n00178 s5111a dcma hampton c hampton va 23666 · n00178-12-d-7126-0002 10b. dated (see item 13)...

189
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 62 25-Sep-2017 1300617049 N/A 6. ISSUED BY CODE N00178 7. ADMINISTERED BY (If other than Item 6) CODE S5111A DCMA HAMPTON 2000 Enterprise Parkway, Suite 200 Hampton VA 23666 SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. L-3 Unidyne, Inc. 3835 E. Princess Anne Road Norfolk VA 23502-1539 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) FAR 52.232-22 Limitation of Funds E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 4

Upload: others

Post on 16-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

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

62 25-Sep-2017 1300617049 N/A6.  ISSUED BY CODE N00178 7.  ADMINISTERED BY (If other than Item 6) CODE S5111A

 

DCMA HAMPTON

2000 Enterprise Parkway, Suite 200

Hampton VA 23666

 

SCD: C

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

L-3 Unidyne, Inc.    3835 E. Princess Anne Road    Norfolk VA 23502-1539   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-12-D-7126-0002

    10B.  DATED (SEE ITEM 13)

CAGECODE

34246 FACILITY CODE   03-Jul-2014

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

SEE SECTION G 

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

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

[  ]   [  ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation

date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).   

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

[X] D. OTHER (Specify type of modification and authority)FAR 52.232-22 Limitation of Funds

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

SEE PAGE 2 

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

     

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

(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 V 1 4

Page 2: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

GENERAL INFORMATION

The purpose of this modification is to add incremental funding. Accordingly, said Task Order is modified asfollows:

Changes contained in this modification: 

SECTION CHANGESB Addition of new priced SLINs; changes to the values for holding SLINs 7300AA and 9300AA.F Addition of the periods of performance for new SLINs.G Additions and changes, listed by the sequential modification numbers, to all new and/or existing

SLINs.H Changes to the Funding Profile and Labor Hours charts in H.9; changes to Allotment of Funds

chart in H.10.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is

CLIN/SLIN Type Of Fund From ($) By ($) To ($)

The total value of the order is

CLIN/SLIN From ($) By ($) To ($)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 2 of 4 FINAL

 

Page 3: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

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 for informational purposes only.

Distribution List:

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 3 of 4 FINAL

 

Page 4: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 

 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 4 of 4 FINAL

 

Page 5: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty UnitTarget

Cost

Target

FeeCPIF

4000 K099 Not used (Fund Type -

TBD)

Max Fee

Min Fee

Government Overrun Share

Line

Government Underrun Share

Line

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

6000 K099 Not used (Fund Type - TBD)

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7000 K099 Base Period

In-Service

Engineering Support

for Integrated

Training Systems

Sustainment &

Installation

Support. In

accordance with the

PWS in Section C.

(Fund Type - TBD)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 1 of 185 FINAL

 

Page 6: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

700001 K099 Incremental Labor

Funding for TI-01 -

2410(a) Authority is

hereby invoked (OPN)

700002 K099 Incremental Labor

Funding for TI-01

(OPN)

700003 K099 Incremental Labor

Funding for TI-01

(OPN)

700004 K099 Incremental Labor

Funding for TI-01 -

2410(a) Authority is

hereby invoked

(O&MN,N)

700005 K099 Incremental Labor

Funding for TI-01

(OPN)

700006 K099 Incremental Labor

Funding for TI-01

(RDT&E)

700007 K099 Incremental Labor

Funding for TI-01 -

2410(a) Authority is

hereby invoked

(O&MN,N)

700008 K099 Incremental Labor

Funding for TI-01

(SCN)

700009 K099 Incremental Labor

Funding for TI-01

(SCN)

700010 K099 Incremental Labor

Funding for TI-01

(SCN)

700011 K099 Incremental Labor

Funding for TI-01

(SCN)

700012 K099 Incremental Labor

Funding for TI-01

(SCN)

700013 K099 Incremental Labor

Funding for TI-01

(SCN)

700014 K099 Incremental Labor

Funding for TI-01

(SCN)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 2 of 185 FINAL

 

Page 7: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

700015 K099 Incremental Labor

Funding for TI-01

(SCN)

700016 K099 Incremental Labor

Funding for TI-01

(SCN)

700017 K099 Incremental Labor

Funding for TI-01

(WCF)

700018 K099 Incremental Labor

Funding for TI-01

(OPN)

700019 K099 Incremental Labor

Funding for TI-01

(SCN)

700020 K099 Incremental Labor

Funding for TI-01

(OPN)

700021 K099 Incremental Labor

Funding for TI-01

(SCN)

700022 K099 Incremental Labor

Funding for TI-01

(SCN)

700023 K099 Incremental Labor

Funding for TI-02

(WCF)

700024 K099 Incremental Labor

Funding for TI-02

(WCF)

700025 K099 Incremental Labor

Funding for TI-02

(WCF)

700026 K099 Incremental Labor

Funding for TI-01

(WCF)

700027 K099 Incremental Labor

Funding for TI-01

(O&MN,N)

700028 K099 Incremental Labor

Funding for TI-01

(O&MN,N)

700029 K099 Incremental Labor

Funding for TI-01

(O&MN,N)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 3 of 185 FINAL

 

Page 8: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

700030 K099 Incremental Labor

Funding for TI-01

(WCF)

700031 K099 Incremental Labor

Funding for TI-02

(WCF)

700032 K099 Incremental Labor

Funding for TI-01

(O&MN,N)

700033 K099 Incremental Labor

Funding for TI-01

(O&MN,N)

700034 K099 Incremental Labor

Funding for TI-01

(O&MN,N)

700036 K099 Incremental Labor

Funding for TI-01

(OPN)

700037 K099 Incremental Labor

Funding for TI-01

(OPN)

700038 K099 Incremental Labor

Funding for TI-01

(WCF)

700039 K099 Incremental Labor

Funding for TI-01

(WCF)

700040 K099 Incremental Labor

Funding for TI-01

(OPN)

700041 K099 Incremental Labor

Funding for TI-02

(WCF)

700042 K099 Incremental Labor

Funding for TI-02

(WCF)

7001 K099 Ceiling moved to

informational CLIN

7100 (Fund Type -

TBD)

Option

Max Fee

Min Fee

Government

Overrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 4 of 185 FINAL

 

Page 9: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

Government

Underrun

Share Line

7002 K099 Ceiling moved to

informational CLIN

7200 (Fund Type -

TBD)

Option

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7003 K099 Ceiling moved to

informational CLIN

7300 (Fund Type -

TBD)

Option

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7004 K099 Ceiling moved to

informational CLIN

7400 (Fund Type -

TBD)

Option

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 5 of 185 FINAL

 

Page 10: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7010 K099 FMS Labor funding

(FMS Case #AT-P-LCQ)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

701001 K099 FMS Labor funding -

TI-01 (FMS)

7020 K099 FMS Labor Funding

(FMS Case #JA-P-FSV)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

702001 K099 FMS Labor funding -

TI-01 (FMS)

7100

7100AA K099 Option 1 In-Service

Engineering Support

for Integrated

Training Systems

Sustainment &

Installation

Support. In

accordance with the

PWS in Section C.

(Fund Type - TBD)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 6 of 185 FINAL

 

Page 11: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7100AB K099 Incremental Labor

Funding for TI-05

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AC K099 Incremental Labor

Funding for TI-05

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AD K099 Incremental Labor

Funding for TI-03 -

2410(a) Authority is

hereby invoked

(RDT&E)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AE K099 Incremental Labor

Funding for TI-04

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 7 of 185 FINAL

 

Page 12: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Underrun

Share Line

7100AF K099 Incremental Labor

Funding for TI-03

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AG K099 Incremental Labor

Funding for TI-05 -

2410(a) Authority is

hereby invoked

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AH K099 Incremental Labor

Funding for TI-05 -

2410(a) Authority is

hereby invoked

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AJ K099 Incremental Labor

Funding for TI-05 -

2410(a) Authority is

hereby invoked

(O&MN,N)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 8 of 185 FINAL

 

Page 13: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AK K099 Incremental Labor

Funding for TI-03

(RDT&E)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AL K099 Incremental Labor

Funding for TI-05 -

2410(a) Authority is

hereby invoked

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AM K099 Incremental Labor

Funding for TI-04 -

2410(a) Authority is

hereby invoked (WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 9 of 185 FINAL

 

Page 14: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7100AN K099 Incremental Labor

Funding for TI-03

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AP K099 Incremental Labor

Funding for TI-05 -

2410(a) Authority is

hereby invoked

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AQ K099 Incremental Labor

Funding for TI-03

(RDT&E)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AR K099 Incremental Labor

Funding for TI-03

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 10 of 185 FINAL

 

Page 15: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Underrun

Share Line

7100AS K099 Incremental Labor

Funding for TI-03

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AT K099 Reserved (SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AU K099 Reserved (SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AV K099 Reserved (SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AW K099 Reserved (SCN)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 11 of 185 FINAL

 

Page 16: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AX K099 Incremental Labor

Funding for TI-03

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AY K099 Incremental Labor

Funding for TI-03

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100AZ K099 Incremental Labor

Funding for TI-04

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BA K099 Incremental Labor

Funding for TI-04

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 12 of 185 FINAL

 

Page 17: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BB K099 Incremental Labor

Funding for TI-04 -

2410(a) Authority is

hereby invoked (WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BC K099 Incremental Labor

Funding for TI-03

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BD K099 Incremental Labor

Funding for TI-03

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 13 of 185 FINAL

 

Page 18: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7100BE K099 Incremental Labor

Funding for TI-03

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BF K099 Incremental Labor

Funding for TI-03 -

2410(a) Authority is

hereby invoked (OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BG K099 Incremental Labor

Funding for TI-03

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BH K099 Incremental Labor

Funding for TI-03

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 14 of 185 FINAL

 

Page 19: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Underrun

Share Line

7100BJ K099 Incremental Labor

Funding for TI-03

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BK K099 Incremental Labor

Funding for TI-03

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BL K099 Incremental Labor

Funding for TI-03

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BM K099 Incremental Labor

Funding for TI-05 -

2410(a) Authority is

hereby invoked (WCF)

Max Fee

Min Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 15 of 185 FINAL

 

Page 20: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BN K099 Incremental Labor

Funding for TI-03

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BP K099 Incremental Labor

Funding for TI-05 -

2410(a) Authority is

hereby invoked

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BQ K099 Incremental Labor

Funding for TI-04

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BR K099 Incremental Labor

Funding for TI-04

(WCF)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 16 of 185 FINAL

 

Page 21: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BS K099 Incremental Labor

Funding for TI-04

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BT K099 Incremental Labor

Funding for TI-04

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BU K099 Incremental Labor

Funding for TI-04

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BV K099 Incremental Labor

Funding for TI-03

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 17 of 185 FINAL

 

Page 22: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BW K099 Incremental Labor

Funding for TI-05

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BX K099 Incremental Labor

Funding for TI-05

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100BY K099 Incremental Labor

Funding for TI-05

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 18 of 185 FINAL

 

Page 23: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7100BZ K099 Incremental Labor

Funding for TI-03

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100CA K099 Incremental Labor

Funding for TI-03

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100CB K099 Incremental Labor

Funding for TI-04

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7100CC K099 Incremental Labor

Funding for TI-05

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 19 of 185 FINAL

 

Page 24: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

7100CD K099 Incremental Labor

Funding for TI-05 -

De-ob on Mod 42.

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7110

7110AA K099 FMS LABOR FUNDING

(FMS Case #JA-P-FSV)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7110AB K099 FMS LABOR FUNDING -

2410(a) Authority is

hereby invoked

(FMS Case #JA-P-FSV)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7110AC K099 FMS LABOR FUNDING -

2410(a) Authority is

hereby invoked

(FMS Case #JA-P-FSV)

Max Fee

Min Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 20 of 185 FINAL

 

Page 25: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

7120

7120AA K099 FMS LABOR FUNDING

(FMS Case #AT-P-LCQ)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7120AB K099 FMS LABOR FUNDING -

2410(a) Authority is

hereby invoked

(FMS Case #AT-P-LCQ)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

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

7130 FMS LABOR FUNDING $9,000.00

7130AA K099 FMS LABOR FUNDING (FMS Case #GY-P-GON) 0.0

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7130AB K099 FMS LABOR FUNDING

(FMS Case #GY-P-GON)

Max Fee

Min Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 21 of 185 FINAL

 

Page 26: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

7200

7200AA K099 Option 2 -

In-Service

Engineering Support

for Integrated

Training Systems

Sustainment &

Installation

Support. In

accordance with the

PWS in Section C.

(Fund Type - TBD)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AB K099 Incremental Labor

Funding for TI-06 -

2410(a) Authority is

hereby invoked

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AC K099 Incremental Labor

Funding for TI-06

(OPN)

Max Fee

Min Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 22 of 185 FINAL

 

Page 27: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AD K099 Incremental Labor

Funding for TI-06

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AE K099 Incremental Labor

Funding for TI-06

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AF K099 Incremental Labor

Funding for TI-06

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AG K099 FMS - Incremental

Labor Funding for

TI-06

(FMS Case #GY-P-GON)

Max Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 23 of 185 FINAL

 

Page 28: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AH K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AJ K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AK K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AL K099 Incremental Labor

Funding for TI-08 -

2410(a) Authority is

hereby invoked

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 24 of 185 FINAL

 

Page 29: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AM K099 Incremental Labor

Funding for TI-08 -

2410(a) Authority is

hereby invoked

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AN K099 Incremental Labor

Funding for TI-06 -

2410(a) Authority is

hereby invoked

(RDT&E)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AP K099 Incremental Labor

Funding for TI-06

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 25 of 185 FINAL

 

Page 30: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Underrun

Share Line

7200AQ K099 Incremental Labor

Funding for TI-06

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AR K099 Incremental Labor

Funding for TI-06

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AS K099 Incremental Labor

Funding for TI-06

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AT K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 26 of 185 FINAL

 

Page 31: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

Government

Underrun

Share Line

7200AU K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AV K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AW K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AX K099 Incremental Labor

Funding for TI-06.

(SCN)

Max Fee

Min Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 27 of 185 FINAL

 

Page 32: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AY K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200AZ K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BA K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BB K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 28 of 185 FINAL

 

Page 33: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BC K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BD K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BE K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BF K099 Incremental Labor

Funding for TI-06 -

2410(a) Authority is

hereby invoked

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 29 of 185 FINAL

 

Page 34: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BG K099 Incremental Labor

Funding for TI-06 -

2410(a) Authority is

hereby invoked

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BH K099 Incremental Labor

Funding for TI-06

(FMS Case #AT-P-LCQ)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BJ K099 Incremental Labor

Funding for TI-06

(FMS Case #JA-P-LZK

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 30 of 185 FINAL

 

Page 35: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

7200BK K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BL K099 Incremental Labor

Funding for TI-06 -

2410(a) Authority is

hereby invoked

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BM K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BN K099 Incremental Labor

Funding for TI-09

(WCF)

Max Fee

Min Fee

Government

Overrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 31 of 185 FINAL

 

Page 36: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

Government

Underrun

Share Line

7200BP K099 Incremental Labor

Funding for TI-09

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BQ K099 Incremental Labor

Funding for TI-09

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BR K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BS K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 32 of 185 FINAL

 

Page 37: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BT K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BU K099 Incremental Labor

Funding for TI-06

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BV K099 Incremental Labor

Funding for TI-08

(RDT&E)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BW K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 33 of 185 FINAL

 

Page 38: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BX K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BY K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200BZ K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200CA K099 Incremental Labor

Funding for TI-06

(O&MN,N)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 34 of 185 FINAL

 

Page 39: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200CB K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200CC K099 Incremental Labor

Funding for TI-08.

Deob on Mod 47

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200CD K099 Incremental Labor

Funding for TI-06

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 35 of 185 FINAL

 

Page 40: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7200CE K099 Incremental Labor

Funding for TI-10

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200CF K099 FMS - Incremental

Labor Funding for TI

- 06

(FMS Case #TW-P-GOW)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200CG K099 Incremental Labor

Funding for TI-06

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200CH K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 36 of 185 FINAL

 

Page 41: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Underrun

Share Line

7200CJ K099 Incremental Labor

Funding for TI-06

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200CK K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200CL K099 Incremental Labor

Funding for TI-06

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200CM K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 37 of 185 FINAL

 

Page 42: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

Government

Underrun

Share Line

7200CN K099 Incremental Labor

Funding for TI-06

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7200CP K099 Incremental Labor

Funding for TI-07

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300

7300AA K099 Award Term Option 3

- In-Service

Engineering Support

for Integrated

Training Systems

Sustainment &

Installation

Support. In

accordance with the

PWS in Section C.

(Fund Type - TBD)

Max Fee

Min Fee

Government

Overrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 38 of 185 FINAL

 

Page 43: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Underrun

Share Line

7300AB K099 Incremental Labor

Funding for TI-11

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AC K099 Incremental Labor

Funding for TI-15

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AD K099 Incremental Labor

Funding for TI-11

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AE K099 Incremental Labor

Funding for TI-13

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 39 of 185 FINAL

 

Page 44: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

Government

Underrun

Share Line

7300AF K099 Incremental Labor

Funding for TI-12

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AG K099 Incremental Labor

Funding for TI-12

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AH K099 Incremental Labor

Funding for TI-11

(FMS Case #GY-P-GPK)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AJ K099 Incremental Labor

Funding for TI-11

(FMS Case #JA-P-LZK)

Max Fee

Min Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 40 of 185 FINAL

 

Page 45: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AK K099 Incremental Labor

Funding for TI-11

(FMS Case #AT-P-LCQ)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AL K099 Incremental Labor

Funding for TI-11

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AM K099 Incremental Labor

Funding for TI-13

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AN K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 41 of 185 FINAL

 

Page 46: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AP K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AQ K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AR K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AS K099 Incremental Labor

Funding for TI-11

(SCN)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 42 of 185 FINAL

 

Page 47: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AT K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AU K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AV K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AW K099 Incremental Labor

Funding for TI-11

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 43 of 185 FINAL

 

Page 48: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AX K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AY K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300AZ K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 44 of 185 FINAL

 

Page 49: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7300BA K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BB K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BC K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BD K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 45 of 185 FINAL

 

Page 50: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

7300BE K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BF K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BG K099 Incremental Labor

Funding for TI-13;

De-obligation of

$12,633 on MOD 54

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BH K099 Incremental Labor

Funding for TI-13

(WCF)

Max Fee

Min Fee

Government

Overrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 46 of 185 FINAL

 

Page 51: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

Government

Underrun

Share Line

7300BJ K099 Incremental Labor

Funding for TI-13

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BK K099 Incremental Labor

Funding for TI-13

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BL K099 Incremental Labor

Funding for TI-13

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BM K099 Incremental Labor

Funding for TI-12

(WCF)

Max Fee

Min Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 47 of 185 FINAL

 

Page 52: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BN K099 Incremental Labor

Funding for TI-11.

Realign $325,000 to

SLIN 9300BH on Mod

57. (OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BP K099 Incremental Labor

Funding for TI-12

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BQ K099 Incremental Labor

Funding for TI-11

(RDT&E)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BR K099 Incremental Labor

Funding for TI-11

(FMS Case #TW-P-GOW)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 48 of 185 FINAL

 

Page 53: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BS K099 Incremental Labor

Funding for TI-15;

10 U.S.C. 2410(a)

authority is

invoked. (O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BT K099 Incremental Labor

Funding for TI-13

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BU K099 Incremental Labor

Funding for TI-15

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 49 of 185 FINAL

 

Page 54: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7300BV K099 Incremental Labor

Funding for TI-11

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BW K099 Incremental Labor

Funding for TI-11

(RDT&E)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BY K099 Incremental Labor

Funding for TI-11

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300BZ K099 Incremental Labor

Funding for TI-15.

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 50 of 185 FINAL

 

Page 55: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

7300CA K099 Incremental Labor

Funding for TI-11.

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CB K099 Incremental Labor

Funding for TI-11.

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CC K099 Incremental Labor

Funding for TI-11.

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CD K099 Incremental Labor

Funding for TI-13

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 51 of 185 FINAL

 

Page 56: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Underrun

Share Line

7300CE K099 Incremental Labor

Funding for TI-13

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CF K099 Incremental Labor

Funding for TI-13

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CG K099 Incremental Labor

Funding for TI-13

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CH K099 Incremental Labor

Funding for TI-13

(WCF)

Max Fee

Min Fee

Government

Overrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 52 of 185 FINAL

 

Page 57: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

Government

Underrun

Share Line

7300CJ K099 Incremental Labor

Funding for TI-13

(RDT&E)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CK K099 Incremental Labor

Funding for TI-12

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CL K099 Incremental Labor

Funding for TI-11

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CM K099 Incremental Labor

Funding for TI-11

(OPN)

Max Fee

Min Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 53 of 185 FINAL

 

Page 58: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CN K099 Incremental Labor

Funding for TI-11

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CP K099 Incremental Labor

Funding for TI-11

(OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CQ K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CR K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 54 of 185 FINAL

 

Page 59: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CS K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CT K099 Incremental Labor

Funding for TI-11

(SCN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CU K099 Incremental Labor

Funding for TI-12

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CV K099 Incremental Labor

Funding for TI-12

(WCF)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 55 of 185 FINAL

 

Page 60: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CW K099 Incremental Labor

Funding for TI-12

(WCF)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CX K099 Incremental Labor

Funding for TI-11 10

USC 2410(a)

authority is hereby

invoked. (OPN)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300CY K099 Incremental Labor

Funding for TI-12,

10 USC 2410(a)

authority is hereby

invoked. (O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 56 of 185 FINAL

 

Page 61: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

7300CZ K099 Incremental Labor

Funding for TI-12,

10 USC 2410(a)

authority is hereby

invoked. (O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300DA K099 Incremental Labor

Funding for TI-13,

10 USC 2410(a)

authority is hereby

invoked. (O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300DB K099 Incremental Labor

Funding for TI-13,

10 USC 2410(a)

(O&MN,N)

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

7300DC K099 Incremental Labor

Funding for TI-11 10

USC 2410(a) (O&MN,N)

Max Fee

Min Fee

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 57 of 185 FINAL

 

Page 62: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Government

Overrun

Share Line

Government

Underrun

Share Line

7400

7400AA K099 Award Term Option 4

- In-Service

Engineering Support

for Integrated

Training Systems

Sustainment &

Installation

Support. In

accordance with the

PWS in Section C.

(Fund Type - TBD)

Option

Max Fee

Min Fee

Government

Overrun

Share Line

Government

Underrun

Share Line

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 K099 Base Period ODCs in support of CLIN 7000 (Fund Type - TBD)

900001 K099 Base ODC's for TI-01 (OPN)

900002 K099 Base ODC's for TI-01 (OPN)

900003 K099 Base ODC's for TI-01 - 2410(a) Authority is hereby invoked

(O&MN,N)

900004 K099 Base ODC's for TI-01 (OPN)

900005 K099 Base ODC's for TI-01 (RDT&E)

900006 K099 Base ODC's for TI-01 (SCN)

900007 K099 Base ODC's for TI-01 (SCN)

900008 K099 Base ODC's for TI-01 (SCN)

900009 K099 Base ODC's for TI-01 (SCN)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 58 of 185 FINAL

 

Page 63: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Est. Cost

900010 K099 Base ODC's for TI-01 (SCN)

900011 K099 Base ODC's for TI-01 (SCN)

900012 K099 Base ODC's for TI-01 (SCN)

900013 K099 Base ODC's for TI-01 (SCN)

900014 K099 Base ODC's for TI-01 (SCN)

900015 K099 Base ODC's for TI-01 (OPN)

900016 K099 Base ODC's for TI-01 (SCN)

900017 K099 Base ODC's for TI-01 (SCN)

900018 K099 Base ODC's for TI-01 (SCN)

900019 K099 Base ODC's for TI-02 (WCF)

900020 K099 Base ODC's for TI-02 (WCF)

900021 K099 Base ODC's for TI-01 (WCF)

900022 K099 Base ODC's for TI-01 (O&MN,N)

900023 K099 Base ODC's for TI-01 (O&MN,N)

900024 K099 Base ODC's for TI-01 (O&MN,N)

900025 K099 Base ODC's for TI-01 (WCF)

900026 K099 Base ODC's for TI-02 (WCF)

900027 K099 Base ODC's for TI-01 (O&MN,N)

900028 K099 Base ODC's for TI-01 (OPN)

900029 K099 Base ODC's for TI-01 (OPN)

900030 K099 Base ODC's for TI-01 (WCF)

900031 K099 Base ODC's for TI-01 (OPN)

900032 K099 Base ODC's for TI-02 (WCF)

9001 K099 Ceiling moved to informational CLIN 9100 (Fund Type - TBD)

Option

9002 K099 Ceiling moved to informational CLIN 9200 (Fund Type - TBD)

Option

9003 K099 Ceiling moved to informational CLIN 9300 (Fund Type - TBD)

Option

9004 K099 Ceiling moved to informational CLIN 9400 (Fund Type - TBD)

Option

9010 K099 FMS ODC Funding (FMS Case #AT-P-LCQ)

901001 K099 FMS ODC funding - TI-01 (FMS)

9020 K099 FMS ODC funding (FMS Case #JA-P-FSV)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 59 of 185 FINAL

 

Page 64: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Est. Cost

902001 K099 FMS ODC funding - TI-01 (FMS)

9100

9100AA K099 ODCs in support of CLIN 7100 (Fund Type - TBD)

9100AB K099 ODCs in support of CLIN 7100 (O&MN,N)

9100AC K099 ODCs in support of CLIN 7100- 2410(a) Authority is hereby

invoked (RDT&E)

9100AD K099 ODCs in support of CLIN 7100 (O&MN,N)

9100AE K099 ODC in support of CLIN 7100 (OPN)

9100AF K099 ODCs in support of CLIN 7100- 2410(a) Authority is hereby

invoked (O&MN,N)

9100AG K099 ODCs in support of CLIN 7100- 2410(a) Authority is hereby

invoked (O&MN,N)

9100AH K099 ODC in support of CLIN 7100 (O&MN,N)

9100AJ K099 ODC in support of CLIN 7100 (O&MN,N)

9100AK K099 ODC in support of CLIN 7100 (SCN)

9100AL K099 ODC in support of CLIN 7100 (RDT&E)

9100AM K099 ODC in support of CLIN 7100 (SCN)

9100AN K099 ODC in support of CLIN 7100 (SCN)

9100AP K099 ODC in support of CLIN 7100 (SCN)

9100AQ K099 ODC in support of CLIN 7100 (WCF)

9100AR K099 ODC in support of CLIN 7100- 2410(a) Authority is hereby invoked

(SCN)

9100AS K099 ODC in support of CLIN 7100 (SCN)

9100AT K099 ODC in support of CLIN 7100 (SCN)

9100AU K099 ODC in support of CLIN 7100 (OPN)

9100AV K099 ODCs in support of CLIN 7100 (OPN)

9100AW K099 ODCs in support of CLIN 7100 (OPN)

9100AX K099 ODC in support of CLIN 7100 (OPN)

9100AY K099 ODC in support of CLIN 7100 (OPN)

9100AZ K099 ODC in support of CLIN 7100 (OPN)

9100BA K099 ODC in support of CLIN 7100 (OPN)

9100BB K099 ODC in support of CLIN 7100 (OPN)

9100BC K099 ODC in support of CLIN 7100 (WCF)

9100BD K099 ODC in support of CLIN 7100 (SCN)

9100BE K099 ODC in support of CLIN 7100 (O&MN,N)

9100BF K099 ODC in support of CLIN 7100 (WCF)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 60 of 185 FINAL

 

Page 65: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Est. Cost

9100BG K099 ODC in support of CLIN 7100 (WCF)

9100BH K099 ODC in support of CLIN 7100 (WCF)

9100BJ K099 ODC in support of CLIN 7100 (WCF)

9100BK K099 ODC in support of CLIN 7100 (OPN)

9100BL K099 ODC in support of CLIN 7100 (SCN)

9100BM K099 ODC in support of CLIN 7100 (O&MN,N)

9100BN K099 ODC in support of CLIN 7100 (OPN)

9100BP K099 ODC in support of CLIN 7100 (WCF)

9100BQ K099 ODC in support of CLIN 7100 (WCF)

9110

9110AA K099 ODC in support of CLIN 7110 (FMS Case #JA-P-FSV)

9110AB K099 ODC in support of CLIN 7110 - 2410(a) Authority is hereby

invoked (FMS Case #JA-P-FSV)

9110AC K099 ODC in support of TI-03 (FMS Case #JA-P-FTU)

9120

9120AA K099 ODC in support of CLIN 7120 (FMS Case #AT-P-LCQ)

9120AB K099 ODC'S in support of CLIN 7120 - 2410(a) Authority is hereby

invoked (FMS Case #AT-P-LCQ)

9200

9200AA K099 ODC in support of CLIN 7200 (Fund Type - TBD)

9200AB K099 ODC in support of CLIN 7200 - 2410(a) Authority is hereby

invoked (O&MN,N)

9200AC K099 ODC in support of CLIN 7200 (OPN)

9200AD K099 ODC in support of CLIN 7200 (O&MN,N)

9200AE K099 ODC in support of CLIN 7200 (OPN)

9200AF K099 ODC in support of CLIN 7200 (OPN)

9200AG K099 ODC in support of CLIN 7200 (WCF)

9200AH K099 ODC in support of CLIN 7200 (WCF)

9200AJ K099 ODC in support of CLIN 7200 - 2410(a) Authority is hereby

(O&MN,N)

9200AK K099 ODC in support of CLIN 7200 - 2410(a) Authority is hereby

(O&MN,N)

9200AL K099 ODC in support of CLIN 7200 - 2410(a) Authority is hereby

invoked (RDT&E)

9200AM K099 ODC in support of CLIN 7200 (OPN)

9200AN K099 ODC in support of CLIN 7200 (OPN)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 61 of 185 FINAL

 

Page 66: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Est. Cost

9200AP K099 ODC in support of CLIN 7200 (OPN)

9200AQ K099 ODC in support of CLIN 7200 (OPN)

9200AR K099 ODC in support of CLIN 7200 (SCN)

9200AS K099 ODC in support of CLIN 7200 (SCN)

9200AT K099 ODC in support of CLIN 7200 (SCN)

9200AU K099 ODC in support of CLIN 7200 (SCN)

9200AV K099 ODC in support of CLIN 7200 (SCN)

9200AW K099 ODC in support of CLIN 7200 (SCN)

9200AX K099 ODC in support of CLIN 7200 (SCN)

9200AY K099 ODC in support of CLIN 7200 (SCN)

9200AZ K099 ODC in support of CLIN 7200 (SCN)

9200BA K099 ODC in support of CLIN 7200 (SCN)

9200BB K099 ODC in support of CLIN 7200 (SCN)

9200BC K099 ODC in support of CLIN 7200 (SCN)

9200BD K099 ODC in support of CLIN 7200 - 2410(a) Authority is hereby

invoked (O&MN,N)

9200BE K099 ODC in support of CLIN 7200 - 2410(a) Authority is hereby

invoked (O&MN,N)

9200BF K099 ODC in support of CLIN 7200 (FMS Case #AT-P-LCQ)

9200BG K099 ODC in support of CLIN 7200 (FMS Case #JA-P-LZK)

9200BH K099 ODC in support of CLIN 7200 (WCF)

9200BJ K099 ODC in support of CLIN 7200 (WCF)

9200BK K099 ODC in support of CLIN 7200 - 2410(a) Authority is hereby

invoked (O&MN,N)

9200BL K099 ODC in support of CLIN 7200 (O&MN,N)

9200BM K099 ODC in support of CLIN 7200 (WCF)

9200BN K099 ODC in support of CLIN 7200 (WCF)

9200BP K099 ODC in support of CLIN 7200 (WCF)

9200BQ K099 ODC in support of CLIN 7200 (WCF)

9200BR K099 ODC in support of CLIN 7200 (WCF)

9200BS K099 ODC in support of CLIN 7200 (SCN)

9200BT K099 ODC in support of CLIN 7200 (WCF)

9200BU K099 ODC in support of CLIN 7200 (RDT&E)

9200BV K099 ODC in support of CLIN 7200 (WCF)

9200BW K099 ODC in support of CLIN 7200 (WCF)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 62 of 185 FINAL

 

Page 67: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Est. Cost

9200BX K099 ODC in support of CLIN 7200 (WCF)

9200BY K099 ODC in support of CLIN 7200 (O&MN,N)

9200BZ K099 ODC in support of CLIN 7200 (SCN)

9200CA K099 ODC in support of CLIN 7200 Deob on Mod 47 (O&MN,N)

9200CB K099 ODC in support of CLIN 7200 (OPN)

9200CC K099 ODC in support of CLIN 7200 TI 06 (OPN)

9200CD K099 ODC in support of CLIN 7200 TI 10 (O&MN,N)

9200CE K099 ODC in support of CLIN 7200 TI 06 (FMS Case #TW-P-GOW)

9200CF K099 ODC in support of CLIN 7200 TI 06. De-obligated on Mod 54.

(O&MN,N)

9200CG K099 ODC in support of CLIN 7200 TI 06 (SCN)

9200CH K099 ODC in support of CLIN 7200 (OPN)

9200CJ K099 ODC in support of CLIN 7200 (WCF)

9200CK K099 ODC in support of CLIN 7200 (O&MN,N)

9200CL K099 ODC in support of CLIN 7200 (WCF)

9300

9300AA K099 ODC in support of CLIN 7300 (Fund Type - TBD)

9300AB K099 ODC in support of CLIN 7300 TI# 11 (OPN)

9300AC K099 ODC in support of CLIN 7300 TI# 11 (O&MN,N)

9300AD K099 ODC in support of CLIN 7300 TI# 13 (O&MN,N)

9300AE K099 ODC in support of CLIN 7300 TI# 12 (WCF)

9300AF K099 ODC in support of CLIN 7300 TI# 11 (FMS Case #JA-P-LZK)

9300AG K099 ODC in support of CLIN 7300 TI# 11 (FMS Case #AT-P-LCQ)

9300AH K099 ODC in support of CLIN 7300 TI# 11 (FMS Case #AT-P-LCQ)

9300AJ K099 ODC in support of CLIN 7300 TI# 11 (OPN)

9300AK K099 ODC in support of CLIN 7300 TI# 13 (O&MN,N)

9300AL K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AM K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AN K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AP K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AQ K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AR K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AS K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AT K099 ODC in support of CLIN 7300 TI# 11 (SCN)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 63 of 185 FINAL

 

Page 68: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Est. Cost

9300AU K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AV K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AW K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AX K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AY K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300AZ K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300BA K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300BB K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300BC K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300BD K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300BE K099 ODC in support of CLIN 7300 TI# 13; De-obligation of $9,381 on

MOD 54 (O&MN,N)

9300BF K099 ODC in support of CLIN 7300 TI# 13 (O&MN,N)

9300BG K099 ODC in support of CLIN 7300 TI# 13 (O&MN,N)

9300BH K099 ODC in support of CLIN 7300 TI# 11. Realign $325,000 from SLIN

7300BH to this SLIN on Mod 57. (OPN)

9300BJ K099 ODC in support of CLIN 7300 TI# 12 (WCF)

9300BK K099 ODC in support of CLIN 7300 TI# 12 (WCF)

9300BL K099 ODC in support of CLIN 7300 TI# 11 (FMS Case #TW-P-GOW)

9300BM K099 ODC in support of CLIN 7300 TI# 15; 10 U.S.C. 2410(a) authority

is invoked. (O&MN,N)

9300BN K099 ODC in support of CLIN 7300 TI# 12 (WCF)

9300BP K099 ODC in support of CLIN 7300 TI# 11 (RDT&E)

9300BQ K099 ODC in support of CLIN 7300 TI# 11 (O&MN,N)

9300BR K099 ODC in support of CLIN 7300 TI# 11 (RDT&E)

9300BS K099 ODC in support of CLIN 7300 TI# 11 (OPN)

9300BT K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300BU K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300BV K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300BW K099 ODC in support of CLIN 7300 TI# 13 (O&MN,N)

9300BX K099 ODC in support of CLIN 7300 TI# 13 (O&MN,N)

9300BY K099 ODC in support of CLIN 7300 TI# 13 (RDT&E)

9300BZ K099 ODC in support of CLIN 7300 TI# 12 (WCF)

9300CA K099 ODC in support of CLIN 7300 TI# 11 (OPN)

9300CB K099 ODC in support of CLIN 7300 TI# 11 (OPN)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 64 of 185 FINAL

 

Page 69: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Item PSC Supplies/Services Qty Unit Est. Cost

9300CC K099 ODC in support of CLIN 7300 TI# 15 (O&MN,N)

9300CD K099 ODC in support of CLIN 7300 TI# 13 (WCF)

9300CE K099 ODC in support of CLIN 7300 TI# 11 (OPN)

9300CF K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300CG K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300CH K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300CJ K099 ODC in support of CLIN 7300 TI# 11 (SCN)

9300CK K099 ODC in support of CLIN 7300 TI# 12 (WCF)

9300CL K099 ODC in support of CLIN 7300 TI# 12 (WCF)

9300CM K099 ODC in support of CLIN 7300 TI# 11, 10 USC 2410(a) authority is

hereby invoked. (OPN)

9300CN K099 ODC in support of CLIN 7300 TI# 11, 10 USC 2410(a) (OPN)

9300CP K099 ODC in support of CLIN 7300 TI# 11, 10 USC 2410(a) (OPN)

9300CQ K099 ODC in support of CLIN 7300 TI# 11, 10 USC 2410(a) (OPN)

9300CR K099 ODC in support of CLIN 7300 TI# 12, 10 USC 2410(a) (O&MN,N)

9300CS K099 ODC in support of CLIN 7300 TI# 12, 10 USC 2410(a) (O&MN,N)

9300CT K099 ODC in support of CLIN 7300 TI# 13, 10 USC 2410(a) (O&MN,N)

9300CU K099 ODC in support of CLIN 7300 TI# 13, 10 USC 2410(a) (O&MN,N)

9300CV K099 ODC in support of CLIN 7300 TI# 11, 10 USC 2410(a) (O&MN,N)

9400

9400AA K099 ODCs in support of CLIN 7400 (Fund Type - TBD)

Option

NOTE 1: OPTION CLAUSE

The "OPTION TO EXTEND THE TERM OF THE CONTRACT" clause in Section I applies only to the Option CLINs.

