Standard Number: N/A FOR TI 2.  400024 1300302439 12250.00  LLA : AW 97X4930 NH1E 251 77777 0 050120 2F 000000 A10001380817 Standard Number: N/A FOR TI 2.  400025 1300302439 39729.00  LLA : AW 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001380817 Standard Number: N/A FOR TI 2.  400026 1300305121 66000.00  LLA : AX 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001402085 Standard Number: n/a FOR TI 2.  600002 1300300709 2000.00  LLA : AG 1721319 A5HA 252 WS020 0 050120 2D 000000 A00001366830 Standard Number: N/A ODCs for TI 2.  600003 1300300210 1000.00  LLA : AN 1721319 A5HA 252 WS020 0 050120 2D 000000 A00001363725 Standard Number: N/A ODCs for TI 2.  600004 1300303945 5000.00  LLA : AP 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001391459 Standard Number: N/A ODCs for TI 2.   MOD 02 Funding 1792120.00 Cumulative Funding 1895120.00  MOD 03  400027 1300299616 200000.00  LLA : AY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001358327 Standard Number: n/a For TI 3.   MOD 03 Funding 200000.00 Cumulative Funding 2095120.00  MOD 04  400028 1300309138 31071.00  LLA : AZ 1721319 W2DB 253 RAP51 0 068342 2D 000000 021230002IA0 Standard Number: RCP # N0001412WX21556 FOR TI 1.  400029 1300309139 198000.00  LLA : BA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001440708 FOR TI #2.  400030 1300303361 50000.00  LLA : BB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001386577 FOR TI#4.  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 60 of 90 FINAL

 

Page 64: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

400031 1300309874 48000.00  LLA : BC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001448170 FOR TI #5.  400032 1300310549 78000.00  LLA : BD 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001454352 FOR TI # 6.  600005 1300309139 2000.00  LLA : BA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001440708 ODCs for TI 2.  600006 1300303361 300000.00  LLA : BB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001386577 ODCs for TI 4.  600007 1300309874 2000.00  LLA : BC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001448170 ODCs for TI 5.  600008 1300310549 2000.00  LLA : BD 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001454352   MOD 04 Funding 711071.00 Cumulative Funding 2806191.00  MOD 05  400033 1300320399 15000.00  LLA : BE 9730100 4300 P30 30314 0 KMBFK0 IA 2575DI AMR3N200 012137  Standard Number: DIAMR3N200 Base Period Labor - TI-2, Tactical Data Support  400034 1300327046 15000.00  LLA : BF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562306 Base Period Labor - TI-2, Tactical Data Support  400035 1300337054 42060.00  LLA : BG 9730400 265Y A5X AF506 0 4384BP 00 00253G 0010284316A0 0112994522 021001  Standard Number: MIPR 0010284316 Base Period Labor - TI-2, Tactical Data Support  400036 1300331983 145000.00  LLA : BJ 1731319 A5HA 251 WS020 0 050120 2D 000000 A00001594468 Base Period Labor - TI-4, SEWIP Blk 2 Support  400037 1300332040 48000.00  LLA : BL 1731319 W2F2 255 RA313 0 068342 2D 000000 00000000BM20 Standard Number: N0001413RX20067-AA Base Period Labor - TI-5, EWBM Support  400038 1300337198 173000.00  LLA : BM 1731319 W3DJ 255 RA353 0 068342 2D 000000 02911000GGA0 Standard Number: N0001413RX20234-AA Base Period Labor - TI-6, SSLMP Support  600009 1300328314 110000.00  LLA : BH 1731319 A5HA 252 WS020 0 050120 2D 000000 A00001571484 Base Period ODCs - TI-2, Tactical Data Support 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 61 of 90 FINAL

 

Page 65: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

 600010 1300331983 5000.00  LLA : BK 1731319 A5HA 252 WS020 0 050120 2D 000000 A00001594468 Base Period ODCs - TI-4, SEWIP Blk 2 Support  600011 1300332040 2000.00  LLA : BL 1731319 W2F2 255 RA313 0 068342 2D 000000 00000000BM20 Standard Number: N0001413RX20067-AA Base Period ODCs - TI-5, EWBM Support  600012 1300337198 5000.00  LLA : BM 1731319 W3DJ 255 RA353 0 068342 2D 000000 02911000GGA0 Standard Number: N0001413RX20234-AA Base Period ODCs - TI-6, SSLMP Support   MOD 05 Funding 560060.00 Cumulative Funding 3366251.00  MOD 06  400039 1300338761 24250.00  LLA : BN 1721319 84TA 251 V5H00 0 050120 2D 000000 A10001643520 Base Period Labor - TI-1, Modeling & Simulation Engineering Support  400040 1300346991 10000.00  LLA : BP 1731319 W3F3 255 RAP51 0 068342 2D 000000 033460003IA0 Standard Number: N0001413RX20076-AA Base Period Labor - TI-1, Modeling & Simulation Engineering Support  400041 1300343799 100000.00  LLA : BQ 1731319 A5HA 251 WS020 0 050120 2D 000000 A00001677720 Base Period Labor - TI-3, SEWIP BLK3 Support  600013 1300338761 2000.00  LLA : BR 1721319 84TA 252 V5H00 0 050120 2D 000000 A10001643520 Base Period Labor - TI-1, Modeling & Simulation Engineering Support   MOD 06 Funding 136250.00 Cumulative Funding 3502501.00  MOD 07  410001 1300346991 72595.50  LLA : BS 1731319 W3F3 255 RAP51 0 068342 2D 000000 033460003IA0 Standard Number: N0001413RX20076-AA Option 1 Labor - TI-7, AEWIC Support  410002 1300354692 72000.00  LLA : BT 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001757660 Option 1 Labor - TI-8, Tactical Data Support '2410(a) Authority is hereby invoked.'  410003 1300355324 14964.00  LLA : BU 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001762121 Option 1 Labor - TI-10, SEWIP Blk 2 Support  410004 1300359041 28000.00  LLA : BV 1731319 W3F3 255 RA313 0 068342 2D 000000 03346000BM30 Standard Number: N0001413RX20316-AA Option 1 Labor - TI-11, EWBM Support 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 62 of 90 FINAL

 

Page 66: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

 410005 1300360759 95000.00  LLA : BW 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001796961 Option 1 Labor - TI-12, SSLMP Support  600006 1300303361 (112336.39)  LLA : BB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001386577 ODCs for TI 4.  600009 1300328314 (110000.00)  LLA : BH 1731319 A5HA 252 WS020 0 050120 2D 000000 A00001571484 Base Period ODCs - TI-2, Tactical Data Support  610001 1300354692 2000.00  LLA : BX 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001757660 Option 1 ODC - TI-8, Tactical Data Support '2410(a) Authority is hereby invoked.'  610002 1300360759 5000.00  LLA : BY 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001796961 Option 1 ODC - TI-12, SSLMP Support   MOD 07 Funding 67223.11 Cumulative Funding 3569724.11  MOD 08  410006 1300363176 15000.00  LLA : BZ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001811648 Option 1 Labor - TI-09, SEWIP Blk 3 Support  410007 1300364683 112336.00  LLA : CA 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001818878 Option 1 Labor - TI-10, SEWIP Blk 2 Support '2410(a) Authority is hereby invoked.'  410008 1300364682 105000.00  LLA : CB 1731319 A5HA 251 WS020 0 050120 2D 000000 A00001818874 Option 1 Labor - TI-10, SEWIP Blk 2 Support  410009 1300365660 22000.00  LLA : CD 1731319 W3F3 255 RA313 0 068342 2D 000000 03346000BM30 Standard Number: N0001413RX20316-AA Option 1 Labor - TI-13, IA-IT Support  610003 1300364682 5000.00  LLA : CC 1731319 A5HA 252 WS020 0 050120 2D 000000 A00001818874 Option 1 ODC - TI-10, SEWIP Blk 2 Support   MOD 08 Funding 259336.00 Cumulative Funding 3829060.11  MOD 09  410010 1300368054 100000.00  LLA : BS 1731319 W3F3 255 RAP51 0 068342 2D 000000 033460003IA0 Standard Number: N0001413RX20076-AA Option 1 Labor - TI-7, AEWIC Support  410011 1300368053 259000.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 63 of 90 FINAL

 

