navair aircraft division lakehurst dcma surface … · 2017. 5. 4. · 2. amendment/modification...

68
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 34 07-Aug-2015 N/A N/A 6. ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A NAVAIR Aircraft Division Lakehurst Contracts Hwy 547 Code 2.5.2 Bldg 562-1 Lakehurst NJ 08733-5060 [email protected] 732-323-4816 DCMA SURFACE COMMUNICATION AND SUPPORT SYSTEMS PHILADELPHIA 700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX 11427 PHILADELPHIA PA 19111-0427 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. NDI Engineering 100 Grove Rd. Thorofare NJ 08086-0518 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4089-4Y07 10B. DATED (SEE ITEM 13) CAGE CODE 4X596 FACILITY CODE 30-Aug-2012 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] 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) Pursuant to FAR Clause 52.232-22 E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Francis Walton, CEO Patrick W Smith, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Francis Walton 07-Aug-2015 BY /s/Patrick W Smith 07-Aug-2015 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Upload: others

Post on 28-Jan-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

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

    34 07-Aug-2015 N/A N/A6. ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A

    NAVAIR Aircraft Division Lakehurst

    Contracts Hwy 547 Code 2.5.2 Bldg 562-1

    Lakehurst NJ 08733-5060

    [email protected] 732-323-4816

    DCMA SURFACE COMMUNICATION AND SUPPORTSYSTEMS PHILADELPHIA

    700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX 11427

    PHILADELPHIA PA 19111-0427

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

    NDI Engineering 100 Grove Rd. Thorofare NJ 08086-0518 9B. DATED (SEE ITEM 11)

    10A. MODIFICATION OF CONTRACT/ORDER NO.

    [X] N00178-04-D-4089-4Y07 10B. DATED (SEE ITEM 13)

    CAGECODE

    4X596 FACILITY CODE 30-Aug-2012

    11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

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

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

    [ ] [ ] 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)Pursuant to FAR Clause 52.232-22

    E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office.14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

    SEE PAGE 2

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

    Francis Walton, CEO Patrick W Smith, Contracting Officer

    15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Francis Walton 07-Aug-2015 BY /s/Patrick W Smith 07-Aug-2015

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

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

    1. CONTRACT ID CODE PAGE OF PAGES

    AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

  • GENERAL INFORMATION

    POINT OF CONTACT:

    CONTRACT SPECIALIST

    Andrew C. Abram

    Phone: 732-323-4816

    Email: [email protected]

    Contracting Officer Representative (COR)

    Richard Epstein

    Phone: 732-323-5120

    Email: [email protected]

    NDI Engineering

    Brad Mead

    Phone: (856) 848-0033 ext 212

    Email: [email protected]

    The purpose of this modification is to extend the period of performance for option period II from 29 August 2015 to30 September 2015 for CLINS 7000/9000/9001/9002. In order to complete work currently on contract, with noadditional cost to Government.

    All other terms and conditions remain unchanged.

    The Line of Accounting information is hereby changed as follows:

    The total amount of funds obligated to the task is hereby increased from $7,626,771.00 by$0.00 to $7,626,771.00.

    The total value of the order is hereby increased from $7,633,287.52 by $0.00 to $7,633,287.52.

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

    CLIN/SLIN From To

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    2 of 2 FINAL

    mailto:[email protected]

  • SECTION B SUPPLIES OR SERVICES AND PRICES

    CLIN - SUPPLIES OR SERVICES

    For Cost Type Items:

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

    4000 AD23 Labor for the Base Period. The

    contractor shall provide support

    services in accordance with Section

    C. (Fund Type - OTHER)

    1.0 LO $2,179,850.00 $174,388.00 $2,354,238.00

    400001 AD23 Funding for CLIN 4000 Labor in the

    amount of $160,000.00 (RDT&E)

    400002 AD23 Funding for CLIN 4000 Labor in the

    amount of $690,000.00 (RDT&E)

    400003 AD23 Funding for CLIN 4000 Labor in the

    amount of $50,000.00 (RDT&E)

    400004 AD23 Funding for CLIN 4000 Labor in the

    amount of $225,000.00 (RDT&E)

    400005 AD23 Funding for CLIN 4000 Labor in the

    amount of $51,102.00 (RDT&E)

    400006 AD23 Funding for CLIN 4000 Labor in the

    amount of $40,000.00 (RDT&E)

    400007 AD23 Funding for CLIN 4000 Labor in the

    amount of $90,224.00 (RDT&E)

    400008 AD23 Funding for CLIN 4000 Labor in the

    amount of $46,800.00 (RDT&E)

    400009 AD23 Funding for CLIN 4000 Labor in the

    amount of $50,000.00 (RDT&E)

    400010 AD23 Funding for CLIN 4000 Labor in the

    amount of $25,000.00 (SCN)

    400011 AD23 Funding for CLIN 4000 Labor in the

    amount of $69,056.00 (RDT&E)

    400012 AD23 Funding for CLIN 4000 Labor in the

    amount of $69,056.00 (RDT&E)

    400013 AD23 Funding for CLIN 4000 Labor in the

    amount of $130,000 (RDT&E)

    400014 AD23 Funding for CLIN 4000 Labor in the

    amount of $30,000 (OPN)