NOTE 2: ODCs

Unburdened travel and material costs are specified in Section L. Any ODCs other than travel, if proposed, will be limited to thoseapproved at time 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 Level of Effort (term) type order.

Items in the 4xxx and 7xxx series are cost plus incentive fee type.Items in the 6xxx and 9xxx series are cost only, excluding fee.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 65 of 185 FINAL

 

Page 70: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

B.3 ADDITIONAL CLINS

Additional CLINs may be unilaterally created by the Procuring Contracting Officer (PCO) during the performance of this TaskOrder to allow for additional SLINs as needed to accommodate the multiple types of funds that may be used under this Order.These modifications will not change the overall level of effort or value of the task order.

B.4 HQ B-2-0021 CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (NAVSEA) (FEB 1997)

This entire task order is cost reimbursable. The Labor CLINs are Cost Plus Incentive Fee (CPIF) and ODC CLINs are Cost Only.

B.5 INCENTIVE FEE

Note: Upon award, the successful Offeror's proposed Maximum Incentive Fee and Target Fee percentages, if less than thesolicitation stated thresholds, will be incorporated in FAR clause 52.216-10 INCENTIVE FEE in Section I. (1) The final targetcost, target fee amounts shall be based on the actual level of effort the contractor provides as explained in the following paragraphs.

CPIF LABORITEMS 

LABORHOURS 

TARGETCOST 

TARGETFEE 

TOTALTARGETCOST/FEEAMOUNT 

       

       

Offerors are required to fill out this table and include as part of the cost proposal.

The Offeror shall not propose a target fee

(i) The final CPIF target cost

(ii) The final CPIF target

 (iii)  The share ratio for the CPIF portion of the fee structure is

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 66 of 185 FINAL

 

Page 71: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

  The fee earned under the CPIF portion of the fee structure will be based on the total allowable cost incurred by thecontractor in comparison to the final target cost for each of the aforementioned labor CLINs.  See the Incentive Fee clause (FAR52.216-10) in Section I of this Task Order for further information on how the target cost and target fee are determined and the feeearned is calculated.

B.6 HQ B-2-0015 PAYMENT OF FEE(S) (LEVEL OF EFFORT - ALTERNATE I) (NAVSEA) (MAY 2010)

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

(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled"FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable. Such payments shall be submitted byand payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR52.216-7), subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, andshall be paid fee at the hourly rate specified above per man-hour performed and invoiced. Total fee(s) paid to the Contractor shallnot exceed the fee amount(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

B.7 HQ B-2-0020 TRAVEL COSTS - ALTERNATE I (NAVSEA) (DEC 2005)

(Applicable to

(a) FAR 31.205-46. The costs to be reimbursed shall be those costs accepted by the cognizant DCAA.

(b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in and around theworksite, 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 FAR 31.205 35; however,Contracting Officer approval shall be required prior to incurring relocation expenses and travel costs incident to relocation.

(d) The Contractor shall not be reimbursed for the following:

(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 the Contractor’s oremployee’s convenience.

B.8 EXPEDITING ORDER CLOSEOUT (NAVSEA) (DEC 1995)

(a) As part of the negotiated fixed price or total estimated amount of this task order, both the Government and the Contractor haveagreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at thetime of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to eitherparty at the end of the contract, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrustviolations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party againstmoney that would otherwise be paid by that party may be considered to the extent permitted by law.

(b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that theadministrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 67 of 185 FINAL

 

Page 72: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

SECTION C DESCRIPTIONS AND SPECIFICATIONS

C.1          BACKGROUND / PURPOSE / SCOPE

C.1.1      BACKGROUND: Combat Direction Systems Activity Dam Neck (CDSA DN) provides hardware andsoftware products, solutions, systems engineering and In-service Engineering support for current and next generationplatforms utilized by the United States Navy, Foreign Navies and Joint Forces. CDSA DN has extensive experiencein the execution of the following In-Service Engineering Agent (ISEA) elements; system engineering, systemsinstallation and removal, system upgrade, obsolescence, mitigation, and alterations, on-site Ship ConstructionNaval (SCN) technical representation, training, maintenance/repair support, shipboard configuration audit support,installation of hardware and fabrication, material storage and handling, installation logistics support, hardwareprocurement, test & evaluation and Fleet engineering support.

C.1.2       PURPOSE: The purpose of this task is to provide sustainment and modernization support to CDSADam Neck for Integrated Training Systems (e.g. Battle Force Tactical Training (BFTT)), shipboard installationsupport and C5ISR Integration and Interoperability facility support.

C.1.3       SCOPE: This Performance Work Statement (PWS) describes the general requirements for requiredIntegrated Training  Systems (ITS) In-Service Engineering Agent (ISEA) support.  ITS ISEA support requirementsinclude training systems installation and removal, and shipboard proofing of equipment alterations for evaluation ofengineering design and logistic support items. Analysis of installation design and physical layout to assessreliability, ease of maintenance and suitability to meet equipment or system operational performance requirements isrequired. The effort provides support for Integrated Logistics Support (ILS) requirements such as maintenance andupdating of technical manuals, requirements documentation, Integrated Logistics Support Plans (ILSP) and all otherelements of logistics support for modernization and in-service support efforts. Safety reviews will be required forproposed engineering changes and new operating and maintenance procedures. Established operation andmaintenance data systems will be utilized for the measurement of the operational and maintenance performance ofequipment/systems and logistic support items. ITS maintenance concepts, tasks and preventative/correctivemaintenance criteria for both installed training systems and training systems under development will be updated andmaintained. Support and maintenance of the Command, Control, Communications, Computers, Combat Systems,Intelligence, Surveillance, and Reconnaissance (C5ISR), Interoperability shore facility and supporting work areas isrequired.

C.2           APPLICABLE DOCUMENTS: The specifications, standards, instructions, directives, and otherpublications listed below are referenced in individual requirements paragraphs. Current editions are governing unlessa specific edition is cited in the Technical Instructions (TIs) when issued.

C.2.1 Performance Specifications:

T8901-XX-SS-010/BFTT   System Specification for BFTT AN/USQ-T46 (V), Rev B of 16 Aug 96

T8901-XX-IRS/IDD      BFTT IRS/IDD Rev 7 for BFTT Builds thru v3.5.1, 12 May 2011

T8901-XX-SSD-010   Shore System/Segment Design Document (SSDD) Rev A,  July 1998 IRS/IDDfor BEWT AN/USQ-T47 (V) 1 AND AN/SLQ-32A (V) Final dated 13Dec 2000

BFTT IRS/IDD Rev 7 TSSS appendices;   App R-1 TSSS,  App R-4 IRS for TSSS to SPN46 , App R-6 IDD for TSSand SPQ-9B and APP W   TSSS RCS Entity Translation Tables

 

C.2.2 Department of Defense Documents:

DoD 5000 Series The Defense Acquisition System

DoDI 5000.02       Defense and Director of National Intelligence oversight

DOD-STD-2101         Classification of Characteristics

NAVSEA 5400.57D     Engineering Agent Selection, Assignment, Responsibility, Tasking and Appraisal

MIL-DTL-31000, Rev C    Technical Data Packages, Detail Specification, of 9 Jul 04

MIL-STD-1399, Rev C        Interface Standard for Shipboard Systems, Section 300, 304 Electric Power,Alternating Current, of 2 Feb 88

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 68 of 185 FINAL

 

Page 73: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

CUSFFCINST 4790.3B CHANGE 4 (04 OCT2011)        

Joint Fleet Maintenance Manual (JFFM) instructionOn the management of afloatcombat systems and c4i installations and improvement

SL720-AA-MAN-030          Modernization Process Management (Rev 3) And Operations Manual(NMPMOM) 21 JAN 2010 'One Book'

TS9090-310E       MNAVSEA SYSCOM (NMPMOM Appendix H.)(14 APRIL 2009)

CUSFFCINST 4790.3B      Joint Fleet Maintenance Manual (JFFM) Instruction

S9095-AD-TRQ-010/TSTP      Total Ship Test Program (TSTP)

MIL-HDBK-61(SE)          Configuration Management Guidance (paragraphs 6.2 and 6.3) 

MIL-HDBK-61A (SE)    Configuration Management Guidance

EIA STANDARD IS-649           National Consensus Std for Configuration Management

ISO STD 10007    Quality Management – Guidelines for Configuration Management

ICAPS                Handbook Interactive Computer Aided Provisioning System, on-line 

MIL-DTL-31000C      Technical Data Packages

MIL-DTL-24784C         Detail Specification: Manuals, Technical: General Acquisition and DevelopmentRequirements, General Specifications for

MIL-DTL-87268C  Detail Specification: Interactive Electronic Technical Manuals - General Content,Style, Format, and User-Interaction Requirements

MIL-STD-38784     Standard Practice for Manuals, Technical: General Style and Format Requirements

MIL-STD-2073-1D       Standard Practice for Military Packaging

MIL-STD-129             Military Marking for Shipment and Storage

MIL-STD-167-1     Department Of Defense Test Method Standard Mechanical Vibrations OfShipboard Equipment (Type I – Environmental)

MIL-STD-461       Department Of Defense Interface Standard Requirements For The Control OfElectromagnetic Interference Characteristics Of Subsystems And Equipment

MIL-PRF-49506   Acquisition Logistics Management

MIL-S-901D (NAVY)      Military Specification Shock Tests. H.I. (High-Impact) Shipboard Machinery,Equipment, And Systems, Requirements

USC Title 10, Sec 2464/2466        DoD Depot Maintenance

DoDD 4140.1-R       Component Directives

DoDI 5000.2        Operation of the Defense Acquisition System

DoD 5000.02 DAG    Component Directives

OPNAVINST 4700.7 Series   Miniature/Micro-miniature (2M) Module Test and Repair (MTR)

MIL-HDBK-2165, 31 Jul 95     TESTABILITY PROGRAM FOR ELECTRONIC SYSTEMS ANDEQUIPMENTS

Technical Manual Management Plane (TMMP) dtd 24 Feb 12

C.2.3 Commercial Specifications:

DMSO v1.3       DoD Standard for the High Level Architecture

IEEE 802     Standard for Local and Metropolitan Area Networks: Overview andArchitecture

IEEE 1471-2000          Recommended Practice for Architectural Description for Software IntensiveSystems

IEEE 1516–2010     Standard for Modeling and Simulation High Level Architecture– Frameworkand Rules

IEEE 1516.1–2010       Standard for Modeling and Simulation High Level Architecture FederateInterface Specification

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 69 of 185 FINAL

 

Page 74: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

IEEE 1516.2-2010 Standard for Modeling and Simulation High Level Architecture Object ModelTemplate (OMT) Specification

IEEE 1516.3-2003          Recommended Practice for High Level Architecture Federation Developmentand Execution Process (FEDEP)

IEEE 1516.4-2007    Recommended Practice for Verification, Validation, and Accreditation of aFederation an Overlay to the High Level Architecture Federation Developmentand Execution Process

ISO 9001-2000    Quality Management Systems Requirements of 12 Dec 00 (www.iso.org) 

ISO 10007   Quality Management Guidelines for Configuration Management(www.iso.org)

S1000D             International Specification for Technical Publications Using a Common SourceDatabase

C.2.4 Non-Government Publications:

ASME Y14.100-2004                                                    Engineering Drawing Practices (www.asme.org)

IEEE/EIA 12207                                                             Information Technology - Software Life CycleProcesses (www.ieee.org)

ANSI/EIA-649-1998                                                      National Consensus Standard of Configuration(www.ansi.org) Copies of military handbooks, instructions, standards and specifications and DoD adoptednon-Government standards may be obtained in accordance with the Federal Acquisition Regulation (FAR) Subpart52.211-2.  Copies of specifications, standards, and data item descriptions cited in this solicitation, if listed in theDoD Index of Specifications and Standards (DoDISS) or the Acquisition Management Systems and DataRequirements Control

List, DoD 5010.12-L (Dec 2003) may be obtained from:

(a.)            ASSIST database via the Internet at http://assist.daps.dla.mil/;

(b.)    By submitting a request to:

(c.)     https://saportal.nswc.navy.mil

Copies of non-government publications not listed in the DoDISS may be obtained from the respective industryassociation or by following the web links identified.

C.3             REQUIREMENTS: The Contractor shall provide support in the following areas:

•                Installations and Fleet Support (Maintenance & Repair)

•                Integrated Logistics Support (ILS) & Configuration Management (CM) Support

•                Hardware Engineering, Acquisition and Environmental Qualification

•                Labs, Obsolescence Management and Operating Materials & Supplies (OM&S)

•                Communications, Network Security and Test & Evaluation

•                Shore Sites Installation, Integration and Interoperability C5ISR Facility Support, ConfigurationSupport and Testing Support & Training

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 70 of 185 FINAL

 

Page 75: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

C.3.1       Installations and Fleet Support (Maintenance & Repair)

•                Install/remove required training systems and components such as:  AN/USQ-T46 (V) BFTT System,AN/USQ-T48 (V) Trainer, AN/USQ-T47 BFTT Electronic Warfare Trainer (BEWT), Simulator/StimulatorSystems (TSSS), Damage Control Training Management System (DCTMS), Navigation Seamanship andShiphandling Trainer (NSST) on various classes of ships.

•                Conduct ship checks, develop/update Ship Installation Drawing (SID) packages, in conjunction withthe installations and removals.

•                Provide system Introductory/Familiarization and Operator/Maintainer courses and course materialspost installation.

•                Conduct system and obsolescence mitigation upgrades.

•               Provide material and fabricate panels, cables, foundations and other required items to supportinstallations.

•                Develop and submit Technical Discrepancy Reports (TDR) after review of SIDs to facilitatedevelopment of Liaison Action Record (LAR) requests to applicable planning yards to document installationdeviations.

•                Acquire materials required to perform initial outfitting, sparing and corrective maintenance on trainingsystems.

•                Support maintenance, inspection, test, training, and repair actions associated with training systems.

•                Participate and provide coordination support in the planning and execution of shipboard events.

•                 Provide support to test, evaluation, verification and validation events, test documentationpreparation, test planning, requirements traceability analyses, data management and analysis plan preparation, testscenario development, support to unit level and multi-element test, test execution support, test data recording andtest data analysis.

C.3.2       Integrated Logistics Support (ILS) & Configuration Management (CM) Support

•                Prepare and provide inputs for Engineering Change Proposals (ECP’s) , Field Changes, Ship ChangeDocuments (SCD’s) , White Papers, Technical Manuals, Fleet Synthetic Training (FST) and other papers.

•                Evaluate and research Naval Messages as they pertain to required training systems and other relatedFleet issues.

•                Provide Engineering drawing support services, red-lining Production Level Engineering Drawings andassociated documents, ECP drawings changes, Technical Manual illustration updates, field change illustrationupdates.

•                Review, provide comments and update SID’ s and Installation Control Drawings (ICD’s).

•                Support data calls by providing supporting documents and presentations.

•                Prepare and provide recommendations to ILS and Configuration Maintenance plans. 

•                 Review Shipboard Equipment documentation for ILS impacts for the Command ControlCommunication Computer Intelligence Surveillance and Recognizance System (C4ISR) and providerecommendations for ILS support. Review system level baseline build plans, identify/track, and plan for ILS supportneeded for plan baselines, and assist in project scope management and integration efforts for ILS requirements.

•                Prepare and provide ILS products supporting the ten Integrated Logistics Support (ILS) elements forthe ISEA as follows: Maintenance Planning; Supply Support; Training and Training Support; ComputerResources Support; Shore Facilities; Supportability Analysis; Packaging, Handling, Storage, and Transportation;Technical Data; Manpower and Personnel and Support Equipment.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 71 of 185 FINAL

 

Page 76: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 

•                Review and update Maintenance Index Pages/Maintenance Requirement Cards (MIPs/MRCs),concepts, procedures, and plans.

•                Provide initial comment and recommendation for remediation to the government in response toTechnical Feedback Reports (TFBRs) received from the Fleet.

•                Compile and enter initial configuration, updated configuration, allowance and technicalprovisioning/re-provisioning coding data to the Interactive Computer Aided Provisioning (ICAP) System or thecurrently used system, coordinate provisioning meetings to review and finalize all APL’s , analyze and develop datafor sparing models for supportability, maintainability, and reliability.

•                Develop and maintain Installation Checkout (INCO) spares lists and maintain records forreplenishment of INCO requirements.

•                Compile and maintain Program Support Data (PSD), Item Unique Identification (IUID) tagging anddatabase, Transaction Items Reporting (TIR), design interface and system related Technical Data Packages (TDPs),research obsolescence issues and provide recommended solutions, which include parts forecasting, and National ItemIdentification Number (NIIN) requests.

•                Perform inventory management by maintaining data for identified OM&S accounts (prior GovernmentOwned Material).

•                Provide assets from the OM&S account for ship installations on time and in the correct configurationto meet the install schedule.

•                Respond to Fleet requests for material or technical assistance.

•                Enter all Fleet response activity into the Remedy database for metrics capture.

•                Develop, maintain and deliver training curriculum and aids, Fleet Introduction Training (FIT) anddifferences training, inputs into Naval Training System Plans (NTSPs), Training Planning Process Methodologies(TRRPMs).

•                Provide FIT training courses to students.

•                            P rovide Computer Resources and Facilities ILS support to meet system/subsystem introductions inaccordance with the Build Plan and Schedule.

•                Analyze, maintain and provide Level of Repair Analyses (LORAs), Failure Reporting, Analysis andCorrective Action System (FRACAS), Reliability Centered Maintenance (RCM) analysis, Failure Mode andEffects Analysis (FMEAs), Failure Mode, Effects and Criticality Analysis (FMECA), Front-End Analysis (FEA)and Reliability, Maintainability, and Supportability (R, M, & A) analyses to meet system/subsystemintroductions in accordance with the Build Plan and Schedule.

•                Provide Packaging, Handling, Storage and Transportation (PHS&T) support to support the program.

•                Generate, maintain and deliver Technical Manuals, Technical Manual Contract Requirements(TMCRs), ILS Data Packages, ILS Certifications and checklists, User’ s Logistics Support Summaries (ULSSs),Maintenance Plans, Maintenance Task Analysis, System Training Plans, Combat Systems OperationalSequencing System (CSOSS), and the Integrated Logistics Support Plans (ILSPs) in accordance with the currentbuild schedule.

•                Review, generate and provide input to Technical Data Packages (TDPs), Top Down Break Down(TDBD) lists, Letter of Authorizations (LOAs), adaptation files, Consolidate Overhaul Planning (COP) files andassociated Software Trouble Reports (STRs), and Nomenclature Assignments.

•                Review and provide recommendations regarding specific support equipment that are required tosupport the operation and maintenance of systems such as Silver Disks and General Purpose Electronic TestEquipment (GPETE).

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 72 of 185 FINAL

 

Page 77: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

•                Analyze, evaluate, and prepare Program briefs and reports.

•                Maintain DOD/DON-mandated CM/ILS applications such as CDMD-OA, Navy DataManagement-Navy Modernization (formerly SHIPMAIN), Technical Data Management Information System(TDMIS), Joint Engineering Data Management and Information System (JDMICS), Naval Ship Engineering DrawingRepository (NSDER), ICAPS and applications such as Integrated Product Data Management (IPDM).

•               Draft ISEA project schedule Gantt charts and perform critical path analysis.

•                Review and provide inputs for ship maintenance  and Ship Change Documents (SCDs).

•                Support Fleet Synthetic Training (FST) events.

•                Review ECP’s for configuration impact and provides recommendations to the ISEA.

•                Review and update CM changes, prepare reports, plans, metrics, and schedules.

•                Provide configuration/alternation data to each ship class Configuration Data Manager (CDM) throughthe CDM’s Database Open Architecture (CDMD-OA) ISEA Work File.

•               Analyze shipboard equipment configuration files for erroneous data and submit corrections.

•                Resolve discrepancy reports.

•                Review and provide comments to Field Change Instructions to support retrofit requirements.

•                Process software Allowance Parts List (APL) Repairable Item Coding (XRIC) requests.

•                Update and maintain the Battle Force Tactical Training (BFTT) family of systems database.

•                Prepare and submit Electronic Configuration Control Board (ECCB) risk forms using Afloat MasterPlanning System (AMPS).

•                Support Configuration audits.

•                Process Nomenclature request through Joint Electronic Type Designated Automated System(JETDAS).

•                Coordinate and conduct Shipboard Configuration Audits (SCA).

•                Analyze and develop data for sparing models for supportability, maintainability, and reliability.

C.3.3      Hardware Engineering and Environmental Qualification

The Integrated Training System Family of Systems looks to leverage an open systems architectural approach,emphasizing reliance on widely-supported, industry standard technologies and interfaces. To that end, the contractorshall support government open systems and open architecture design goals. Specific areas of effort to supportHardware Engineering, Acquisition and Environmental Qualification are:

•                Conduct engineering studies and analyses of proposed new equipment to assess physical and functionalcapability as well as supportability.

•               Analyze operational and maintenance performance data to determine design defects detracting from thesystem’s capability to perform its intended operational requirements and to meet its maintainability and reliabilityrequirements.

•                Support Test & Evaluation, to include planning, scenario development, data management andanalysis plan preparation, test execution, test data recording, and developmental and operational test & evaluationfunctions.

•                Provide inputs to engineering changes and alterations to provide required improvements and to correctservice deficiencies. Provide support for coordination of acquisition of system components necessary for integration

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 73 of 185 FINAL

 

Page 78: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

into shipboard training systems.

•                              Assist in the conduct of formal system engineering technical reviews associated with requirementsanalysis, Architectural Design, Implementation, Integration, Verification, Validation and Transition technicalprocesses.

•                Maintain the system baseline documentation, specifications, technical data package, and other dataforming the configuration managed product baseline.

•                Provide engineering support and assessments during new builds, including recommendations for theuse of Commercial Off-the-Shelf (COTS) and Non-developmental items (NDI) where appropriate.

•                Provide Hardware and prototype recommendations with an emphasis on using modular design,standards-based interfaces, and widely-supported consensus-based standards.

•                Provide required component or sub-system level drawings per DI-SESS-81000C

•                Provide support for shock test events. This support shall include shock test planning, shock analyses,shock technical correspondence and shock event data analysis.

•                Provide support for EMI test and qualification events. This support shall include EMI test planning,EMI analyses, EMI-related technical correspondence and EMI test event data analysis.

C.3.4        Labs, Obsolescence Management and Operating Materials & Supplies (OM&S)

•                  Perform ISEA Demonstration Lab Management to include sustainment functions, ObsolescenceManagement, Installation Material preparation and kitting, Fault Isolation, Repair, and Associated Documentation,OM&S Support, and Tracking/Metrics.

•                  Generate, assemble, and document engineering and field changes, perform system alignments,discover/resolve test and repair problems for all equipment.

•                  Groom/overhaul all variants of the equipment to support required configuration.

•                  Perform troubleshooting/repair of designated training systems and associated equipment. Diagnoseand repair LRU items utilizing test station (e.g. AN/USM-674(V)) creating Silver Disk test routines. Repairs toLRU may include utilizing certified 2M micro-miniature capabilities.

•                  Set-up equipment, run interface cables, build cable harnesses, set-up and maintain workstations.

•                  Identify materials needed for lab operations including hardware, software, tools and consumables.

•                  Propose changes to the materials list.

•                  Generate and maintain laboratory configuration drawings and provide support for lab demonstrations.

•                  Maintain Lab inventory (OM&S) in ERP.

•                 Conduct obsolescence management of equipment including identifying form/fit/function replacementsfor obsolete parts.  Generate required change documentation (e.g. IRP/ECP, SCD’s , etc.).

•                 Assemble installation kits including materials, equipment, hardware, software and documentationrequired for installations and provide certified fork lift operators to operate government fork lift in support of this task.

•                 Monitor Fielding Plans for scheduled future installations and ensure all installation kits are completedto meet scheduled delivery date.

•                Provide logistics support for fleet materiel requirements.  Support requires phone support, e-mailsupport, parts support, on-site support, etc.

•                Support meetings by the Government (e.g. ISEA team meetings).

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 74 of 185 FINAL

 

Page 79: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

•                Provide support for maintenance, inspection, test, training, and repair actions and OM&S technicalmanagement to include storage requests, receipts, issues, inventory in ERP, experience in ERP DD1149 creationand access to ERP-based Weapons System File, inventory control of lab assets, packaging and shipping of repairparts, and disposal of excess equipment associated with training systems, utilizing the Defense Reutilization andMarketing Office (DRMO).

•                Provide recommendations to the government to identify and schedule activities for systemupgrades/modifications and new system installations.

•                Support safety analyses/reviews of proposed engineering changes, new operating and maintenanceprocedures and changes, ensuring that the procedures, warnings, and cautions are adequate and inherent safety is notdegraded; analyze safety deficiency reports, results of failure analyses and mishap investigations; recommendcorrective actions.

•                Develop and submit appropriate hardware/software trouble reports (HWTR/STR).

•                Provide initial and replenishment spares, parts and supplies required to perform initial outfitting andcorrective maintenance.

•                Refurbish, test, repair, and parts returned from Fleet.

•                Provide support to the ISEA Lab for test, evaluation, verification and validation events. This supportshall include, test documentation preparation, test planning, requirements traceability analyses, data managementand analysis plan preparation, test scenario development, support to unit level and multi-element test, testexecution support, test data recording, test data analysis, other support to developmental and operational testevents.

C.3.5       Communications, Network Security and Test & Evaluation

•                Conduct engineering studies and analyses of communication and network security equipment to assessphysical and functional capability as well as supportability.

•                Support the implementation of boundary defense architecture including firewalls, intrusiondetection/prevention systems, encryptions, and future technologies as they evolve.

•                              Support Test & Evaluation, to include test planning, test scenario development, data managementand analysis plan preparation, test execution, test data recording, and support to developmental and operational test& evaluation functions.

•                Recommend corrections or improvements for translation into detailed engineering changes proposals.

•                Provide inputs to engineering changes and alterations to provide required improvements and to correctservice deficiencies.

•                Provide support for fleet synthetic training network integration efforts.

•                Assist in the conduct of Design reviews during detail design and construction.

•                Provide engineering support and assessments during new builds.

•                Provide support to developmental test, evaluation, verification and validation of communication andnetwork security equipment events.

•               Verify correct Firmware and Keymat and proper switch configuration for the encryption system (e.g.KG-175D).

C.3.6       Shore Sites Installation, C5ISR Integration and Interoperability Facility Support, Configuration Supportand Testing Support & Training

•                Conduct engineering studies and analyses of proposed Shore Site Installations to assess physical andfunctional capability as well as supportability.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 75 of 185 FINAL

 

Page 80: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

•                Analyze operational and maintenance performance data to determine design defects detracting from thesystem’s capability to perform its intended operational requirements and to meet its maintainability and reliabilityrequirements.

•                Support Test & Evaluation, to include test planning, test scenario development, data managementand analysis plan preparation, test execution, test data recording, and developmental and operational test &evaluation functions.

•                Install/remove training systems and components (e.g. AN/USQ-T46 (V) BFTT System,AN/USQ-T47 (V) BEWT, AN/USQ-T48 (V) TSSS, Damage Control Training Management System (DCTMS),Navigation Seamanship and Ship-handling Trainer (NSST), Tactical Training Equipment (TTE)) at the variousshore sites.

•                Provide support for Navy Training System Plan (NTSP) development and updates.

•                Provide support for Fleet Introduction Training Developments.

•                Generate Schoolhouse curriculum and provide curriculum updates to support major ECPs / Systemschanges.

•                Develop and maintain procedures for Battle Force Interoperability Management System (BFIMS) andTactics, Techniques, Procedures (TTP).

•                Provide schoolhouse course curriculum audits to ensure Knowledge Skills and Abilities areidentified.

•                Provide coordinating activities in support of Training Requirements.

•                Coordinate with the Center for Surface Combat Systems (CSCS) to establish the Navy managedtraining process for all systems/elements.

•                Coordinate with CSCS to establish the Tactical Training Equipment (TTE) requirements forsystems/elements, converting from Program to Training pipelines.

•                Generate & coordinate the Navy Training Systems Plan (NTSP) throughout the approval process

•                Generate & update course curriculum for Training System Courses.

•                Manage the Equipment Facility Request (EFR) process for development and turnover of schoolhousefacilities/equipment to CSCS and other training commands.

•                Maintain Training Systems Alteration Record (TSAR)

•                Provide support for Fleet Synthetic Training - Unit (FST-U) preparations including MaintenanceTraining and Operator Training.

•                Provide identified Training for the ship’ s crew.

•                Support and maintain the C5ISR Integration and Interoperability facilities infrastructure andsupporting work areas with reconfiguration, repair, refurbishment, cable fabrication and modifications in support ofCDSA mission needs.

 

 

 

 

 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 76 of 185 FINAL

 

Page 81: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 77 of 185 FINAL

 

Page 82: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 78 of 185 FINAL

 

Page 83: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 79 of 185 FINAL

 

Page 84: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

C.4          REPORTS

 

C.4.1      Contracting Officer's Management Report: Interim technical/financial progress reports shall be inaccordance with CDRL Item Number A001.

C.4.2      Technical Report-Study/Services (Installation Completion Report): Installation Completion Report inaccordance with the PWS shall be delivered in accordance with CDRL A002.

C.4.3      Technical Report-Study/Services (Training Completion Report ): shall be delivered in accordance withCDRL A003.

C.4.4        Technical Report-Study/Services (H/W or S/W Trouble Reports):  shall be delivered in accordance withCDRL A004.

C.4.5      Installation Control Drawings:  shall be delivered in accordance with CDRL A005.

C.4.6      Project Planning Chart (Training Schedule): shall be delivered in accordance with CDRL A006.

C.4.7     Interactive Electronic Technical Manual (IETM): shall be delivered in accordance with CDRL A007.

C.4.8     Training Conduct Support Document (Training Curriculum Development):  System/Subsystem DesignDescription shall be delivered in accordance with CDRL A008.

C.4.9     Technical Report-Study/Services (Studies, White Papers, Analysis Reports): shall be delivered inaccordance with CDRL A009.

C.4.10   Conference Report: shall be delivered in accordance with CDRL A010.

C.4.11   Final Report:  A final report shall be delivered in accordance with CDRL Item Number A011 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 80 of 185 FINAL

 

Page 85: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

C.4.12   Government Owned Property Reports:  Government owned property in the custody of the Contractor shallbe reported in accordance with CDRL A012.  This requirement is in addition to anything required by regulation,statute, or the assigned Government Property Administrator.  This includes items loaned by the Government aswell as that which is Contractor acquired.  The Contractor shall deliver the report in accordance with Contract DataRequirements List (CDRL) Item Number A012 of Exhibit A to this performance work statement, a GovernmentOwned Property Data Base Report.

C.4.13   Installation Control Drawings (ICDs): shall be delivered in accordance with CDRL A013.

C.5   SHIPBOARD PROTOCOL: This order will involve working onboard U.S. and/or foreign naval ships orvessels.  As such, the Contractor is reminded of its responsibility to assure that shipboard protocol is stringentlyfollowed.  Specifically, visit requests must be arranged through the Government sponsor and must be forwarded tothe individual command being visited as well as to all supporting commands, such as the base, squadron, tender,etc. that the visitor must pass through to get to the ship or vessel; the Contractor is responsible for obtaining andmaintaining specialized training (i.e., nuclear awareness, safety, quality control, etc.) and certification (i.e.,SUBSAFE certification, etc.); personnel performing onboard U.S. Navy ships must have at least a SECRETsecurity clearance; if not led by a government representative, the Contractor is responsible for briefing theship/command upon arrival; and the Contractor is responsible for debriefing the ship/command upon departure toinclude the operational status of the equipment. The Contractor shall comply withCOMUSFLTFORCOM/COMPACFLT INSTRUCTION 6320.3A regarding the medical and dental screening of allpersonnel that may embark aboard any U.S. Navy vessel.  Repair and maintenance employees working aboardvessels, dry docks and piers shall have a valid 10 hour OSHA Maritime Shipyard Employment Course # 7615completion card within 60 days of employment.

The Contractor shall ensure its personnel adhere to the following requirements when performing shipboard. Compliance shall be reported in the trip report.

1.       All personnel working shipboard shall possess at least a SECRET security clearance.

2.       All personnel, while shipboard, shall conform to the rules and regulations of the ship.  It is the responsibilityof the Contractor to comply with the proper rules, regulations, actions, policy, and procedures.

    a. Alarms – actual or drill.

    b. Safety – hardhats, tag outs, safety shoes, goggles, etc. as applicable.

    c. HAZMAT – bringing hazardous materials aboard, using hazardous materials, etc

3.       The designated team lead shall, upon arrival, brief the Commanding Officer or his/her designated representativeas to the purpose of the visit and expected duration.

4.       The designated team lead shall, upon departure, debrief the Commanding Officer or his/her designatedrepresentative as to the success of the work performed and the operational condition of affected equipment.

C.6.         PLACES OF PERFORMANCE: Efforts under this order shall be performed at contractor facilities,various US Naval facilities, various foreign navy facilities, and CDSA Dam Neck facilities.  Occasional, short termtemporary duty will be required. 

C.7   TRAVEL REQUIREMENTS: All travel under this order must be requested of, and authorized by, the CORin writing or by electronic mail, and must show the appropriate order number, the number of people traveling, thenumber of days for the trip, the reason for the travel, and estimated cost. 

C.7.1   General: All travel under this contract, in addition to general authorization in the task order, must berequested of, and authorized by, the COR in writing or by electronic mail, and with information copy to the PCOprior to accomplishment and must show the appropriate task order number, the number of people traveling, thenumber of days for the trip, the reason for the travel, and any high-cost or unusual costs expected.  The Contractor isnot authorized to perform any travel that is not in conjunction with this contract.  Specific travel requirements shallbe identified in Technical Instructions.