Page 67: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

BM 1731319 W3DJ 255 RA353 0 068342 2D 000000 02911000GGA0 Standard Number: N0001413RX20234-AA Option 1 Labor - TI-12, SSLMP Support  410012 1300371437 150000.00  LLA : BM 1731319 W3DJ 255 RA353 0 068342 2D 000000 02911000GGA0 Standard Number: N0001413RX20234-AA Option 1 Labor - TI-12, SSLMP Support  410013 1300368675 14000.00  LLA : BS 1731319 W3F3 255 RAP51 0 068342 2D 000000 033460003IA0 Standard Number: N0001413RX20076-AA Option 1 Labor - TI-13, IA-IT Support  410014 1300368252 15000.00  LLA : CE 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001838136 Option 1 Labor - TI-13, IA-IT Support  410015 1300370083 100000.00  LLA : CF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001848671 Option 1 Labor - TI-09, SEWIP Blk 3 Support  410016 1300370918 79500.00  LLA : CG 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001853950 Option 1 Labor - TI-09, SEWIP Blk 3 Support  610004 1300368054 3000.00  LLA : BS 1731319 W3F3 255 RAP51 0 068342 2D 000000 033460003IA0 Standard Number: N0001413RX20076-AA Option 1 ODC - TI-07, AEWIC Support  610005 1300368053 1000.00  LLA : BM 1731319 W3DJ 255 RA353 0 068342 2D 000000 02911000GGA0 Standard Number: N0001413RX20234-AA Option 1 ODC - TI-12, SSLMP Support  610006 1300370918 500.00  LLA : CH 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001853950 Option 1 ODC - TI-09, CM (AOEW for Blk 3) Support   MOD 09 Funding 722000.00 Cumulative Funding 4551060.11  MOD 10  400029 1300309139 (73891.00)  LLA : BA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001440708 FOR TI #2.  400032 1300310549 (31144.00)  LLA : BD 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001454352 FOR TI # 6.  400034 1300327046 (15000.00)  LLA : BF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562306 Base Period Labor - TI-2, Tactical Data Support  400035 1300337054 (42060.00)  LLA : BG 9730400 265Y A5X AF506 0 4384BP 00 00253G 0010284316A0 0112994522 021001  Standard Number: MIPR 0010284316 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 64 of 90 FINAL

 

Page 68: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Base Period Labor - TI-2, Tactical Data Support  400036 1300331983 (46753.00)  LLA : BJ 1731319 A5HA 251 WS020 0 050120 2D 000000 A00001594468 Base Period Labor - TI-4, SEWIP Blk 2 Support  400037 1300332040 (35949.00)  LLA : BL 1731319 W2F2 255 RA313 0 068342 2D 000000 00000000BM20 Standard Number: N0001413RX20067-AA Base Period Labor - TI-5, EWBM Support  400038 1300337198 (84786.00)  LLA : BM 1731319 W3DJ 255 RA353 0 068342 2D 000000 02911000GGA0 Standard Number: N0001413RX20234-AA Base Period Labor - TI-6, SSLMP Support  400040 1300346991 (741.00)  LLA : BP 1731319 W3F3 255 RAP51 0 068342 2D 000000 033460003IA0 Standard Number: N0001413RX20076-AA Base Period Labor - TI-1, Modeling & Simulation Engineering Support  400041 1300343799 (36237.00)  LLA : BQ 1731319 A5HA 251 WS020 0 050120 2D 000000 A00001677720 Base Period Labor - TI-3, SEWIP BLK3 Support  410017 1300374589 120000.00  LLA : CJ 1731319 A5HA 251 WS020 0 050120 2D 000000 A00001879228 Option 1 Labor - TI-09, SEWIP Blk 3 Support  410018 1300375981 47000.00  LLA : CK 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001886985 Option 1 Labor - TI-7, AEWIC Support '2410(a) Authority is hereby invoked.'  410019 1300376159 10688.00  LLA : CL 1731319 W3DJ 255 RA353 0 068342 2D 000000 02911000GGA0 Standard Number: N0001413RX20361-AA Option 1 Labor - TI-12, SSLMP Support  600001 1300280940 (2984.00)  LLA : AB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001269078 ODCs For TI 2  600002 1300300709 (2000.00)  LLA : AG 1721319 A5HA 252 WS020 0 050120 2D 000000 A00001366830 Standard Number: N/A ODCs for TI 2.  600003 1300300210 (1000.00)  LLA : AN 1721319 A5HA 252 WS020 0 050120 2D 000000 A00001363725 Standard Number: N/A ODCs for TI 2.  600005 1300309139 (1946.00)  LLA : BA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001440708 ODCs for TI 2.  600007 1300309874 (1903.00)  LLA : BC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001448170 ODCs for TI 5.  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 65 of 90 FINAL

 

Page 69: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

600008 1300310549 (1909.00)  LLA : BD 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001454352  600010 1300331983 (4508.00)  LLA : BK 1731319 A5HA 252 WS020 0 050120 2D 000000 A00001594468 Base Period ODCs - TI-4, SEWIP Blk 2 Support  600011 1300332040 (2000.00)  LLA : BL 1731319 W2F2 255 RA313 0 068342 2D 000000 00000000BM20 Standard Number: N0001413RX20067-AA Base Period ODCs - TI-5, EWBM Support  600012 1300337198 (4775.00)  LLA : BM 1731319 W3DJ 255 RA353 0 068342 2D 000000 02911000GGA0 Standard Number: N0001413RX20234-AA Base Period ODCs - TI-6, SSLMP Support  600013 1300338761 (2000.00)  LLA : BR 1721319 84TA 252 V5H00 0 050120 2D 000000 A10001643520 Base Period ODC - TI-1, Modeling & Simulation Engineering Support   MOD 10 Funding -213898.00 Cumulative Funding 4337162.11  MOD 11  410020 1300380197 19000.00  LLA : CM 1731319 A5HA 251 WS020 0 050120 2D 000000 A00001931166 Option 1 Labor - TI-10, SEWIP Blk 2 Support  410021 1300383492 51261.00  LLA : CP 1731319 A5HA 251 WS020 0 050120 2D 000000 A00001967596 Option 1 Labor - TI-10, SEWIP Blk 2 Support  410022 1300383412 23852.00  LLA : CQ 1731319 W2F2 255 RA313 0 068342 2D 000000 00000000BM20 Standard Number: N0001413RX20067-AA Option 1 Labor - TI-11, EWBM Support  410023 1300383350 36237.00  LLA : CR 1731319 A5HA 251 WS020 0 050120 2D 000000 A00001967594 Option 1 Labor - TI-09, SEWIP Blk 3 Support  410024 1300383360 40000.00  LLA : CS 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001966530 Option 1 Labor - TI-13, IA-IT Support  410025 1300383360 40000.00  LLA : CT 97X4930 NH1E 251 77777 0 050120 2F 000000 A10001966530 Option 1 Labor - TI-13, IA-IT Support SEWIP Blk 3  610007 1300383493 22205.00  LLA : CN 1731319 A5HA 251 WS020 0 050120 2D 000000 A00001967743 Option 1 ODC - TI-8, TSSC/SEWIP Blk 1  610008 1300383412 1000.00  LLA : CQ 1731319 W2F2 255 RA313 0 068342 2D 000000 00000000BM20 Standard Number: N0001413RX20067-AA Option 1 ODC - TI-11, EWBM Systems Engineering Support 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 66 of 90 FINAL

 

Page 70: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

  MOD 11 Funding 233555.00 Cumulative Funding 4570717.11  MOD 12 Funding 0.00 Cumulative Funding 4570717.11  MOD 13  410026 130039082800001 40000.00  LLA : CU 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002030801 Option 1 Labor - TI-12, SSLMP Support  410027 130038842300001 64663.00  LLA : CV 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002011483 Option 1 Labor - TI-8, Tactical Data Support   410028 130038842500001 40000.00  LLA : CW 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002011582 Option 1 Labor - TI-10, SEWIP Blk 2 Support  410029 130038992200001 20000.00  LLA : CX 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002022230 Option 1 Labor - TI-11, EWBM Support   MOD 13 Funding 164663.00 Cumulative Funding 4735380.11  MOD 14  410030 130039475300001 40000.00  LLA : CY 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002057927 Option 1 Labor - TI-13, IA-IT Support  410031 130039698100001 45000.00  LLA : CZ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002072363 Option 1 Labor - TI-7, AEWIC Support   MOD 14 Funding 85000.00 Cumulative Funding 4820380.11  MOD 15  410032 130039537500001 40000.00  LLA : DA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002062491 Option 1 Labor - TI-14, CTN Support  410033 130039824200001 70000.00  LLA : DB 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002082252 Option 1 Labor - TI-13, IA-IT Support  610009 130039537500001 6000.00  LLA : DA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002062491 Option 1 ODC - TI-14, CTN Support   MOD 15 Funding 116000.00 Cumulative Funding 4936380.11  MOD 16 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 67 of 90 FINAL

 

Page 71: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

 410034 130040077500001 24000.00  LLA : DC 1741319 84TA 251 V5H00 0 050120 2D 000000 A00002102269 Option 1 Labor - TI-7, AEWIC  410035 130040033600001 10000.00  LLA : DD 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002099714 Option 1 Labor - TI-8, TSSC Support  410036 130040077600001 70000.00  LLA : DE 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002102452 Option 1 Labor - TI-09, SEWIP Blk 3 Support  410037 130040121900001 50000.00  LLA : DF 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002106399 Option 1 Labor - TI-10, SEWIP Blk 2 Support  410038 130040238700001 30000.00  LLA : DG 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002118974 Option 1 Labor - TI-11, EWBM Support  410039 130040071000001 47000.00  LLA : DH 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002102070 Option 1 Labor - TI-12, SSLMP Support  410040 130040034500001 12000.00  LLA : DJ 1741319 84TA 251 V5H00 0 050120 2D 000000 A00002099979 Option 1 Labor - TI-13, IA-IT Support  410041 130040025300001 148000.00  LLA : DK 1741106 1A2A 251 67854 067443 2D M95450 4RCGL48606RM Standard Number: M954501RCGL486-AA Option 1 Labor - TI-15, SIAT DoDAF Support  410042 130040039700001 133000.00  LLA : DL 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002100001 Option 1 Labor - TI-16, SKC Support  610010 130040025300001 2000.00  LLA : DK 1741106 1A2A 251 67854 067443 2D M95450 4RCGL48606RM Standard Number: M954501RCGL486-AA Option 1 ODC - TI-15, SIAT DoDAF Support  610011 130040039700002 500.00  LLA : DL 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002100001 Option 1 ODC - TI-16, SKC Support   MOD 16 Funding 526500.00 Cumulative Funding 5462880.11  MOD 17  410034 130040077500001 (24000.00)  LLA : DC 1741319 84TA 251 V5H00 0 050120 2D 000000 A00002102269 Option 1 Labor - TI-7, AEWIC  410040 130040034500001 (12000.00)  LLA : DJ 1741319 84TA 251 V5H00 0 050120 2D 000000 A00002099979 Option 1 Labor - TI-13, IA-IT Support 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 68 of 90 FINAL

 

Page 72: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

 410043 130040156600002 53000.00  LLA : DM 1741319 A5HA 251 WS020 0 050120 2D 000000 A10002108385 Option 1 Labor - TI-17, AOEW Support  410044 130040369700001 23500.00  LLA : DN 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002129648 Option 1 Labor - TI-12, SSLMP Support  410045 130040618900001 75000.00  LLA : DP 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000SSL0 Standard Number: N0001414RX20040-AA Option 1 Labor - TI-12, SSLMP Support  410046 130040763300001 39000.00  LLA : DQ 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000 Standard Number: N0017314WX00016-AA Option 1 Labor - TI-7, AEWIC Support  610012 130040156600003 3000.00  LLA : DM 1741319 A5HA 251 WS020 0 050120 2D 000000 A10002108385 Option 1 ODC - TI-17, AOEW Support  610013 130040763300002 1000.00  LLA : DQ 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000 Standard Number: N0017314WX00016-AA Option 1 ODC - TI-07, AEWIC Support   MOD 17 Funding 158500.00 Cumulative Funding 5621380.11  MOD 18  410047 130041204600001 10000.00  LLA : DR 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002192500 Option 1 Labor - TI-18, Nulka Support  410048 130040831600001 12000.00  LLA : DS 1741319 84TA 251 V5H00 0 050120 2D 000000 A00002165765 Option 1 Labor - TI-13, IA-IT Support  410049 130040832000001 24000.00  LLA : DT 1741319 84TA 251 V5H00 0 050120 2D 000000 A00002165941 Option 1 Labor - TI-7, AEWIC Support  410050 130040960700001 70913.00  LLA : DU 1721810 A2TC 251 WS020 0 050120 2D 000000 A00002175777 Option 1 Labor - TI-10, SEWIP Blk 2 Support  410051 130041123900001 20000.00  LLA : DV 1741319 T7KC 252 67854 067443 2D C2273A 4RCR4BA7174V Standard Number: M9545014RCR4BA7-AA Option 1 Labor - TI-14, CTN Support  610014 130040960700002 1500.00  LLA : DU 1721810 A2TC 251 WS020 0 050120 2D 000000 A00002175777 Option 1 ODC - TI-10, SEWIP Blk 2 Support  610015 130041123900001 2539.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 69 of 90 FINAL

 

Page 73: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

DV 1741319 T7KC 252 67854 067443 2D C2273A 4RCR4BA7174V Standard Number: M9545014RCR4BA7-AA Option 1 ODC - TI-14, CTN Support   MOD 18 Funding 140952.00 Cumulative Funding 5762332.11  MOD 19  410045 130041603200001 120000.00  LLA : DP 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000SSL0 Standard Number: N0001414RX20040-AA Option 1 Labor - TI-12, SSLMP Support  410052 130041781900001 19497.30  LLA : DW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002236704 Standard Number: N0001914WX05565 Option 1 Labor - TI-10, SEWIP Blk 2 Support  410054 130041633400001 25000.00  LLA : DY 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002225168 Standard Number: N0001414WX00270-AA Option 1 Labor - TI-12, SSLMP Support  410055 130041603400001 135000.00  LLA : DZ 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002221104 Standard Number: N0002414WX03884-AD Option 1 Labor - TI-10, SEWIP Blk 2 Support  610016 130041781900001 542.50  LLA : DW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002236704 Standard Number: N0001914WX05565 Option 1 ODC - TI-10, SEWIP Blk 2 Support   MOD 19 Funding 300039.80 Cumulative Funding 6062371.91  MOD 20  410056 130041372800002 42000.00  LLA : DX 1741319 W2F2 255 00014 0 050120 2D 000000 A10002204334 Option 1 Labor - TI-11, EWBM Support  410057 130041868800001 110000.00  LLA : EA 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002242974 Option 1 Labor - TI-17, AOEW Support  410058 130041998300001 15000.00  LLA : EB 97X4930 NH4A 000 77777 0 000173 2F 4X0033 N00173Z45000 Standard Number: N0017314WX00033-AA Option 1 Labor - TI-18, Nulka Support  410059 130042225600001 134000.00  LLA : EC 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002270615 Option 1 Labor - TI-16, SKC Support  410060 130042384600001 10000.00  LLA : ED 1741804 8C2C 251 WS020 0 050120 2D 000000 A00002282961 Option 1 Labor - TI-8, Tactical Data Support  610017 130041372800003 8000.00  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 70 of 90 FINAL

 

Page 74: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

LLA : DX 1741319 W2F2 255 00014 0 050120 2D 000000 A10002204334 Option 1 ODC - TI-11, EWBM Support  610018 130042225600002 1000.00  LLA : EC 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002270615 Option 1 ODC - TI-16, SKC Support   MOD 20 Funding 320000.00 Cumulative Funding 6382371.91  MOD 21  410045 130043183900001 20000.00  LLA : DP 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000SSL0 Standard Number: N0001414RX20040-AA Option 1 Labor - TI-12, SSLMP Support  7201AB 130042887600001 50000.00  LLA : EE 1741804 8C2C 251 WS020 0 050120 2D 000000 A00002316798 OP2 Labor - TI-22, SEWIP BLK 2 '2410(a) Authority is hereby invoked.'  7201AC 130042183400001 44000.00  LLA : EF 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002267338 Option Period 2 Labor for TI-21, SEWIP BLK 3  7201AD 130042895700001 38000.00  LLA : EG 1731319 W3F3 255 RAP51 0 068342 2D 000000 033460003IA0 Standard Number: N0001413RX20076-AA Option Period 2 Labor for TI-19, AEWIC '2410(a) Authority is hereby invoked.'  7201AE 130042869300001 100000.00  LLA : EH 1731810 A2TC 251 WS020 0 050120 2D 000000 A00002315501 Option Period 2 Labor for TI-22, SEWIP BLK 2  7201AF 130043134100001 8000.00  LLA : EJ 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000 Standard Number: N0017314WX00016-AA Option Period 2 Labor for TI-19, AEWIC  7201AG 130043183900002 38000.00  LLA : EK 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000LW20 Standard Number: N0001414RX20216-AA Option Period 2 Labor for TI-24, SSL  7201AH 130043184100001 100000.00  LLA : EL 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000SSL0 Standard Number: N0001414RX20040-AA Option Period 2 Labor for TI-24, SSL '2410(a) Authority is hereby invoked.'  7201AJ 130043184200001 50139.00  LLA : EM 1741804 8C2C 251 WS020 0 050120 2D 000000 A00002335138 Option Period 2 Labor for TI-20, TSSC '2410(a) Authority is hereby invoked.'  7201AK 130043184300001 100000.00  LLA : EN 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002335139 Option Period 2 Labor for TI-29, Nulka  7201AL 130043194600001 10000.00  LLA : EP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002337305 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 71 of 90 FINAL