 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 81 of 185 FINAL

 

Page 86: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

C.7.2   Area of Travel: Performance under this contract may require travel by contractor personnel.  In some casescontractor personnel may be required to travel to and work shipboard, or in an industrial environment, or overseaswhere special safety, health, and/or immigration requirements are imposed.  The Contractor shall not direct-bill forany costs associated with these requirements.

C.7.3  Reimbursable Travel Costs: Except as otherwise provided below under non-reimbursable travel costs, theContractor will be reimbursed for authorized travel costs in accordance with the Joint Travel Regulation in effect atthe time of the travel, plus applicable DCAA approved burden rate(s).  No fee will be allowed on travel and per diemcosts.

C.7.4  Non-Reimbursed Travel Costs:

C.7.4.1 Travel performed for personal convenience.

C.7.4.2 Travel costs incurred in the replacement of personnel will not be reimbursed when such replacement isaccomplished at the Contractor’s or employee’s convenience.

C.7.4.3 Relocation costs and travel costs incident to relocation are not allowable and will not be reimbursed underthe resultant contract unless otherwise negotiated into contract.

C.7.5  Shipboard Stays: Whenever work assignments require temporary duty aboard a Government vessel (owned orleased) or a commercial vessel contracted to perform a service, the Contractor will be reimbursed at the per diemrates identified in the JTR.

C.7.6 Common Carriers: The Contractor shall be reimbursed for the actual cost of transportation incurred by itspersonnel not to exceed the cost of coach/tourist class to the extent that such transportation is necessary for theperformance of the services hereunder and is authorized by the Contracting/Ordering Officer in the task order.

NOTE: Travel fares and costs in excess of the normal coach/tourist class rates will be allowed only when acceptanceof such rate would have an adverse effect on the mission being performed.  Further, such travel must be approved bythe Contracting Officer prior to reimbursement.

C.7.7   Privately Owned Vehicles: When authorized by the Contracting Officer, which includes authorization withina task order, the use of privately owned conveyances within CONUS by the traveler will be reimbursed as allowedby the JTR.  Distances between points shall be as shown on standard highway mileage guides.  Any deviationsfrom standard distances shall be explained on the internally generated report which accompanies the periodic report.

C.7.8 Vehicle Rental/Lease: The Contractor shall be entitled to reimbursement for mid-size (or smaller)automobiles, exclusive of non-business mileage and fuel charges, as authorized by the Contracting Officer, whichincludes authorization within a task order, when the travel is required to be performed outside 50 miles radius of theemployee’s local facility.

C.7.8.1  Rental cars will be authorized at a rate of one vehicle for every three travelers per trip.  A trip is definedherein as all travelers traveling to the same location at the same time (within 24 hours).  The employee authorizedthe rental car shall be responsible for transporting all other travelers in the team.

C.7.8.2 Vehicles other than mid-size (or smaller) automobiles (such as standard-size, full-size, station wagons, vans,etc.) or vehicles of a special body style or with special features (such as convertibles, sunroofs, cellular telephones,etc.) will not be authorized without prior written approval by the Contracting Officer, which includes authorizationwithin a task order, if the cost of such vehicle is greater than the same rental company’s same-sized, mid-size, orsmaller automobile.

C.7.8.3 Any deviation in the number, size, or type of vehicle requires prior written approval of the ContractingOfficer, which includes authorization within a task order.

C.8.         TRANSPORTATION OF EQUIPMENT/MATERIAL: The shipment of both Government andContractor furnished items are required for the performance of this order.  Typical items include any or all of thebelow:

a. Installation Kits

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 82 of 185 FINAL

 

Page 87: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

b. Integrated Logistics Support (ILS) & Configuration Management (CM) documentation

c. Alteration Installation Team (AIT) test equipment

d. AIT tools

C.8.1. Packing and packaging shall be as specified in the contract.  Shipments weighing less than 25 pounds shallbe shipped by any expedient method including overnight air express; shipments weighing 25 pounds and greatershall be shipped surface freight.  Written requests (including electronic mail) for exception will be approved by the¬COR (information copy to the Subject Matter Expert (SME)) on a case by case basis.  Classified items shall beprotected in accordance with the Industrial Security Manual.

C.8.2. All government property being received by the Contractor and all government property being transferred fromContractor custody shall be documented on a DD Form 1149.  No government property shall be accepted ortransferred without a DD 1149.

C.9    TRAINING: The Contractor awarded this order is expected to provide fully trained and competent personnelto accomplish the various tasking.  No costs associated with the training of contractor personnel will bereimbursed.  The title of the event is irrelevant (conference, seminar, symposium, etc.); if there is a fee charged toparticipate, it is considered training and will not be reimbursed.

C.10    TERMINATION OF EMPLOYEES WITH NSWCDN BASE ACCESS: Contractor shall ensure thatall employees who have a CDSADN badge turn in the badge immediately upon termination of their employmentunder this order. The above requirement shall be made a part of the standard employee facility clearance proceduresfor all separated personnel. The Contractor shall advise CDSADN Physical Security of all changes in their personnelrequiring CDSADN base access.

C.10.1    For involuntarily separated personnel and those separated under adverse circumstances, the Contractorshall notify CDSADN Physical Security in advance of the date, time, and location where the CDSADNrepresentative may physically retrieve the CDSADN badge prior to the employee departing the Contractor’s facility.In the event the employee is separate in his or her absence, the Contractor shall immediately notify CDSADNPhysical Security of the separation and make arrangements between the former employee and CDSADN PhysicalSecurity for the return of the badge.

C.11    INFORMATION ASSURANCE

C.11.1    Some efforts being performed under this contract/order will require the performing contractor personnel tohave access to Government Information Technology (IT) Systems.  In those instances, the Contractor shall ensurethe performing employee is trained/certified in Information Assurance (IA) commensurate with their level/category ofaccess, as well as the computing environment certifications (Microsoft, Unix/Linux, etc.).

C.11.2    Contractor personnel whose IT access is limited to routine usage of NMCI assets and routine access toCDSADN business systems that require IA training in accordance with DoD Manual 8570.01-M Chapter 6. Contractor personnel whose IT access falls under the Technical Category, Management Category, Architecture andEngineering Specialty, or Network Defense-Service Provider Specialty require IA training and certification inaccordance with DoD Manual 8570.01-M Chapter 3, 4, 10, or 11, as applicable.

C.12    ELECTRONIC SPILLAGES

(a) Electronic spillages (ES) are unacceptable and pose a risk to national security. An electronic spillage is defined asclassified data placed on an information system (IS), media or hardcopy document possessing insufficient securitycontrols to protect the data at the required classification level, thus posing a risk to national security (e.g., sensitivecompartmented information (SCI) onto collateral, Secret onto Unclassified). The Contractor's performance as itrelates to ES will be evaluated by the Government. ES reflects on the overall security posture of CDSASN and alack of attention to detail with regard to the handling of classified information of IS security discipline and will bereflected in the Contractor's performance rating. In the event that a Contractor is determined to be responsible for anES, all direct and indirect costs incurred by the Government for ES remediation will be charged to the Contractor.

(b) CDSADN Security will continue to be responsible for the corrective action plan in accordance with the securityguidance reflected on the DOD Contract Security Classification Specification - DD254. CDSADN Security will

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 83 of 185 FINAL

 

Page 88: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

identify the Contractor facility and contract number associated with all electronic spillages during the investigationthat involve Contractor support. CDSADN Security will notify the Contracts Division with the Contractor facilityname and contract number, incident specifics and associated costs for clean-up. The PCO will be responsible towork with the Contractor Facility to capture the costs incurred during the spillage clean up. The Contractor is alsoresponsible for taking Information Security Awareness training annually, via their Facility Security Officer (FSO), aspart of the mandatory training requirements. If a spillage occurs additional training will be required to preventrecurrence.

C.13    INFORMATION SECURITY AND COMPUTER SYSTEM USAGE

In accordance with U.S. Navy policy, any personnel, including the contractor, who utilizes DOD-owned systems,shall assume responsibility for adherence to restrictions regarding internet and e-mail usage. Navy policy prohibitsracist, sexist, threatening, pornographic, personal business, subversive or politically partisan communications. Allpersonnel, including the contractor, are accountable and must act accordingly. DOD computer systems are monitoredto ensure that the use is authorized, to facilitate protection against unauthorized access, and to verify securityprocedures, survivability and operational security. During monitoring, information may be examined, recorded,copied, and used for authorized purposes. All information, including personal information, placed on or sent over aDOD system may be monitored. Use of a DOD system constitutes consent to monitoring. Unauthorized use mayresult in criminal prosecution. Evidence of unauthorized use collected during monitoring may be used as a basis forrecommended administrative, criminal or adverse action.

C.14    Non-Disclosure Agreements (NDAs)

This PWS may require the Contractor to access data and information proprietary to a contractor or Governmentagency and/or of such a nature that its dissemination or use, other than in performance of this PWS, would beadverse to the interest of the Government and/or others. The Contractor, including subcontractors and consultants,shall not divulge or release data or information developed or obtained in performance of this PWS except toauthorized Government personnel or upon written approval of the PCO or COR. The Contractor shall not use,disclose, or reproduce proprietary data which bears a restrictive legend other than as required in the performance ofthis PWS. The limitations above do not apply to data or information that has been made public by theGovernment. All products, deliverables and work produced, as well as associated back-up documentation, will beconsidered the property of the Government. Contractor personnel may be required, from time to time, to signnon-disclosure statements

C.15    DIGITAL DELIVERY OF DATA

(a) Delivery by the Contractor to the Government of certain technical data and other information is now frequentlyrequired to be made in digital form rather than in hardcopy form. The method of delivery of such data and/or otherinformation (i.e., in electronic, digital, paper hardcopy, or other form) shall not be deemed to affect in any way eitherthe identity of the information (i.e., as “technical data” or “computer software”) or the Government’s and theContractor’s respective rights therein.

(b) Whenever technical data and/or computer software deliverables required by this contract are to be delivered indigital form, any authorized, required, or permitted markings relating to the Government’s rights in and to suchtechnical data and/or computer software must also be digitally included as part of the deliverable and on or in thesame medium used to deliver the technical data and/or software. Such markings must be clearly associated with thecorresponding technical data and/or computer software to which the markings relate and must be included in such away that the marking(s) appear in human-readable form when the technical data and/or software is accessed and/orused. Such markings must also be applied in conspicuous human readable form on a visible portion of any physicalmedium used to effect delivery of the technical data and/or computer software. Nothing in this paragraph shall replaceor relieve the Contractor’s obligations with respect to requirements for marking technical data and/or computersoftware that are imposed by other applicable clauses such as, where applicable and without limitation, DFARS252.227-7013 and/or DFARS 252.227-7014.

(c) Digital delivery means (such as but not limited to Internet tools, websites, shared networks, and the like)sometimes require, as a condition for access to and/or use of the means, an agreement by a user to certain terms,agreements, or other restrictions such as but not limited to “Terms of Use,” licenses, or other restrictions intendedto be applicable to the information being delivered via the digital delivery means. The Contractor expresslyacknowledges that, with respect to deliverables made according to this contract, no such terms, agreements, or other

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 84 of 185 FINAL

 

Page 89: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

restrictions shall be applicable to or enforceable with respect to such deliverables unless such terms, agreements, orother restrictions expressly have been accepted in writing by the PCO; otherwise, the Government’s rights in and tosuch deliverables shall be governed exclusively by the terms of this contract.

REMINDER: DFARS Clauses 252.227-7013, 252.227-7014, and 252.227-7017 have been incorporated by referenceat the MAC Prime contract level and are fully applicable at the Task Order level. The Contractor must be fullycompliant with the requirements thereof.

C.16    CONTROL OF CONTRACTOR PERSONNEL

The contractor shall comply with the requirements of NAVSEA and CDSADN instructions regarding performance inGovernment facilities. All persons engaged in work while on Government property shall be subject to search of theirpersons (no bodily search) and vehicles at any time by the Government, and shall report any known or suspectedsecurity violations to the appropriate Security Department. Assignment, transfer, and reassignment of contractorpersonnel shall be at the discretion of the contractor. However, when the Government directs, the contractor shallremove from contract performance any person who endangers life, property, or national security through improperconduct. All contractor personnel engaged in work while on Government property shall be subject to the Standardsof Conduct contained in SECNAVINST 5370.2J.

C.17    USE OF INFORMATION SYSTEM (IS) RESOURCES

(a) Contractor Provision of IS Resources Except in special circumstances explicitly detailed elsewhere in thisdocument, the Contractor shall provide all IS resources needed in the performance of this contract. This includes,but is not limited to computers, software, networks, certificates, and network addresses.

(b) Contractor Use of CDSADN IS Resources

(1) In the event that the contractor is required to have access to CDSADN IS resources, the login name used foraccess shall conform to the NMCI login naming convention. If the contractor requires access to applications/systemsthat utilize client certificates for authentication, the contractor is responsible for obtaining requisite certificates from aDOD or External Certificate Authority.

(2) If this contract requires that the contractor be granted access and use of CDSADN IS resources (at any site), theIS shall be accredited for contractor use in accordance with procedures specified by the Information Assurance Office.

(c) Connections between CDSADN and Contractor Facilities If there is a requirement (specifically delineatedelsewhere in this contract) for interconnection (e.g., link level or Virtual Private Network (VPN)) between anyfacilities and/or ISs owned or operated by the contractor and ISs owned or operated by CDSADN, suchinterconnection shall take place only after approval from the Information Assurance Office. All such connections aswell as the ISs connected thereto will be accredited in accordance with DOD policy (DODI 5200.40) by thecognizant Designated Approving Authority (DAA) and comply with the requirements of CJCSI 6211.02B regardingMemorandums of Agreement. All such connections shall be made outside the appropriate CDSADN firewall.

C.18    Ddl-C30 HAZARDOUS MATERIALS USED ON GOVERNMENT SITE

(a) This clause applies if hazardous materials are utilized at any time during the performance of work on aGovernment site. Under this Task Order, Hazardous materials are defined in Federal Standard No. 313 and includeitems 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 contractor employees per 29C.F.R. 1910.1200. Before delivery of any hazardous materials onto Government property, the Contractor shallprovide the both the PCO and the Contracting Officer's Representative (COR) with an inventory and Material SafetyData Sheet (MSDS) for these materials.

C.19    OTHER DIRECT COST FOR MATERIALS

During the performance of this Task Order it may be necessary for the Contractor to procure materials or equipment(hereafter referred to as “materials”) to respond to the mission requirements listed in the PWS. This Task Order is aservice contract and the procurement cost of material, of any kind, that is not incidental to, and necessary for, thecontract performance may be determined unallowable costs pursuant to FAR Part 31.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 85 of 185 FINAL

 

Page 90: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

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 into anend-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 not ordinarilylose its identity or become a component part of another article when put into use. Equipment does not includematerial, real property, special test equipment or special tooling.

"Government property" means all property owned or leased by the Government. Government property includes bothGovernment-furnished and Contactor-acquired property. Government property includes material, equipment, specialtooling, special test equipment, and real property. Any material acquired by the Contractor is subject to therequirements of the FAR and DFARS. Charges related to materials costs may include general and administrative(G&A) expenses but shall not include fee or profit.

C.19.1 Costs Expressly Not Allowed for Direct Charge

The 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.19.2 List of Materials Approved for Purchase

If the contractor operates a DCMA approved purchasing system, individual purchases equal to or over $10,000 shallnot be executed until the COR reviews the requested purchase and approval is obtained from the ProcuringContracting Officer (PCO). If the contractor does not operate a DCMA approved purchasing system, purchases equalto or over $3,000 shall not be executed until the COR reviews the requested purchase and approval is obtained fromPCO. No purchases of any amount shall be executed by a subcontractor if they do not have a DCMA approvedaccounting/purchasing system.

C.19.3 Materials List

The materials and equipment contained in the following list are authorized for purchase once the Contractor hascomplied with approval requirements as stated in sections C.19.2 above and C.19.4 and C.19.5 below.

1.  Materials and items required to support training systems installations onboard ships and at shore sites.

2.  Materials and items to support sub-component fabrication (such as foundations) of training systems andequipment installations.

3.  Materials and items required in support of Integrated Logistics for training systems on ships and at shore sites.

4.  Materials and items required in support of Integrated Logistics including installation and checkout parts (INCO).

5.  Materials and items required in support of maintaining training systems labs and shore sites.

6.  Materials and items required to support circuit card/assembly repair.

7.  Materials for shipment of parts and/or shipment of materials.

C.19.4 Required Approvals

 

Prior written approval from the PCO shall be required for all purchases of materials under the followingcircumstances:

(a) If the Contractor (or subcontractor) possesses an approved purchasing system, the following applies:

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 86 of 185 FINAL

 

Page 91: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

(1) A purchase of materials, from the list at Section C.19.3, that equals $10,000 or above may NOT be executedunless the COR reviews the proposed purchase and the PCO issues written approval.

(2) A purchase of materials, from the list at Section C.19.3, less than $10,000 may be executed with COR reviewand written approval. PCO approval is not required.

(3) An approved Information Technology Procurement Request (ITPR) is required for applicable IT procurementsprior to purchase. All IT procurements shall have the COR review and written approval.

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

(1) A purchase of materials, from the list at Section C.19.3 above, less than $3,000 per individual purchase may beexecuted with COR review and written approval. PCO approval is not required.

(2) A purchase of materials, from the list at Section C.19.3 above, that equals or exceeds $3,000 per individualpurchase may NOT be executed unless the COR reviews the proposed purchase and the PCO issues writtenapproval.

(c) Separate multiple purchases of amounts valued below those thresholds stated in this section shall not besubmitted to circumvent the COR and PCO review and approval procedure. Splitting purchase requirements todefeat purchasing thresholds shall not be approved.

C.19.5 Procedure for Obtaining COR and PCO Approval

To obtain COR and/or PCO approval, the Contractor shall do the following:

(a) Submit a written request for purchase of materials to the COR through e-mail. The COR shall review therequest. If it is in accordance with C.19.4 above and requires PCO approval, the COR shall submit the request viathe Contract Specialist to the PCO for review and approval.

(b) Minimum requirements for a written request for purchase are as follows:

(1) 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) Copy of 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 supplier cost

(10) If the procurement is sole sourced to a particular supplier or manufacturer, include the rationale for limiting theprocurement to that supplier or manufacturer (seek assistance from Contract Specialist for guidance, if needed).

(c) Once the COR and/or PCO have reviewed the request, the Government shall notify the Contractor of theoutcome. Issues or details may be discussed with the Contract Specialist acting on behalf of the PCO until a finalGovernment determination is made as to whether to approve, modify, or reject the purchase.

C.19.6 Property Management System

The Contractor is required to possess and maintain an adequate property management system. The system musttrack all materials/ODC's associated with this contract.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 87 of 185 FINAL

 

Page 92: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

C.19.7 Disposition of Materials

Upon completion of the period of performance, all material associated with this contract that is purchased by theContractor and not depleted during the performance of the contract shall become the property of the FederalGovernment. The Contractor shall transfer all materials, not depleted, to the COR by way of a Material Inspectionand Receiving Report (DD250).

C.20    Enterprise-wide Contractor Manpower Reporting Application (ECMRA) Requirement

The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performanceof services provided under this contract for CDSADN via a secure data collection site. The contractor is required tocompletely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil.

Reporting inputs will be for the labor executed during the period of performance during each, Government fiscal year(FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all datashall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk,linked at https://doncmra.nmci.navy.mil.

C.21 MANDATORY REQUIREMENTS

The following requirements are mandatory and must be met prior to award of a task order as well as maintainedthroughout the period of performance:

Requirement 1:

  Facility Location.  The contractor shall have and maintain a facility, to serve as the principal place ofperformance within 60 minutes of CDSA, Dam Neck VA.

Requirement 2:

  Facility Security Clearance.  The contractor’s facility must be cleared at the SECRET level for bothprocessing and storage or acceptable plan to possess secret facility.

Requirement 3:  Personnel Security Clearance.  All personnel performing classified tasks under this TaskOrder and all personnel assigned to perform work at CDSA Dam Neck, Virginia Beach, Virginia or on boardU.S. Navy craft shall possess, at minimum, a DoD Industrial Security Clearance of at least SECRET. Interim clearances are acceptable.

C.22 NON-PERSONALSERVICES/INHERENTLY GOVERNMENTAL FUNCTIONS

(a) The Government will neither supervise contractor employees nor control the method by which the contractorperforms the required tasks. The Government will not direct the hiring, dismissal or reassignment of contractorpersonnel. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individualcontractor employees. It shall be the responsibility of the contractor to manage its employees and to guard againstany actions that are of the nature of personal services or give the perception that personal services are being provided.If the contractor feels that any actions constitute, or are perceived to constitute personal services, it shall be thecontractor's responsibility to notify the PCO immediately in accordance with the clause FAR 52.243-7.

(b) Inherently-Governmental functions are not within the scope of this Task Order. Decisions relative to programssupported by the contractor shall be the sole responsibility of the Government. The contractor may be required toattend technical meetings for the Government; however, they are not, under any circumstances, authorized torepresent the Government or give the appearance that they are doing so.

C.23 Ddl-G12 POST AWARD MEETINGS

(a) A Post Award Meeting with the successful offeror will be conducted within ten (10) working days after award ofthe contract. The meeting will be held at a Government facility or via teleconference (to be identified at Task Order

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 88 of 185 FINAL

 

Page 93: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

award).

(b) The contractor will be given at least five working days’ notice prior to the date of the meeting by the PCO.

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

(d) A second post award meeting may, if necessary, be held after the receipt of the first invoice to assure that adequatedocumentation has been received to substantiate the validity of the invoice for the stated period of performance, inaccordance with DFAR 252.232-7006. The contractor will be given at least five working days’ notice prior to thedate of the meeting by the Contract Specialist.

C.24 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 is proprietary. If access to such data orsoftware is required or to be provided, the Contractor shall enter into a written agreement with such party prior togaining access to such data or software. The agreement shall address, at a minimum, (1) access to, and use of, theproprietary data or software exclusively for the purposes of performance of the work required by this contract, and (2)safeguards to protect such data or software from unauthorized use or disclosure for so long as the data or softwareremains proprietary. In addition, the agreement shall not impose any limitation upon the Government or itsemployees with respect to such data or software. A copy of the executed agreement shall be provided to theContracting Officer. The Government may unilaterally modify the contract to list those third parties with which theContractor has agreement(s).

(b) The Contractor agrees to: (1) indoctrinate its personnel who will have access to the data or software as to therestrictions under which access is granted; (2) not disclose the data or software to another party or other Contractorpersonnel except as authorized by the Contracting Officer; (3) not engage in any other action, venture, oremployment wherein this information will be used, other than under this contract, in any manner inconsistent withthe spirit and intent of this requirement; (4) not disclose the data or software to any other party, including, but notlimited to, joint venture, affiliate, successor, or assign of the Contractor; and (5) reproduce the restrictive stamp,marking, or legend 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 such informationreceived from the Government through any means to which the Contractor has access in the performance of thiscontract that contains proprietary or other restrictive markings.

(d) The Contractor agrees that it will promptly notify the Contracting Officer of any attempt by an individual,company, or Government representative not directly involved in the effort to be performed under this contract to gainaccess to such proprietary information. Such notification shall include the name and organization of the individual,company, or Government representative seeking access to such information.

(e) The Contractor shall include this requirement in subcontracts of any tier which involve access to informationcovered by paragraph (a), substituting "subcontractor" for "Contractor" where appropriate.

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

C.25 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, as defined in the clauseentitled "RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIALCOMPUTER SOFTWARE DOCUMENTATION" (DFARS 252.227-7014), before delivery of that computersoftware or computer database in whatever media and on whatever system the software is delivered. The Contractorwarrants that any such computer software and/or computer database will be free of viruses when delivered.

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

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 89 of 185 FINAL

 

Page 94: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

(c) Unless otherwise agreed in writing, any license agreement governing the use of any computer software to bedelivered as a result of this contract must be paid-up and perpetual, or so nearly perpetual as to allow the use of thecomputer software or computer data base with the equipment for 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 theminimum functional requirements of this contract. In the event that there is any routine to disable the computersoftware or computer database after the software is developed for or delivered to the Government, that routine shallnot disable the computer software or computer database until at least twenty-five calendar years after the delivery dateof the affected computer software or computer database to the Government.

(d) No copy protection devices or systems shall be used in any computer software or computer database deliveredunder this contract to restrict or limit the Government from making copies. This does not prohibit licenseagreements from specifying the maximum amount of copies that can be made.

C.26 HQ C-2-0034 MINIMUM INSURANCE REQUIREMENTS (NAVSEA) (SEP 1990)

In accordance with the clause of this contract entitled "INSURANCE--WORK ON A GOVERNMENTINSTALLATION" (FAR 52.228-5), the Contractor shall procure and maintain insurance, of at least the kinds andminimum amounts set forth below:

(a) Workers' Compensation and Employer's Liability coverage shall be at least $100,000, except as provided inFAR 28.307(a).

(b) Bodily injury liability insurance coverage shall be written on the comprehensive form of policy of at least$500,000 per occurrence.

(c) Automobile Liability policies covering automobiles operated in the United States shall provide coverage of atleast $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for propertydamage. The amount of liability coverage on other policies shall be commensurate with any legal requirements ofthe locality and sufficient to meet normal and customary claims.

C.27 HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)

                (a)(1) “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 to the Government, orthe person’s objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfaircompetitive advantage.  “Person” as used herein includes individuals, consultants, corporations, partnerships, jointventures and other business enterprises.

                (b)  The Contractor warrants that to the best of its knowledge and belief, the Contractor does not haveany Organizational Conflict of Interest as defined in paragraph (a).

                (c)  It is recognized that the effort to be performed by the Contractor under this contract may create anactual or, potential organizational conflict of interest on the instant contract or on a future acquisition.  In order toavoid this potential conflict of interest, and at the same time avoid prejudicing the best interest of the Government,the right of the Contractor to participate in future procurement of equipment and/or services that are the subject ofany work under any task order under this contract shall be limited as described below in accordance with therequirements of FAR 9.5.

                (d)(1)  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 provided to the Contractor by theGovernment during or as a result of performance of this contract.  Such information includes, but is not limited toinformation submitted to the Government on a confidential basis by other persons.  Further, the prohibition againstrelease of Government provided information extends to cover such information whether or not in its original form,e.g., where the information has been included in Contractor generated work or where it is discernible from materialsincorporating or based 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 derived during or as a result ofperformance of this contract.  This prohibition shall expire after a period of three years after completion ofperformance of the applicable task order.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 90 of 185 FINAL

 

Page 95: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

                (3)  The prohibitions contained in subparagraphs d(l) and (d)(2) shall apply with equal force to anyaffiliate of the Contractor, any subcontractor, consultant, or employee of the contractor, any joint venture involvingthe contractor, any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor. The terms of paragraph (f) of this Special Contract Requirement relating to notification shall apply to any release ofinformation in contravention of this paragraph (d).

                (e)  The Contractor further agrees that, during the performance of this contract and for a period of threeyears after completion of performance of this contract the Contractor, any affiliate of the contractor, any subcontractor,consultant, or employee of the contractor, any joint venture involving the contractor, any entity into or with whichit may merge or affiliate, or any successor or assign of the Contractor, shall not furnish to the United StatesGovernment either as a prime contractor or a subcontractor, any systems, components or services which is thesubject work under this contract.  This exclusion does not apply to any recompetition for those systems,components, or services furnished pursuant to this contract.

                (f)  The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict ofinterest, it shall make immediate and full disclosure in writing to the Contracting Officer.  The notification shallinclude a description of the actual or potential organizational conflict of interest, a description of the action, whichthe contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevantinformation that would assist the Contracting Officer in making a determination on this matter.  Notwithstandingthis notification, the Government may terminate the contract for the convenience of the Government if determined tobe in the best interest of the Government.

                (g)  Notwithstanding paragraph (f) above, if the contractor was aware, or should have been aware, of anorganizational conflict of interest prior to the award of this contract or becomes, or should become, aware of anorganizational conflict of interest after award of this contract and does not make an immediate and full disclosure inwriting to the Procuring Contracting Officer, the Government may terminate 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 this contract; nor shallthis requirement preclude the Contractor from participating in any research and development or delivering any designdevelopment model or prototype of any such equipment.  Additionally, sales of catalog or standard commercialitems are exempt from this requirement.

                (k)  The Contractor shall promptly notify the Procuring Contracting Officer, in writing if it has beentasked to evaluate or advise the Government concerning its own products or activities or those of a competitor inorder to ensure proper safeguards exist to guarantee objectivity and to protect the Government’s interest.

                (l)  The Contractor shall include this requirement in all 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 other rightsand remedies provided by law or elsewhere included in this contract.

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

 C.28 HQ C-2-0059 UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (AUG 1994) 

If, during the performance of this or any other contract, the contractor believes that any contract contains outdated ordifferent versions of any specifications or standards, the contractor may request that all of its contracts be updated toinclude the current version of the applicable specification or standard. Updating shall not affect the form, fit orfunction of any deliverable item or increase the cost/price of the item to the Government. The contractor shouldsubmit update requests to the Procuring Contracting Officer with copies to the Administrative Contracting Officer(ACO) and cognizant program office representative for approval. The contractor shall perform the contract in

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 91 of 185 FINAL

 

Page 96: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

accordance with the existing specifications and standards until notified of approval/disapproval by the ProcuringContracting Officer. Any approved alternate specifications or standards will be incorporated into the contract.

C.29  ECRAFT STANDARD LANGUAGE The below reporting in eCRAFT is not required at this time. The below reporting is included because it isanticipated that sometime during the period of performance of this order it will be required as indicated bya modification to this order.

(a) The Contractor shall upload the Contractor’s Funds and Man-hour Expenditure Reports in the Electronic CostReporting and Financial Tracking (eCRAFT) System. (b)The Contractor’s Funds and Man-hour Expenditure Report reports contractor expenditure for labor, materials,travel, subcontractor usage, and other contract charges. 

(1) Access:  eCRAFT: Reports are uploaded through the eCRAFT System Periodic Report Utility (EPRU). The EPRUspreadsheet and user manual can be obtained at:  http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Partnerships/Commercial-Contracts/Information-eCraft-/ under eCRAFT information. The eCRAFT e-mailaddress for report submission is: [email protected]. If you have problems uploading reports, please seethe Frequently Asked Questions at the site address above.

 (2) Submission and Acceptance/Rejection: The contractor shall submit their reports on the same day and for the same timeframe the contractor submits aninvoice in iRAPT. The amounts shall be same. eCRAFT acceptance/rejection will be indicated by e-mailnotification from eCRAFT.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 92 of 185 FINAL

 

Page 97: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

SECTION D PACKAGING AND MARKING

D.1 HQ D-1-0001 DATA PACKAGING LANGUAGE

Data to be delivered by Integrated Digital Environment IIDE) 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 practices. Classified reports, data, and documentation shall be prepared for shipment in accordance withNational Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated 28 February 2006.

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

All reports delivered by the Contractor to the Government under this contract shall prominentlyshow on 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:________________________________________________________(Name of Individual Sponsor)________________________________________________________(Name of Requiring Activity)________________________________________________________(City and State)All Deliverables shall be packaged and marked IAW Best Commercial Practice.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 93 of 185 FINAL

 

Page 98: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

SECTION E INSPECTION AND ACCEPTANCE

E.1 Inspection and Acceptance shall be performed at CDSADN by the Contracting Officer Representative (COR)designated herein.

E.2 PERFORMANCE BASED TASK ORDER REVIEW AND ACCEPTANCE PROCEDURES

(a) This is a performance based Task Order as defined in FAR Part 37.6. Contractor performance will be evaluated inaccordance with the Quality Assurance Surveillance Plan (QASP) that is provided below.

(b) The QASP defines this evaluation and acceptance to be part of the annual Contractor Performance AssessmentReporting System (CPARS). The contractor may obtain more information regarding the CPARS process at thefollowing internet site: http://cpars.navy.mil.

E.3 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)

E.3.0 PURPOSE

E.3.1 This Quality Assurance Surveillance Plan (QASP) is a Government-developed and applied document used tomake sure that systematic quality assurance methods are used in the administration of this performance-basedcontract.  The intent is to ensure that the contractor performs in accordance with the performance objectives and theGovernment receives the quality of services called for in the contract.  In addition, this QASP provides the specificcriteria and process to be followed in determining whether to exercise the award-term options.

E.3.2 The purpose of the QASP is to describe the systematic methods used to monitor performance and to identifythe required documentation and the resources to be employed.  The QASP provides a means for evaluating whetherthe contractor is meeting the performance standards/ quality levels identified in the Performance Work Statement(PWS) and the contractor’s quality control plan (QCP), and to ensure that the Government pays only for the level ofservices received.

E.3.3 This QASP defines the roles and responsibilities of Government personnel involved in the evaluation of thequality of contractor performance, identifies the performance objectives, defines the methodologies used to monitorand evaluate the contractor’s performance, describes quality assurance documentation requirements, and describes theanalysis of quality assurance monitoring results.

E.4 AUTHORITY

Authority for issuance of this QASP is provided under Contract Section E – Inspection and Acceptance whichprovides for inspections and acceptance of the services and deliverables called for in service contracts to be executedby the PCO or a duly authorized representative.

E.5 SCOPE

E.5.1 The PWS structures the acquisition around “what” service or quality level is required, as opposed to “how”the contractor should perform the work (i.e., results, not compliance).  This QASP will define the performancemanagement approach taken to monitor and manage the contractor’s performance to ensure the expected outcomes orperformance objectives communicated in the PWS are achieved.  Performance management rests on developing acapability to review and analyze information generated through performance assessment. The ability to makedecisions based on the analysis of performance data is the cornerstone of performance management; this analysisyields information that indicates whether expected outcomes for the project are being achieved by the contractor. 

E.5.2 Performance management represents a significant shift from the more traditional quality assurance (QA)concepts in several ways. Performance management focuses on assessing whether outcomes are being achieved and towhat extent. This approach migrates away from scrutiny of compliance with the processes and practices used toachieve the outcome. A performance-based approach enables the contractor to play a large role in how the work isperformed, as long as the proposed processes are within the stated constraints. The only exceptions to processreviews are those required by law (federal, state, and local) and compelling business situations, such as safety andhealth. A “results” focus provides the contractor flexibility to continuously improve and innovate over the course ofthe Task Order as long as the critical outcomes expected are being achieved and/or the desired performance levels are

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 94 of 185 FINAL

 

Page 99: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

being met.

E.5.3 The contractor is responsible for the quality of all work performed.  The contractor measures that qualitythrough the contractor’s own quality control plan (QCP).  Quality control is work output, not workers, and thereforeincludes all work performed under this Task Order regardless of whether the work is performed by contractoremployees or by subcontractors.  The contractor’s QCP will set forth the staffing and procedures for self-inspectingthe quality, timeliness, responsiveness, customer satisfaction, and other performance requirements in the PWS.  Thecontractor will develop and implement a performance management system with processes to assess and report itsperformance to the designated Government representative.  This QASP enables the Government to take advantage ofthe contractor’s QCP.  

E.5.4 The Government will assess performance using the methodology contained herein and the ContractorPerformance Assessment Reporting System (CPARS) to determine how the contractor is performing againstcommunicated performance objectives.  CPARS assesses a contractor’s performance, both positive and negative, andprovides a record on a given contract during a specified period of time.  More information pertaining to CPARS canbe found at: http://www.cpars.csd.disa.mil/cparsfiles/pdfs/DoD-CPARS-Guide.pdf.  Each assessment will be basedon objective data (or measurable, subjective data when objective data is not available) supportable by program andcontract management data.  The QASP methodology and CPARS performance expectations will be addressed in theGovernment and contractor’s initial post-award meeting.  Potential sources of data may include, but are not limitedto, the following:

    Status and progress reviews and reports    Production and management reviews and reports    Management and engineering process reviews (e.g. risk management, requirements management, etc.) andreports    Cost performance reports and other cost and schedule metrics     Measures of progress and status of resources     Measures of deliverable timeliness and accuracy     Measures of product quality and process performance     External and sponsor feedback/comments and satisfaction ratings    Systems engineering and other technical progress reviews     Technical interchange meetings     Physical and functional configuration audits     Quality reviews and quality assurance evaluations     Functional performance evaluations     Subcontractor reports 

E.5.5 A preliminary CPARS evaluation/rating will be accomplished. The purpose of this review is to determinewhether the contractor is performing at least at a Satisfactory level for each area to be assessed using Table 1.  Thismethodology will be utilized as an important factor in determining whether or not to exercise Option 1 and 2 underthe Task Order.  Further, the formal CPARS ratings are used as reference material by others in source selection.