 

Page 75: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Option Period 2 Labor for TI-20, TSSC '2410(a) Authority is hereby invoked.'  7201AM 130043194600002 8000.00  LLA : EQ 97X4930 NH1E 251 77777 0 050120 2F 000000 A10002337305 Option Period 2 Labor for TI-24, SSL  7201AN 130043218500001 17000.00  LLA : ER 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002337568 Option Period 2 Labor for TI-29, Nulka '2410(a) Authority is hereby invoked.'  7201AP 130043218600001 60000.00  LLA : ES 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002337812 Option Period 2 Labor for TI-28, AOEW  7201AQ 130043288200001 39500.00  LLA : EU 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002342221 Option Period 2 Labor for TI-30, SKC Nulka '2410(a) Authority is hereby invoked.'  7201AR 130043376200002 25000.00  LLA : EW 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002348728 Option Period 2 Labor for TI-29, Nulka  7201AS 130043376200003 25000.00  LLA : EX 97X4930 NH1E 251 77777 0 050120 2F 000000 A10002348728 Option Period 2 Labor for TI-19, AEWIC  9201AC 130042183400002 1000.00  LLA : EF 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002267338 Option Period 2 ODCs for TI-21, SEWIP BLK 3  9201AD 130042895700002 1000.00  LLA : EG 1731319 W3F3 255 RAP51 0 068342 2D 000000 033460003IA0 Standard Number: N0001413RX20076-AA Option Period 2 ODCs for TI-19, AEWIC '2410(a) Authority is hereby invoked.'  9201AF 130043134100002 2000.00  LLA : EJ 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000 Standard Number: N0017314WX00016-AA Option Period 2 ODCS for TI-19, AEWIC  9201AP 130043218600002 500.00  LLA : ET 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002337812 Option Period 2 Labor for TI-28, AOEW  9201AQ 130043288200002 500.00  LLA : EV 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002342221 Option Period 2 ODCs for TI-30, SKC Nulka '2410(a) Authority is hereby invoked.'   MOD 21 Funding 737639.00 Cumulative Funding 7120010.91  MOD 22  410031 130039698100001 (42044.83)  LLA : CZ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002072363 Option 1 Labor - TI-7, AEWIC Support  410036 130040077600001 (25000.00)  LLA : DE 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002102452 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 72 of 90 FINAL

 

Page 76: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Option 1 Labor - TI-09, SEWIP Blk 3 Support  410041 130040025300001 (20000.00)  LLA : DK 1741106 1A2A 251 67854 067443 2D M95450 4RCGL48606RM Standard Number: M954501RCGL486-AA Option 1 Labor - TI-15, SIAT DoDAF Support  410051 130041123900001 (12400.00)  LLA : DV 1741319 T7KC 252 67854 067443 2D C2273A 4RCR4BA7174V Standard Number: M9545014RCR4BA7-AA Option 1 Labor - TI-14, CTN Support  410055 130041603400001 (20000.00)  LLA : DZ 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002221104 Standard Number: N0002414WX03884-AD Option 1 Labor - TI-10, SEWIP Blk 2 Support  7201AH 130043218900001 30000.00  LLA : EL 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000SSL0 Standard Number: N0001414RX20040-AA Option Period 2 Labor for TI-24, SSL '2410(a) Authority is hereby invoked.'  7201AT 130042427500001 48000.00  LLA : EY 1741319 W2F2 255 00014 0 050120 2D 000000 A00002284930 Option Period 2 Labor for TI-23, EWBM POP: 07/02/14-09/30/14  7201AU 130042755300001 45000.00  LLA : FA 9740400 4HGA 251 00019 0 050120 2D 000000 A00002309246 Option Period 2 Labor for TI 31 EWIIP POP: 07/02/14- 11/30/14  7201AV 130043357100001 20000.00  LLA : FC 1741319 W3DJ 255 RA353 0 068342 2D 000000 02911000LWS0 Standard Number: N0001414RX20038-AA Option Period 2 Labor for TI 24 SSL  7201AW 130043866600001 20000.00  LLA : FD 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002388784 Option Period 2 Labor for TI- 23 POP: 07/15/14-07/01/15  7201AX 130043638700001 22508.93  LLA : FF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002368461 Option Period 2 Labor for TI 22 SEWIP BLK2 POP: 07/03/14-07/01/15  7201AZ 130043695700001 73500.00  LLA : FH 1741106 1A2A 251 67854 067443 2D M95450 4RCGL48606RM Standard Number: M9545014RCGL486-AA Option Period 2 Labor for TI 26 DoDAF '2410(a) Authority is hereby invoked.'  7201BA 130044110500001 159000.00  LLA : FK 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002401543 Option Period 2 Labor for TI 30 SKC Nulka POP: 07/02/2014-07/01/2015  7201BB 130044099800001 49000.00  LLA : FM 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002401278 Option Period 2 Labor for TI 21 BLK3 POP: 07/02/2014-07/01/2015  7201BC 130044356300001 60000.00  LLA : FP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002418931 Option Period 2 Labor for TI-25, IA/IT  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 73 of 90 FINAL

 

Page 77: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

7201BD 130043624400003 179000.00  LLA : FQ 1741319 A5HA 251 WS020 0 050120 2D 000000 A10002367369 Option Period Labor TI-27 SKC  9201AT 130042427500002 7000.00  LLA : EY 1741319 W2F2 255 00014 0 050120 2D 000000 A00002284930 Option Period 2 ODCs for TI-23, EWBM  9201AU 130042755300001 2500.00  LLA : FA 9740400 4HGA 251 00019 0 050120 2D 000000 A00002309246 Option Period 2 ODCs for TI-30 EWIIP POP: 07/02/14-11/30/14  9201AW 130043866600002 6000.00  LLA : FD 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002388784 Option Period 2 ODCs for TI 23 EWBM  9201AX 130043638700001 271.25  LLA : FF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002368461 Option Period 2 ODCs for TI 22 SEWIP BLK2  9201AZ 130043695700001 413.00  LLA : FH 1741106 1A2A 251 67854 067443 2D M95450 4RCGL48606RM Standard Number: M9545014RCGL486-AA Option Period 2 ODCs for TI 26 DoDAF '2410(a) Authority is hereby invoked.'  9201BA 130044110500002 1000.00  LLA : FK 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002401543 Option Period 2 ODCs for TI 30 SKC Nulka  9201BB 130044099800002 1000.00  LLA : FM 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002401278 Option Period 2 ODCs for TI 21 BLK3  9201BD 130043624400004 1000.00  LLA : FR 1741319 A5HA 252 WS020 0 050120 2D 000000 A10002367369 Option Period 2 ODCs for TI 27 SKC   MOD 22 Funding 605748.35 Cumulative Funding 7725759.26  MOD 23  7201AZ 130043695700002 17000.00  LLA : FH 1741106 1A2A 251 67854 067443 2D M95450 4RCGL48606RM Standard Number: M9545014RCFGL486-AA Option Period 2 Labor for TI 26 DoDAF '2410(a) Authority is hereby invoked.'  7201BE 130044600400001 46000.00  LLA : FB 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002434424 Option Period 2 Labor for TI-28, AOEW  7201BG 130044640700001 10000.00  LLA : FG 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002438060 Option Period 2 Labor for TI-22, SEWIP BLK 2  7201BK 130044676300001 95000.00  LLA : FN 1741810 A4VV 251 WS020 0 050120 2D 000000 A00002439498 Option Period 2 Labor for TI-29, Nulka  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 74 of 90 FINAL

 

Page 78: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

7201BL 130044676700002 25000.00  LLA : FT 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000 Standard Number: N0017314WX00016-AA Option Period 2 Labor for TI-19, AEWIC "2410(a) Authority is hereby invoked.'  7201BN 130044860200001 50000.00  LLA : FV 1741319 2627 251 47039 0 068892 2D XN8068 4703942221BQ Standard Number: N4703914WXN8068-AB Option Period 2 Labor for TI-19, AEWIC  7201BP 130044860300001 42044.00  LLA : FW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002451489 Option Period 2 Labor for TI-19, AEWIC '2410(a) Authority is hereby invoked.'  9201AZ 130043695700002 3000.00  LLA : FH 1741106 1A2A 251 67854 067443 2D M95450 4RCGL48606RM Standard Number: M9545014RCGL486-AA Option Period 2 ODCs for TI 26 DoDAF '2410(a) Authority is hereby invoked.'  9201BE 130044600400002 1000.00  LLA : FB 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002434424 Option Period 2 ODCs for TI-28, AOEW  9201BF 130044640600001 40000.00  LLA : FE 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002438051 Option Period 2 ODCs for TI 27 SKC  9201BG 130044640700002 10000.00  LLA : FG 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002438060 Option Period 2 ODCs for TI 22 SEWIP BLK2  9201BH 130044634300001 125000.00  LLA : FJ 1741319 A5HA 251 WS020 0 050120 2D 000000 A00002436812 Option Period 2 ODCs for TI 27 SKC  9201BJ 130044659900001 165000.00  LLA : FL 1741804 8C2C 251 WS020 0 050120 2D 000000 A00002439404 Option Period 2 ODCs for TI 22 SEWIP BLK2 '2410(a) Authority is hereby invoked.'  9201BL 130044676700002 2000.00  LLA : FT 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000 Standard Number: N0017314WX00016-AA Option Period 2 Labor for TI-19, AEWIC '2410(a) Authority is hereby invoked.  9201BM 130044716100001 135000.00  LLA : FU 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002441688 Option Period 2 ODCs for TI 27 SKC   MOD 23 Funding 766044.00 Cumulative Funding 8491803.26  MOD 24  7201BQ 130044676700001 12000.00  LLA : FT 97X4930 NH4A 000 77777 0 000173 2F 4X0016 N00173Z45000 Standard Number: N0017314WX00016-AA Option Period 2 Labor for TI-25, IA/IT '2410(a) Authority is hereby invoked.'  7201BR 130045401600001 83000.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 75 of 90 FINAL

 

Page 79: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

FX 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002502858 Option Period 2 Labor for TI 21 BLK3  9201BR 130045401600001 1300.00  LLA : FX 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002502858 Option Period 2 ODCs for TI 21 BLK3   MOD 24 Funding 96300.00 Cumulative Funding 8588103.26  MOD 25 Funding 0.00 Cumulative Funding 8588103.26 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 76 of 90 FINAL

 

Page 80: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

SECTION H SPECIAL CONTRACT REQUIREMENTS

TASK ORDER LABOR CATEGORY QUALIFICATIONS

a) Education/Professional Qualifications - Education -  Although a degree is highly desired for the scienceand engineering labor categories, a candidate with the level of experience cited in the requisite areas, inlieu of a degree may be considered equivalent.

(b) Experience Definitions - The desired (or required, in the case of non-key personnel) experience for eachposition is listed, by labor category, below. 

Specialized experience is experience that is directly related to the tasks and programs listed in thePerformance Work Statement (PWS). 

In addition to the experience listed below, general experience is experience in engineering,computer/software science, mathematics, physics, physical science, or another discipline that will positivelycontribute to the accomplishment of the technical objectives of the PWS is a plus and will be favorablyconsidered (such experience may not necessarily meet the desired qualifications listed below).  Generalexperience also includes experience resulting in skill in utilizing automated systems, personalcomputers/workstations, and proficiency in utilizing software application tools such as Microsoft (MS) Officeincluding MS Outlook, MS Word, MS Excel, MS PowerPoint, MS Access, and MS Project.

(c) Accumulation of qualifying experience - Categories of experience (including education) may beaccumulated concurrently.

QUALIFICATIONS FOR KEY LABOR CATEGORIES

To perform the requirements of the PWS, the Government desires Key Personnel with the qualificationsdefined below. Specialized experience that exceeds the qualifications for each specific labor category willbe given additional consideration.  Key Personnel qualification levels are considered to be desired for thoseindividuals whose resumes are submitted for evaluation with the proposal, however, subsequent to award,resumes for replacement personnel shall demonstrate qualifications equal to or better than the individualsinitially proposed as required by the clause entitled "5252.237-9106 Substitution of Personnel (Sep1990)". Following award, stated qualification levels are considered minimum qualifications forany individuals other than those proposed to the solicitation.  

Program Manager – Fifteen (15) years of experience managing complex Navy/Joint warfighting systems.  Itis desired that seven (7) years of specialized (EW) experience directly related to the management of tasks andprograms listed in the Statement of Work.  In addition, must clearly demonstrate management, engineering,and communication skills to successfully balance all efforts, to interface effectively with customers andsubcontractors, and to prepare and deliver quality products on time and within budget.  Must have a TOPSECRET clearance at contract award date.   

Senior Electronic Warfare (EW) Systems Engineer – Ten (10) years of experience in experimental researchand systems engineering programs.  It is desired that five (5) years of specialized experience in EW systemdesign, analysis, test and performance evaluation. In addition, demonstrated abilities to interface with theNavy/Joint services to develop and support technical positions, to justify technical recommendations, and towrite technical publications.

Senior Systems Engineer – Ten (10) years of experience in experimental research and systems engineeringprograms.  It is desired five (5) years of specialized experience in utilizing systems engineering techniquesand procedures for the development of systems for the Navy/Joint systems.  In addition, demonstratedabilities to interface with the Navy/Joint services to develop and support technical positions, to justifytechnical recommendations, and to write technical publications.  At a minimum, one FTE under thiscategory must have a TOP SECRET clearance at contract award.  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 77 of 90 FINAL

 

Page 81: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Senior Software Engineer – Ten (10) years of experience in software engineering applied to program development, modelingand simulation.  It is desired five (5) years of specialized experience in developing system specifications, design requirements,design or testing and evaluating COTS components for use in Navy/Joint tactical computer systems.  In addition,demonstrated abilities to interface with the Navy/Joint services to develop and support technical positions, to justify technicalrecommendations, and to write technical publications.  At a minimum, one FTE under this category must have a TOPSECRET clearance at contract award.  

Principal Engineer – Fifteen (15) years of experience in engineering applied to Navy/Joint warfighting systems. The ability toresolve complex technical problems through the application of appropriate scientific and engineering principles must bedemonstrated. The ability to effectively supervise technical personnel and to evaluate their work in terms of conformance toprogram requirements must be demonstrated. In addition, demonstrated abilities to interface with the Navy/Joint services todevelop and support technical positions, to justify technical recommendations, and to write technical publications.  At aminimum three FTEs under this category must have a TOP SECRET clearance at contract award. 

QUALIFICATIONS FOR NONKEY LABOR CATEGORIES

The contractor shall provide Non-Key Personnel who meet or exceed the minimum qualifications provided below by laborcategory.  All of the following Non-Key resumes must be approved by the Contract Officer and Contracting Officer’sRepresentative (COR) prior to the person being direct charged to the contract.

Senior Systems Analyst - Ten (10) years of experience in performing system integration analysis, including modeling andsimulation, for Navy/Joint applications. Experience in performing combat system and sensor integration analysis and/or sensorfusion analysis is desired.

Systems Engineer - Ten (10) years experience in systems engineering applied to Navy/Joint warfighting systems.

Software Engineer - Five (5) years experience in software engineering applied to program development, modeling and/orsimulation with at least three (3) years experience with Navy/Joint systems.

Electrical Engineer – Five (5) years of experience in laboratory/field research, development, test and evaluation related toelectromagnetic and electronic sensor systems, preferably for U.S. Navy warfare applications including: (1) experience in theperformance of detailed analysis of RF and optical sensor system design; (2) experience in conducting laboratory and fieldcharacterization and radiometric measurements utilizing a wide variety of instrumentation; and (3) experience in thedevelopment and evaluation of accurate measurement techniques.

Senior Data Manager – Ten (10) years experience in data management of Navy/Joint R&D programs.  This labor categoryrequires a TS clearance at contract award.

Data Manager – Five (5) years experience in data management of Navy/Joint R&D programs.  This labor category requires aTS clearance at contract award.

Senior Configuration Management Specialist – Ten (10) years experience in configuration management with eight (8) yearsexperience with Navy/Joint programs.

Configuration Management Specialist – Five (5) years experience in configuration management of Navy/Joint programs.

Electronics Technician – Five (5) years combined experience in each of the following areas:  installation, checkout, operation,troubleshooting, maintenance and repair of Navy/Joint system equipment.

Systems Administrator – Five (5) years hands-on technical experience with the following: system backup/recovery; basicsoftware management; security management; library management; operating computer systems; sizing, performance, tuning,installation and configuration of COTS hardware, operating systems, and software; hardware/software/network troubleshooting,and resource allocation.

Program Analyst – Four (4) years experience in one or more of the following areas: acquisition, analysis, planning, integratedlogistics support, or program cost analysis.

Senior Security Specialist – Ten (10) years experience in DoD security policies and procedures.  It is desired that there be five(5) years experience with Top Secret security policies and procedures. Must have experience applying the policies, accesscontrols, management and organizational structures, operating procedures, and control environment of departments processinginformation on computer systems. Must have experience with advising and assisting in developing, implementing, andadministering effective security programs.  This labor category requires a TS clearance at contract award.