E.5.6 Option periods 3 and 4 are Award Term options (see Table 2).  In order for an Award Term option to beexercised, the contractor must have achieved at least a Very Good for each major element, listed in Section E, Table2 – Task Performance Evaluation Criteria and Standards.

E.6 ROLES AND RESPONSIBILITIES

E.6.1 Procuring Contracting Officer (PCO)

E.6.1.1 An individual duly appointed with the authority to enter into (PCO) or administer (ACO) contracts andmake related determination and findings on behalf of the Government. The PCO for this contract is identified inSection G, Ddl-G10 Government Contract Administration Points-of-Contact and Responsibilities.  The ACO willbe designated in the resulting Task Order.  PCO's are designated via a written warrant, which sets forth limitationsof their respective authority.

E.6.1.2 The PCO ensures performance of all necessary actions for effective contract administration, ensurescompliance with the terms of the contract, and safeguards the interests of the United States in the contractualrelationship.  It is the PCO that ensures the contractor receives impartial, fair, and equitable treatment under the

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 95 of 185 FINAL

 

Page 100: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Task Order.  The PCO is ultimately responsible for the final determination of the acceptability of the contractor’sperformance.

E.6.2 Contract Specialist

E.6.2.1 Assigned by the PCO to provide daily administration of the contract.  

E.6.3 Contracting Officer’s Representative (COR)

E.6.3.1 An individual appointed in writing by the PCO to act as his/her authorized representative to assist intechnical administration of the Task Order.  The COR is appointed in the Task Order award.  The limitations ofauthority are contained in a written letter of appointment which is a formal attachment to the Task Order.

E.6.3.2 The COR is responsible for technical administration of the Contract and assures proper surveillance of thecontractor’s technical performance.  The COR provides QASP reports to the PCO.  

E.6.3.3 Provides input to the Contract Specialist and the PCO as to the quality of performance for areas addressed inthis QASP.

E.6.3.4 The COR is not empowered to make any contractual commitments or to authorize any changes on theCO’s behalf.  Any changes that the contractor deems may affect contract price, terms, or conditions will be referredto the PCO for action.

E.6.4 Subject Matter Expert (SME)

E.6.4.1 SMEs are individuals who may be assigned by the COR to perform limited technical oversight of specificprojects, work areas, or Technical Instructions issued under the contract. 

E.6.4.2 The SME provides input to the COR as to the quality of technical performance for their respective area(s) ofexpertise. 

E.6.4.3 A SME cannot, in any manner, alter the scope of the contract, make commitments, or authorize any changeson the Government’s behalf.

E.6.5 SCHEDULE

The initial QASP evaluation will be finalized no later than the end of month eight (8) of the Base Period.  QASPevaluations for subsequent option periods and award terms shall follow the same schedule described in this section.In order to accomplish this, the following schedule applies: 

E.6.5.1 Contractor Self-Assessment (written) due to the PCO and the COR no later than the end of month seven (7)of the period of performance based on at least six (6) months of support.  Failure of the contractor to make a timelydelivery will be viewed as the contractor’s overall inability to comply with Contract schedules.

E.6.5.2 COR's Written Assessment due to the PCO no later than the end of week two (2) of month eight (8) of theperiod of performance.

E.6.5.3 Week four (4) of month eight (8) of the period of performance:  The PCO will hold a meeting with the CORand the contractor for the purpose of reviewing inputs and determining the overall assessment level for the period.

E.6.6 IDENTIFICATION OF REQUIRED PERFORMANCE STANDARDS/QUALITY LEVELS

E.6.6.1 Table 1 provides the overall performance ratings. Table 2 provides   for each Major Performance Element.

E.6.6.2 The required performance standards and quality levels are included in Table 1, “Performance Standards”. Ifthe contractor meets the required service or performance level, the contractor will receive positive preliminary QASPand CPARS ratings.  If the contractor fails to meet the required performance level, the result will be negative QASPand CPARS ratings. 

E.6.6.3 If the contractor fails to meet the required performance level based on the preliminary review conducted in

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 96 of 185 FINAL

 

Page 101: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

accordance with section E.6.5 above, the Government may not exercise the next Option period under the TaskOrder. “Meeting the required performance level” means that the contractor must receive at least a Satisfactory rating(see Table 1) for each of the five(5) major elements that are evaluated (Task Performance, Staffing, CustomerSatisfaction, Management Performance, and Cost Management and Efficiency) for the performance period beingevaluated.

E.6.6.4 Option periods 3 and 4 are Award Term options.  In order for an Award Term option to be exercised, thecontractor must have achieved at least a Very Good rating for each major element listed in E.6.6.3 above.

E.6.6.5 The PCO will make an Award Term incentive determination for Option 3 and 4 prior to the end of eachpreceding evaluation period. The determination will be based on the COR’s recommendation, and any otherinformation deemed relevant by the PCO.

E.6.7 METHODOLOGIES TO MONITOR PERFORMANCE

E.6.7.1 Surveillance Techniques

In an effort to minimize the performance management burden, simplified surveillance methods will be used by theGovernment to evaluate contractor performance when appropriate. The Government will use the following methodsof surveillance:

    Random monitoring    100% Inspection     Periodic Inspection     Customer Feedback 

E.6.7.2 Customer Feedback 

E.6.7.2.1 The contractor is expected to establish and maintain professional communication between its employeesand customers at all levels. The primary objective of this communication is customer satisfaction. Customersatisfaction is the most significant external indicator of the success and effectiveness of all services provided and canbe measured through customer complaints. 

E.6.7.2.2 Performance management drives the contractor to be customer focused through initially and internallyaddressing customer complaints and investigating the issues and/or problems but the customer always has theoption to communicate complaints to the PCO, as opposed to the contractor. 

E.6.7.2.3 Customer complaints, to be considered valid, must set forth clearly and in writing the detailed nature ofthe complaint, must be signed, and must be forwarded to the COR. The COR will accept those customercomplaints, investigate and work with the PCO and contractor to resolve the issue.

E.6.7.2.4 Customer feedback may also be obtained either from the results of formal customer satisfaction surveys orfrom random customer complaints.

E.7 QUALITY ASSURANCE DOCUMENTATION

E.7.1 The Performance Management Feedback Loop 

The performance management feedback loop begins with the communication of expected outcomes. Performancestandards and performance monitoring techniques are expressed in Table 1.

E.7.2 Monitoring System

The Government’s QA surveillance, accomplished by the COR, in conjunction with the PCO, will be reportedusing the methodology described herein.  Interim evaluations will be done in accordance with paragraph E.6.5 asinput to Option Exercise determinations.  Formal CPARS evaluations will be conducted on an annual basis.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 97 of 185 FINAL

 

Page 102: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Table 1 – Overall Performance Ratings

Overall Performance Rating Standard

ExceptionalPerformance meets contractual requirements and exceeds manyrequirements to the Government’s benefit

Very GoodPerformance meets contractual requirements and exceeds some to theGovernment’s benefit

Satisfactory Performance meets contractual requirements

MarginalPerformance does not meet some contractual requirements. Some elementsbeing assessed reflect a serious problem for which the contractor has notyet implemented satisfactory corrective measures.

UnsatisfactoryPerformance does not meet contractual requirements and recovery is notlikely in a timely manner. Contractor’s corrective actions to date areineffective.

Table 2 – Task Performance Evaluation Criteria and Standards

 

ELEMENT

 

UNSATISFACTORY

 

MARGINAL

 

SATISFACTORY

 

VERY GOOD

 

EXCEPTIONAL 

I. Task Performance  Timeliness

Contractor frequentlymisses deadlines, oris slow ornon-responsive toGovernment requests.

Contractoroccasionallymissesdeadlines,schedules, oris slow oroccasionallynon-responsiveto Governmentrequests.

Contractorroutinely meetsdeadlines,schedules, andquickly respondsto Governmentrequests.

Contractorroutinely meetsdeadlines andschedules andoccasionallydelivering earlyand respondsimmediately toGovernmentrequests.

Contractorroutinelydelivers ahead ofdeadlines,schedules, andrespondsimmediately toGovernmentrequests.

 

Quality

Deliverables aretypically not wellresearched andcontain manytechnical inaccuracies.Rework is frequentlyrequired. 

Deliverablesareoccasionallynot wellresearched andcontain sometechnicalinaccuracies.Rework isoccasionallyrequired.

Deliverablesreceived are wellresearched,complete andtechnicallyaccurate.  Nomore than one (1)revision istypically neededto accept theitem.  Otherdeliverables meetall Contractrequirements.

Deliverablesreceived are wellresearched,complete, andtechnicallyaccurate.  Otherdeliverables meetall Contractrequirements.

Deliverablesreceived arealways wellresearched,complete, andtechnicallyaccurate.  Theyfrequently exceedtechnicalexpectations. Rework is notrequired.  Otherdeliverablestypically exceedall Contractrequirements.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 98 of 185 FINAL

 

Page 103: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 

ELEMENT

 

UNSATISFACTORY

 

MARGINAL

 

SATISFACTORY

 

VERY GOOD

 

EXCEPTIONAL 

II. Staffing

Contractor providesmarginally qualifiedor unqualifiedpersonnel.

 

Lapses in coverageoccur regularly.

Contractorprovidesmarginallyqualifiedpersonnel.

 

Lapses incoverage occurmore thanoccasionally.

Contractorprovides qualifiedpersonnel. 

 

Lapses incoverage occuroccasionally andare successfullymanaged by thecontractor tominimize impacton timeliness orquality.

 

New/and orsubstitute resumessubmitted IAWcontractrequirements. 

 

Personnel workproducts fullyconsistent withresumequalifications.

Contractorprovides a mixof qualified andhighly qualifiedpersonnel.

 

Lapses incoverage are rareand aresuccessfullymanaged by thecontractor withno impact ontimeliness orquality.

 

New/and orsubstituteresumessubmitted IAWcontractrequirements. 

 

Personnel workproducts fullyconsistent withresumequalifications.

 

 

Contractorprovides highlyqualifiedpersonnel. 

 

No lapses incoverage.  

New/and orsubstituteresumessubmitted IAWcontractrequirements. 

 

Personnel workproducts fullyconsistent withresumequalifications.

 

III.Customer  

Satisfaction

Contractor fails tomeet customerexpectations.

Contractoroccasionallyfails to meetcustomerexpectations.

Contractor meetscustomerexpectations.

Contractorroutinely meetsor occasionallyexceeds customerexpectations.

Contractorexceeds customerexpectations.

 

 

IV. Management Performance 

Problem  

Resolution

Problems areunresolved,repetitive, or takeexcessiveGovernment effort toresolve.

Problems aregenerallyresolved buttake unusualGovernmenteffort to

Problems areresolved quicklywith minimalGovernmentinvolvement.

Problems occurinfrequently andare generallyresolved quicklywith minimalGovernment

Problems arenon-existent orthe contractortakes correctiveaction withoutGovernment

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 99 of 185 FINAL

 

Page 104: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 

ELEMENT

 

UNSATISFACTORY

 

MARGINAL

 

SATISFACTORY

 

VERY GOOD

 

EXCEPTIONALresolve or takean excessiveamount oftime toresolve.

involvement. involvement.

 

Respon-

siveness

Contractor’smanagement isunresponsive toGovernment requestsand concerns.

Contractor’smanagement isoccasionallyunresponsiveto Government  requests andconcerns.

Contractor’smanagement isresponsive toGovernmentrequests andconcerns.

Contractor’smanagement isresponsive torequests andconcerns andoccasionallyproactive inanticipatingconcerns.

Contractor’smanagementtakes proactiveapproach indealing withGovernment  representativesand anticipatesconcerns. 

 Commun-

ication

Contractor fails tocommunicate withGovernment in aneffective and timelymanner.

Contractoroccasionallyfails tocommunicatewithGovernment inan effective andtimelymanner.

Contractorroutinelycommunicateswith Governmentin an effective andtimely manner.

ContractorroutinelycommunicateswithGovernment inan effective andtimely mannerand is frequentlyproactive inmanagingcommunications.

Contractor takesproactiveapproach suchthatcommunicationsare almostalways clear,effective, andtimely.

 

V. Cost Management & Efficiency 

Cost Mgmt&

Reporting

Contractor regularlyexperiences costoverruns.

 

Cost reports are lateand contain errors.

 

Invoicing is notaccurate or submittedin a timely manner. Supporting detail ismissing orincomplete.

Contractormayexperienceoccasional costoverruns.

 

Cost reportsareoccasionallylate and/orcontain errors.

 

Invoices areoccasionallylate or containerrors. 

 

Supportingdetail containsoccasionalerrors.

Contractorroutinelycompletes theeffort within theoriginallyagreed-toestimated cost.

 

Funds andresources are usedin cost-effectivemanner.

 

Cost reports aretimely, accurate,complete, andclearly written. 

 

Invoices are (nomore than 3.5weeks after end

Contractorroutinelycompletes theeffort within theoriginallyagreed-toestimated costand experiencesoccasional costunderruns.

 

Funds andresources areused incost-effectivemanner.

 

Cost reports aretimely, accurate,complete, andclearly written. 

 

Contractor oftencompletes theeffort at lowerthan estimatedcosts. Funds andresources used ina mostcost-effectivemanner.

 

Cost reports aretimely, accurate,complete, andclearly written. 

 

Invoices areon time (nomore than 2weeks after enddate of periodbeing invoiced)and are accurate. 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 100 of 185 FINAL

 

Page 105: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 

ELEMENT

 

UNSATISFACTORY

 

MARGINAL

 

SATISFACTORY

 

VERY GOOD

 

EXCEPTIONALdate of periodbeing invoiced)and are accurate. All supportingdetail is provided.

Invoices are (nomore than 3weeks after enddate of periodbeing invoiced)and are accurate. All supportingdetail isprovided.

All supportingdetail isprovided.

 

OtherDirectCosts

(ODC)

ODCs are notaccurately or timelyreported or invoiced. Errors are not quicklycorrected.

 

Contractor does notcomply with contractrequirements for ODCauthorizations.

 

Burdened unit costshigher than proposed.

ODCs areoccasionallynot reported orinvoiced intimelymanner. Errors notconsistentlycorrected in atimelymanner.

 

Contractoroccasionallydoes notcomply withauthorizationrequirementsin contract. 

 

Burdened unitcosts are rarelyhigher thanproposed.

ODCs areaccurately andtimely reportedand invoiced. Anyerrors noted arequickly corrected.

 

Contractorcomplies withcontractrequirements forODCauthorization100% of time. 

 

Burdened unitcosts are nohigher thanproposed.

ODCs areaccurately andtimely reportedand invoiced.Errors are rareand quicklycorrected.

 

Contractorcomplies withcontractrequirements forODCauthorization100% of time. 

 

Burdened unitcosts areoccasionallylower thanproposed.

ODCs areaccurately andtimely reportedand invoiced.

 

Contractorcomplies withcontractrequirements forODCauthorization100% of time. 

 

Burdened unitcosts are oftenlower thanproposed.

 AWARD TERM CLAUSE

In addition to the terms set forth elsewhere in the contract, and as provided in the QASP, the contractor may earn anextension of one (1)  to two (2)  years on the basis of performance during the evaluation periods. The contractor isevaluated using QASP criteria during each year of contract performance.  During the third year (Option 2), ifperformance is evaluated as Very Good, the contractor earns Year 4 (Option 3); if performance is evaluated as VeryGood in Year 4, the contractor earns Year 5 (Option 4).

(a)  Award Term. The award-term concept is an incentive that permits extension of the contract period beyondOption 2 of performance for Very Good  performance.

(b)  Monitoring of Performance. The contractor's performance will be continually monitored by the COR andSubject Matter Experts whose findings are reported by the COR to the PCO together with a recommendationregarding exercise of the Award Term Option.   The PCO makes the final decision on the award-term on the basis ofthe contractor's performance during the award-term evaluation period.

(c)  Award-Term Plan. The evaluation criteria, the associated points, and the associated award-term extensions or

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 101 of 185 FINAL

 

Page 106: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

reductions are specified in the QASP.

(d)  Modification of Award-Term Plan. Changes may be made to the award-term plan at any time during contractperformance, provided that both parties agree to them. If agreement cannot be reached on changes, the initialaward-term plan remains in effect.

(e)  Self-Evaluation. The contractor will submit a written self-evaluation of its performance for that period inaccordance with the schedule in the QASP. It will be used in the COR's and PCO's evaluation of the contractor'sperformance during this period.

(f)  Disputes. Decisions regarding the award term, including—but not limited to— the amount of the award term, ifany; the methodology used to calculate the award term; calculation of the award term; the supplier's entitlement tothe award term; and the nature and success of the contractor's performance, are made by the PCO. These decisionsare final and are not subject to dispute.

(g)  Award-Term Extension. The contract period may be modified to reflect the PCO's decision. The total contractordering period, including extensions under this clause, will not exceed 5 years, or the time remaining on theSeaport-e contracts, including exercised options. The award-term provision must be included in the solicitation andresulting Task Oorder.  If at any time the contract period does not extend more than two years from the PCOdecision, the operation of the award-term provision will cease and the ordering period will not extend beyond theterm set at that time.

AWARD TERM PLAN

1.0  INTRODUCTION  The QASP is the basis for evaluating of the contractor's performance and for presenting anassessment of that performance to the term-determining official (TDO) who is the PCO.  The specific criteria andprocedures used for assessing the contractor's performance and for determining the award term earned are described inthe Section E, Quality Assurance Surveillance Plan (QASP). All TDO/PCO decisions regarding the award-termevaluation and the nature and success of the contractor's performance—are final and not subject to dispute.  Theaward term will be provided to the contractor through unilateral contract modifications as determined by the TDO.

2.0  ORGANIZATION The award-term organization includes the PCO/TDO, the Contract Specialist, the CORand project-specific Subject Matter Experts (SMEs).

3.0  RESPONSIBILITIES The responsibilities of the award-term organization are as specified in paragraph E.6 ofthe QASP.

4.0  AWARD-TERM PROCESSES

a. Award-Term Evaluation.  Evaluation results will be based on the contractor's performance during each evaluationperiod. 

b. Evaluation Criteria.  Any changes to award term evaluation criteria may be proposed by either party and shall bemade only by bilateral modification to the QASP.

c. Informal Interim Evaluation Process. The PCO may provide informal interim evaluation results and notifies thecontractor of the strengths and weaknesses for the current evaluation period. The PCO may also issue letters at anyother time when it is deemed necessary to highlight areas of government concern.

d. End-of-Period Evaluations.  The "end of period" evaluation to determine whether the first award term (Option 3)will be exercised shall occur in Option 2 in accordance with the schedule in paragraph E.6.5 of the QASP.  The "endof period" evaluation for the second award term (Option 4) shall also be in accordance with the QASP schedule.

5.0  AWARD-TERM PLAN CHANGE PROCEDURE Proposed changes to the award-term plan will be bilateral.If either party desires a change to the award-term plan and a mutual agreement cannot be reached, the originalaward-term plan will remain in effect.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 102 of 185 FINAL

 

Page 107: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

SECTION F DELIVERABLES OR PERFORMANCE

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

   

4000 6/10/2014 - 6/10/2014

6000 6/10/2014 - 6/10/2014

7000 7/10/2014 - 7/9/2015

7010 10/22/2014 - 7/9/2015

7020 12/15/2014 - 7/9/2015

7100AA 5/29/2015 - 5/28/2016

7100AB 5/29/2015 - 9/30/2015

7100AC 5/29/2015 - 6/30/2015

7100AD 5/29/2015 - 5/7/2016

7100AE 5/29/2015 - 9/30/2015

7100AF 5/29/2015 - 5/7/2016

7100AG 6/30/2015 - 5/28/2016

7100AH 6/30/2015 - 5/28/2016

7100AJ 6/30/2015 - 5/28/2016

7100AK 6/30/2015 - 5/28/2016

7100AL 6/30/2015 - 5/28/2016

7100AM 6/30/2015 - 5/28/2016

7100AN 7/7/2015 - 5/28/2016

7100AP 7/7/2015 - 5/28/2016

7100AQ 7/7/2015 - 5/28/2016

7100AR 8/26/2015 - 5/28/2016

7100AS 8/26/2015 - 5/28/2016

7100AT 8/26/2015 - 5/28/2016

7100AU 8/26/2015 - 5/28/2016

7100AV 8/26/2015 - 5/28/2016

7100AW 8/26/2015 - 5/28/2016

7100AX 8/26/2015 - 5/28/2016

7100AY 8/26/2015 - 5/28/2016

7100AZ 8/26/2015 - 5/28/2016

7100BA 8/26/2015 - 5/28/2016

7100BB 8/26/2015 - 5/28/2016

7100BC 8/26/2015 - 5/28/2016

7100BD 8/26/2015 - 5/28/2016

7100BE 8/26/2015 - 5/28/2016

7100BF 8/26/2015 - 5/28/2016

7100BG 9/2/2015 - 5/28/2016

7100BH 9/2/2015 - 5/28/2016

7100BJ 9/2/2015 - 5/28/2016

7100BK 9/2/2015 - 5/28/2016

7100BL 9/2/2015 - 5/28/2016

7100BM 9/8/2015 - 5/28/2016

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 103 of 185 FINAL

 

Page 108: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7100BN 9/21/2015 - 5/28/2016

7100BP 9/21/2015 - 5/28/2016

7100BQ 11/19/2015 - 5/28/2016

7100BR 11/19/2015 - 5/28/2016

7100BS 11/19/2015 - 5/28/2016

7100BT 11/19/2015 - 5/28/2016

7100BU 11/19/2015 - 5/28/2016

7100BV 11/19/2015 - 5/28/2016

7100BW 2/8/2016 - 5/28/2016

7100BX 2/8/2016 - 5/28/2016

7100BY 2/23/2016 - 5/28/2016

7100BZ 3/21/2016 - 5/28/2016

7100CA 3/21/2016 - 5/28/2016

7100CB 3/21/2016 - 5/28/2016

7100CC 3/21/2016 - 5/28/2016

7100CD 3/21/2016 - 5/28/2016

7110AA 6/30/2015 - 5/28/2016

7110AB 6/30/2015 - 5/28/2016

7110AC 6/30/2015 - 5/28/2016

7120AA 6/30/2015 - 5/28/2016

7120AB 6/30/2015 - 5/28/2016

7130AA 8/26/2015 - 5/28/2016

7130AB 8/26/2015 - 5/28/2016

7200AA 4/19/2016 - 4/18/2017

7200AB 4/19/2016 - 4/18/2017

7200AC 4/19/2016 - 4/18/2017

7200AD 5/11/2016 - 4/18/2017

7200AE 5/11/2016 - 4/18/2017

7200AF 5/11/2016 - 4/18/2017

7200AG 5/11/2016 - 4/18/2017

7200AH 5/11/2016 - 4/18/2017

7200AJ 5/11/2016 - 4/18/2017

7200AK 5/11/2016 - 4/18/2017

7200AL 5/25/2016 - 4/18/2017

7200AM 5/25/2016 - 4/18/2017

7200AN 6/2/2016 - 4/18/2017

7200AP 6/2/2016 - 4/18/2017

7200AQ 6/2/2016 - 4/18/2017

7200AR 6/2/2016 - 4/18/2017

7200AS 6/2/2016 - 4/18/2017

7200AT 7/8/2016 - 4/18/2017

7200AU 7/8/2016 - 4/18/2017

7200AV 7/8/2016 - 4/18/2017

7200AW 7/8/2016 - 4/18/2017

7200AX 7/8/2016 - 4/18/2017

7200AY 7/8/2016 - 4/18/2017

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 104 of 185 FINAL

 

Page 109: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7200AZ 7/8/2016 - 4/18/2017

7200BA 7/8/2016 - 4/18/2017

7200BB 7/8/2016 - 4/18/2017

7200BC 7/8/2016 - 4/18/2017

7200BD 7/8/2016 - 4/18/2017

7200BE 7/8/2016 - 4/18/2017

7200BF 7/8/2016 - 4/18/2017

7200BG 7/8/2016 - 4/18/2017

7200BH 7/8/2016 - 4/18/2017

7200BJ 8/3/2016 - 4/18/2017

7200BK 8/3/2016 - 4/18/2017

7200BL 8/3/2016 - 4/18/2017

7200BM 8/25/2016 - 4/18/2017

7200BN 8/25/2016 - 4/18/2017

7200BP 8/25/2016 - 4/18/2017

7200BQ 8/25/2016 - 4/18/2017

7200BR 8/25/2016 - 4/18/2017

7200BS 8/25/2016 - 4/18/2017

7200BT 8/25/2016 - 4/18/2017

7200BU 9/14/2016 - 4/18/2017

7200BV 9/27/2016 - 4/18/2017

7200BW 10/20/2016 - 4/18/2017

7200BX 10/20/2016 - 4/18/2017

7200BY 10/20/2016 - 4/18/2017

7200BZ 10/20/2016 - 4/18/2017

7200CA 10/25/2016 - 4/18/2017

7200CB 12/6/2016 - 4/18/2017

7200CC 1/9/2017 - 4/18/2017

7200CD 1/30/2017 - 4/18/2017

7200CE 1/30/2017 - 4/18/2017

7200CF 3/17/2017 - 4/18/2017

7200CG 3/17/2017 - 4/18/2017

7200CH 3/17/2017 - 4/18/2017

7200CJ 3/24/2017 - 4/18/2017

7200CK 3/24/2017 - 4/18/2017

7200CL 3/24/2017 - 4/18/2017

7200CM 3/24/2017 - 4/18/2017

7200CN 3/24/2017 - 4/18/2017

7200CP 4/14/2017 - 4/18/2017

7300AA 4/19/2017 - 4/18/2018

7300AB 4/19/2017 - 4/18/2019

7300AC 4/19/2017 - 4/18/2018

7300AD 4/24/2017 - 4/18/2018

7300AE 4/24/2017 - 4/18/2018

7300AF 4/24/2017 - 4/18/2018

7300AG 4/24/2017 - 4/18/2018

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 105 of 185 FINAL

 

Page 110: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7300AH 5/15/2017 - 4/18/2018

7300AJ 5/15/2017 - 4/18/2018

7300AK 5/15/2017 - 4/18/2018

7300AL 6/2/2017 - 4/18/2018

7300AM 6/2/2017 - 4/18/2018

7300AN 6/2/2017 - 4/18/2018

7300AP 6/2/2017 - 4/18/2018

7300AQ 6/2/2017 - 4/18/2018

7300AR 6/2/2017 - 4/18/2018

7300AS 6/2/2017 - 4/18/2018

7300AT 6/2/2017 - 4/18/2018

7300AU 6/2/2017 - 4/18/2018

7300AV 6/2/2017 - 4/18/2018

7300AW 6/2/2017 - 4/18/2018

7300AX 6/2/2017 - 4/18/2018

7300AY 6/2/2017 - 4/18/2018

7300AZ 6/2/2017 - 4/18/2018

7300BA 6/2/2017 - 4/18/2018

7300BB 6/2/2017 - 4/18/2018

7300BC 6/2/2017 - 4/18/2018

7300BD 6/2/2017 - 4/18/2018

7300BE 6/2/2017 - 4/18/2018

7300BF 6/2/2017 - 4/18/2018

7300BG 6/19/2017 - 4/18/2018

7300BH 6/19/2017 - 4/18/2018

7300BJ 6/19/2017 - 4/18/2018

7300BK 6/19/2017 - 4/18/2018

7300BL 6/19/2017 - 4/18/2018

7300BM 6/19/2017 - 4/18/2018

7300BN 6/19/2017 - 4/18/2018

7300BP 6/28/2017 - 4/18/2018

7300BQ 7/12/2017 - 4/18/2018

7300BR 7/12/2017 - 4/18/2018

7300BS 7/12/2017 - 4/18/2018

7300BT 7/26/2017 - 4/18/2018

7300BU 7/26/2017 - 4/18/2018

7300BV 7/26/2017 - 4/18/2018

7300BW 7/26/2017 - 4/18/2018

7300BY 7/28/2017 - 4/18/2018

7300BZ 8/24/2017 - 4/18/2018

7300CA 8/24/2017 - 4/18/2018

7300CB 8/24/2017 - 4/18/2018

7300CC 8/24/2017 - 4/18/2018

7300CD 8/24/2017 - 4/18/2018

7300CE 8/24/2017 - 4/18/2018

7300CF 8/24/2017 - 4/18/2018

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 106 of 185 FINAL

 

Page 111: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7300CG 8/24/2017 - 4/18/2018

7300CH 8/24/2017 - 4/18/2018

7300CJ 8/24/2017 - 4/18/2018

7300CK 8/24/2017 - 4/18/2018

7300CL 9/6/2017 - 4/18/2018

7300CM 9/6/2017 - 4/18/2018

7300CN 9/6/2017 - 4/18/2019

7300CP 9/6/2017 - 4/18/2018

7300CQ 9/14/2017 - 4/18/2018

7300CR 9/14/2017 - 4/18/2018

7300CS 9/14/2017 - 4/18/2018

7300CT 9/14/2017 - 4/18/2018

7300CU 9/14/2017 - 4/18/2018

7300CV 9/14/2017 - 4/18/2018

7300CW 9/14/2017 - 4/18/2018

7300CX 9/25/2017 - 4/18/2018

7300CY 9/25/2017 - 4/18/2018

7300CZ 9/25/2017 - 4/18/2018

7300DA 9/25/2017 - 4/18/2018

7300DB 9/25/2017 - 4/18/2018

7300DC 9/25/2017 - 4/18/2018

9000 7/10/2014 - 7/9/2015

9010 10/22/2014 - 7/9/2015

9020 12/15/2014 - 7/9/2015

9100AA 5/29/2015 - 5/28/2016

9100AB 5/29/2015 - 9/30/2015

9100AC 5/29/2015 - 5/7/2016

9100AD 5/29/2015 - 9/30/2015

9100AE 5/29/2015 - 5/7/2016

9100AF 6/30/2015 - 5/28/2016

9100AG 6/30/2015 - 5/28/2016

9100AH 6/30/2015 - 5/28/2016

9100AJ 6/30/2015 - 5/28/2016

9100AK 7/7/2015 - 5/28/2016

9100AL 7/7/2015 - 5/28/2016

9100AM 8/26/2015 - 5/28/2016

9100AN 8/26/2015 - 5/28/2016

9100AP 8/26/2015 - 5/28/2016

9100AQ 8/26/2015 - 5/28/2016

9100AR 8/26/2015 - 5/28/2016

9100AS 8/26/2015 - 5/28/2016

9100AT 8/26/2015 - 5/28/2016

9100AU 9/2/2015 - 5/28/2016

9100AV 9/2/2015 - 5/28/2016

9100AW 9/2/2015 - 5/28/2016

9100AX 9/2/2015 - 5/28/2016

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 107 of 185 FINAL

 

Page 112: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

9100AY 9/2/2015 - 5/28/2016

9100AZ 9/2/2015 - 5/28/2016

9100BA 9/2/2015 - 5/28/2016

9100BB 9/2/2015 - 5/28/2016

9100BC 9/8/2015 - 5/28/2016

9100BD 9/21/2015 - 5/28/2016

9100BE 9/21/2015 - 5/28/2016

9100BF 11/19/2015 - 5/28/2016

9100BG 11/19/2015 - 5/28/2016

9100BH 11/19/2015 - 5/28/2016

9100BJ 11/19/2015 - 5/28/2016

9100BK 11/19/2015 - 5/28/2016

9100BL 2/8/2016 - 5/28/2016

9100BM 2/23/2016 - 5/28/2016

9100BN 3/21/2016 - 5/28/2016

9100BP 3/21/2016 - 5/28/2016

9100BQ 3/21/2016 - 5/28/2016

9110AA 6/30/2015 - 5/28/2016

9110AB 6/30/2015 - 5/28/2016

9110AC 8/26/2015 - 5/28/2016

9120AA 6/30/2015 - 5/28/2016

9120AB 6/30/2015 - 5/28/2016

9200AA 4/19/2016 - 4/18/2017

9200AB 4/19/2016 - 4/18/2017

9200AC 4/19/2016 - 4/18/2017

9200AD 5/11/2016 - 4/18/2017

9200AE 5/11/2016 - 4/18/2017

9200AF 5/11/2016 - 4/18/2017

9200AG 5/11/2016 - 4/18/2017

9200AH 5/11/2016 - 4/18/2017

9200AJ 5/25/2016 - 4/18/2017

9200AK 5/25/2016 - 4/18/2017

9200AL 6/2/2016 - 4/18/2017

9200AM 6/2/2016 - 4/18/2017

9200AN 6/2/2016 - 4/18/2017

9200AP 6/2/2016 - 4/18/2017

9200AQ 6/2/2016 - 4/18/2017

9200AR 7/8/2016 - 4/18/2017

9200AS 7/8/2016 - 4/18/2017

9200AT 7/8/2016 - 4/18/2017

9200AU 7/8/2016 - 4/18/2017

9200AV 7/8/2016 - 4/18/2017

9200AW 7/8/2016 - 4/18/2017

9200AX 7/8/2016 - 4/18/2017

9200AY 7/8/2016 - 4/18/2017

9200AZ 7/8/2016 - 4/18/2017

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 108 of 185 FINAL

 

Page 113: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

9200BA 7/8/2016 - 4/18/2017

9200BB 7/8/2016 - 4/18/2017

9200BC 7/8/2016 - 4/18/2017

9200BD 7/8/2016 - 4/18/2017

9200BE 7/8/2016 - 4/18/2017

9200BF 7/8/2016 - 4/18/2017

9200BG 8/3/2016 - 4/18/2017

9200BH 8/3/2016 - 4/18/2017

9200BJ 8/3/2016 - 4/18/2017

9200BK 8/3/2016 - 4/18/2017

9200BL 8/25/2016 - 4/18/2017

9200BM 8/25/2016 - 4/18/2017

9200BN 8/25/2016 - 4/18/2017

9200BP 8/25/2016 - 4/18/2017

9200BQ 8/25/2016 - 4/18/2017

9200BR 8/25/2016 - 4/18/2017

9200BS 8/25/2016 - 4/18/2017

9200BT 9/14/2016 - 4/18/2017

9200BU 9/27/2016 - 4/18/2017

9200BV 10/20/2016 - 4/18/2017

9200BW 10/20/2016 - 4/18/2017

9200BX 10/20/2016 - 4/18/2017

9200BY 10/25/2016 - 4/18/2017

9200BZ 12/6/2016 - 4/18/2017

9200CA 1/9/2017 - 4/18/2017

9200CB 1/20/2017 - 4/18/2017

9200CC 1/30/2017 - 4/18/2017

9200CD 1/30/2017 - 4/18/2017

9200CE 3/17/2017 - 4/18/2017

9200CF 3/17/2017 - 4/18/2017

9200CG 3/17/2017 - 4/18/2017

9200CH 3/24/2017 - 4/18/2017

9200CJ 3/24/2017 - 4/18/2017

9200CK 3/24/2017 - 4/18/2017

9200CL 3/24/2017 - 4/18/2017

9300AA 4/19/2017 - 4/18/2018

9300AB 4/19/2017 - 4/18/2018

9300AC 4/24/2017 - 4/18/2018

9300AD 4/24/2017 - 4/18/2018

9300AE 4/24/2017 - 4/18/2018

9300AF 5/15/2017 - 4/18/2018

9300AG 5/15/2017 - 4/18/2018

9300AH 5/15/2017 - 4/18/2018

9300AJ 6/2/2017 - 4/18/2018

9300AK 6/2/2017 - 4/18/2018

9300AL 6/2/2017 - 4/18/2018

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 109 of 185 FINAL

 