Security Specialist – Five (5) years experience in DoD security policies and procedures. It is desired that there be two (2)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 78 of 90 FINAL

 

Page 82: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

years experience with Top Secret security policies and procedures. Must have experience with applying the policies, accesscontrols, management and organizational structures, operating procedures, and control environment of departments processinginformation on computer systems. Must have experience with advising and assisting in developing, implementing, andadministering effective security programs.  This labor category requires a TS clearance at contract award.

Computer Technician – Three (3) years experience in local/wide area networks, workstation/personal computer installationand maintenance, and/or operation of computer equipment.

Computer Specialist – Five (5) years experience in local/wide area networks, workstation/personal computer installation andmaintenance, and/or operation of application software associated with Navy/Joint systems.  Requires working knowledge ofcomputer security requirements for NSWCDD access to Secure Internet Protocol Routing Network (SIPRNET)  andconnectivity to other USN sites, including aboard ship.  Also, software expertise and working knowledge of Oracle,MSAccess, Linux, and Java are required.

Ddl-H13 POST AWARD CONTRACTOR PERSONNEL APPROVAL(a) Requests for post award approval of additional and/or replacement personnel shall be submitted viae-mail. E-mail submissions shall be made simultaneously to the Contract Specialist and the COR. Electronicnotification via e-mail from the Contract Specialist will serve as written approval/disapproval on behalf of theContracting Officer. This approval is required before an individual may begin charging to the Task Order.

(b) It is desired that resumes be submitted in the format required below. However, in order to expeditecontract administration, contractor format may be used providing sufficient information is submitted for anindependent comparison of the individual's qualifications with labor category requirements.

(c) If the employee is not a current employee of the contractor (or a subcontractor), a copy of the acceptedoffer letter (which identifies a projected start date and the agreed to annual salary) shall be provided. 

RESUME FORMAT AND CONTENT REQUIREMENTS

RESUME FORMAT AND CONTENT: In order to facilitate evaluation, all resumes shall be provided in thefollowing format:

    Complete Name    Task Order Labor Category / Contractor Labor Category    Percentage of time to be allocated to this effort    Current security clearance level per JPAS (identify if interim or final)    Current work location and planned work location upon award of this Task Order Note if the       individual is key  on another contract with a period of performance that will overlap this       requirement. Note plans to satisfy both contracts if the Offeror is selected for award. 

(a) EDUCATION/PROFESSIONAL DEVELOPMENT – Show any degrees, honors, publications, professionallicenses, specialized certifications and other evidence of professional accomplishments that are directlyrelevant and will impact the offeror’s qualifications to perform under the Task Order. For education andtraining, the following format is preferred:

Academic: Degree(s); Date(s); Institution; Major/Minor Non-Academic: Course title, date(s), approximate length Professional licenses and specialized certifications. (Note the date obtained for each, as well as

         the date when each license/certification requires renewal).

Chronological Work History / Experience – Show experience and date(s) as follows: 

(b) Employer: Dates (month/year); Title(s) held

(c) Work experience shall be presented separately for each employer, clearly marked with proper category ofexperience (i.e, Relevant Experience; Non-Relevant Experience.). If relevant and non-relevant experiencewere obtained while at the same employer, separate time periods shall be noted for each assignment. (This

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 79 of 90 FINAL

 

Page 83: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

is necessary to prevent an offeror from describing relevant experience obtained in a six month assignment forCompany A as applicable to the entire 10-year employment with that firm and to ensure offerors' proposalsare evaluated on an equal basis). Responsibilities shall be discussed in sufficient detail for each assignmentso as to permit comparison with desired experience levels in Section H. Specific examples of workassignments, accomplishments, and products shall be provided.

(d) Phrases such as "assisted with", "participated in", or "supported" are UNACCEPTABLE except asintroductory to a detailed description of the actual work performed. If no such description is provided, thesentence or bulleted information will NOT be considered in the resume evaluation process. This is becauseevaluators would not be able to identify the specific technical work contributions made by the individual.

(e) Resume information is encouraged to be presented in bullet format. This will allow evaluators to focus onrelevant information.

(f) Offerors shall note that the lack of specific definition in job responsibilities, services performed or productsproduced may be viewed as a lack of understanding of the Government’s overall technical requirements. 

(g) All relevant military experience claimed shall be described such that each relevant tour is treated as aseparate employer. Time frames/titles/responsibilities shall be provided in accordance with the level of detailprescribed above. Military experience not documented in this manner will not be considered.

(h) Gaps in experience shall be avoided.

(i) The cut-off date for any experience claimed shall be the closing date of the solicitation.

(j) Certification of correctness of information signed and dated by both the person named and the Offeror.The employee certification shall include the following statement: CERTIFICATION: "I certify that theexperience and professional development described herein are complete and accurate in all respects. Iconsent to the disclosure of my resume for NSWCDD Solicitation N00024-11-R-3077 by MilleniumEngineering and Integration and intend to make myself available to work under any resultant contract to theextent proposed." 

-------------------------------------------------------------------                ----------------------------------------------------------           Employee Signature and Date `                                   Offeror Signature and Date

Resumes without this certification will be unacceptable and will not be considered. The employeecertification shall not be dated earlier than the issue date of this solicitation.

(k) If the employee is not a current employee of the offeror (or a proposed subcontractor), a copy of theaccepted offer letter shall be provided. The letter shall identify the projected start date. The Cost Proposalshall include documentation that identifies the agreed-to salary amount. 

5252.237-9106 Substitution of Personnel (Sep 1990)

 (a) The Contractor agrees that a partial basis for award of this contract is the list of key personnelproposed. Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes weresubmitted with the proposal necessary to fulfill the requirements of the contract. No substitution shall bemade without prior notification to and concurrence of the Contracting Officer in accordance with thisrequirement. (b) All proposed substitutes shall have qualifications equal to or higher than the qualificationsof the person to be replaced. The Contracting Officer shall be notified in writing of any proposed substitutionat least forty-five (45) days, or ninety (90) days if a security clearance is to be obtained, in advance of theproposed substitution. Such notification shall include: (1) an explanation of the circumstances necessitatingthe substitution; (2) a complete resume of the proposed substitute; and (3) any other information requested bythe Contracting Officer to enable him/her to judge whether or not the Contractor is maintaining the samehigh quality of personnel that provided the partial basis for award.  

NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

(a) Performance of the work hereunder shall be subject to written technical instructions issued electronicallyby the Contract Specialist on behalf of the Contracting Officer. As used herein, technical instructions are

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 80 of 90 FINAL

 

Page 84: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

defined to include the following:

(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill indetails or otherwise serve to accomplish the contractual SOW.

(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technicalportions of work description.

(b) Technical instructions must be within the general scope of work stated in the order. Technical instructionsmay not be used to: (1) assign additional work under the order; (2) direct a change as defined in the"CHANGES" clause of the basic contract; (3) increase or decrease the estimated order amount (includingfee), as applicable, the level of effort, or the time required for task order performance; or (4) change any ofthe terms, conditions or specifications of the order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the orderor is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten(10) working days after the receipt of any such instruction. The Contractor shall not proceed with the workaffected by the technical instruction unless and until the Contractor is notified by the Contracting Officer thatthe technical instruction is within the scope of this order.

(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing thatportion of the contractual work statement which is not affected by the disputed technical instruction.

FUNDING PROFILE

It is estimated that these incremental funds will provide for the number of hours of labor stated below. Thefollowing details funding to date: 

CLINTotalCPFF

Fundingthis Action

PreviousFunding

TotalFunded

BalanceUnfunded

FundedLabor Hrs

Base Period            4000  $      4,707,719.00  $                    -    $      2,694,940.00  $ 2,694,940.00  $   2,012,779.00 32,3106000  $      1,143,555.00  $                    -    $         193,638.61  $   193,638.61  $      949,916.39  Total Base Period $      5,851,274.00  $                    -    $      2,888,578.61  $ 2,888,578.61  $   2,962,695.39  Option 1            4100  $      5,071,494.00  $                    -    $      3,328,561.97  $ 3,328,561.97  $   1,742,932.03 35,8276100  $      1,159,632.00  $                    -    $           65,786.50  $     65,786.50  $   1,093,845.50  Total Option 1  $      6,231,126.00  $                    -    $      3,394,348.47  $ 3,394,348.47  $   2,836,777.53  Option 2            

7201  $      5,060,232.00  $         $     1,798,691.93 

 $ 1,798,691.93  $   3,261,540.07         22,718

9201  $      1,177,961.00  $           $         506,484.25  $   506,484.25  $      671,476.75  Total Option 2  $      6,238,193.00  $        $       2,305,176.18  $ 2,305,176.18  $   3,933,016.82  Total CPFF  $    18,320,593.00  $         $       8,588,103.26  $ 8,588,103.26  $   9,732,489.74         90,855

NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently availableand allotted to this contract for payment of fee for incrementally funded contract line item number/contractsubline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVEFEE" (FAR 52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted tothis contract for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in theclause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby,and the period of performance for which it is estimated the allotted amount(s) will cover are as follows:

CLINPeriod ofPerformance

Allotted toCost

Allotted toFee

EstimatedCPFF

Est. FundedThrough

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 81 of 90 FINAL

 

Page 85: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Base Period

400007/02/12 -07/01/13

 $               $ 2,694,940.00 7/1/2013

600007/02/12 -07/01/13

 $      193,638.61

 $                     -  

 $   193,638.61 7/1/2013

Total BasePeriod

  $              

 $ 2,888,578.61  

 Option 1

410007/02/13 -07/01/14

 $               $ 3,328,561.97

See AttachJ.9

610007/02/13 -07/01/14

 $        65,786.50

 $                     -  

 $     65,786.50See AttachJ.9

Total Option1

  $              

 $ 3,394,348.47  

Option 2          

720107/02/14 -07/01/15

$                 

$ 1,798,691.93  11/8/14

920107/02/14 -07/01/15

$       506,484.25 

 $                     -  

$   506,484.25  12/5/14

Total Option2

  $                

$ 2,305,176.18  

Total CPFF   $              

 $ 8,588,103.26  

Additional details, by SLIN and TI are provided at Attachment J.9, TI Funding Correlation Table.

(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for theincrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately theamount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performancewhich the amount(s) are expected to cover.

(c) CLINs/SLINs ______ are fully funded and performance under these CLINs/SLINs is subject to the clause ofthis contract entitled "LIMITATION OF COST" (FAR 52.232-20).

(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from thecosts of performance of fully funded CLINs/SLINs.

5252.216-9122 LEVEL OF EFFORT – ALTERNATE 1 (MAY 2010)

(a) The Contractor agrees to provide the total level of effort specified below in performance of the workdescribed in Sections B and C of this task order. The total level of effort for the performance of this task ordershall be man-hours of direct labor, including subcontractor direct labor for those subcontractors specificallyidentified in the Contractor's proposal as having hours included in the proposed level of effort. The tablebelow and information for blanks in paragraph (b) and (d) below are to be completed by the Offeror.

Total Labor Hours Compensated Uncompensated

Base Period (CLIN 4000) 56,441 56,441  0 

Base Period Surge (CLIN4050)

11,288 11,288 0 

Option 1 (CLIN 4100)   63,901    63,901   0 

Option 1 Surge  (CLIN 4150) 12,780 12,780 0  Option 2 (CLIN 7201) 63,912    63,912    0 

Option 2 Surge (CLIN 4250) 12,782 12,782 0 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 82 of 90 FINAL

 

Page 86: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

(b) Of the total man-hours of direct labor set forth above, it is estimated that 0 man-hours are uncompensatedeffort. Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week withoutadditional compensation for such excess work. Total Times Accounting (TTA) efforts are included in thisdefinition. All other effort is defined as compensated effort. If no effort is indicated in the first sentence of thisparagraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the levelof effort obligations under this contract. 

(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effortperformed in direct support of this contract and shall not include time and effort expended on such things as(local travel to and from an employee's usual work location), uncompensated effort while on travel status,truncated lunch periods, work (actual or inferred) at an employee's residence or other non-work locations(except as provided in paragraph (i) below), or other time and effort which does not have a specific and directcontribution to the tasks described in Sections B and C.

(d) The level of effort for this contract shall be expended at an average rate of approximately hours perweek. It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of thetechnical objective, provided such fluctuation does not result in the use of the total man-hours of effort priorto the expiration of the term hereof, except as provided in the following paragraph.

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor tosuch an extent that the total man-hours of effort specified above would be used prior to the expiration of theterm, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required, theprobable benefits which would result, and an offer to undertake the acceleration at no increase in theestimated cost or fee together with an offer, setting forth a proposed level of effort, cost breakdown, andproposed fee, for continuation of the work until expiration of the term hereof. The offer shall provide that thework proposed will be subject to the terms and conditions of this contract and any additions or changesrequired by then current law, regulations, or directives, and that the offer, with a written notice of acceptanceby the Contracting Officer, shall constitute a binding contract. The Contractor shall not accelerate any effortuntil receipt of such written approval by the Contracting Officer. Any agreement to accelerate will beformalized by contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of directlabor such that the total man-hours of effort specified in paragraph (a) above would be used prior to theexpiration of the term. This order shall specify the acceleration required and the resulting revised term. TheContractor shall acknowledge this order within five days of receipt.

(g) The Contractor shall provide and maintain an accounting system, acceptable to the AdministrativeContracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort(compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of thiscontract. The Contractor shall indicate on each invoice the total level of effort claimed during the periodcovered by the invoice, separately identifying compensated effort and uncompensated effort, if any.

(h) Within 45 days after completion of the work under each separately identified period of performancehereunder, the Contractor shall submit the following information in writing to the Contracting Officer withcopies to the cognizant Contract Administration Office and to the DCAA office to which vouchers aresubmitted: (1) the total number of man-hours of direct labor expended during the applicable period; (2) abreakdown of this total showing the number of man-hours expended in each direct labor classification andassociated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimateof the total allowable cost incurred under the contract for the period. Within 45 days after completion of thework under the contract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) theamount by which the estimated cost of this contract may be reduced to recover excess funds. All submissionsshall include subcontractor information.

(i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental tocontract performance, the Contractor may perform up to 10% of the hours at an alternative worksite, providedthe Contractor has a company-approved alternative worksite plan. The primary worksite is the traditional“main office” worksite. An alternative worksite means an employee’s residence or a telecommuting center. Atelecommuting center is a geographically convenient office setting as an alternative to an employee’s mainoffice. The Government reserves the right to review the Contractor’s alternative worksite plan. In the eventperformance becomes unacceptable, the Contractor will be prohibited from counting the hours performed at

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 83 of 90 FINAL

 

Page 87: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

the alternative worksite in fulfilling the total level of effort obligations of the contract. Regardless of worklocation, all contract terms and conditions, including security requirements and labor laws, remain ineffect. The Government shall not incur any additional cost nor provide additional equipment for contractperformance as a result of the Contractor’s election to implement an alternative worksite plan.

(j) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OF FUNDSor LIMITATION OF COST clauses, as applicable, the period of performance may be extended and theestimated cost may be increased in order to permit the Contractor to provide all of the man-hours listed inparagraph (a) above. The contractor shall continue to be paid fee for each man-hour performed inaccordance with the terms of the contract.

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 84 of 90 FINAL

 

Page 88: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

SECTION I CONTRACT CLAUSES

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE:

52.223-18      CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING (SEP 2010)52.245-1        GOVERNMENT PROPERTY (AUG 2010)52-251-1        GOVERNMENT SUPPLY SOURCES (APR 1984)252.222-7006 RESTRICTIONS ON THE USE OF MANDATORY ARBITRATION AGREEMENTS (DEC2010)252.227-7020 RIGHTS IN SPECIAL WORKS (JUN 1995)

CLAUSES INCORPORATED BY FULL TEXT:

52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT.  (MAR 2008)

 (a) The Government may extend the term of this contract by written notice to the Contractor within30 days prior to completion of the base period; provided that the Government gives the Contractor apreliminary written notice of its intent to extend at least 60 days before the contract expires. Thepreliminary notice does not commit the Government to an extension.

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

(c) The total duration of this contract, including the exercise of any options under this clause, shallnot exceed five years.

52.243-7 NOTIFICATION OF CHANGES (APR 1984)

(a) Definitions.“contracting officer,” as used in this clause, does not include any representative of thecontracting officer.

“specifically authorized representative (sar),” as used in this clause, means any person thecontracting officer has so designated by written notice (a copy of which shall be provided to thecontractor) which shall refer to this paragraph and shall be issued to the designated representativebefore the sar exercises such authority.