Page 114: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

9300AM 6/2/2017 - 4/18/2018

9300AN 6/2/2017 - 4/18/2018

9300AP 6/2/2017 - 4/18/2018

9300AQ 6/2/2017 - 4/18/2018

9300AR 6/2/2017 - 4/18/2018

9300AS 6/2/2017 - 4/18/2018

9300AT 6/2/2017 - 4/18/2018

9300AU 6/2/2017 - 4/18/2018

9300AV 6/2/2017 - 4/18/2018

9300AW 6/2/2017 - 4/18/2018

9300AX 6/2/2017 - 4/18/2018

9300AY 6/2/2017 - 4/18/2018

9300AZ 6/2/2017 - 4/18/2018

9300BA 6/2/2017 - 4/18/2018

9300BB 6/2/2017 - 4/18/2018

9300BC 6/2/2017 - 4/18/2018

9300BD 6/2/2017 - 4/18/2018

9300BE 6/19/2017 - 4/18/2018

9300BF 6/19/2017 - 4/18/2018

9300BG 6/19/2017 - 4/18/2018

9300BH 6/19/2017 - 4/18/2018

9300BJ 6/28/2017 - 4/18/2018

9300BK 7/12/2017 - 4/18/2018

9300BL 7/12/2017 - 4/18/2018

9300BM 7/12/2017 - 4/18/2018

9300BN 7/12/2017 - 4/18/2018

9300BP 7/12/2017 - 4/18/2018

9300BQ 7/26/2017 - 4/18/2018

9300BR 7/26/2017 - 4/18/2018

9300BS 7/28/2017 - 4/18/2018

9300BT 8/24/2017 - 4/18/2018

9300BU 8/24/2017 - 4/18/2018

9300BV 8/24/2017 - 4/18/2018

9300BW 8/24/2017 - 4/18/2018

9300BX 8/24/2017 - 4/18/2018

9300BY 8/24/2017 - 4/18/2018

9300BZ 8/24/2017 - 4/18/2018

9300CA 9/6/2017 - 4/18/2018

9300CB 9/6/2017 - 4/18/2018

9300CC 9/6/2017 - 4/18/2018

9300CD 9/6/2017 - 4/18/2018

9300CE 9/6/2017 - 4/18/2018

9300CF 9/14/2017 - 4/18/2018

9300CG 9/14/2017 - 4/18/2018

9300CH 9/14/2017 - 4/18/2018

9300CJ 9/14/2017 - 4/18/2018

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 110 of 185 FINAL

 

Page 115: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

9300CK 9/14/2017 - 4/18/2018

9300CL 9/14/2017 - 4/18/2018

9300CM 9/25/2017 - 4/18/2018

9300CN 9/25/2017 - 4/18/2018

9300CP 9/25/2017 - 4/18/2018

9300CQ 9/25/2017 - 4/18/2018

9300CR 9/25/2017 - 4/18/2018

9300CS 9/25/2017 - 4/18/2018

9300CT 9/25/2017 - 4/18/2018

9300CU 9/25/2017 - 4/18/2018

9300CV 9/25/2017 - 4/18/2018

CLIN - DELIVERIES OR PERFORMANCE

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

   

4000 6/10/2014 - 6/10/2014

6000 6/10/2014 - 6/10/2014

7000 7/10/2014 - 7/9/2015

7010 10/22/2014 - 7/9/2015

7020 12/15/2014 - 7/9/2015

7100AA 5/29/2015 - 5/28/2016

7100AB 5/29/2015 - 9/30/2015

7100AC 5/29/2015 - 6/30/2015

7100AD 5/29/2015 - 5/7/2016

7100AE 5/29/2015 - 9/30/2015

7100AF 5/29/2015 - 5/7/2016

7100AG 6/30/2015 - 5/28/2016

7100AH 6/30/2015 - 5/28/2016

7100AJ 6/30/2015 - 5/28/2016

7100AK 6/30/2015 - 5/28/2016

7100AL 6/30/2015 - 5/28/2016

7100AM 6/30/2015 - 5/28/2016

7100AN 7/7/2015 - 5/28/2016

7100AP 7/7/2015 - 5/28/2016

7100AQ 7/7/2015 - 5/28/2016

7100AR 8/26/2015 - 5/28/2016

7100AS 8/26/2015 - 5/28/2016

7100AT 8/26/2015 - 5/28/2016

7100AU 8/26/2015 - 5/28/2016

7100AV 8/26/2015 - 5/28/2016

7100AW 8/26/2015 - 5/28/2016

7100AX 8/26/2015 - 5/28/2016

7100AY 8/26/2015 - 5/28/2016

7100AZ 8/26/2015 - 5/28/2016

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 111 of 185 FINAL

 

Page 116: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7100BA 8/26/2015 - 5/28/2016

7100BB 8/26/2015 - 5/28/2016

7100BC 8/26/2015 - 5/28/2016

7100BD 8/26/2015 - 5/28/2016

7100BE 8/26/2015 - 5/28/2016

7100BF 8/26/2015 - 5/28/2016

7100BG 9/2/2015 - 5/28/2016

7100BH 9/2/2015 - 5/28/2016

7100BJ 9/2/2015 - 5/28/2016

7100BK 9/2/2015 - 5/28/2016

7100BL 9/2/2015 - 5/28/2016

7100BM 9/8/2015 - 5/28/2016

7100BN 9/21/2015 - 5/28/2016

7100BP 9/21/2015 - 5/28/2016

7100BQ 11/19/2015 - 5/28/2016

7100BR 11/19/2015 - 5/28/2016

7100BS 11/19/2015 - 5/28/2016

7100BT 11/19/2015 - 5/28/2016

7100BU 11/19/2015 - 5/28/2016

7100BV 11/19/2015 - 5/28/2016

7100BW 2/8/2016 - 5/28/2016

7100BX 2/8/2016 - 5/28/2016

7100BY 2/23/2016 - 5/28/2016

7100BZ 3/21/2016 - 5/28/2016

7100CA 3/21/2016 - 5/28/2016

7100CB 3/21/2016 - 5/28/2016

7100CC 3/21/2016 - 5/28/2016

7100CD 3/21/2016 - 5/28/2016

7110AA 6/30/2015 - 5/28/2016

7110AB 6/30/2015 - 5/28/2016

7110AC 6/30/2015 - 5/28/2016

7120AA 6/30/2015 - 5/28/2016

7120AB 6/30/2015 - 5/28/2016

7130AA 8/26/2015 - 5/28/2016

7130AB 8/26/2015 - 5/28/2016

7200AA 4/19/2016 - 4/18/2017

7200AB 4/19/2016 - 4/18/2017

7200AC 4/19/2016 - 4/18/2017

7200AD 5/11/2016 - 4/18/2017

7200AE 5/11/2016 - 4/18/2017

7200AF 5/11/2016 - 4/18/2017

7200AG 5/11/2016 - 4/18/2017

7200AH 5/11/2016 - 4/18/2017

7200AJ 5/11/2016 - 4/18/2017

7200AK 5/11/2016 - 4/18/2017

7200AL 5/25/2016 - 4/18/2017

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 112 of 185 FINAL

 

Page 117: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7200AM 5/25/2016 - 4/18/2017

7200AN 6/2/2016 - 4/18/2017

7200AP 6/2/2016 - 4/18/2017

7200AQ 6/2/2016 - 4/18/2017

7200AR 6/2/2016 - 4/18/2017

7200AS 6/2/2016 - 4/18/2017

7200AT 7/8/2016 - 4/18/2017

7200AU 7/8/2016 - 4/18/2017

7200AV 7/8/2016 - 4/18/2017

7200AW 7/8/2016 - 4/18/2017

7200AX 7/8/2016 - 4/18/2017

7200AY 7/8/2016 - 4/18/2017

7200AZ 7/8/2016 - 4/18/2017

7200BA 7/8/2016 - 4/18/2017

7200BB 7/8/2016 - 4/18/2017

7200BC 7/8/2016 - 4/18/2017

7200BD 7/8/2016 - 4/18/2017

7200BE 7/8/2016 - 4/18/2017

7200BF 7/8/2016 - 4/18/2017

7200BG 7/8/2016 - 4/18/2017

7200BH 7/8/2016 - 4/18/2017

7200BJ 8/3/2016 - 4/18/2017

7200BK 8/3/2016 - 4/18/2017

7200BL 8/3/2016 - 4/18/2017

7200BM 8/25/2016 - 4/18/2017

7200BN 8/25/2016 - 4/18/2017

7200BP 8/25/2016 - 4/18/2017

7200BQ 8/25/2016 - 4/18/2017

7200BR 8/25/2016 - 4/18/2017

7200BS 8/25/2016 - 4/18/2017

7200BT 8/25/2016 - 4/18/2017

7200BU 9/14/2016 - 4/18/2017

7200BV 9/27/2016 - 4/18/2017

7200BW 10/20/2016 - 4/18/2017

7200BX 10/20/2016 - 4/18/2017

7200BY 10/20/2016 - 4/18/2017

7200BZ 10/20/2016 - 4/18/2017

7200CA 10/25/2016 - 4/18/2017

7200CB 12/6/2016 - 4/18/2017

7200CC 1/9/2017 - 4/18/2017

7200CD 1/30/2017 - 4/18/2017

7200CE 1/30/2017 - 4/18/2017

7200CF 3/17/2017 - 4/18/2017

7200CG 3/17/2017 - 4/18/2017

7200CH 3/17/2017 - 4/18/2017

7200CJ 3/24/2017 - 4/18/2017

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 113 of 185 FINAL

 

Page 118: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7200CK 3/24/2017 - 4/18/2017

7200CL 3/24/2017 - 4/18/2017

7200CM 3/24/2017 - 4/18/2017

7200CN 3/24/2017 - 4/18/2017

7200CP 4/14/2017 - 4/18/2017

7300AA 4/19/2017 - 4/18/2018

7300AB 4/19/2017 - 4/18/2019

7300AC 4/19/2017 - 4/18/2018

7300AD 4/24/2017 - 4/18/2018

7300AE 4/24/2017 - 4/18/2018

7300AF 4/24/2017 - 4/18/2018

7300AG 4/24/2017 - 4/18/2018

7300AH 5/15/2017 - 4/18/2018

7300AJ 5/15/2017 - 4/18/2018

7300AK 5/15/2017 - 4/18/2018

7300AL 6/2/2017 - 4/18/2018

7300AM 6/2/2017 - 4/18/2018

7300AN 6/2/2017 - 4/18/2018

7300AP 6/2/2017 - 4/18/2018

7300AQ 6/2/2017 - 4/18/2018

7300AR 6/2/2017 - 4/18/2018

7300AS 6/2/2017 - 4/18/2018

7300AT 6/2/2017 - 4/18/2018

7300AU 6/2/2017 - 4/18/2018

7300AV 6/2/2017 - 4/18/2018

7300AW 6/2/2017 - 4/18/2018

7300AX 6/2/2017 - 4/18/2018

7300AY 6/2/2017 - 4/18/2018

7300AZ 6/2/2017 - 4/18/2018

7300BA 6/2/2017 - 4/18/2018

7300BB 6/2/2017 - 4/18/2018

7300BC 6/2/2017 - 4/18/2018

7300BD 6/2/2017 - 4/18/2018

7300BE 6/2/2017 - 4/18/2018

7300BF 6/2/2017 - 4/18/2018

7300BG 6/19/2017 - 4/18/2018

7300BH 6/19/2017 - 4/18/2018

7300BJ 6/19/2017 - 4/18/2018

7300BK 6/19/2017 - 4/18/2018

7300BL 6/19/2017 - 4/18/2018

7300BM 6/19/2017 - 4/18/2018

7300BN 6/19/2017 - 4/18/2018

7300BP 6/28/2017 - 4/18/2018

7300BQ 7/12/2017 - 4/18/2018

7300BR 7/12/2017 - 4/18/2018

7300BS 7/12/2017 - 4/18/2018

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 114 of 185 FINAL

 

Page 119: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7300BT 7/26/2017 - 4/18/2018

7300BU 7/26/2017 - 4/18/2018

7300BV 7/26/2017 - 4/18/2018

7300BW 7/26/2017 - 4/18/2018

7300BY 7/28/2017 - 4/18/2018

7300BZ 8/24/2017 - 4/18/2018

7300CA 8/24/2017 - 4/18/2018

7300CB 8/24/2017 - 4/18/2018

7300CC 8/24/2017 - 4/18/2018

7300CD 8/24/2017 - 4/18/2018

7300CE 8/24/2017 - 4/18/2018

7300CF 8/24/2017 - 4/18/2018

7300CG 8/24/2017 - 4/18/2018

7300CH 8/24/2017 - 4/18/2018

7300CJ 8/24/2017 - 4/18/2018

7300CK 8/24/2017 - 4/18/2018

7300CL 9/6/2017 - 4/18/2018

7300CM 9/6/2017 - 4/18/2018

7300CN 9/6/2017 - 4/18/2019

7300CP 9/6/2017 - 4/18/2018

7300CQ 9/14/2017 - 4/18/2018

7300CR 9/14/2017 - 4/18/2018

7300CS 9/14/2017 - 4/18/2018

7300CT 9/14/2017 - 4/18/2018

7300CU 9/14/2017 - 4/18/2018

7300CV 9/14/2017 - 4/18/2018

7300CW 9/14/2017 - 4/18/2018

7300CX 9/25/2017 - 4/18/2018

7300CY 9/25/2017 - 4/18/2018

7300CZ 9/25/2017 - 4/18/2018

7300DA 9/25/2017 - 4/18/2018

7300DB 9/25/2017 - 4/18/2018

7300DC 9/25/2017 - 4/18/2018

9000 7/10/2014 - 7/9/2015

9010 10/22/2014 - 7/9/2015

9020 12/15/2014 - 7/9/2015

9100AA 5/29/2015 - 5/28/2016

9100AB 5/29/2015 - 9/30/2015

9100AC 5/29/2015 - 5/7/2016

9100AD 5/29/2015 - 9/30/2015

9100AE 5/29/2015 - 5/7/2016

9100AF 6/30/2015 - 5/28/2016

9100AG 6/30/2015 - 5/28/2016

9100AH 6/30/2015 - 5/28/2016

9100AJ 6/30/2015 - 5/28/2016

9100AK 7/7/2015 - 5/28/2016

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 115 of 185 FINAL

 

Page 120: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

9100AL 7/7/2015 - 5/28/2016

9100AM 8/26/2015 - 5/28/2016

9100AN 8/26/2015 - 5/28/2016

9100AP 8/26/2015 - 5/28/2016

9100AQ 8/26/2015 - 5/28/2016

9100AR 8/26/2015 - 5/28/2016

9100AS 8/26/2015 - 5/28/2016

9100AT 8/26/2015 - 5/28/2016

9100AU 9/2/2015 - 5/28/2016

9100AV 9/2/2015 - 5/28/2016

9100AW 9/2/2015 - 5/28/2016

9100AX 9/2/2015 - 5/28/2016

9100AY 9/2/2015 - 5/28/2016

9100AZ 9/2/2015 - 5/28/2016

9100BA 9/2/2015 - 5/28/2016

9100BB 9/2/2015 - 5/28/2016

9100BC 9/8/2015 - 5/28/2016

9100BD 9/21/2015 - 5/28/2016

9100BE 9/21/2015 - 5/28/2016

9100BF 11/19/2015 - 5/28/2016

9100BG 11/19/2015 - 5/28/2016

9100BH 11/19/2015 - 5/28/2016

9100BJ 11/19/2015 - 5/28/2016

9100BK 11/19/2015 - 5/28/2016

9100BL 2/8/2016 - 5/28/2016

9100BM 2/23/2016 - 5/28/2016

9100BN 3/21/2016 - 5/28/2016

9100BP 3/21/2016 - 5/28/2016

9100BQ 3/21/2016 - 5/28/2016

9110AA 6/30/2015 - 5/28/2016

9110AB 6/30/2015 - 5/28/2016

9110AC 8/26/2015 - 5/28/2016

9120AA 6/30/2015 - 5/28/2016

9120AB 6/30/2015 - 5/28/2016

9200AA 4/19/2016 - 4/18/2017

9200AB 4/19/2016 - 4/18/2017

9200AC 4/19/2016 - 4/18/2017

9200AD 5/11/2016 - 4/18/2017

9200AE 5/11/2016 - 4/18/2017

9200AF 5/11/2016 - 4/18/2017

9200AG 5/11/2016 - 4/18/2017

9200AH 5/11/2016 - 4/18/2017

9200AJ 5/25/2016 - 4/18/2017

9200AK 5/25/2016 - 4/18/2017

9200AL 6/2/2016 - 4/18/2017

9200AM 6/2/2016 - 4/18/2017

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 116 of 185 FINAL

 

Page 121: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

9200AN 6/2/2016 - 4/18/2017

9200AP 6/2/2016 - 4/18/2017

9200AQ 6/2/2016 - 4/18/2017

9200AR 7/8/2016 - 4/18/2017

9200AS 7/8/2016 - 4/18/2017

9200AT 7/8/2016 - 4/18/2017

9200AU 7/8/2016 - 4/18/2017

9200AV 7/8/2016 - 4/18/2017

9200AW 7/8/2016 - 4/18/2017

9200AX 7/8/2016 - 4/18/2017

9200AY 7/8/2016 - 4/18/2017

9200AZ 7/8/2016 - 4/18/2017

9200BA 7/8/2016 - 4/18/2017

9200BB 7/8/2016 - 4/18/2017

9200BC 7/8/2016 - 4/18/2017

9200BD 7/8/2016 - 4/18/2017

9200BE 7/8/2016 - 4/18/2017

9200BF 7/8/2016 - 4/18/2017

9200BG 8/3/2016 - 4/18/2017

9200BH 8/3/2016 - 4/18/2017

9200BJ 8/3/2016 - 4/18/2017

9200BK 8/3/2016 - 4/18/2017

9200BL 8/25/2016 - 4/18/2017

9200BM 8/25/2016 - 4/18/2017

9200BN 8/25/2016 - 4/18/2017

9200BP 8/25/2016 - 4/18/2017

9200BQ 8/25/2016 - 4/18/2017

9200BR 8/25/2016 - 4/18/2017

9200BS 8/25/2016 - 4/18/2017

9200BT 9/14/2016 - 4/18/2017

9200BU 9/27/2016 - 4/18/2017

9200BV 10/20/2016 - 4/18/2017

9200BW 10/20/2016 - 4/18/2017

9200BX 10/20/2016 - 4/18/2017

9200BY 10/25/2016 - 4/18/2017

9200BZ 12/6/2016 - 4/18/2017

9200CA 1/9/2017 - 4/18/2017

9200CB 1/20/2017 - 4/18/2017

9200CC 1/30/2017 - 4/18/2017

9200CD 1/30/2017 - 4/18/2017

9200CE 3/17/2017 - 4/18/2017

9200CF 3/17/2017 - 4/18/2017

9200CG 3/17/2017 - 4/18/2017

9200CH 3/24/2017 - 4/18/2017

9200CJ 3/24/2017 - 4/18/2017

9200CK 3/24/2017 - 4/18/2017

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 117 of 185 FINAL

 

Page 122: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

9200CL 3/24/2017 - 4/18/2017

9300AA 4/19/2017 - 4/18/2018

9300AB 4/19/2017 - 4/18/2018

9300AC 4/24/2017 - 4/18/2018

9300AD 4/24/2017 - 4/18/2018

9300AE 4/24/2017 - 4/18/2018

9300AF 5/15/2017 - 4/18/2018

9300AG 5/15/2017 - 4/18/2018

9300AH 5/15/2017 - 4/18/2018

9300AJ 6/2/2017 - 4/18/2018

9300AK 6/2/2017 - 4/18/2018

9300AL 6/2/2017 - 4/18/2018

9300AM 6/2/2017 - 4/18/2018

9300AN 6/2/2017 - 4/18/2018

9300AP 6/2/2017 - 4/18/2018

9300AQ 6/2/2017 - 4/18/2018

9300AR 6/2/2017 - 4/18/2018

9300AS 6/2/2017 - 4/18/2018

9300AT 6/2/2017 - 4/18/2018

9300AU 6/2/2017 - 4/18/2018

9300AV 6/2/2017 - 4/18/2018

9300AW 6/2/2017 - 4/18/2018

9300AX 6/2/2017 - 4/18/2018

9300AY 6/2/2017 - 4/18/2018

9300AZ 6/2/2017 - 4/18/2018

9300BA 6/2/2017 - 4/18/2018

9300BB 6/2/2017 - 4/18/2018

9300BC 6/2/2017 - 4/18/2018

9300BD 6/2/2017 - 4/18/2018

9300BE 6/19/2017 - 4/18/2018

9300BF 6/19/2017 - 4/18/2018

9300BG 6/19/2017 - 4/18/2018

9300BH 6/19/2017 - 4/18/2018

9300BJ 6/28/2017 - 4/18/2018

9300BK 7/12/2017 - 4/18/2018

9300BL 7/12/2017 - 4/18/2018

9300BM 7/12/2017 - 4/18/2018

9300BN 7/12/2017 - 4/18/2018

9300BP 7/12/2017 - 4/18/2018

9300BQ 7/26/2017 - 4/18/2018

9300BR 7/26/2017 - 4/18/2018

9300BS 7/28/2017 - 4/18/2018

9300BT 8/24/2017 - 4/18/2018

9300BU 8/24/2017 - 4/18/2018

9300BV 8/24/2017 - 4/18/2018

9300BW 8/24/2017 - 4/18/2018

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 118 of 185 FINAL

 

Page 123: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

9300BX 8/24/2017 - 4/18/2018

9300BY 8/24/2017 - 4/18/2018

9300BZ 8/24/2017 - 4/18/2018

9300CA 9/6/2017 - 4/18/2018

9300CB 9/6/2017 - 4/18/2018

9300CC 9/6/2017 - 4/18/2018

9300CD 9/6/2017 - 4/18/2018

9300CE 9/6/2017 - 4/18/2018

9300CF 9/14/2017 - 4/18/2018

9300CG 9/14/2017 - 4/18/2018

9300CH 9/14/2017 - 4/18/2018

9300CJ 9/14/2017 - 4/18/2018

9300CK 9/14/2017 - 4/18/2018

9300CL 9/14/2017 - 4/18/2018

9300CM 9/25/2017 - 4/18/2018

9300CN 9/25/2017 - 4/18/2018

9300CP 9/25/2017 - 4/18/2018

9300CQ 9/25/2017 - 4/18/2018

9300CR 9/25/2017 - 4/18/2018

9300CS 9/25/2017 - 4/18/2018

9300CT 9/25/2017 - 4/18/2018

9300CU 9/25/2017 - 4/18/2018

9300CV 9/25/2017 - 4/18/2018

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

   

7001 7/10/2015 - 7/9/2016

7002 7/10/2016 - 7/9/2017

9001 7/10/2015 - 7/9/2016

9002 7/10/2016 - 7/9/2017

The periods of performance for the Award Term Items are as follows:

   

7003 7/10/2017 - 7/9/2018

7004 7/10/2018 - 7/9/2019

7400AA 5/29/2018 - 5/28/2019

9003 7/10/2017 - 7/9/2018

9004 7/10/2018 - 7/9/2019

9400AA 5/29/2018 - 5/28/2019

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 119 of 185 FINAL

 

Page 124: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Services to be performed hereunder will be provided at (insert specific address and building etc.)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 120 of 185 FINAL

 

Page 125: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

SECTION G CONTRACT ADMINISTRATION DATA

G.1 ACCOUNTING DATA

The award document will include Accounting Data at the end of Section G. All lines of accounting are listedsequentially under a heading that identifies the particular action (award or modification number) under which thefunding was obligated. Under SeaPort-e, all funding is identified/obligated at the SubCLIN (SLIN) level. SLINs areestablished sequentially by the SeaPort-e software. Each obligation of funds receives a unique SLIN identifier, even ifthe funds are an increase to an existing line of accounting (ACRN). Thus, an individual project/work area orTechnical Instruction that is funded incrementally, could have one ACRN but multiple SLINs.

G.2 RESERVED

G.3 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

HQ G-2-0006 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTINGCITATIONS (ALTERNATE 1) (NAVSEA) (JAN 2008)

(a) For contracts or orders that 1) include contract line items that are funded by multipleaccounting classification citations for which a contract line item or items are not brokenout into separately identifiable subline items (informational subline items are notseparately identifiable subline items); 2) contain cost-reimbursement or time-andmaterialor labor-hour line items; or 3) authorize financing payments, the payment officewill make payment in accordance with the paragraph(s) checked below. Either onecontract wide instruction or one or more line item specific instructions have beenselected below.

If multiple paragraphs are checked, checked item applies to the contract line items,subline items identified.

(b) The following payment instructions apply to this Contract/Task Order:

_X__(1) Line item specific: single funding. If there is only one source of funding for thecontract line item (i.e., one ACRN), the payment office will make payment using theACRN 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, the payment office will make payment in sequential ACRN orderwithin the line item, exhausting all funds in the previous ACRN before paying from thenext 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 thanone ACRN within a contract line item, the payment office will make payment within theline item in the sequence ACRN order specified by the contracting officer, exhausting allfunds in the previous ACRN before paying from the next ACRN.

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 121 of 185 FINAL

 

Page 126: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

___(4) Line item specific: by fiscal year. If there is more than one ACRN within a contractline item, the payment office will make payment using the oldest fiscal yearappropriations first, exhausting all funds in the previous fiscal year before disbursingfrom the next fiscal year. In the event there is more than one ACRN associated with thesame fiscal year, the payment amount shall be disbursed from each ACRN within a fiscalyear in the same proportion as the amount of funding obligated for each ACRN withinthe fiscal year.

___(5) Line item specific: by cancellation date. If there is more than one ACRN within acontract line item, the payment office will make payment using the ACRN with theearliest cancellation date first, exhausting all funds in that ACRN before disbursingfunds from the next. In the event there is more than one ACRN associated with the samecancellation date, the payment amount shall be disbursed from each ACRN with the samecancellation date in the same proportion as the amount of funding obligated for eachACRN with the same cancellation date.

____(6) Line item specific: proration. If there is more than one ACRN within a contractline item, the payment office will make payment from each ACRN in the same proportionas the amount of funding currently unliquidated for each ACRN.

___(7) Contract-wide: sequential ACRN order. The payment office will make payment insequential ACRN order within the contract or order, exhausting all funds in the previousACRN 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. The payment office willmake payment in sequential ACRN order within the contract or order, exhausting allfunds in the previous ACRN before paying from the next ACRN in the sequence orderspecified by the contracting officer.

___(9) Contract-wide: by fiscal year. The payment office will make payment using theoldest fiscal year appropriations first, exhausting all funds in the previous fiscal yearbefore disbursing from the next fiscal year. In the event there is more than one ACRNassociated with the same fiscal year, the payment amount shall be disbursed from eachACRN within a fiscal year in the same proportion as the amount of funding obligated foreach ACRN within the fiscal year.

___(10) Contract-wide: by cancellation date. The payment office will make payment usingthe ACRN with the earliest cancellation date first, exhausting all funds in that ACRNbefore disbursing funds from the next. In the event there is more than one ACRNassociated with the same cancellation date, the payment amount shall be disbursed fromeach ACRN with the same cancellation date in the same proportion as the amount of

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 122 of 185 FINAL

 

Page 127: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

funding obligated for each ACRN with the same cancellation date.

___(11) Contract-wide: proration. The payment office will make payment from each ACRNwithin the contract or order in the same proportion as the amount of funding currentlyunliquidated for each ACRN.

___(12) Other. If none of the standard payment instructions identified above isappropriate, the contracting officer may insert other payment instructions, provided theother payment instructions--

(a) This requirement includes support for multiple programs with independent budgetsand funding lines. These funding lines are NOT interchangeable and it is critical thatthe Paying Office pay in accordance with the ACRNs and SLINs noted on the contractor'sinvoices. To do otherwise could result in a misappropriation of funds.

(b) The Payment Office shall ensure that each payment under this contract is made inaccordance with the specific accounting classification reference numbers (ACRNs) andSubCLIN (SLIN) numbers shown on each individual invoice, including attached data.

G.4 Ddl-G10 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT ANDRESPONSIBILITIES

 

Procuring Contracting Officer (PCO):

(b) PCO responsibilities are outlined in FAR 1.602-2. The PCO is the only person authorized to approve changesin any of the requirements of this Task Order, notwithstanding 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 event the contractor effects any change at the direction ofany person other than the PCO, the change will be considered to be unauthorized.

Contract Specialist:

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

Administrative Contracting Officer (ACO):

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 123 of 185 FINAL

 

Page 128: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

(b) The Administrative Contracting Officer (ACO) of the cognizant Defense Contract Management Agency (DCMA)is designated as the authorized representative of the Contracting Officer for purposes of administering this Task Orderin accordance with FAR 42.3. However, in view of the technical nature of the supplies and services to be furnished,technical cognizance is retained by the Naval Surface Warfare Center, Dahlgren Division.

Contracting Officers Representative (COR):

(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.

G.5 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012):

(a) Definitions. As used in this clause—

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

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

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

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

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

(1) Have a designated electronic business point of contact in the Central Contractor Registration athttps://www.acquisition.gov; and

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

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

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic DataInterchange, or File Transfer Protocol.

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

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 124 of 185 FINAL

 

Page 129: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

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

__________Cost Voucher___________________________________

Note: If a “Combo” document type is identified but not supportable by the Contractor’s business systems, an“Invoice” (stand-alone) and “Receiving Report” (stand-alone) document type may be used instead.)

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) inWAWF, as specified by the Contracting Officer.

_____________N63273_______________________________________

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

Routing Data Table*

Field Name in WAWF            Data to be entered in WAWFPay Official DoDAAC             HQ0338Issue By DoDAAC                 N00178Admin DoDAAC                    S2404AInspect By DoDAAC              Not ApplicableShip To Code                        Not ApplicableShip From Code                    Not ApplicableMark For Code                      Not ApplicableService Approver (DoDAAC)   N00178Service Acceptor (DoDAAC)   Not ApplicableAccept at Other DoDAAC       Not ApplicableLPO DoDAAC                       Not ApplicableDCAA Auditor DoDAAC        HAA024Other DoDAAC(s)                  Not Applicable

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

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

(g) WAWF point of contact.

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

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

G.6 HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING(NAVSEA) (SEP 2012)

(a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowestlevel of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line itemnumber (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurred atthat level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries ofwork charged during the period covered as well as overall cumulative summaries by individual labor categories,

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 125 of 185 FINAL

 

Page 130: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs(ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors,subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime)invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may beencrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may emailencryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR).Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting costinformation directly to the CO and COR; or other method as agreed to by the CO.

(b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic DataInterchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the CORand CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does notprovide the COR and CO email notification as required herein.

G.7 CONSENT TO SUBCONTRACT

For subcontracts and consulting agreements for services, where the prime contractor anticipates that hours deliveredwill be counted against the hours in the Level of Effort clause in Section H, Consent to Subcontract authority isretained by the PCO.

The following subcontractors are approved on this Task Order:

G.8 Ddl-G40 PAYMENT, SELECTED ITEMS OF COST REIMBURSEMENT CONTRACTS

(a) Travel costs

The contractor shall, to the maximum extent practicable, minimize overall travel costs by taking advantage ofdiscounted airfare rates available thru advance purchase. Charges associated with itinerary changes and cancelationsunder nonrefundable airline tickets are reimbursable 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 training employees inan effort to attain and/or maintain minimum personnel qualification requirements of this contract. Other training maybe approved on a case-by-case basis by the Contracting Officer. Advance approval is required. Attendance atworkshops or symposiums is considered training for purposes of this clause. The contractor is encouraged to suggesta cost-sharing arrangement that addresses registration/tuition, travel and labor costs.

(c) General Purpose Office Equipment (GPOE) and Information Technology (IT) The cost of acquisition of GPOEand IT shall not be allowable as direct charges to this contract. The contractor is expected to have the necessaryCONUS facilities to perform the requirements of this contract, including any necessary GPOE and IT. GPOE meansequipment normally found in a business office such as desks, chairs, typewriters, calculators, file cabinets, etc. ITmeans any equipment or interconnected system or subsystem of equipment that is used in the automatic acquisition,storage, manipulation, movement, control, display, switching, interchange, transmission, or reception of data orinformation. IT includes computers, ancillary equipment, software, firmware and similar products, services(including support services), and related resources for both unclassified and classified applications.

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

G.9 EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

When a Government facility is closed and/or early dismissal of Federal employees is directed due to severe weather,security threat, or a facility related problem that prevents personnel from working, onsite contractor personnelregularly assigned to work at that facility should follow the same reporting and/or departure directions given toGovernment personnel. The contractor shall not direct charge to the contract for time off, but shall follow parent

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 126 of 185 FINAL

 

Page 131: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

company policies regarding taking leave (administrative or other). Non-essential contractor personnel, who are notrequired to remain at or report to the facility, shall follow their parent company policy regarding whether they shouldgo/stay home or report to another company facility. Subsequent to an early dismissal and during periods ofinclement weather, onsite contractors should monitor radio and television announcements before departing for workto 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 is unrelated to severeweather, a security threat, or a facility related problem), on site contractors will continue working established workhours or take leave in accordance with parent company policy. Those contractors who take leave shall not directcharge the non-working hours to the task order. Contractors are responsible for predetermining and disclosing theircharging practices for early dismissal, delayed openings, or closings in accordance with the FAR, applicable costaccounting standards, 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. The Contracting Officerwill make the determination of cost allowability for time lost due to facility closure in accordance with FAR,applicable Cost Accounting Standards, and the Contractor's established accounting policy.

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------700001 130043285400001  LLA : AA 1721810 A2MB 251 WS070 0 050120 2D 000000 A00002342363 TI-01  700002 130043285400002  LLA : AB 1731810 A2MB 251 WS070 0 050120 2D 000000 A10002342363 TI-01  700003 130043285400004  LLA : AC 1741810 A2MB 251 WS070 0 050120 2D 000000 A20002342363 TI-01  900001 130043285400003  LLA : AB 1731810 A2MB 251 WS070 0 050120 2D 000000 A10002342363 TI-01  900002 130043285400005  LLA : AC 1741810 A2MB 251 WS070 0 050120 2D 000000 A20002342363 TI-01   BASE Funding  Cumulative Funding   MOD 01  700004 130043216200001  LLA : AD 1741804 8M4K 251 WS070 0 050120 2D 000000 A10002337783 TI-01  700005 130043243500001  LLA : AE 1741810 82MB 251 VU021 0 050120 2D 000000 A30002339664 TI-01  700006 130043688200001  LLA : AG 1741319 A7HY 251 WS070 0 050120 2D 000000 A00002371589 TI-01  900003 130043216200003  

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 127 of 185 FINAL

 

Page 132: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

LLA : AD 1741804 8M4K 251 WS070 0 050120 2D 000000 A10002337783 TI-01  900004 130043243500002  LLA : AF 1741810 82MB 251 VU021 0 050120 2D 000000 A20002339664 TI-01  900005 130043688200002  LLA : AG 1741319 A7HY 251 WS070 0 050120 2D 000000 A00002371589 TI-01   MOD 01 Funding  Cumulative Funding   MOD 02  700007 130044105400001  LLA : AH 1741804 60BD 253 53825 S 060951 2D X0010H 465814SU001Q Standard Number: N4658114WX0010H TI-01  700008 130044689600001  LLA : AJ 1781811 1317 253 3VWTY 0 068342 2D 000000 23181400001F Standard Number: N0002411WX20739 TI-01  700009 130043668400001  LLA : AK 1721611 1388 251 SH377 0 050120 2D 000000 A00002370705 TI-01  700010 130043668400003  LLA : AL 1721611 1388 251 SH377 0 050120 2D 000000 A10002370705 TI-01  900006 130044689600002  LLA : AJ 1781811 1317 253 3VWTY 0 068342 2D 000000 23181400001F Standard Number: N0002411WX20739 TI-01  900007 130043668400002  LLA : AK 1721611 1388 251 SH377 0 050120 2D 000000 A00002370705 TI-01  900008 130043668400004  LLA : AL 1721611 1388 251 SH377 0 050120 2D 000000 A10002370705 TI-01   MOD 02 Funding  Cumulative Funding   MOD 03  700011 130044620200001  LLA : AM 1741611 6218 251 CV312 0 050120 2D 000000 A00002435756 TI-01  700012 130044620200003  LLA : AN 1741611 6218 251 CV312 0 050120 2D 000000 A10002435756 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 128 of 185 FINAL

 

Page 133: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

TI-01  700013 130044620200005  LLA : AP 1741611 6218 251 CV312 0 050120 2D 000000 A20002435756 TI-01  700014 130044648500001  LLA : AQ 1721611 1317 251 SH317 0 050120 2D 000000 A00002437826 TI-01  700015 130044648500007  LLA : AR 1721611 1317 251 SH317 0 050120 2D 000000 A20002437826 TI-01  700016 130044648500009  LLA : AS 1721611 1317 251 SH317 0 050120 2D 000000 A30002437826 TI-01  700017 130045167900001  LLA : AT 97X4930 NH1K 251 77777 0 050120 2F 000000 A00002477660 TI-01  900009 130044620200002  LLA : AM 1741611 6218 251 CV312 0 050120 2D 000000 A00002435756 TI-01  900010 130044620200004  LLA : AN 1741611 6218 251 CV312 0 050120 2D 000000 A10002435756 TI-01  900011 130044620200006  LLA : AP 1741611 6218 251 CV312 0 050120 2D 000000 A20002435756 TI-01  900012 130044648500002  LLA : AQ 1721611 1317 251 SH317 0 050120 2D 000000 A00002437826 TI-01  900013 130044648500008  LLA : AR 1721611 1317 251 SH317 0 050120 2D 000000 A20002437826 TI-01  900014 130044648500010  LLA : AS 1721611 1317 251 SH317 0 050120 2D 000000 A30002437826 TI-01   MOD 03 Funding  Cumulative Funding   MOD 04  700002 130043285400007  LLA : AB 1731810 A2MB 251 WS070 0 050120 2D 000000 A10002342363 TI-01  700003 130043285400006  LLA : AC 1741810 A2MB 251 WS070 0 050120 2D 000000 A20002342363 TI-01 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 129 of 185 FINAL

 

Page 134: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 700018 130043243500005  LLA : AU 1721810 82MB 251 VU021 0 050120 2D 000000 A40002339664 TI-01  700019 130045073100001  LLA : AV 1711611 6210 251 CV378 0 050120 2D 000000 A00002467628 TI-01  900015 130043243500006  LLA : AU 1721810 82MB 251 VU021 0 050120 2D 000000 A40002339664 TI-01  900016 130045073100002  LLA : AV 1711611 6210 251 CV378 0 050120 2D 000000 A00002467628 TI-01   MOD 04 Funding  Cumulative Funding   MOD 05  700020 130045646600001  LLA : AW 1741810 V7YP 310 68948 068892 2D XAA021 689484AA800W TI-01   MOD 05 Funding  Cumulative Funding   MOD 06  700021 130043672100001  LLA : AX 1711611 1224 251 SH400 0 050120 2D 000000 A00002369946 TI-01  700022 130043672100003  LLA : AY 1711611 1224 251 SH400 0 050120 2D 000000 A10002369946 TI-01  900017 130043672100002  LLA : AX 1711611 1224 251 SH400 0 050120 2D 000000 A00002369946 TI-01  900018 130043672100004  LLA : AY 1711611 1224 251 SH400 0 050120 2D 000000 A10002369946 TI-01   MOD 06 Funding  Cumulative Funding   MOD 07  700023 130045977400001  LLA : BA 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002566675 TI-02  700024 130045986400001  LLA : BB 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002567599 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 130 of 185 FINAL

 

Page 135: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

TI-02  701001 130045906100001  LLA : AZ 97-11X8242 2884 000 74842 0 065916 2D PAT044 117480890LCQ Standard Number: N0002414RX00092 TI-01  900019 130045986400002  LLA : BB 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002567599 TI-02  901001 130045906100002  LLA : AZ 97-11X8242 2884 000 74842 0 065916 2D PAT044 117480890LCQ Standard Number: N0002414RX00092 TI-01   MOD 07 Funding  Cumulative Funding   MOD 08  700025 130045986400003  LLA : BC 97X4930 NH1E 251 77777 0 050120 2F 000000 A10002567599 TI-02  700026 130045167900006  LLA : BD 97X4930 NH1K 251 77777 0 050120 2F 000000 A10002477660 TI-01  700027 130046189400001  LLA : BE 1751804 70BA 257 62758 0 062649 2D CSS001 6275850AANCP Standard Number: N6275815WRSS011 TI-01  900020 130045986400004  LLA : BC 97X4930 NH1E 251 77777 0 050120 2F 000000 A10002567599 TI-02  900021 130045167900007  LLA : BD 97X4930 NH1K 251 77777 0 050120 2F 000000 A10002477660 TI-01  900022 130046189400002  LLA : BE 1751804 70BA 257 62758 0 062649 2D CSS001 6275850AANCP Standard Number: N6275815WRSS011 TI-01   MOD 08 Funding  Cumulative Funding   MOD 09  700028 130046189400003  LLA : BF 1751804 60BD 253 53825 S 060951 2D X0010H 465815SU001Q Standard Number: N4658115WX0010H TI-01  700029 130046189400005  LLA : BG 1751804 70BD 252 53824 S 060957 2D C001CD P00075NU000Q 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 131 of 185 FINAL

 

Page 136: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Standard Number: RP000715RC001CD TI-01  700030 130045167900008  LLA : BH 97X4930 NH1K 251 77777 0 050120 2F 000000 A20002477660 TI-01  700031 130046734200001  LLA : BJ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002635971 TI-02  700032 130046189400007  LLA : BL 1751804 70BA 252 55262 0 068688 2D C00141 55262500B0CQ Standard Number: N5526215RC00141 TI-01  702001 130046655800001  LLA : BK 97-11X8242 2862 000 74622 0 065916 2D PJAH44 326980330FSV Standard Number: N0002415RX00114 TI-01  900023 130046189400004  LLA : BF 1751804 60BD 253 53825 S 060951 2D X0010H 465815SU001Q Standard Number: N4658115WX0010H TI-01  900024 130046189400006  LLA : BG 1751804 70BD 252 53824 S 060957 2D C001CD P00075NU000Q Standard Number: RP000715RC001CD TI-01  900025 130045167900009  LLA : BH 97X4930 NH1K 251 77777 0 050120 2F 000000 A20002477660 TI-01  900026 130046734200002  LLA : BJ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002635971 TI-02  902001 130046655800002  LLA : BK 97-11X8242 2862 000 74622 0 065916 2D PJAH44 326980330FSV Standard Number: N0002415RX00114 TI-01   MOD 09 Funding  Cumulative Funding   MOD 10  700017 130045167900010  LLA : AT 97X4930 NH1K 251 77777 0 050120 2F 000000 A00002477660 TI-01  700029 130046189400011  LLA : BG 1751804 70BD 252 53824 S 060957 2D C001CD P00075NU000Q Standard Number: RP000715RC001CD TI-01  700033 130046189400008  LLA : 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 132 of 185 FINAL

 

Page 137: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

BM 1751804 70BA 253 4523A 0 068688 2D X00004 4523A506GXHQ Standard Number: N4523A15WX00005 TI-01  700034 130046189400010  LLA : BN 1751804 70BA 252 55262 0 068688 2D C00208 552625001HQQ Standard Number: N5526215RC00208 TI-01  700036 130047672200001  LLA : BP 1731810 A2MB 251 WS070 0 050120 2D 000000 A00002714981 TI-01  700037 130047672200003  LLA : BQ 1741810 A2MB 251 WS070 0 050120 2D 000000 A10002714981 TI-01  700038 130047600300001  LLA : BR 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002709640 TI-02  700039 130047982900001  LLA : BS 97X4930 NH1K 251 77777 0 050120 2F 000000 A00002737731 TI-01  900024 130046189400012  LLA : BG 1751804 70BD 252 53824 S 060957 2D C001CD P00075NU000Q Standard Number: RP000715RC001CD TI-01  900027 130046189400009  LLA : BM 1751804 70BA 253 4523A 0 068688 2D X00004 4523A506GXHQ Standard Number: N4523A15WX00005 TI-01  900028 130047672200002  LLA : BP 1731810 A2MB 251 WS070 0 050120 2D 000000 A00002714981 TI-01  900029 130047672200004  LLA : BQ 1741810 A2MB 251 WS070 0 050120 2D 000000 A10002714981 TI-01  900030 130047600300002  LLA : BR 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002709640 TI-02   MOD 10 Funding  Cumulative Funding   MOD 11  700040 130047672200005  LLA : BT 1751810 A2MB 251 WS010 0 050120 2D 000000 A00002714981 TI-01  700041 130048693700001  LLA : BU 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002789456 TI-02 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 133 of 185 FINAL

 

Page 138: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 700042 130048693700003  LLA : BV 97X4930 NH1E 251 77777 0 050120 2F 000000 A10002789456 TI-02  900031 130047672200006  LLA : BT 1751810 A2MB 251 WS010 0 050120 2D 000000 A00002714981 TI-01  900032 130048693700002  LLA : BU 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002789456 TI-02   MOD 11 Funding  Cumulative Funding   MOD 12  7100AB 130046189400013  LLA : BW 1751804 70BA 257 62758 0 062649 2D X11009 6275850BTW4P Standard Number: N627581SWX11009 TI-05  7100AC 130045167900011  LLA : BX 97X4930 NH1K 251 77777 0 050120 2F 000000 A30002477660 TI-05  7100AD 130049622100001  LLA : BY 1751804 8M4K 251 WS010 0 050120 2D 000000 A00002856945 TI-03  7100AE 130049638400003  LLA : BZ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002858411 TI-04  9100AB 130046189400014  LLA : BW 1751804 70BA 257 62758 0 062649 2D X11009 6275850BTW4P Standard Number: N627581SWX11009 TI-05  9100AC 130049622100002  LLA : BY 1751804 8M4K 251 WS010 0 050120 2D 000000 A00002856945 TI-03  9100AD 130049638400004  LLA : BZ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002858411 TI-04   MOD 12 Funding  Cumulative Funding   MOD 13  7100AE 130049638400003  LLA : BZ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002858411 TI-04  7100AF 130049680400001  LLA : 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 134 of 185 FINAL

 

Page 139: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

CA 1751810 A2MB 251 WS010 0 050120 2D 000000 A00002861202 TI-03  9100AD 130049638400004  LLA : BZ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002858411 TI-04  9100AE 130049680400002  LLA : CA 1751810 A2MB 251 WS010 0 050120 2D 000000 A00002861202 TI-03   MOD 13 Funding  Cumulative Funding   MOD 14  7100AG 130050306200001  LLA : CB 1751804 70BA 252 55262 0 068688 2D C00409 552625001CVQ TI-05  7100AH 130049866100001  LLA : CC 1751804 70BA 257 62758 0 062649 2D X11014 6275850BTW4P Standard Number: N6275815WX11014 TI-05  7100AJ 130049866100003  LLA : CD 1751804 70BA 257 62758 0 062649 2D X11015 6275850C0GLP Standard Number: N6275815WX11015 TI-05  7100AK 130050351300001  LLA : CE 1751319 A7HY 251 WS010 0 050120 2D 000000 A00002908364 TI-03  7100AL 130050552700001  LLA : BF 1751804 60BD 253 53825 S 060951 2D X0010H 465815SU001Q Standard Number: N4658115WX0010H TI-05  7100AM 130050606800002  LLA : CF 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002925173 TI-04  7110AB 130050537800003  LLA : BK 97-11X8242 2862 000 74622 0 065916 2D PJAH44 326980330FSVStandard Number: N0002415RX00114 TI-03  7110AC 130050716700001  LLA : CL 97-11X8242 2862 000 74622 0 065916 2D PJAE44 419880120FSVStandard Number: N0002415RX00037 TI-03  7120AB 130050632000003  LLA : CG 97-11X8242 2884 000 74842 0 065916 2D PAT044 229980320LCQStandard Number: N0002415RX00200 TI-03  9100AF 130049866100002  LLA : 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 135 of 185 FINAL

 

Page 140: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

CC 1751804 70BA 257 62758 0 062649 2D X11014 6275850BTW4P Standard Number: N6275815WX11014 TI-05  9100AG 130049866100004  LLA : CD 1751804 70BA 257 62758 0 062649 2D X11015 6275850C0GLP Standard Number: N6275815WX11015 TI-05  9100AH 130050351300002  LLA : CE 1751319 A7HY 251 WS010 0 050120 2D 000000 A00002908364 TI-03  9100AJ 130050552700002  LLA : BF 1751804 60BD 253 53825 S 060951 2D X0010H 465815SU001Q Standard Number: N4658115WX0010H TI-05  9110AB 130050537800002  LLA : BK 97-11X8242 2862 000 74622 0 065916 2D PJAH44 326980330FSV Standard Number: N0002415RX00114 TI-03  9120AB 130050632000004  LLA : CG 97-11X8242 2884 000 74842 0 065916 2D PAT044 229980320LCQ Standard Number: N0002415RX00200 TI-03   MOD 14 Funding  Cumulative Funding   MOD 15  7100AN 130051092800001  LLA : CH 1741611 6218 251 CV312 0 050120 2D 000000 A00002956701 TI-03  7100AP 130049866100005  LLA : CJ 1751804 70BA 257 62758 0 062649 2D X11018 6275850C2G8P Standard Number: N6275815WX11018 TI-05  7100AQ 130051017400001  LLA : CK 9750400 2520 XWS D68PF Y 15AA42 1A AFY151 671AB251HQ01 475468000400040604880 044411  Standard Number: HQ0147546800 TI-03  9100AK 130051092800002  LLA : CH 1741611 6218 251 CV312 0 050120 2D 000000 A00002956701 TI-03  9100AL 130051017400002  LLA : CK 9750400 2520 XWS D68PF Y 15AA42 1A AFY151 671AB251HQ01 475468000400040604880 044411  Standard Number: HQ0147546800 TI-03   MOD 15 Funding  Cumulative Funding   MOD 16 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 136 of 185 FINAL

 

Page 141: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 7110AB 130050537800003  LLA : BK 97-11X8242 2862 000 74622 0 065916 2D PJAH44 326980330FSV Standard Number: N0002415RX00114 TI-03   MOD 16 Funding  Cumulative Funding   MOD 17  7100AR 130051041400002  LLA : CP 1711611 1224 251 SH400 0 050120 2D 000000 A00002954082 TI-03  7100AS 130051041400004  LLA : CQ 1711611 1224 251 SH400 0 050120 2D 000000 A10002954082 TI-03  7100AT 130051041400005  LLA : CR 1721611 1224 251 SH400 0 050120 2D 000000 A20002954082 TI-03  7100AU 130051041400006  LLA : CS 1731611 1224 251 SH400 0 050120 2D 000000 A30002954082 TI-03  7100AV 130051041400008  LLA : CT 1731611 1224 251 SH400 0 050120 2D 000000 A50002954082 TI-03  7100AW 130051041400009  LLA : CU 1731611 1224 251 SH400 0 050120 2D 000000 A60002954082 TI-03  7100AX 130051009600001  LLA : CW 1711611 6210 251 CV378 0 050120 2D 000000 A00002952090 TI-03  7100AY 130051009600002  LLA : CX 1711611 6210 251 CV378 0 050120 2D 000000 A20002952090 TI-03  7100AZ 130052042200001  LLA : CZ 97X4930 NH1K 251 77777 0 050120 2F 000000 A00003020322 TI-04  7100BA 130051559900001  LLA : DA 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002988425 TI-04  7100BB 130051874400001  LLA : DB 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003008305 TI-04  7100BC 130051879900001  LLA : DC 1751810 A2CG 251 WS090 0 050120 2D 000000 A00003009619 TI-03 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 137 of 185 FINAL

 

Page 142: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 7100BD 130051879900003  LLA : DD 1751810 A2CG 251 WS090 0 050120 2D 000000 A10003009619 TI-03  7100BE 130051471000003  LLA : DF 1721611 1317 251 SH317 0 050120 2D 000000 A10002981791 TI-03  7100BF 130052236000001  LLA : DG 1731810 82MB 251 VU021 0 050120 2D 000000 A00003032207 TI-03  7130AB 130051812700001  LLA : CM 97-11X8242 2801 000 74012 0 065916 2D PGY044 9279S5530GON Standard Number: N0002414RX00329 TI-03  9100AM 130051041400007  LLA : CV 1731611 1224 251 SH400 0 050120 2D 000000 A40002954082 TI-03  9100AN 130051009600003  LLA : CY 1711611 6210 251 CV378 0 050120 2D 000000 A30002952090 TI-03  9100AP 130052042200002  LLA : CZ 97X4930 NH1K 251 77777 0 050120 2F 000000 A00003020322 TI-04  9100AQ 130051559900002  LLA : DA 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002988425 TI-04  9100AR 130051874400002  LLA : DB 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003008305 TI-04  9100AS 130051879900002  LLA : DC 1751810 A2CG 251 WS090 0 050120 2D 000000 A00003009619 TI-03  9100AT 130051471000001  LLA : DE 1721611 1317 251 SH317 0 050120 2D 000000 A20002981791 TI-03  9110AC 130051158200001  LLA : CN 97-11X8242 2862 000 74622 0 065916 2D PJAS54 426960020FTU Standard Number: N0002415RX00111 TI-03   MOD 17 Funding  Cumulative Funding   MOD 18  7100AR 130051041400002  LLA : CP 1711611 1224 251 SH400 0 050120 2D 000000 A00002954082 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 138 of 185 FINAL

 

Page 143: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

TI-03  7100AS 130051041400004  LLA : CQ 1711611 1224 251 SH400 0 050120 2D 000000 A10002954082 TI-03  7100BG 130051627800001  LLA : DH 1751810 82MB 251 VU021 0 050120 2D 000000 A00002992524 TI-03  7100BH 130051627800005  LLA : DJ 1751810 82MB 251 VU021 0 050120 2D 000000 A10002992524 TI-03  7100BJ 130051627800007  LLA : DJ 1751810 82MB 251 VU021 0 050120 2D 000000 A10002992524 TI-03  7100BK 130051627800009  LLA : DK 1751810 62MB 251 CV312 0 050120 2D 000000 A20002992524 TI-03  7100BL 130051627800011  LLA : DK 1751810 62MB 251 CV312 0 050120 2D 000000 A20002992524 TI-03  9100AU 130051627800002  LLA : DH 1751810 82MB 251 VU021 0 050120 2D 000000 A00002992524 TI-03  9100AV 130051627800003  LLA : DH 1751810 82MB 251 VU021 0 050120 2D 000000 A00002992524 TI-03  9100AW 130051627800004  LLA : DH 1751810 82MB 251 VU021 0 050120 2D 000000 A00002992524 TI-03  9100AX 130051627800006  LLA : DJ 1751810 82MB 251 VU021 0 050120 2D 000000 A10002992524 TI-03  9100AY 130051627800008  LLA : DJ 1751810 82MB 251 VU021 0 050120 2D 000000 A10002992524 TI-03  9100AZ 130051627800010  LLA : DK 1751810 62MB 251 CV312 0 050120 2D 000000 A20002992524 TI-03  9100BA 130051627800012  LLA : DK 1751810 62MB 251 CV312 0 050120 2D 000000 A20002992524 TI-03  9100BB 130051879900004  LLA : DD 1751810 A2CG 251 WS090 0 050120 2D 000000 A10003009619 TI-03  

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 139 of 185 FINAL

 

Page 144: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 MOD 18 Funding  Cumulative Funding   MOD 19  7100BM 130045167900012  LLA : DL 97X4930 NH1K 251 77777 0 050120 2F 000000 A40002477660 TI-05  9100BC 130045167900013  LLA : DL 97X4930 NH1K 251 77777 0 050120 2F 000000 A40002477660 TI-05   MOD 19 Funding  Cumulative Funding   MOD 20  7100AM 130050606800002  LLA : CF 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002925173 TI-04  7100BN 130052330800001  LLA : DM 1721611 1388 251 SH377 0 050120 2D 000000 A00003038462 TI-03  7100BP 130049866100006  LLA : DN 1751804 70BA 257 62758 0 062649 2D X11023 6275850C5FAP TI-05  9100BD 130052330800002  LLA : DM 1721611 1388 251 SH377 0 050120 2D 000000 A00003038462 TI-03  9100BE 130049866100007  LLA : DN 1751804 70BA 257 62758 0 062649 2D X11023 6275850C5FAP TI-05   MOD 20 Funding  Cumulative Funding   MOD 21 Funding  Cumulative Funding   MOD 22  7100BQ 130053317300001  LLA : DP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003132693 TI-04  7100BR 130053317300003  LLA : DP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003132693 TI-04  7100BS 130053317300005  LLA : DP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003132693 TI-04  7100BT 130053317300007  

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 140 of 185 FINAL

 

Page 145: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

LLA : DP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003132693 TI-04  7100BU 130053317300009  LLA : DQ 97X4930 NH1E 251 77777 0 050120 2F 000000 A10003132693 TI-04  7100BV 130053479200001  LLA : DR 1741810 84UQ 251 VU021 0 050120 2D 000000 A00003149564 TI-03  9100BF 130053317300002  LLA : DP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003132693 TI-04  9100BG 130053317300004  LLA : DP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003132693 TI-04  9100BH 130053317300006  LLA : DP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003132693 TI-04  9100BJ 130053317300008  LLA : DP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003132693 TI-04  9100BK 130053479200002  LLA : DR 1741810 84UQ 251 VU021 0 050120 2D 000000 A00003149564 TI-03   MOD 22 Funding  Cumulative Funding   MOD 23  7100AW 130051041400009  LLA : CU 1731611 1224 251 SH400 0 050120 2D 000000 A60002954082 TI-03   MOD 23 Funding  Cumulative Funding   MOD 24  7100BW 130054836100001  LLA : DS 1791811 1317 251 XGWTY 0 068342 2D 000000 23182400001H Standard Number: N0002416RX20294 TI-05  7100BX 130054535800002  LLA : DT 97X4930 NH1K 251 77777 0 050120 2F 000000 A00003240577 TI-05  9100BL 130054836100002  LLA : DS 1791811 1317 251 XGWTY 0 068342 2D 000000 23182400001H Standard Number: N0002416RX20294 TI-05 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 141 of 185 FINAL

 

Page 146: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

  MOD 24 Funding  Cumulative Funding   MOD 25  7100AS 130051041400004  LLA : CQ 1711611 1224 251 SH400 0 050120 2D 000000 A10002954082 TI-03  7100AT 130051041400005  LLA : CR 1721611 1224 251 SH400 0 050120 2D 000000 A20002954082 TI-03  7100AU 130051041400006  LLA : CS 1731611 1224 251 SH400 0 050120 2D 000000 A30002954082 TI-03  7100AV 130051041400008  LLA : CT 1731611 1224 251 SH400 0 050120 2D 000000 A50002954082 TI-03  7100AY 130051009600002  LLA : CX 1711611 6210 251 CV378 0 050120 2D 000000 A20002952090 TI-03  7100BN 130052330800001  LLA : DM 1721611 1388 251 SH377 0 050120 2D 000000 A00003038462 TI-03  7100BX 130054535800002  LLA : DT 97X4930 NH1K 251 77777 0 050120 2F 000000 A00003240577 TI-05  7100BY 130054873800001  LLA : DU 1761804 70BA 251 62758 0 062649 2D X00005 627586N47WRQ Standard Number: N6275816WX00005 TI-05  9100BM 130054873800002  LLA : DU 1761804 70BA 251 62758 0 062649 2D X00005 627586N47WRQ Standard Number: N6275816WX00005 TI-05   MOD 25 Funding  Cumulative Funding   MOD 26  7100BZ 130055682200001  LLA : DV 1741810 A2DC 251 WS020 0 050120 2D 000000 A00003329759 TI-03  7100CA 130055710200001  LLA : DW 1761810 A2MB 251 WS010 0 050120 2D 000000 A00003332204 TI-03  7100CB 130055691900001  LLA : 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 142 of 185 FINAL

 

Page 147: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

DX 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003331978 TI-04  7100CC 130054535800003  LLA : DY 97X4930 NH1K 251 77777 0 050120 2F 000000 A10003240577 TI-05  7100CD 130054803600001  LLA : DZ 1751810 521R 310 00039 0 050120 2D 000000 A00003261569 TI-05  7120AB 130050632000003  LLA : CG 97-11X8242 2884 000 74842 0 065916 2D PAT044 229980320LCQ Standard Number: N0002415RX00200 TI-03  9100BN 130055682200002  LLA : DV 1741810 A2DC 251 WS020 0 050120 2D 000000 A00003329759 TI-03  9100BP 130055691900002  LLA : DX 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003331978 TI-04  9100BQ 130054535800004  LLA : DY 97X4930 NH1K 251 77777 0 050120 2F 000000 A10003240577 TI-05  9120AB 130050632000004  LLA : CG 97-11X8242 2884 000 74842 0 065916 2D PAT044 229980320LCQ Standard Number: N0002415RX00200 TI-03   MOD 26 Funding  Cumulative Funding   MOD 27  7200AB 130056479700001  LLA : EA 1761804 8M4K 310 WS010 0 050120 2D 000000 A00003389596 TI-06  7200AC 130056479900001  LLA : EB 1761810 A2MB 310 WS010 0 050120 2D 000000 A00003389599 TI-06  9200AB 130056479700002  LLA : EA 1761804 8M4K 310 WS010 0 050120 2D 000000 A00003389596 TI-06  9200AC 130056479900002  LLA : EB 1761810 A2MB 310 WS010 0 050120 2D 000000 A00003389599 TI-06   MOD 27 Funding  Cumulative Funding   MOD 28  

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 143 of 185 FINAL

 

Page 148: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7200AD 130056479400001  LLA : ED 1751810 82MB 310 VU021 0 050120 2D 000000 A00003389363 TI-06  7200AE 130056479400003  LLA : EE 1761810 82MB 310 VU021 0 050120 2D 000000 A10003389363 TI-06  7200AF 130056479400005  LLA : EE 1761810 82MB 310 VU021 0 050120 2D 000000 A10003389363 TI-06  7200AG 130056539300001  LLA : CM 97-11X8242 2801 000 74012 0 065916 2D PGY044 9279S5530GON Standard Number: N0002414RX00329-2 TI-06  7200AH 130056920500001  LLA : EF 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003426590 TI-07  7200AJ 130056920500003  LLA : EG 97X4930 NH1E 310 77777 0 050120 2F 000000 A10003426590 TI-07  7200AK 130050606800003  LLA : EH 97X4930 NH1E 310 77777 0 050120 2F 000000 A10002925173 TI-07  9200AD 130056479400002  LLA : ED 1751810 82MB 310 VU021 0 050120 2D 000000 A00003389363 TI-06  9200AE 130056479400004  LLA : EE 1761810 82MB 310 VU021 0 050120 2D 000000 A10003389363 TI-06  9200AF 130056479400006  LLA : EE 1761810 82MB 310 VU021 0 050120 2D 000000 A10003389363 TI-06  9200AG 130056920500002  LLA : EF 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003426590 TI-07  9200AH 130056920500004  LLA : EG 97X4930 NH1E 310 77777 0 050120 2F 000000 A10003426590 TI-07   MOD 28 Funding  Cumulative Funding   MOD 29  7200AL 130057120200001  LLA : EJ 1761804 60BD 251 53825 S 060951 2D X0010H 465816SU001Q Standard Number: N4658116WX0010H-1 TI-08 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 144 of 185 FINAL

 

Page 149: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 7200AM 130057072000001  LLA : EK 1761804 70BA 257 62758 0 062649 2D X11010 6275860CJ9TP Standard Number: N6275816WX11010 TI-08  9200AJ 130057120200002  LLA : EJ 1761804 60BD 251 53825 S 060951 2D X0010H 465816SU001Q Standard Number: N4658116WX0010H-1 TI-08  9200AK 130057072000002  LLA : EK 1761804 70BA 257 62758 0 062649 2D X11010 6275860CJ9TP Standard Number: N6275816WX11010 TI-08   MOD 29 Funding  Cumulative Funding   MOD 30  7200AN 130057267100001  LLA : EL 1751319 A7HY 310 WS010 0 050120 2D 000000 A00003453591 TI-06  7200AP 130057189600001  LLA : EM 1761810 A2MB 310 WS010 0 050120 2D 000000 A00003447482 TI-06  7200AQ 130057189600003  LLA : EM 1761810 A2MB 310 WS010 0 050120 2D 000000 A00003447482 TI-06  7200AR 130057189600005  LLA : EN 1761810 82MB 310 VU021 0 050120 2D 000000 A10003447482 TI-06  7200AS 130057189600007  LLA : EN 1761810 82MB 310 VU021 0 050120 2D 000000 A10003447482 TI-06  9200AL 130057267100002  LLA : EL 1751319 A7HY 310 WS010 0 050120 2D 000000 A00003453591 TI-06  9200AM 130057189600002  LLA : EM 1761810 A2MB 310 WS010 0 050120 2D 000000 A00003447482 TI-06  9200AN 130057189600004  LLA : EM 1761810 A2MB 310 WS010 0 050120 2D 000000 A00003447482 TI-06  9200AP 130057189600005  LLA : EN 1761810 82MB 310 VU021 0 050120 2D 000000 A10003447482 TI-06  9200AQ 130057189600008  LLA : 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 145 of 185 FINAL

 

Page 150: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

EN 1761810 82MB 310 VU021 0 050120 2D 000000 A10003447482 TI-06   MOD 30 Funding  Cumulative Funding   MOD 31  7200AT 130057664700001  LLA : EP 1711611 1224 310 SH400 0 050120 2D 000000 A00003481007 TI-06  7200AU 130057664700003  LLA : EQ 1711611 1224 310 SH400 0 050120 2D 000000 A10003481007 TI-06  7200AV 130057664700005  LLA : ER 1711611 1224 310 SH400 0 050120 2D 000000 A20003481007 TI-06  7200AW 130057664700007  LLA : ES 1731611 1224 310 SH400 0 050120 2D 000000 A30003481007 TI-06  7200AX 130057664700009  LLA : ET 1731611 1224 310 SH400 0 050120 2D 000000 A40003481007 TI-06  7200AY 130057664700011  LLA : EU 1731611 1224 310 SH400 0 050120 2D 000000 A50003481007 TI-06  7200AZ 130057664700013  LLA : EV 1731611 1224 310 SH400 0 050120 2D 000000 A60003481007 TI-06  7200BA 130057664700015  LLA : EW 1741611 1224 310 SH400 0 050120 2D 000000 A70003481007 TI-06  7200BB 130057664700017  LLA : EX 1731611 1224 310 SH400 0 050120 2D 000000 A80003481007 TI-06  7200BC 130057664700019  LLA : EY 1751611 1224 310 SH400 0 050120 2D 000000 A90003481007 TI-06  7200BD 130057664700021  LLA : EZ 1751611 1224 310 SH400 0 050120 2D 000000 B00003481007 TI-06  7200BE 130057664700023  LLA : FA 1721611 1224 310 SH400 0 050120 2D 000000 B10003481007 TI-06  7200BF 130057796900001  LLA : FB 1761804 60BA 257 4002A 068732 2D C20004 4002A6002JJP 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 146 of 185 FINAL

 

Page 151: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Standard Number: N4002A16RC20004 TI-06  7200BG 130057796900003  LLA : FC 1761804 60BA 257 50054 R 068732 2D CX0332 500546D0087P Standard Number: N5005416RCX0332 TI-06  7200BH 130058250500001  LLA : CG 97-11X8242 2884 000 74842 0 065916 2D PAT044 229980320LCQ Standard Number: N0002415RX00200-2 TI-06  9200AR 130057664700002  LLA : EP 1711611 1224 310 SH400 0 050120 2D 000000 A00003481007 TI-06  9200AS 130057664700004  LLA : EQ 1711611 1224 310 SH400 0 050120 2D 000000 A10003481007 TI-06  9200AT 130057664700006  LLA : ER 1711611 1224 310 SH400 0 050120 2D 000000 A20003481007 TI-06  9200AU 130057664700008  LLA : ES 1731611 1224 310 SH400 0 050120 2D 000000 A30003481007 TI-06  9200AV 130057664700010  LLA : ET 1731611 1224 310 SH400 0 050120 2D 000000 A40003481007 TI-06  9200AW 130057664700012  LLA : EU 1731611 1224 310 SH400 0 050120 2D 000000 A50003481007 TI-06  9200AX 130057664700014  LLA : EV 1731611 1224 310 SH400 0 050120 2D 000000 A60003481007 TI-06  9200AY 130057664700016  LLA : EW 1741611 1224 310 SH400 0 050120 2D 000000 A70003481007 TI-06  9200AZ 130057664700018  LLA : EX 1731611 1224 310 SH400 0 050120 2D 000000 A80003481007 TI-06  9200BA 130057664700020  LLA : EY 1751611 1224 310 SH400 0 050120 2D 000000 A90003481007 TI-06  9200BB 130057664700022  LLA : EZ 1751611 1224 310 SH400 0 050120 2D 000000 B00003481007 TI-06  9200BC 130057664700024  LLA : 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 147 of 185 FINAL

 

Page 152: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

FA 1721611 1224 310 SH400 0 050120 2D 000000 B10003481007 TI-06  9200BD 130057796900002  LLA : FB 1761804 60BA 257 4002A 068732 2D C20004 4002A6002JJP Standard Number: N4002A16RC20004 TI-06  9200BE 130057796900004  LLA : FC 1761804 60BA 257 50054 R 068732 2D CX0332 500546D0087P Standard Number: N5005416RCX0332 TI-06  9200BF 130058250500002  LLA : CG 97-11X8242 2884 000 74842 0 065916 2D PAT044 229980320LCQ Standard Number: N0002415RX00200-2 TI-06   MOD 31 Funding  Cumulative Funding   MOD 32  7100BU 130053317300009  LLA : DQ 97X4930 NH1E 251 77777 0 050120 2F 000000 A10003132693 TI-04  7100CB 130055691900001  LLA : DX 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003331978 TI-04  7200BJ 130058673400001  LLA : FD 97-11X8242 2862 000 74622 0 065916 2D PJAS44 529460020LZK Standard Number: N0002416RX00120 TI-06  7200BK 130058636500001  LLA : FE 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003546575 TI-07  7200BL 130058666800001  LLA : FG 1761804 70BA 257 62758 0 062649 2D XSS020 6275860C6D3P TI-06  900026 130046734200002  LLA : BJ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002635971 TI-02  900030 130047600300002  LLA : BR 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002709640 TI-02  9200BG 130058673400002  LLA : FD 97-11X8242 2862 000 74622 0 065916 2D PJAS44 529460020LZK Standard Number: N0002416RX00120 TI-06  9200BH 130058636500002  LLA : FE 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003546575 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 148 of 185 FINAL

 

Page 153: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

TI-07  9200BJ 130058636500003  LLA : FF 97X4930 NH1E 310 77777 0 050120 2F 000000 A10003546575 TI-07  9200BK 130058666800002  LLA : FG 1761804 70BA 257 62758 0 062649 2D XSS020 6275860C6D3P TI-06   MOD 32 Funding  Cumulative Funding   MOD 33  7200AL 130057120200003  LLA : EJ 1761804 60BD 251 53825 S 060951 2D X0010H 465816SU001Q Standard Number: N4658116WX0010H-1 TI-08  7200BE 130057664700025  LLA : FA 1721611 1224 310 SH400 0 050120 2D 000000 B10003481007 TI-06  7200BM 130059227100001  LLA : FJ 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003581647 TI-07  7200BN 130059396600001  LLA : FK 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003592585 TI-09  7200BP 130059396600003  LLA : FK 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003592585 TI-09  7200BQ 130059396600005  LLA : FK 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003592585 TI-09  7200BR 130059510300001  LLA : FL 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003599694 TI-07  7200BS 130059510300003  LLA : FM 97X4930 NH1E 310 77777 0 050120 2F 000000 A10003599694 TI-07  7200BT 130059453500001  LLA : FP 1731611 6218 310 CV312 0 050120 2D 000000 A00003596004 TI-06  9200BC 130057664700026  LLA : FA 1721611 1224 310 SH400 0 050120 2D 000000 B10003481007 TI-06  9200BL 130058938400001  LLA : FH 1761804 15VR 251 00015 068892 2D X18007 000156PMGJMQ 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 149 of 185 FINAL