(b) Notice. The primary purpose of this clause is to obtain prompt reporting of government conductthat the contractor considers to constitute a change to this contract. Except for changes identified assuch in writing and signed by the contracting officer, the contractor shall notify the administrativecontracting officer in writing promptly, within 10 calendar days from the date that the contractoridentifies any government conduct (including actions, inactions, and written or oralcommunications) that the contractor regards as a change to the contract terms and conditions. Onthe basis of the most accurate information available to the contractor, the notice shall state—

(1) the date, nature, and circumstances of the conduct regarded as a change;

(2) The name, function, and activity of each government individual and contractor official oremployee involved in or knowledgeable about such conduct;

(3) The identification of any documents and the substance of any oral communication involved insuch conduct;

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 85 of 90 FINAL

 

Page 89: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

(4) In the instance of alleged acceleration of scheduled performance or delivery, the basis

upon which it arose;

(5) The particular elements of contract performance for which the contractor may seek an equitableadjustment under this clause, including—

(i) What contract line items have been or may be affected by the alleged change;

(ii) What labor or materials or both have been or may be added, deleted, or wasted by the allegedchange;

(III) TO THE EXTENT PRACTICABLE, WHAT DELAY AND DISRUPTION IN THE MANNER ANDSEQUENCE OF PERFORMANCE AND EFFECT ON CONTINUED PERFORMANCE HAVE BEEN ORMAY BE CAUSED BY THE ALLEGED CHANGE;

(iv) What adjustments to contract cost, delivery schedule, and other provisions affected by thealleged change are estimated; and

(6) The contractor’s estimate of the time by which the government must respond to the contractor’snotice to minimize cost, delay or disruption of performance.

(c) Continued performance. Following submission of the notice required by paragraph (b) of thisclause, the contractor shall diligently continue performance of this contract to the maximum extentpossible in accordance with its terms and conditions as construed by the contractor, unless thenotice reports a direction of the contracting officer or a communication from a sar of the contractingofficer, in either of which events the contractor shall continue performance; provided, however, thatif the contractor regards the direction or communication as a change as described in paragraph (b)of this clause, notice shall be given in the manner provided. All directions, communications,interpretations, orders and similar actions of the sar shall be reduced to writing promptly and copiesfurnished to the contractor and to the contracting officer. The contracting officer shall promptlycountermand any action which exceeds the authority of the sar.

(d) Government response. The contracting officer shall promptly, within 10 calendar days afterreceipt of notice, respond to the notice in writing. In responding, the contracting officer shalleither—

(1) Confirm that the conduct of which the contractor gave notice constitutes a change and whennecessary direct the mode of further performance;

(2) Countermand any communication regarded as a change;

(3) Deny that the conduct of which the contractor gave notice constitutes a change and whennecessary direct the mode of further performance; or

(4) In the event the contractor’s notice information is inadequate to make a decision underparagraphs (d)(1), (2), or (3) of this clause, advise the contractor what additional information isrequired, and establish the date by which it should be furnished and the date thereafter by whichthe government will respond.

(e) Equitable adjustments.

(1) If the contracting officer confirms that government conduct effected a change as alleged by thecontractor, and the conduct causes an increase or decrease in the contractor’s cost of, or the timerequired for, performance of any part of the work under this contract, whether changed or notchanged by such conduct, an equitable adjustment shall be made—

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 86 of 90 FINAL

 

Page 90: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

(I) in the contract cost or delivery schedule or both; and

(II) in such other provisions of the contract as may be affected.

(2) The contract shall be modified in writing accordingly. In the case of drawings, designs orspecifications which are defective and for which the government is responsible, the equitableadjustment shall include the cost and time extension for delay reasonably incurred by the contractorin attempting to comply with the defective drawings, designs or specifications before the contractoridentified, or reasonably should have identified, such defect. When the cost of property madeobsolete or excess as a result of a change confirmed by the contracting officer under this clause isincluded in the equitable adjustment, the contracting officer shall have the right to prescribe themanner of disposition of the property. The equitable adjustment shall not include increased costs ortime extensions for delay resulting from the contractor’s failure to provide notice or to continueperformance as provided, respectively, in paragraphs (b) and (c) of this clause.

FAR 52.216-8 -- Fixed Fee (Jun 2011)

(a) The Government shall pay the Contractor for performing this contract the fixed fee specified inthe Schedule.

(b) Payment of the fixed fee shall be made as specified in the Schedule; provided that theContracting Officer withholds a reserve not to exceed 15 percent of the total fixed fee or $100,000,whichever is less, to protect the Government’s interest. The Contracting Officer shall release 75percent of all fee withholds under this contract after receipt of an adequate certified final indirectcost rate proposal covering the year of physical completion of this contract, provided the Contractorhas satisfied all other contract terms and conditions, including the submission of the final patentand 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 basedon the Contractor’s past performance related to the submission and settlement of final indirect costrate proposals.

FAR 52.222-2 -- Payment for Overtime Premiums (Jul 1990)

(a) The use of overtime is authorized under this contract if the overtime premium does not exceed_0_ or the overtime premium is paid for work –

(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters,breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature;

(2) By indirect-labor employees such as those performing duties in connection with administration,protection, transportation, maintenance, standby plant protection, operation of utilities, oraccounting;

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading oftransportation conveyances, and operations in flight or afloat that are continuous in nature andcannot reasonably be interrupted or completed otherwise; or

(4) That will result in lower overall costs to the Government.

(b) Any request for estimated overtime premiums that exceeds the amount specified above shallinclude all estimated overtime for contract completion and shall --

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used,together with present workload, staffing, and other data of the affected unit sufficient to permit theContracting Officer to evaluate the necessity for the overtime;

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 87 of 90 FINAL

 

Page 91: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

(2) Demonstrate the effect that denial of the request will have on the contract delivery orperformance schedule;

(3) Identify the extent to which approval of overtime would affect the performance or payments inconnection with other Government contracts, together with identification of each affected contract;and

(4) Provide reasons why the required work cannot be performed by using multishift operations or byemploying additional personnel.

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 88 of 90 FINAL

 

Page 92: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

SECTION J LIST OF ATTACHMENTS

Exhibit A: DD Form 1423, Contract Data Requirement List (CDRL), 12 pages

Exhibit A.1 - CDRL A013, Trip/Travel Report (mod 23)

Attachment J.1 - DD Form 254 Contract Security Classification Specification, Revision 3, 22 pages

Attachment J.2 - COR Appointment Letter, 4 pages

Attachment J.3 - Technical Instruction 1, AEWIC Support

Attachment J.4 - Technical Instruction 2, Rev. 02, Tactical Data Support

Attachment J.5 - Technical Instruction 3, SEWIP Blk 3 Support

Attachment J.6 - Technical Instruction 4, Rev. 01, SEWIP Blk 2 Support

Attachment J.7 - Technical Instruction 5, Rev. 01, EWBM Support

Attachment J.8 - Technical Instruction 6, Rev. 01, SSLMP Support

Attachment J.9 - Technical Instruction (TI) Funding Correlation Table Mod 20

Attachment J.10 - Technical Instruction 7, Rev. 01, AEWIC Support

Attachment J.11 - Technical Instruction 8, Rev. 01, Tactical Data Support

Attachment J.12 - Technical Instruction 10, Rev. 01, SEWIP Blk 2 Support

Attachment J.13 - Technical Instruction 11, EWBM Support

Attachment J.14 - Technical Instruction 12, Rev. 02, SSLMP Support

Attachment J.15 - Technical Instruction 9, SEWIP Blk 3 Support

Attachment J.16 - Technical Instruction 13, IA-IT Support

Attachment J.17 - Technical Instruction 14, CTN Support

Attachment J.18 - Technical Instruction 15, SIAP DoDAF Support

Attachment J.19 - Technical Instruction 16, SKC Support

Attachment J.20 - Technical Instruction 17, AOEW Support

Attachment J.21 - Technical Instruction 18, Nulka Support

Attachment J.22 - Technical Instruction 19, AEWIC Support

Attachment J.23 - Technical Instruction 20, Tactical Data Support

Attachment J.24 - Technical Instruction 21, SEWIP Blk 3 Support

Attachment J.25 - Technical Instruction 22, SEWIP Blk 2 Support

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 89 of 90 FINAL

 

Page 93: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-21 · N00178-04-D-4042-0024 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jul-2012 11. THIS ITEM

Attachment J.26 - Technical Instruction 24, SSLMP Support

Attachment J.27 - Technical Instruction 28, AOEW Support

Attachment J.28 - Technical Instruction 29, Nulka Support

Attachment J.29 - Technical Instruction 30, SKC Nulka Support

Attachment J.30 - Technical Instruction 23, EWBM Support

Attachment J.31 - Technical Instruction 25, IA-IT Support

Attachment J.32 - Technical Instruction 26, DoDAF Support

Attachment J.33 - Technical Instruction 27, SKC Support

Attachment J.34 - Technical Instruction 31, EWIIP Support

Attachment J.35 - Authorization to Pruchase from Government Supply Sources letter

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0024 AMENDMENT/MODIFICATION NO.

 25 PAGE

 90 of 90 FINAL