 

Page 154: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Standard Number: N0001516WX18007-7 TI-07  9200BM 130059227100002  LLA : FJ 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003581647 TI-07  9200BN 130059396600002  LLA : FK 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003592585 TI-09  9200BP 130059396600004  LLA : FK 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003592585 TI-09  9200BQ 130059510300002  LLA : FL 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003599694 TI-07  9200BR 130059510300004  LLA : FN 97X4930 NH1E 310 77777 0 050120 2F 000000 A20003599694 TI-07  9200BS 130059453500002  LLA : FP 1731611 6218 310 CV312 0 050120 2D 000000 A00003596004 TI-06   MOD 33 Funding  Cumulative Funding   MOD 34  7200AE 130056479400007  LLA : EE 1761810 82MB 310 VU021 0 050120 2D 000000 A10003389363 TI-06  7200BU 130059519300001  LLA : FQ 97X4930 NH6B 310 77777 0 050120 2F 000000 A00003600189 TI-06  9200AE 130056479400008  LLA : EE 1761810 82MB 310 VU021 0 050120 2D 000000 A10003389363 TI-06  9200BT 130059519300002  LLA : FQ 97X4930 NH6B 310 77777 0 050120 2F 000000 A00003600189 TI-06   MOD 34 Funding  Cumulative Funding   MOD 35  7200BV 130060106800001  LLA : FR 97X4930 NH1K 251 77777 0 050120 2F 000000 A00003646095 TI-08  9200BU 130060106800002  LLA : 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 150 of 185 FINAL

 

Page 155: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

FR 97X4930 NH1K 251 77777 0 050120 2F 000000 A00003646095 TI-08   MOD 35 Funding  Cumulative Funding   MOD 36  7100AY 130051009600002  LLA : CX 1711611 6210 251 CV378 0 050120 2D 000000 A20002952090 TI-03  7200AR 130057189600005  LLA : EN 1761810 82MB 310 VU021 0 050120 2D 000000 A10003447482 TI-06  7200BW 130060412200001  LLA : FS 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003674848 TI-07  7200BX 130060412200003  LLA : FT 97X4930 NH1E 310 77777 0 050120 2F 000000 A10003674848 TI-07  7200BY 130060412200005  LLA : FU 97X4930 NH1E 310 77777 0 050120 2F 000000 A20003674848 TI-07  7200BZ 130060412200006  LLA : FV 97X4930 NH1E 310 77777 0 050120 2F 000000 A30003674848 TI-07  9100AN 130051009600003  LLA : CY 1711611 6210 251 CV378 0 050120 2D 000000 A30002952090 TI-03  9200AP 130057189600005  LLA : EN 1761810 82MB 310 VU021 0 050120 2D 000000 A10003447482 TI-06  9200BV 130060412200002  LLA : FS 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003674848 TI-07  9200BW 130060412200004  LLA : FT 97X4930 NH1E 310 77777 0 050120 2F 000000 A10003674848 TI-07  9200BX 130060412200007  LLA : FV 97X4930 NH1E 310 77777 0 050120 2F 000000 A30003674848 TI-07   MOD 36 Funding  Cumulative Funding   MOD 37  7200CA 130060450300001  LLA : 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 151 of 185 FINAL

 

Page 156: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

FW 1771804 70BA 257 62758 0 062649 2D XSS001 6275870C6D3P Standard Number: N6275817WXSS001 TI-06  9200BY 130060450300002  LLA : FW 1771804 70BA 257 62758 0 062649 2D XSS001 6275870C6D3P Standard Number: N6275817WXSS001 TI-06   MOD 37 Funding  Cumulative Funding   MOD 38  7200CB 130060972800001  LLA : FX 1721611 1317 310 SH317 0 050120 2D 000000 A00003725214 TI-06  9200BZ 130060972800002  LLA : FX 1721611 1317 310 SH317 0 050120 2D 000000 A00003725214 ODC in support of CLIN 7200   MOD 38 Funding  Cumulative Funding   MOD 39  7200AR 130057189600005  LLA : EN 1761810 82MB 310 VU021 0 050120 2D 000000 A10003447482 TI-06  9200AP 130057189600005  LLA : EN 1761810 82MB 310 VU021 0 050120 2D 000000 A10003447482 TI-06   MOD 39 Funding  Cumulative Funding   MOD 40  7200CC 130061704900001  LLA : FY 1771804 60BD 251 53825 S 060951 2D X0020H 465817SU001Q Standard Number: N4658117WX0020H-1 Incremental Labor Funding for TI-08. Deob on Mod 47  9200CA 130061704900002  LLA : FY 1771804 60BD 251 53825 S 060951 2D X0020H 465817SU001Q Standard Number: N4658117WX0020H-1 ODC in support of CLIN 7200 Deob on Mod 47   MOD 40 Funding  Cumulative Funding   MOD 41  9200CB 130056479400010  LLA : FZ 1761810 A2MB 251 WS010 0 050120 2D 000000 A30003389363 ODC in support of CLIN 7200   

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 152 of 185 FINAL

 

Page 157: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

MOD 41 Funding  Cumulative Funding   MOD 42  7100CD 130054803600001  LLA : DZ 1751810 521R 310 00039 0 050120 2D 000000 A00003261569 TI-05   MOD 42 Funding  Cumulative Funding   MOD 43  7200CD 130062082600001  LLA : GA 1771810 84TT 310 VU021 0 050120 2D 000000 A00003811246 Incremental Labor Funding for TI-06  7200CE 130062000600001  LLA : GB 1771804 8M4K 310 00024 0 050120 2D 000000 A00003805126 Incremental Labor Funding for TI-10  9200CC 130062082600002  LLA : GA 1771810 84TT 310 VU021 0 050120 2D 000000 A00003811246 ODC in support of CLIN 7200 TI 06  9200CD 130062000600001  LLA : GB 1771804 8M4K 310 00024 0 050120 2D 000000 A00003805126 ODC in support of CLIN 7200 TI 10   MOD 43 Funding  Cumulative Funding   MOD 44  7200AX 130057664700009  LLA : ET 1731611 1224 310 SH400 0 050120 2D 000000 A40003481007 TI-06  7200AZ 130057664700013  LLA : EV 1731611 1224 310 SH400 0 050120 2D 000000 A60003481007 TI-06  7200BA 130057664700015  LLA : EW 1741611 1224 310 SH400 0 050120 2D 000000 A70003481007 TI-06  7200BB 130057664700017  LLA : EX 1731611 1224 310 SH400 0 050120 2D 000000 A80003481007 TI-06  7200BC 130057664700019  LLA : EY 1751611 1224 310 SH400 0 050120 2D 000000 A90003481007 TI-06  7200BD 130057664700021  LLA : EZ 1751611 1224 310 SH400 0 050120 2D 000000 B00003481007 TI-06  

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 153 of 185 FINAL

 

Page 158: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7200BE 130057664700025  LLA : FA 1721611 1224 310 SH400 0 050120 2D 000000 B10003481007 TI-06  9200AX 130057664700014  LLA : EV 1731611 1224 310 SH400 0 050120 2D 000000 A60003481007 TI-06  9200AY 130057664700016  LLA : EW 1741611 1224 310 SH400 0 050120 2D 000000 A70003481007 TI-06  9200BA 130057664700020  LLA : EY 1751611 1224 310 SH400 0 050120 2D 000000 A90003481007 TI-06  9200BB 130057664700022  LLA : EZ 1751611 1224 310 SH400 0 050120 2D 000000 B00003481007 TI-06  9200BC 130057664700026  LLA : FA 1721611 1224 310 SH400 0 050120 2D 000000 B10003481007 TI-06   MOD 44 Funding  Cumulative Funding   MOD 45  7200CF 130063036600001  LLA : GC 97-11X8242 2858 000 74582 0 065916 2D PTWB44 702780020GOW Standard Number: N0002417RX00382 FMS - Incremental Labor Funding for TI - 06  7200CG 130062321400001  LLA : GD 1711611 6210 310 CV378 0 050120 2D 000000 A10003829610 Incremental Labor Funding for TI-06  7200CH 130062321500001  LLA : GE 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003829818 Incremental Labor Funding for TI-07  9200CE 130063036600002  LLA : GC 97-11X8242 2858 000 74582 0 065916 2D PTWB44 702780020GOW Standard Number: N0002417RX00382 Incremental Labor Funding for TI-06   9200CF 130062912300001  LLA : GF 1771804 8M4K 251 00024 0 050120 2D 000000 A00003883417 ODC in support of CLIN 7200 TI 06  9200CG 130062321400002  LLA : GD 1711611 6210 310 CV378 0 050120 2D 000000 A10003829610 ODC in support of CLIN 7200 TI 06   MOD 45 Funding  Cumulative Funding  

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 154 of 185 FINAL

 

Page 159: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 MOD 46  7200CJ 130062233700001  LLA : GG 1771810 A4TT 310 WS010 0 050120 2D 000000 A00003823250 Incremental Labor Funding for TI-06  7200CK 130062905100001  LLA : GH 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003882862 Incremental Labor Funding for TI-07  7200CL 130063292200001  LLA : GJ 1771804 70BA 257 62758 0 062649 2D XSS004 6275870ABX7P Standard Number: N6275817WXSS004 Incremental Labor Funding for TI-06  7200CM 130062726100001  LLA : GK 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003866572 Incremental Labor Funding for TI-07  7200CN 130063294100001  LLA : GL 1771804 70BA 310 55262 R 068688 2D CD0031 552627002RA9 Standard Number: N5526217RCD0031 Incremental Labor Funding for TI-06  9200CH 130062233700002  LLA : GG 1771810 A4TT 310 WS010 0 050120 2D 000000 A00003823250 ODC in support of CLIN 7200  9200CJ 130062905100002  LLA : GM 97X4930 NH1E 310 77777 0 050120 2F 000000 A10003882862 ODC in support of CLIN 7200  9200CK 130063292200002  LLA : GJ 1771804 70BA 257 62758 0 062649 2D XSS004 6275870ABX7P Standard Number: N6275817WXSS004 ODC in support of CLIN 7200  9200CL 130062726100002  LLA : GK 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003866572 ODC in support of CLIN 7200   MOD 46 Funding  Cumulative Funding   MOD 47  7200CC 130061704900001  LLA : FY 1771804 60BD 251 53825 S 060951 2D X0020H 465817SU001Q Standard Number: N4658117WX0020H-1 Incremental Labor Funding for TI-08. Deob on Mod 47  7200CP 130063507200001  LLA : GM 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003929611 Incremental Labor Funding for TI-07  9200CA 130061704900002  LLA : FY 1771804 60BD 251 53825 S 060951 2D X0020H 465817SU001Q Standard Number: N4658117WX0020H-1 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 155 of 185 FINAL

 

Page 160: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

ODC in support of CLIN 7200 Deob on Mod 47   MOD 47 Funding  Cumulative Funding   MOD 48  7300AB 130062233700003  LLA : GG 1771810 A4TT 310 WS010 0 050120 2D 000000 A00003823250 Incremental Labor Funding for TI-11  7300AC 130063603200001  LLA : GN 1771804 8M4K 251 00024 0 050120 2D 000000 A00003938064 Incremental Labor Funding for TI-15  9300AB 130062233700004  LLA : GG 1771810 A4TT 310 WS010 0 050120 2D 000000 A00003823250 ODC in support of CLIN 7300 TI# 11   MOD 48 Funding  Cumulative Funding   MOD 49  7300AD 130063507300001  LLA : GP 1771804 8M4K 310 WS010 0 050120 2D 000000 A00003929807 Incremental Labor Funding for TI-11  7300AE 130061704900003  LLA : GQ 1771804 60BD 251 53825 S 060951 2D X0020H 465817SU001Q Incremental Labor Funding for TI-13  7300AF 130063706600001  LLA : GR 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003945451 Incremental Labor Funding for TI-12  7300AG 130063706400001  LLA : GS 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003945448 Incremental Labor Funding for TI-12  9300AC 130063507300002  LLA : GP 1771804 8M4K 310 WS010 0 050120 2D 000000 A00003929807 ODC in support of CLIN 7300 TI# 11  9300AD 130061704900004  LLA : GQ 1771804 60BD 251 53825 S 060951 2D X0020H 465817SU001Q ODC in support of CLIN 7300 TI# 13  9300AE 130063706600002  LLA : GR 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003945451 ODC in support of CLIN 7300 TI# 12   MOD 49 Funding  Cumulative Funding   MOD 50  7300AH 130064077600001  LLA : 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 156 of 185 FINAL

 

Page 161: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

GT 97-11X8242 2801 000 74012 0 065916 2D PGY044 930082190GPK Standard Number: N0002411 RX01589 Incremental Labor Funding for TI-11  7300AJ 130064064800001  LLA : HY 97-11X8242 2862 000 74622 0 065916 2D PJAS44 706180020LZK Standard Number: N0002417RX00574 Incremental Labor Funding for TI-11  7300AK 130064154600001  LLA : GV 97-11X8242 2884 000 74842 0 065916 2D PAT044 229980680LCQ Standard Number: N0002417RX003 11 Incremental Labor Funding for TI-11  9300AF 130064064800002  LLA : GU 97-11X8242 2862 000 74622 0 065916 2D PJAS44 529460030LZK Standard Number: N0002417RX00574 ODC in support of CLIN 7300 TI# 11  9300AG 130064154600002  LLA : GV 97-11X8242 2884 000 74842 0 065916 2D PAT044 229980680LCQ Standard Number: N0002417RX00311 ODC in support of CLIN 7300 TI# 11  9300AH 130064154600003  LLA : GW 97-11X8242 2884 000 74842 0 065916 2D PAT044 229680180LCQ Standard Number: N0002417RX003 11 ODC in support of CLIN 7300 TI# 11   MOD 50 Funding  Cumulative Funding   MOD 51  7300AL 130062233700005  LLA : GG 1771810 A4TT 310 WS010 0 050120 2D 000000 A00003823250 Incremental Labor Funding for TI-11  7300AM 130064103400001  LLA : GX 1771804 70BA 251 32253 0 045924 2D X12308 3225370LCFNQ Standard Number: N3225317WX12308 ACRN:AA Incremental Labor Funding for TI-13  7300AN 130063645100003  LLA : HP 1721611 1388 310 SH377 0 050120 2D 000000 A10003941322 Incremental Labor Funding for TI-11  7300AP 130063624600001  LLA : GZ 1731611 6218 310 CV312 0 050120 2D 000000 A00003940025 Incremental Labor Funding for TI-11  7300AQ 130063624600003  LLA : HA 1711611 6210 310 CV378 0 050120 2D 000000 A10003940025 Incremental Labor Funding for TI-11  7300AR 130063624600006  LLA : HB 1711611 6210 310 CV378 0 050120 2D 000000 A20003940025 Incremental Labor Funding for TI-11  7300AS 130063645300001  

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 157 of 185 FINAL

 

Page 162: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

LLA : HC 1731611 1224 310 SH400 0 050120 2D 000000 A00003941324 Incremental Labor Funding for TI-11  7300AT 130063645300003  LLA : HD 1731611 1224 310 SH400 0 050120 2D 000000 A10003941324 Incremental Labor Funding for TI-11  7300AU 130063645300005  LLA : HE 1731611 1224 310 SH400 0 050120 2D 000000 A20003941324 Incremental Labor Funding for TI-11  7300AV 130063645300007  LLA : HF 1741611 1224 310 SH400 0 050120 2D 000000 A30003941324 Incremental Labor Funding for TI-11  7300AW 130063645300009  LLA : HG 1731611 1224 310 SH400 0 050120 2D 000000 A40003941324 Incremental Labor Funding for TI-11  7300AX 130063645300011  LLA : HH 1751611 1224 310 SH400 0 050120 2D 000000 A50003941324 Incremental Labor Funding for TI-11  7300AY 130063645300013  LLA : HH 1751611 1224 310 SH400 0 050120 2D 000000 A50003941324 Incremental Labor Funding for TI-11  7300AZ 130063645300015  LLA : HJ 1751611 1224 310 SH400 0 050120 2D 000000 A60003941324 Incremental Labor Funding for TI-11  7300BA 130063645300017  LLA : HK 1761611 1224 310 SH400 0 050120 2D 000000 A70003941324 Incremental Labor Funding for TI-11  7300BB 130063645300019  LLA : HK 1761611 1224 310 SH400 0 050120 2D 000000 A70003941324 Incremental Labor Funding for TI-11  7300BC 130063645300021  LLA : HL 1761611 1224 310 SH400 0 050120 2D 000000 A80003941324 Incremental Labor Funding for TI-11  7300BD 130063645300023  LLA : HL 1761611 1224 310 SH400 0 050120 2D 000000 A80003941324 Incremental Labor Funding for TI-11  7300BE 130063645200001  LLA : HM 1721611 1317 310 SH317 0 050120 2D 000000 A00003941323 Incremental Labor Funding for TI-11  7300BF 130063645100001  LLA : HN 1721611 1388 310 SH377 0 050120 2D 000000 A00003941322 Incremental Labor Funding for TI-11  9300AJ 130062233700006  LLA : GG 1771810 A4TT 310 WS010 0 050120 2D 000000 A00003823250 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 158 of 185 FINAL

 

Page 163: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

ODC in support of CLIN 7300 TI# 11  9300AK 130064103400002  LLA : GX 1771804 70BA 251 32253 0 045924 2D X12308 3225370LCFNQ Standard Number: N3225317WX12308 ACRN AA ODC in support of CLIN 7300 TI# 13  9300AL 130063645100004  LLA : HP 1721611 1388 310 SH377 0 050120 2D 000000 A10003941322 ODC in support of CLIN 7300 TI# 11   9300AM 130063624600002  LLA : GZ 1731611 6218 310 CV312 0 050120 2D 000000 A00003940025 ODC in support of CLIN 7300 TI# 11  9300AN 130063624600005  LLA : HA 1711611 6210 310 CV378 0 050120 2D 000000 A10003940025 ODC in support of CLIN 7300 TI# 11  9300AP 130063624600007  LLA : HB 1711611 6210 310 CV378 0 050120 2D 000000 A20003940025 ODC in support of CLIN 7300 TI# 11  9300AQ 130063645300002  LLA : HC 1731611 1224 310 SH400 0 050120 2D 000000 A00003941324 ODC in support of CLIN 7300 TI# 11   9300AR 130063645300004  LLA : HD 1731611 1224 310 SH400 0 050120 2D 000000 A10003941324 ODC in support of CLIN 7300 TI# 11   9300AS 130063645300006  LLA : HE 1731611 1224 310 SH400 0 050120 2D 000000 A20003941324 ODC in support of CLIN 7300 TI# 11   9300AT 130063645300008  LLA : HF 1741611 1224 310 SH400 0 050120 2D 000000 A30003941324 ODC in support of CLIN 7300 TI# 11   9300AU 130063645300010  LLA : HG 1731611 1224 310 SH400 0 050120 2D 000000 A40003941324 ODC in support of CLIN 7300 TI# 11   9300AV 130063645300012  LLA : HH 1751611 1224 310 SH400 0 050120 2D 000000 A50003941324 ODC in support of CLIN 7300 TI# 11   9300AW 130063645300014  LLA : HH 1751611 1224 310 SH400 0 050120 2D 000000 A50003941324 ODC in support of CLIN 7300 TI# 11   9300AX 130063645300016  

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 159 of 185 FINAL

 

Page 164: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

LLA : HJ 1751611 1224 310 SH400 0 050120 2D 000000 A60003941324 ODC in support of CLIN 7300 TI# 11   9300AY 130063645300018  LLA : HK 1761611 1224 310 SH400 0 050120 2D 000000 A70003941324 ODC in support of CLIN 7300 TI# 11   9300AZ 130063645300020  LLA : HK 1761611 1224 310 SH400 0 050120 2D 000000 A70003941324 ODC in support of CLIN 7300 TI# 11   9300BA 130063645300022  LLA : HL 1761611 1224 310 SH400 0 050120 2D 000000 A80003941324 ODC in support of CLIN 7300 TI# 11   9300BB 130063645300024  LLA : HL 1761611 1224 310 SH400 0 050120 2D 000000 A80003941324 ODC in support of CLIN 7300 TI# 11   9300BC 130063645200002  LLA : HM 1721611 1317 310 SH317 0 050120 2D 000000 A00003941323 ODC in support of CLIN 7300 TI# 11   9300BD 130063645100002  LLA : HN 1721611 1388 310 SH377 0 050120 2D 000000 A00003941322 ODC in support of CLIN 7300 TI# 11    MOD 51 Funding  Cumulative Funding   MOD 52  7300BG 130064101300001  LLA : HQ 1771804 70BA 257 62758 0 062649 2D X11002 6275870CYV5P Standard Number: N6275817WX11009 ACRN: AA Incremental Labor Funding for TI-13  7300BH 130064369600001  LLA : HR 97X4930 NH1K 310 77777 0 050120 2F 000000 A00003998274 Incremental Labor Funding for TI-13  7300BJ 130064369700001  LLA : HS 1771804 60BA 257 67562 068732 2D XNAP01 675627SYSDDP Standard Number: N6765217WXNAP01 ACRN: AA Incremental Labor Funding for TI-13  7300BK 130064369800001  LLA : HT 1771804 60BA 257 4002A 068732 2D C20008 4002A7008FYP Standard Number: N4002A17RC20008 ACRN: AA Incremental Labor Funding for TI-13  7300BL 130064369900001  LLA : 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 160 of 185 FINAL

 

Page 165: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

HU 1771804 70BA 257 62758 0 062649 2D X11002 6275870CYV5P Standard Number: N6275817WX11002 ACRN: AA Incremental Labor Funding for TI-13  7300BM 130063706500001  LLA : HV 97X4930 NH1E 310 77777 0 050120 2F 000000 A00003945450 Incremental Labor Funding for TI-12  7300BN 130064697900001  LLA : HW 1771810 84TT 310 VU021 0 050120 2D 000000 A00004022343 Incremental Labor Funding for TI-11. Realign $325,000 to SLIN 9300BH on Mod 57.  9300BE 130064101300002  LLA : HU 1771804 70BA 257 62758 0 062649 2D X11002 6275870CYV5P Standard Number: N6275817WX11009 ACRN: AA ODC in support of CLIN 7300 TI# 13  9300BF 130064369700002  LLA : HS 1771804 60BA 257 67562 068732 2D XNAP01 675627SYSDDP Standard Number: N6756217WXNAP01 ACRN: AA ODC in support of CLIN 7300 TI# 13   9300BG 130064369800002  LLA : HT 1771804 60BA 257 4002A 068732 2D C20008 4002A7008FYP Standard Number: N4002A17RC20008 ACRN: AA ODC in support of CLIN 7300 TI# 13  9300BH 130064697900002  LLA : HW 1771810 84TT 310 VU021 0 050120 2D 000000 A00004022343 ODC in support of CLIN 7300 TI# 11. Realign $325,000 from SLIN 7300BH to this SLIN on Mod 57.   MOD 52 Funding  Cumulative Funding   MOD 53  7300BP 130064958300001  LLA : HX 97X4930 NH1E 310 77777 0 050120 2F 000000 A00004040635Incremental Labor Funding for TI-12  9300BJ 130064958300002  LLA : HX 97X4930 NH1E 310 77777 0 050120 2F 000000 A00004040635ODC in support of CLIN 7300 TI# 12   MOD 53 Funding  Cumulative Funding   MOD 54  7300BG 130064101300001  LLA : HQ 1771804 70BA 257 62758 0 062649 2D X11002 6275870CYV5PStandard Number: N6275817WX11009 ACRN: AA Incremental Labor Funding for TI-13  7300BQ 130065536400001  LLA : JD 1771319 A7HY 310 WS010 0 050120 2D 000000 A00004077504 Incremental Labor Funding for TI-11  

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 161 of 185 FINAL

 

Page 166: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7300BR 130065099400001  LLA : GC 97-11X8242 2858 000 74582 0 065916 2D PTWB44 702780020GOW Standard Number: N0002417RX00382 Incremental Labor Funding for TI-11  7300BS 130065379300001  LLA : JB 1771804 8M4K 310 00024 0 050120 2D 000000 A00004068047TI-15, 10 U.S.C 2410(a) authority is invoked.  9200CF 130062912300001  LLA : GF 1771804 8M4K 251 00024 0 050120 2D 000000 A00003883417ODC in support of CLIN 7200 TI 06  9300BE 130064101300002  LLA : HU 1771804 70BA 257 62758 0 062649 2D X11002 6275870CYV5PStandard Number: N6275817WX11009 ACRN: AA ODC in support of CLIN 7300 TI# 13  9300BK 130064983300002  LLA : HZ 97X4930 NH1E 310 77777 0 050120 2F 000000 A10004041516ODC in support of CLIN 7300 TI# 12  9300BL 130065099400002  LLA : GC 97-11X8242 2858 000 74582 0 065916 2D PTWB44 702780020GOW Standard Number: N0002417RX00382 ODC in support of CLIN 7300 TI# 11  9300BM 130065379300001  LLA : JB 1771804 8M4K 310 00024 0 050120 2D 000000 A00004068047 TI-15; 10 U.S.C. 2410(a) authority is invoked.  9300BN 130064983300001  LLA : JC 97X4930 NH1E 310 77777 0 050120 2F 000000 A00004041516 ODC in support of CLIN 7300 TI# 12  9300BP 130065536400002  LLA : JD 1771319 A7HY 310 WS010 0 050120 2D 000000 A00004077504 ODC in support of CLIN 7300 TI# 11   MOD 54 Funding  Cumulative Funding   MOD 55  7300BT 130065522500001  LLA : JE 1771804 60BA 257 00060 R 068732 2D C3W10H 218537E1CR4P Standard Number: N0006017RC3W10H Incremental Labor Funding for TI-13  7300BU 130065842100001  LLA : JF 1771804 8M4K 310 00024 0 050120 2D 000000 A00004094501 Incremental Labor Funding for TI-15  7300BV 130065522600001  LLA : JG 1771804 8M4K 310 WS010 0 050120 2D 000000 A00004077187 Incremental Labor Funding for TI-11  7300BW 130065536500001  LLA : 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 162 of 185 FINAL

 

Page 167: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

JH 1771319 A5XB 310 WS010 0 050120 2D 000000 A00004077508 Incremental Labor Funding for TI-11  9300BQ 130065522600002  LLA : JG 1771804 8M4K 310 WS010 0 050120 2D 000000 A00004077187 ODC in support of CLIN 7300 TI# 11  9300BR 130065536500002  LLA : JH 1771319 A5XB 310 WS010 0 050120 2D 000000 A00004077508 ODC in support of CLIN 7300 TI# 11   MOD 55 Funding  Cumulative Funding   MOD 56  7300BY 130065522800001  LLA : JJ 1771810 84TT 310 VU021 0 050120 2D 000000 A00004077290 Incremental Labor Funding for TI-11  9300BS 130065522800002  LLA : JJ 1771810 84TT 310 VU021 0 050120 2D 000000 A00004077290 ODC in support of CLIN 7300 TI# 11   MOD 56 Funding  Cumulative Funding   MOD 57  7300BN 130064697900001  LLA : HW 1771810 84TT 310 VU021 0 050120 2D 000000 A00004022343 Incremental Labor Funding for TI-11. Realign $325,000 to SLIN 9300BH on Mod 57.  9300BH 130064697900002  LLA : HW 1771810 84TT 310 VU021 0 050120 2D 000000 A00004022343 ODC in support of CLIN 7300 TI# 11. Realign $325,000 from SLIN 7300BH to this SLIN on Mod 57.   MOD 57 Funding  Cumulative Funding   MOD 58  7300BZ 130066250000001  LLA : JF 1771804 8M4K 310 00024 0 050120 2D 000000 A00004121761 Incremental Labor Funding for TI-15  7300CA 130066278000001  LLA : JL 1761611 6218 310 CV312 0 050120 2D 000000 A00004124063 Incremental Labor Funding for TI-11.  7300CB 130066278000003  LLA : JM 1761611 6218 310 CV312 0 050120 2D 000000 A10004124063 Incremental Labor Funding for TI-11.  7300CC 130066278000005  LLA : JN 1761611 6218 310 CV312 0 050120 2D 000000 A20004124063 Incremental Labor Funding for TI-11.  

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 163 of 185 FINAL

 

Page 168: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

7300CD 130066506500001  LLA : JP 97X4930 NH1K 310 77777 0 050120 2F 000000 A00004137948 Incremental Labor Funding for TI-13  7300CE 130066506600001  LLA : JQ 1771804 70BE 257 57025 R 068688 2D XK2409 5702572409KD Standard Number: N5702517WXK2409 Incremental Labor Funding for TI-13  7300CF 130066391000001  LLA : JR 1771804 70BA 257 62758 0 062649 2D X11009 6275870D92KP Standard Number: N6275817WX11009 Incremental Labor Funding for TI-13  7300CG 130066506400001  LLA : JS 97X4930 NH1Q 310 77777 0 050120 2F 000000 A00004137946 Incremental Labor Funding for TI-13  7300CH 130066506300001  LLA : JT 97X4930 NH1K 310 77777 0 050120 2F 000000 A00004137945 Incremental Labor Funding for TI-13  7300CJ 130066380700001  LLA : JU 1771319 A4NP 310 WS020 0 050120 2D 000000 A00004130235 Incremental Labor Funding for TI-13  7300CK 130066567000001  LLA : JV 97X4930 NH1E 310 77777 0 050120 2F 000000 A00004141160 Incremental Labor Funding for TI-12  9300BT 130066278000002  LLA : JL 1761611 6218 310 CV312 0 050120 2D 000000 A00004124063 ODC in support of CLIN 7300 TI# 11  9300BU 130066278000006  LLA : JN 1761611 6218 310 CV312 0 050120 2D 000000 A20004124063 ODC in support of CLIN 7300 TI# 11  9300BV 130066278000008  LLA : JP 1761611 6218 310 CV312 0 050120 2D 000000 A30004124063 ODC in support of CLIN 7300 TI# 11  9300BW 130066506600002  LLA : JQ 1771804 70BE 257 57025 R 068688 2D XK2409 5702572409KD Standard Number: N5702517WXK2409 ODC in support of CLIN 7300 TI# 13  9300BX 130066391000002  LLA : JR 1771804 70BA 257 62758 0 062649 2D X11009 6275870D92KP Standard Number: N6275817WX11009 ODC in support of CLIN 7300 TI# 13  9300BY 130066380700002  LLA : JU 1771319 A4NP 310 WS020 0 050120 2D 000000 A00004130235 ODC in support of CLIN 7300 TI# 13  9300BZ 130066567000002  LLA : JV 97X4930 NH1E 310 77777 0 050120 2F 000000 A00004141160 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 164 of 185 FINAL

 

Page 169: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

ODC in support of CLIN 7300 TI# 12   MOD 58 Funding  Cumulative Funding   MOD 59  7300CL 130066869100001  LLA : JW 1771810 84TT 310 VU021 0 050120 2D 000000 A00004162252 Incremental Labor Funding for TI-11  7300CM 130066869100003  LLA : JX 1771810 84TT 310 VU021 0 050120 2D 000000 A10004162252 Incremental Labor Funding for TI-11  7300CN 130064370000001  LLA : JZ 97X4930 NH1K 310 77777 0 050120 2F 000000 A00003998275 Incremental Labor Funding for TI-13  7300CP 130066238800001  LLA : JZ 1761810 A2MB 310 WS010 0 050120 2D 000000 A10004121396 Incremental Labor Funding for TI-11  9300CA 130066869100002  LLA : JW 1771810 84TT 310 VU021 0 050120 2D 000000 A00004162252 ODC in support of CLIN 7300 TI# 11  9300CB 130066869100004  LLA : JX 1771810 84TT 310 VU021 0 050120 2D 000000 A10004162252 ODC in support of CLIN 7300 TI# 11  9300CC 130066924400001  LLA : HA 97X4930 NH1E 310 77777 0 050120 2F 000000 A00004165766 ODC in support of CLIN 7300 TI# 15  9300CD 130064370000002  LLA : JY 97X4930 NH1K 310 77777 0 050120 2F 000000 A00003998275 ODC in support of CLIN 7300 TI# 13  9300CE 130066238800002  LLA : JZ 1761810 A2MB 310 WS010 0 050120 2D 000000 A10004121396 ODC in support of CLIN 7300 TI# 11   MOD 59 Funding  Cumulative Funding   MOD 60  7300CQ 130066278000009  LLA : KA 1761611 6218 310 CV312 0 050120 2D 000000 A40004124063 Incremental Labor Funding for TI-11  7300CR 130066278000011  LLA : JN 1761611 6218 310 CV312 0 050120 2D 000000 A20004124063 Incremental Labor Funding for TI-11  7300CS 130066963800001  LLA : KB 1721611 1224 310 SH400 0 050120 2D 000000 A00004169492 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 165 of 185 FINAL

 

Page 170: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Incremental Labor Funding for TI-11  7300CT 130066963800003  LLA : KB 1721611 1224 310 SH400 0 050120 2D 000000 A00004169492 Incremental Labor Funding for TI-11  7300CU 130066990700001  LLA : KC 97X4930 NH1E 310 77777 0 050120 2F 000000 A00004171700 ODC in support of CLIN 7300 TI# 12  7300CV 130066990700003  LLA : KD 97X4930 NH1E 310 77777 0 050120 2F 000000 A10004171700 Incremental Labor Funding for TI-12  7300CW 130066990700005  LLA : KE 97X4930 NH1E 310 77777 0 050120 2F 000000 A20004171700 Incremental Labor Funding for TI-12  9300CF 130066278000010  LLA : KA 1761611 6218 310 CV312 0 050120 2D 000000 A40004124063 ODC in support of CLIN 7300 TI# 11  9300CG 130066278000012  LLA : JN 1761611 6218 310 CV312 0 050120 2D 000000 A20004124063 ODC in support of CLIN 7300 TI# 11  9300CH 130066963800002  LLA : KB 1721611 1224 310 SH400 0 050120 2D 000000 A00004169492 ODC in support of CLIN 7300 TI# 11  9300CJ 130066963800004  LLA : KB 1721611 1224 310 SH400 0 050120 2D 000000 A00004169492 ODC in support of CLIN 7300 TI# 11  9300CK 130066990700002  LLA : KC 97X4930 NH1E 310 77777 0 050120 2F 000000 A00004171700 ODC in support of CLIN 7300 TI# 12  9300CL 130066990700004  LLA : KD 97X4930 NH1E 310 77777 0 050120 2F 000000 A10004171700 ODC in support of CLIN 7300 TI# 12   MOD 60 Funding  Cumulative Funding   MOD 61 Funding  Cumulative Funding   MOD 62  7300CX 130067347100001  LLA : KF 1751810 82MB 310 VU021 0 050120 2D 000000 A00004198694 Incremental Labor Funding for TI-11 USC 2410(a) authority is hereby invoked.  7300CY 130067371100001  LLA : KG 1771804 22M9 252 68045 0 068566 2D XCH004 680457CH004Q Standard Number: N6804517WXCH004 Incremental Labor Funding for TI-12, 10 USC 2410(a) authority   

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 166 of 185 FINAL

 

Page 171: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

 7300CZ 130067368100001  LLA : KH 1771804 22M8 251 3596A 0 068566 2D CCM024 3596A7GSTC9Q Standard Number: N3596A17RCCM024 Incremental Labor Funding for TI-12, 10 USC 2410(a) authority is hereby invoked.  7300DA 130067215200001  LLA : KJ 1771804 70BA 257 62758 0 062649 2D X11011 6275870D92KP Standard Number: N6275817WX11011 Incremental Labor Funding for TI-13, 10 USC 2410(a) authority is hereby invoked.  7300DB 130061704900005  LLA : GQ 1771804 60BD 251 53825 S 060951 2D X0020H 465817SU001Q Incremental Labor Funding for TI-13, 10 USC 2410(a)  7300DC 130067357400001  LLA : KN 1771804 8M4K 310 WS010 0 050120 2D 000000 A00004199411 Incremental Labor Funding for TI-11 10 USC 2410(a)  9300CM 130067347100002  LLA : KF 1751810 82MB 310 VU021 0 050120 2D 000000 A00004198694 ODC in support of CLIN 7300 TI# 11, 10 USC 2410(a) authority is hereby invoked.  9300CN 130067127700001  LLA : KK 1751810 A2MB 310 WS010 0 050120 2D 000000 A00004182890 ODC in support of CLIN 7300 TI# 11, 10 USC 2410(a)  9300CP 130067127700002  LLA : KL 1761810 A2MB 310 WS010 0 050120 2D 000000 A10004182890 ODC in support of CLIN 7300 TI# 11, 10 USC 2410(a)  9300CQ 130067127700003  LLA : KM 1771810 A4TT 310 WS010 0 050120 2D 000000 A20004182890 ODC in support of CLIN 7300 TI# 11, 10 USC 2410(a)  9300CR 130067371100002  LLA : KG 1771804 22M9 252 68045 0 068566 2D XCH004 680457CH004Q Standard Number: N6804517WXCH004 ODC in support of CLIN 7300 TI# 12, 10 USC 2410(a)  9300CS 130067368100002  LLA : KH 1771804 22M8 251 3596A 0 068566 2D CCM024 3596A7GSTC9Q Standard Number: N3596A17RCCM024 ODC in support of CLIN 7300 TI# 12, 10 USC 2410(a)  9300CT 130067215200002  LLA : KJ 1771804 70BA 257 62758 0 062649 2D X11011 6275870D92KP Standard Number: N6275817WX11011 ODC in support of CLIN 7300 TI# 13, 10 USC 2410(a)  9300CU 130061704900006  LLA : GQ 1771804 60BD 251 53825 S 060951 2D X0020H 465817SU001Q ODC in support of CLIN 7300 TI# 13, 10 USC 2410(a)  9300CV 130067357400002  LLA : KN 1771804 8M4K 310 WS010 0 050120 2D 000000 A00004199411 ODC in support of CLIN 7300 TI# 11, 10 USC 2410(a)   

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 167 of 185 FINAL

 

Page 172: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

MOD 62 Funding  Cumulative Funding  

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 168 of 185 FINAL

 

Page 173: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

SECTION H SPECIAL CONTRACT REQUIREMENTS

H.1   KEY PERSONNEL – DESIRED QUALIFICATIONS

To perform the requirements of the PWS, the Government desires personnel with the appropriate experience andprofessional development qualifications.  All key individuals must be available with required Security Clearances inplace to begin work.  Interim clearances are acceptable.

a.       Experience – Key Personnel shall be proposed as indicated below.  Desired experience for recommendedpositions is also included below.

b.      Professional Development – Professional development includes honors, degrees, publications, professionallicenses and certifications and similar evidence of professional accomplishments that directly impact the offeror’sability to perform the contract.  The years of experience listed below are in addition to appropriate professionaldevelopment.  It is incumbent upon the offeror to demonstrate that the proposed personnel have appropriatecredentials to perform the work.       c.     Accumulation Of Qualifying Experience – Categories of experience may be accumulated concurrently.  Aworkforce of 105.4 annual labor years is required to support this Order.  Eleven full-time equivalents are consideredKey Personnel in six labor categories. This core group of experts must be maintained throughout the period ofperformance of this Order. All Key Personnel must be approved in writing by the Contracting Officer as detailedherein.

H.1.1 SENIOR PROGRAM MANAGER

Ten years of full-time professional experience in Project Management and/or Systems Engineering.  Three of theseyears must have been full-time experience at the system level in any of the following areas:  (1) Senior levelEngineering requirements definition, system design parameters, concepts operation, risk assessment, producibilitystudies / analyses, test and evaluation, post-delivery support; Project Management of complex engineering projectrequiring task effort monitoring through Cost Schedule and Deliverable status determination and  skilled in RiskMitigation practices

H.1.2 SENIOR PROGRAM/PROJECT ENGINEER

 

Ten years of full-time professional experience in Systems Engineering.  Two of these years must have been full-timeexperience at the system level in any of the following areas: requirements definition, system design parameters,concepts operation, risk assessment, producibility studies / analyses, test and evaluation, post-delivery support.

H.1.3 SENIOR SYSTEMS ENGINEER

Eight years of full-time professional experience in systems engineering including one year that must have been insupport of a major shipboard system.  Two of these years must have been full-time experience at the system level inany of the following areas: requirements definition, system design parameters, concepts operation, risk assessment,producibility studies/analyses, performance analyses, test and evaluation, post-delivery support

H.1.4 INTERMEDIATE COMPUTER SYSTEMS ENGINEER

Six years of full-time professional experience working as a Computer Systems Engineer, one year of which musthave been in support of a major shipboard system

H.1.5 SENIOR INTEGRATED LOGISTICS SUPPORT MANAGER

Ten years of full-time professional experience in Navy Integrated Logistics Support and System Life Cycle Supportareas of the DoD/Navy Integrated Logistics Support System with knowledge of DoD/Navy ILS systems, directives,policies, and standards. 

H.1.6 SENIOR TECHNICAL WRITER

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 169 of 185 FINAL

 

Page 174: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Six years of full-time experience in developing Navy training and training equipment programs, plans, curriculum,documentation, and materials for complex electronic systems and equipment.  This experience shall includeanalyzing program specifications and developing program manpower, personnel, and training requirements usingstandard DoD and / or Navy algorithms and processes.

H.2   NON-KEY PERSONNEL – MINIMUM QUALIFICATIONS

H.2.1 INTERMEDIATE SYSTEMS ENGINEER

Six years of full-time professional experience working in systems engineering.  Two of these years must have beenfull-time experience in at least one major shipboard, non-propulsion electronic subsystem at the system level in anyof the following areas: requirements definition, system design parameters, concepts operation, risk assessment,producibility studies / analyses, performance analyses, test and evaluation, post-delivery support.

H.2.2 ENGINEERING TECHNICIAN V

Twelve years of full-time professional experience working as an Engineering Technician in providing technicalsupport related to the design, development, production, or testing of shipboard systems.  This must include tenyears full-time hands-on experience in installation, troubleshooting, repairing, and / or testing of any one majorshipboard system / equipment.  The requirement for full time experience precludes concurrent experience on morethan one system / equipment unless they are all equivalent in complexity and maintenance philosophy.

H.2.3 ENGINEERING TECHNICIAN IV

Seven years of full-time professional experience working as an Engineering Technician in providing technicalsupport related to the design, development, production, or testing of shipboard systems.  This must include sixyears full-time hands-on experience in installation, troubleshooting, repairing, and / or testing of any one majorshipboard system / equipment.  The requirement for full time experience precludes concurrent experience on morethan one system / equipment unless they are all equivalent in complexity and maintenance philosophy.

H.2.4 ENGINEERING TECHNICIAN III

Five years of full-time professional experience working as an Engineering Technician in providing technical supportrelated to the design, development, production, or testing of shipboard systems.  This must include three years offull-time hands-on experience in installation, troubleshooting, repairing, and / or testing of any one major shipboardsystem / equipment.  The requirement for full time experience precludes concurrent experience on more than onesystem / equipment unless they are all equivalent in complexity and maintenance philosophy.

H.2.5 ENGINEERING TECHNICIAN II

Four years of full-time professional experience working as an Engineering Technician in providing technical supportrelated to the design, development, production, or testing of shipboard systems.  This must include three years offull-time hands-on experience in installation, troubleshooting, repairing, and / or testing of any one major shipboardsystem / equipment.  The requirement for full time experience precludes concurrent experience on more than onesystem / equipment unless they are all equivalent in complexity and maintenance philosophy.

H.2.6 ENGINEERING TECHNICIAN I

Three years of full-time professional experience working as an Engineering Technician in providing technical supportrelated to the design, development, production, or testing of shipboard systems.  This must include two years offull-time hands-on experience in installation, troubleshooting, repairing, and / or testing of any one major shipboardsystem / equipment.  The requirement for full time experience precludes concurrent experience on more than onesystem / equipment unless they are all equivalent in complexity and maintenance philosophy.

H.2.7 INTERMEDIATE DRAFTER / CAD OPERATOR III

Six years of full-time professional experience working as a Drafter

H.2.8 INTERMEDIATE INTEGRATED LOGISTICS SUPPORT SPECIALIST

Six years of full-time professional experience in Navy Integrated Logistics Support and System Life Cycle Support

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 170 of 185 FINAL

 

Page 175: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

areas of the DoD / Navy Integrated Logistics Support System with knowledge of DoD / Navy ILS systems,directives, policies, and standards. 

Two of these years must be full-time specialized experience in logistics engineering development includingexperience in the development, fleet introduction, installation, test, operation, and life cycle support of a majorshipboard system.  This specialized experience shall include each of the following Navy ILS components in supportof a major shipboard system (1) Maintenance Planning; (2) Manpower, Personnel, & Training; (3) Supply Support;(4) Test Equipment Support; (5) Technical Logistical Data; (6) Packaging, Handling, Storage, & Transportation;and (7) Design & Installation.

H.2.9 INTERMEDIATE TECHNICAL INFORMATION & PUBLICATIONS WRITER / EDITOR

Six years of full-time professional experience in the documentation of operational / maintenance / installation datausing standard military practices

H.2.10 INTERMEDIATE TRAINING SPECIALIST

Five years of full-time experience in developing Navy training and training equipment programs, plans, curriculum,documentation, and materials for complex electronic systems and equipment.  This experience shall includeanalyzing program specifications and developing program manpower, personnel, and training requirements usingstandard DoD and / or Navy algorithms and processes.

H.2.11 INTERMEDIATE CONFIGURATION MANAGEMENT SPECIALIST

Eight years of full-time professional experience working in Configuration Management including four years offull-time experience in Configuration Management of modern, large-scale military electronics systems.  Modern,large-scale military electronics systems are defined as a system that has been in use during the past ten years.

H.2.12 LOGISTICS I

Five years of full-time professional experience in Navy Integrated Logistics with knowledge of DoD / Navy ILSsystems, directives, policies, and standards. 

Two of these years must be full-time specialized experience in logistics engineering development includingexperience in the development, fleet introduction, installation, test, operation, and life cycle support of a majorshipboard system.  This specialized experience shall include each of the following Navy ILS components in supportof a major shipboard system (1) Maintenance Planning; (2) Manpower, Personnel, & Training; (3) Supply Support;(4) Test Equipment Support; (5) Technical Logistical Data; (6) Packaging, Handling, Storage, & Transportation;and (7) Design & Installation.

H.2.13 LOGISTICS II

Three years of full-time professional experience in Navy Integrated Logistics Support and System Life Cycle Supportareas of the DoD / Navy Integrated Logistics Support System with knowledge of DoD / Navy ILS systems,directives, policies, and standards. 

One year must be full-time specialized experience in logistics engineering development including experience in thedevelopment, fleet introduction, installation, test, operation, and life cycle support of a major shipboard system. This specialized experience shall include each of the following Navy ILS components in support of a majorshipboard system (1) Maintenance Planning; (2) Manpower, Personnel, & Training; (3) Supply Support; (4) TestEquipment Support; (5) Technical Logistical Data; (6) Packaging, Handling, Storage, & Transportation; and (7)Design & Installation.

H.2.14 JUNIOR MANAGEMENT ANALYST

Two years full-time professional experience in providing support in one or more of the following areas: ScheduleAnalyses, Risk Assessments, Tracking Systems, Cost Analyses, Program Planning, Database Management.

 

 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 171 of 185 FINAL

 

Page 176: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

H.2.15 SENIOR TRAINING SPECIALIST

 

Six years of full-time professional experience in developing Navy training and training equipment programs, plans,curriculum, documentation, and materials for complex electronic systems and equipment.  This experience shallinclude analyzing program specifications and developing program manpower, personnel, and training requirementsusing standard DoD and / or Navy algorithms and processes.

 H.3 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 personnel proposed.Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted withthe proposal necessary to fulfill the requirements of the contract. No substitution shall be made without priornotification to and concurrence of the Contracting Officer in accordance with this requirement.

(b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to bereplaced. The Contracting Officer shall be notified in writing of any proposed substitution at least forty-five (45)days, or ninety (90) days if a security clearance is to be obtained, in advance of the proposed substitution. Suchnotification shall include: (1) an explanation of the circumstances necessitating the substitution; (2) a completeresume of the proposed substitute; (3) hourly rate; (4) any other information requested by the Contracting Officer toenable him/her to judge whether or not the Contractor is maintaining the same high quality of personnel thatprovided the partial basis for award.

H.4 Ddl-H13 POST AWARD CONTRACTOR PERSONNEL APPROVAL

(a) Requests for post award approval of additional and/or replacement Resumed Key personnel shall be submitted viae-mail. E-mail submissions shall be made simultaneously to the Contract Specialist, COR, and the Alternate COR.Electronic notification via e-mail from the Contract Specialist will serve as written approval/disapproval on behalf ofthe Contracting Officer. This approval is required before an individual may begin charging to the Task Order.

(b) Resumes shall be submitted in the format required. However, in order to expedite contract administration,contractor format may be used providing sufficient information is submitted for an independent comparison of theindividual'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 accepted offer letter(which identifies a projected start date and the agreed to annual salary) shall be provided.

H.5 Reserved

H.6 5252.202-9101 ADDITIONAL DEFINITIONS (MAY 1993)

As used throughout this contract, the following terms shall have the meanings set forth below:

(a) DEPARTMENT - means the Department of the Navy.

(b) REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR) - All references to the FAR in thiscontract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS), unlessclearly indicated otherwise.

H.7 5252.227-9113 GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (OCT 2006)

(a) The Contractor shall participate in the appropriate interchange of the Government-Industry Data ExchangeProgram (GIDEP) in accordance with NAVSEA S0300-BU-GYDH-40010 dated November 1994. Data entered isretained by the program and provided to qualified participants. Compliance with this requirement shall not relievethe Contractor from complying with any other requirement of the contract.

(b) The Contractor agrees to insert paragraph (a) of this requirement in any subcontract hereunder exceeding When so inserted, the word "Contractor" shall be changed to "Subcontractor".

(c) GIDEP materials, software and information are available without charge from:

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 172 of 185 FINAL

 

Page 177: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

GIDEP Operations Center

P.O. Box 8000

Corona, CA 92878-8000

Phone: (951) 898-3207

FAX: (951) 898-3250

Internet: http://www.gidep.org

H.8 NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

(a) Performance of the work hereunder may be subject to written technical instructions issued via Task Ordermodification after the instruction has been signed by the Contracting Officer, COR, and Contractor. As used herein,technical instructions are defined to include the following:

(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in detailsor otherwise serve to accomplish the contractual PWS.

(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions ofwork description.

(b) Technical instructions must be within the general scope of work stated in the order. Technical instructions maynot be used to: (1) assign additional work under the order; (2) direct a change as defined in the "CHANGES" clauseof the basic contract; (3) increase or decrease the estimated order amount (including fee), as applicable, the level ofeffort, or the time required for task order performance; or (4) change any of the terms, conditions or specifications ofthe order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the order or isinconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10)working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by thetechnical instruction unless and until the Contractor is notified by the Contracting Officer that the technicalinstruction is within the scope of this order.

(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion ofthe contractual work statement which is not affected by the disputed technical instruction. Additional InformationRelating to the Issuance of Technical Instructions:

Additional Information Relating to the Issuance of Technical Instructions:

Following approval of a Technical Instruction (TI) by the Contracting Officer and Acknowledgement of Receipt bythe Contractor, the TI will be incorporated into the task order by administrative modification.

H.9 FUNDING PROFILE

It is estimated that these incremental funds will provide for the number of hours of labor stated below. The followingdetails funding to date:

CONTRACTPERIOD

LABORCLIN

PERIOD OFPERFORMANCE

CEILING TOTALPREVIOUSLYFUNDED

FUNDS THISACTION

TOTAL FUNDEDTOTALUNFUNDED

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 173 of 185 FINAL

 

Page 178: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

   

       

CONTRACTPERIOD

LABORCLIN

PERIOD OFPERFORMANCE

AVERAGEHOURLY RATE

LABOR HOURSFUNDED

   

   

   

   

   

   

   

   

   

  

 

   

   

     

CONTRACTPERIOD

ODCCLIN

PERIOD OFPERFORMANCE

CEILING TOTALPREVIOUSLYFUNDED

FUNDS THISACTION

TOTAL FUNDEDTOTALUNFUNDED

   

 

 

LABOR HOURS

CONTRACTPERIOD

LABOR CLINLABOR HRSCEILING

LABOR HRSFUNDED

 

 

 

  

  

  

  

 

Page 179: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

H.10  NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available andallotted to this contract for payment of fee for incrementally funded contract line item number/contract subline itemnumber (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract forpayment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contractentitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period ofperformance for which it is estimated the allotted amount(s) will cover are as follows:

 

LABOR CLINPERIOD OFPERFORMANCE

COST FEE TOTAL

 

 

(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time forthe incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall stateseparately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and theperiod of performance which the amount(s) are expected to cover.

(c) 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 the costs ofperformance of fully funded CLINs/SLINs.

H.11 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 work described inSections B and C of this task order. The total level of effort for the performance of this task order shall be man-hoursof direct labor, including subcontractor direct labor for those subcontractors specifically identified in the Contractor'sproposal as having hours included in the proposed level of effort. The table below and information for blanks inparagraph (b) and (d) are to be completed by the Offeror:

Period CLIN Total Labor Hours Compensated Uncompensated

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 175 of 185 FINAL

 

Page 180: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

     

(b)  Of the total man-hours of direct labor set forth above, it is estimated that  man-hours are uncompensatedeffort. Uncompensated effort is defined

Total Times Accounting (TTA) efforts are included in this definition.All other effort is defined as compensated effort. If no effort is indicated in the first sentence of this paragraph,uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligationsunder this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performedin direct support of this contract and shall not include time and effort expended on such things as (local travel to andfrom an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work(actual or inferred) at an employee's residence or other non-work locations (except as provided in paragraph (i)below), or other time and effort which does not have a specific and direct contribution to the tasks described inSections B and C.

(d) The level of effort for this contract shall be expended at an average rate

It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective,provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the termhereof, except as provided in the following paragraph.

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such anextent that the total man-hours of effort specified above would be used prior to the expiration of the term, theContractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefitswhich would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together withan offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work untilexpiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms andconditions of this contract and any additions or changes required by then current law, regulations, or directives, andthat the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. TheContractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Anyagreement to accelerate will be formalized by contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct laborsuch that the total man-hours of effort specified in paragraph (a) above would be used prior to the expiration of theterm. This order shall specify the acceleration required and the resulting revised term. The Contractor shallacknowledge this order within five days of receipt.

(g) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative ContractingOfficer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated anduncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shallindicate on each invoice the total level of effort claimed during the period covered by the invoice, separatelyidentifying compensated effort and uncompensated effort, if any.

(h) Within 45 days after completion of the work under each separately identified period of performance hereunder, theContractor shall submit the following information in writing to the Contracting Officer with copies to the cognizantContract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number ofman-hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the numberof man-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown ofother costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for theperiod. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, inthe case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recoverexcess funds. All submissions shall include subcontractor information.

(i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contractperformance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractorhas a company-approved alternative worksite plan. The primary worksite is the traditional “main office” worksite.An alternative worksite means an employee’s residence or a telecommuting center. A telecommuting center is ageographically convenient office setting as an alternative to an employee’s main office. The Government reserves the

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 176 of 185 FINAL

 

Page 181: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

right to review the Contractor’s alternative worksite plan. In the event performance becomes unacceptable, theContractor will be prohibited from counting the hours performed at the alternative worksite in fulfilling the totallevel of effort obligations of the contract. Regardless of work location, all contract terms and conditions, includingsecurity requirements and labor laws, remain in effect. The Government shall not incur any additional cost norprovide additional equipment for contract performance as a result of the Contractor’s election to implement analternative worksite plan.

(j) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OF FUNDS orLIMITATION OF COST clauses, as applicable, the period of performance may be extended and the estimated costmay be increased in order to permit the Contractor to provide all of the man-hours listed in paragraph (a) above. Thecontractor shall continue to be paid fee for each man-hour performed in accordance with the terms of the contract.

H.12 SAVINGS INITIATIVES

The following cost savings initiatives are required under this Task Order:

(a) Annual Labor Escalation:

(b) Maximum Pass-Thru Rate:

(c) Lower Target, Maximum and/or Minimum Fee rates than those reflected in the solicitation

(d) Other:

(e) byavoiding second tier subcontractors/consultants during performance and where this situation is unavoidable, limitingsubcontractor pass-thru costs to the lower of:

    The prime contractor’s pass-thru rate under this order or

    The subcontractor’s SeaPort-e pass-thru rate where the subcontractor is also a prime contractor under SeaPort-e.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

In addition to the terms set forth elsewhere in the contract, the contractor may earn an extension or reduction to thecontract period from a minimum of 1 to a maximum of 5 years on the basis of performance during the evaluation

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 177 of 185 FINAL

 

Page 182: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

periods. The contractor is evaluated during the first year of performance, but extensions or reductions start in thesecond year. If scores are very good during Year 2, the contractor earns Year 4; if scores are very good in Year 3, thecontractor earns Year 5. In Year 5, the contractor must earn a score of "excellent" in order for the contract period to beextended beyond Year 5. Consistent scores of "excellent" during succeeding years earn contract period extensions upto a maximum of 10 years. The contract period may also be reduced on the basis of the contractor's performanceagainst the stated performance parameters. Points are awarded or deducted during each year of the contract on thebasis of how the contractor has performed against the predetermined criteria. The contract period is then extended orreduced to reflect this assessment.

(a) Award Term. The award-term concept is an incentive that permits extension of the contract period beyond thebase period of performance for superior performance or reduction of the contract period of performance because of poorperformance. (b) Term Points. Positive or negative points are accumulated during each evaluation period on thebasis of the contractor's performance. An accumulation of positive points (e.g., +50, +75, or +100) is required for aone-year term extension, and an accumulation of negative points (e.g., -50, -75, or -100) results in a one-yearreduction in the contract period. (c) Monitoring of Performance. The contractor's performance will be continuallymonitored by the performance monitors whose findings are reported to the ATRB. The ATRB recommends anaward term to the TDO, who makes the final decision on the award-term amount on the basis of the contractor'sperformance during the award-term evaluation period. (d) Award-Term Plan. The evaluation criteria, the associatedpoints, and the associated award-term extensions or reductions are specified in the award-term plan. (e) Modificationof Award-Term Plan. Changes may be made to the award-term plan at any time during contract performance,provided that both parties agree to them. If agreement cannot be reached on changes, the initial award-term planremains in effect. (f) Self-Evaluation. The contractor will submit to the CO, within 5 working days after the end ofeach award-term evaluation period, a brief written self-evaluation of its performance for that period. Thisself-evaluation shall be limited to 25 pages. It will be used in the ATRB's evaluation of the contractor's performanceduring this period. (g) Disputes. Decisions regarding the award term, including—but not limited to— the amount ofthe award term, if any; the methodology used to calculate the award term; calculation of the award term; thesupplier's entitlement to the award term; and the nature and success of the contractor's performance, are made by theTDO. These decisions are final and are not subject to dispute. (h) Award-Term Extension. The contract period maybe modified to reflect the TDO decision. The total contract ordering period, including extensions under this clause,will not exceed 5 years, or the time remaining on the SEAport contracts, including exercised options. Theaward-term provision must be included in the solicitation and resulting TO. If at any time the contract period doesnot extend more than two years from the TDO decision, the operation of the award-term provision will cease and theordering period will not extend beyond the term set at that time.

H.13 ECRAFT LABOR CATEGORY CROSSWALK

The Contractor shall utilize the below Labor Categories as part of the Contractor’s Funds and Man-hourExpenditure Reports in the Electronic Cost Reporting and Financial Tracking (eCRAFT) report submittal inaccordance with C40.  This table identifies the Task Order Labor Category, as well as, the corresponding eCRAFTLabor Category for reporting purposes. 

Current Labor Category Title To Be Labor Category Title

Senior  Program Manager               Manager, Program/Project III

Senior Project Engineer Engineer, Systems IV

Senior Systems Engineer Engineer, Systems IV

Intermediate Computer Systems Engineer Engineer, Systems III

Senior Integrated Logistics Support Manager Logistician III

Senior Technical Writer Technical Writer III

Intermediate Systems Engineer Engineer, Systems III

Engineering Technician V Technician, Engineering V

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 178 of 185 FINAL

 

Page 183: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

Engineering Technician  IV Technician, Engineering IV

Engineering Technician III Technician, Engineering  III

Engineering Technician II Technician, Engineering  II

Engineering Technician I Technician, Engineering  I

Intermediate Drafter/CAD Operator III Drafter CAD Operator III

Intermediate Integrated Logistics Support Specialist Logistician II

Intermediate Technical Information & Publications Writer/Editor Technical Writer III

IntermediateTraining Specialist Specialist, Training II

Integrated Configuration Management Specialist Specialist, Configuration Mgmt

Logistics I Logistician I

Logistics II Logistician II

Junior Management Analyst Analyst, Management I

Senior Training Specialist Specialist, Training III

 

 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 179 of 185 FINAL

 

Page 184: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

SECTION I CONTRACT CLAUSES

I.1 CLAUSES INCORPORATED BY REFERENCE

52.222-17 NONDISPLACEMENT OF QUALIFIED WORKERS (JAN 2013)52.222-41 SERVICE CONTRACT ACT OF 1965 (NOV 2007)52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG2011)52.204-6 DATA UNIVERSAL NUMBERING SYSTEM NUMBER (APR 2008)52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATION ((FEB 2009)52.204-12 DATA UNIVERSAL NUMBERING SYSTEM NUMBERING MAINTENANCE (DEC 2012)

All clauses incorporated by reference in the offerors MAC contract apply to this Task Order, as applicable.

Note: Regarding 52.244-2 -- SUBCONTRACTS (JUNE 2007) - ALTERNATE I (JUNE 2007), Teamingarrangement with any firm not included in the Contractor's basic MAC contract must be submitted to the basicMAC Contracting Officer for approval. Team member (subcontract) additions after Task Order award must beapproved by the Task Order Contracting Officer.

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (NAVSEA VARIATION)(SEP 2009)

(a) The Government may extend the term of this contract by written notice(s) to the Contractor within the periodsspecified below. If more than one option exists the Government has the right to unilaterally exercise any such optionwhether or not it has exercised other options.

ITEM(s) Latest Option Exercise Date

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

(c) The total duration of this contract, including the exercise of any option(s) under this clause, shall not exceed five(5) years, however, in accordance with paragraph (g) of the requirement of this contract entitled "LEVEL OFEFFORT" (NAVSEA 5252.216-9122), if the total manhours delineated in paragraph (a) of the LEVEL OF EFFORTrequirement, have not been expended within the period specified above, the Government may require the Contractorto continue to perform the work until the total number of manhours specified in paragraph (a) of the aforementionedrequirement have been expended.

I.2 52.216-10 INCENTIVE FEE (June 2011)

(Applicable to

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

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

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

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

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 180 of 185 FINAL

 

Page 185: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

(c) Withholding of payment.

(1) Normally, the Government shall pay the fee to the Contractor as specified in the Schedule. However, when theContracting Officer considers that performance or cost indicates that the Contractor will not achieve target, theGovernment shall pay on the basis of an appropriate lesser fee. When the Contractor demonstrates that performanceor cost clearly indicates that the Contractor will earn a fee significantly above the target fee, the Government may, atthe sole discretion of the Contracting Officer, pay on the basis of an appropriate higher fee.

(2) Payment of the incentive fee shall be made as specified in the Schedule; provided that the Contracting Officerwithholds a reserve not to exceed 15 percent of the total incentive fee or $100,000, whichever is less, to protect theGovernment’s interest. The Contracting Officer shall release 75 percent of all fee withholds under this contract afterreceipt of an adequate certified final indirect cost rate proposal covering the year of physical completion of thiscontract, provided the Contractor has satisfied all other contract terms and conditions, including the submission ofthe final patent and royalty reports, and is not delinquent in submitting final vouchers on prior years’ settlements.The Contracting Officer may release up to 90 percent of the fee withholds under this contract based on theContractor’s past performance related to the submission and settlement of final indirect cost rate proposals.

(d) Equitable adjustments. When the work under this contract is increased or decreased by a modification to thiscontract or when any equitable adjustment in the target cost is authorized under any other clause, equitableadjustments in the target cost, target fee, minimum fee, and maximum fee payable.

(e) Fee payable.

(1) The fee payable under this contract shall be

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

(i) Payments made under assignments; or 

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

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

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

(i) Any of the causes covered by the Excusable Delays clause to the extent that they are beyond the control andwithout the fault or negligence of the Contractor or any subcontractor;

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

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

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

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

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 181 of 185 FINAL

 

Page 186: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

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

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

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

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

I.3 52.243-7 NOTIFICATION OF CHANGES (Apr 1984)

(a) Definitions.“Contracting Officer,” as used in this clause, does not include any representative of the ContractingOfficer.

“Specifically Authorized Representative (SAR),” as used in this clause, means any person the Contracting Officerhas so designated by written notice (a copy of which shall be provided to the Contractor) which shall refer to thisparagraph and shall be issued to the designated representative before the SAR exercises such authority.

(b) Notice. The primary purpose of this clause is to obtain prompt reporting of Government conduct that theContractor considers to constitute a change to this contract. Except for changes identified as such in writing andsigned by the Contracting Officer, the Contractor shall notify the Administrative Contracting Officer in writingpromptly, within ten calendar days from the date that the Contractor identifies any Government conduct (includingactions, inactions, and written or oral communications) that the Contractor regards as a change to the contract termsand conditions. On the 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 or employee involved inor knowledgeable about such conduct;

(3) The identification of any documents and the substance of any oral communication involved in such conduct;

(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 equitable adjustment underthis 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 alleged change;

(iii) To the extent practicable, what delay and disruption in the manner and sequence of performance and effect oncontinued performance have been or may be caused by the alleged change;

(iv) What adjustments to contract price, delivery schedule, and other provisions affected by the alleged change areestimated; and

(6) The Contractor’s estimate of the time by which the Government must respond to the Contractor’s notice tominimize cost, delay or disruption of performance.

(c) Continued performance. Following submission of the notice required by paragraph (b) of this clause, theContractor shall diligently continue performance of this contract to the maximum extent possible in accordance withits terms and conditions as construed by the Contractor, unless the notice reports a direction of the ContractingOfficer or a communication from a SAR of the Contracting Officer, in either of which events the Contractor shallcontinue performance; provided, however, that if the Contractor regards the direction or communication as a changeas 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

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 182 of 185 FINAL

 

Page 187: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

copies furnished 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 ten calendar days after receipt of notice,respond to the notice in writing. In responding, the Contracting Officer shall either—

(1) Confirm that the conduct of which the Contractor gave notice constitutes a change and when necessary direct themode 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 when necessary direct themode of further performance; or

(4) In the event the Contractor’s notice information is inadequate to make a decision under paragraphs (d)(1), (2), or(3) of this clause, advise the Contractor what additional information is required, and establish the date by which itshould be furnished and the date thereafter by which the Government will respond.

(e) Equitable adjustments.

(1) If the Contracting Officer confirms that Government conduct effected a change as alleged by the Contractor, andthe conduct causes an increase or decrease in the Contractor’s cost of, or the time required for, performance of anypart of the work under this contract, whether changed or not changed by such conduct, an equitable adjustment shallbe made—

(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 or specifications whichare defective and for which the Government is responsible, the equitable adjustment shall include the cost and timeextension for delay reasonably incurred by the Contractor in attempting to comply with the defective drawings,designs or specifications before the Contractor identified, or reasonably should have identified, such defect. When thecost of property made obsolete or excess as a result of a change confirmed by the Contracting Officer under thisclause is included in the equitable adjustment, the Contracting Officer shall have the right to prescribe the manner ofdisposition of the property. The equitable adjustment shall not include increased costs or time extensions for delayresulting from the Contractor’s failure to provide notice or to continue performance as provided, respectively, inparagraphs (b) and (c) of this clause.

I.4 52.222-42  STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)

In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFRPart 4), this clause identifies the classes of service employees expected to be employed under the contract and sates thewages and fringe benefits payable to each as if they were employed by the contracting agency subject to the provisions of5 U.S.C. 5341 or 5332.

This Statement is for Information Only:  It is not a Wage Determination.

Task Order Category  GS Equivalent Suggested SCA Category

Engineering Technician I GS-05-07 30081

Engineering Technician II   GS-07-09 30082

Engineering Technician III   GS-09 30083

Engineering Technician IV   GS-11 30084

Engineering Technician V  GS-12 30085

Drafter/CAD Operator III   GS-09 30063

I.5 52.222-2 -- Payment for Overtime Premiums.  (Jul 1990)

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 183 of 185 FINAL

 

Page 188: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

(a) The use of overtime is authorized under this contract if the overtime premium does

(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns ofproduction 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, or accounting;

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, andoperations in flight or afloat that are continuous in nature and cannot 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 shall include all estimatedovertime for contract completion and shall --

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together withpresent workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate thenecessity for the overtime;

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

(3) Identify the extent to which approval of overtime would affect the performance or payments in connection with otherGovernment contracts, together with identification of each affected contract; and

(4) Provide reasons why the required work cannot be performed by using multishift operations or by employingadditional personnel.

 

 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 184 of 185 FINAL

 

Page 189: N00178 S5111A DCMA HAMPTON C Hampton VA 23666 · N00178-12-D-7126-0002 10B. DATED (SEE ITEM 13) CAGE CODE 34246 FACILITY CODE 03-Jul-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS

SECTION J LIST OF ATTACHMENTS

 ATTACHMENT LIST

DOCUMENT CONTENT DESCRIPTIONExhibit A Contract Data Requirements List (DD Form 1423)A achment J.1 COR Appointment Le er

A achment J.2 Contract Security Classifica on Specifica on (DD Form 254) Award Term I (OPT3)

A achment J.3 Wage Determina on - Award Term I (OPT 3)TI No. 01 Technical Instruc on 1TI No. 02 Technical Instruc on 2TI No. 03 Technical Instruc on 3TI No. 04 Technical Instruc on 4TI No. 05 Technical Instruc on 5TI No. 06 Technical Instruc on 6TI No. 07 Technical Instruc on 7TI No. 08 Technical Instruc on 8TI No. 09 Technical Instruc on 9TI No. 03 Rev 4 Technical Instruc on 3 Revison 4TI No. 04 Rev 4 Technical Instruc on 4 Revison 4TI No. 05 Rev 4 Technical Instruc on 5 Revison 4TI No. 03 Rev 6 Technical Instruc on 3 Revison 6TI No. 03 Rev 7 Technical Instruc on 3 Revison 7TI No. 04 Rev 5 Technical Instruc on 4 Revison 5TI No. 05 Rev 6 Technical Instruc on 5 Revison 6TI No. 06 Technical Instruc on 6TI No. 07 Technical Instruc on 7TI No. 08 Technical Instruc on 8TI No. 08 Rev 1 Technical Instruc on 8 Revison 1TI No. 09 Technical Instruc on 9TI No. 10 Technical Instruc on 10TI No. 11 Technical Instruc on 11TI No. 12 Technical Instruc on 12TI No. 13 Technical Instruc on 13TI No. 15 Technical Instruc on 15

L-3 Signed Modifica on 27 Modifica on 27 Signed AcceptedDra Copy in Lieu of Unavailable ElectronicDocument

 

 CONTRACT NO.

 N00178-12-D-7126 DELIVERY ORDER NO.

 N00178-12-D-7126-0002 AMENDMENT/MODIFICATION NO.

 62 PAGE

 185 of 185 FINAL