    400015 AD23 Funding for CLIN 4000 Labor in the

    amount of $31,000 (Fund Type - OTHER)

    400016 AD23 Funding for CLIN 4000 Labor in the

    amount of $80,000 (OPN)

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    1 of 66 FINAL

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

    400017 AD23 Funding for CLIN 4000 Labor in the

    amount of $30,000 (RDT&E)

    400018 AD23 Funding for CLIN 4000 Labor in the

    amount of $25,000 (OPN)

    400019 AD23 Funding for CLIN 4000 Labor in the

    amount of $12,000 (OPN)

    400020 AD23 Funding for CLIN 4000 Labor in the

    amount of $135,000 (RDT&E)

    400021 AD23 Funding for CLIN 4000 Labor in the

    amount of $315,000 (RDT&E)

    4001 AD23 Labor for Option Period I. The

    contractor shall provide support

    services in accordance with Section

    C. (Fund Type - OTHER)

    1.0 LO $2,117,114.81 $169,369.19 $2,286,484.00

    400101 AD23 Funding for CLIN 4001 Labor in the

    amount of $75,000.00 (OPN)

    400102 AD23 Funding for CLIN 4001 Labor in the

    amount of $75,000.00 (OPN)

    400103 AD23 Funding for CLIN 4001 Labor in the

    amount of $11,540.00 (SCN)

    400104 AD23 Funding for CLIN 4001 Labor in the

    amount of $15,600.00 (OPN)

    400105 AD23 Funding for CLIN 4001 Labor in the

    amount of $46,075.00 (RDT&E)

    400106 AD23 Funding for CLIN 4001 Labor in the

    amount of $328,925.00 (OPN)

    400107 AD23 Funding for CLIN 4001 Labor in the

    amount of $20,000.00 (OPN)

    400108 AD23 Funding for CLIN 4001 Labor in the

    amount of $397,206.00 (OPN)

    400109 AD23 Funding for CLIN 4001 Labor in the

    amount of $12,828.00 (RDT&E)

    400110 AD23 Funding for CLIN 4001 Labor in the

    amount of $40,000.00 (SCN)

    400111 AD23 Funding for CLIN 4001 Labor in the

    amount of $30,000.00 (OPN)

    400112 AD23 Funding for CLIN 4001 Labor in the

    amount of $64,000.00 (RDT&E)

    400113 AD23 Funding for CLIN 4001 Labor in the

    amount of $165,000.00 (O&MN,N)

    400114 AD23 Funding for CLIN 4001 Labor in the

    amount of $434,000.00 (OPN)

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    2 of 66 FINAL

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

    400115 AD23 Funding for CLIN 4001 Labor in the

    amount of $50,000.00 (OPN)

    400116 AD23 Funding for CLIN 4001 Labor in the

    amount of $16,000.00 (OPN)

    400117 AD23 Funding for CLIN 4001 Labor in the

    amount of $48,000.00 (RDT&E)

    400118 AD23 Funding for CLIN 4001 Labor in the

    amount of $48,950.00 (RDT&E)

    400119 AD23 Funding for CLIN 4001 Labor in the

    amount of $77,000.00 (SCN)

    400120 AD23 Funding for CLIN 4001 Labor in the

    amount of $10,200.00 (RDT&E)

    400121 AD23 Funding for CLIN 4001 Labor in the

    amount of $10,200.00 (RDT&E)

    400122 AD23 Funding for CLIN 4001 Labor in the

    amount of $25,000.00 (RDT&E)

    400123 AD23 Funding for CLIN 4001 Labor in the

    amount of $25,960.00 (RDT&E)

    400124 AD23 Funding for CLIN 4001 Labor in the

    amount of $65,000.00 (O&MN,N)

    400125 AD23 Funding for CLIN 4001 Labor in the

    amount of $40,000.00 (OPN)

    400126 AD23 Funding for CLIN 4001 Labor in the

    amount of $155,000.00 (O&MN,N)

    For ODC Items:

    Item PSC Supplies/Services Qty Unit Est. Cost

    6000 AD23 Travel for the Base Period. The contractor shall provide support

    services in accordance with Section C. (Fund Type - OTHER)

    1.0 LO $56,200.00

    600001 AD23 Funding for CLIN 6000 Travel in the amount of $40,000 (RDT&E)

    600002 AD23 Funding for CLIN 6000 Travel in the amount of $10,000.00 (RDT&E)

    600003 AD23 Funding for CLIN 6000 Travel in the amount of $1,200.00 (RDT&E)

    600004 AD23 Funding for CLIN 6000 Travel in the amount of $2,500.00 (RDT&E)

    600005 AD23 Funding for CLIN 6000 Travel in the amount of $2,500.00 (RDT&E)

    6001 AD23 Travel for Option Period I. The contractor shall provide support

    services in accordance with Section C. (Fund Type - OTHER)

    1.0 LO $18,000.00

    600101 AD23 Funding for CLIN 6001 Travel in teh amount of $8,000.00 (SCN)

    600102 AD23 Funding for CLIN 6001 Travel in teh amount of $10,000.00 (OPN)

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    3 of 66 FINAL

  • Item PSC Supplies/Services Qty Unit Est. Cost

    6003 AD23 Material for the Base Period. The contractor shall provide support

    services in accordance with Section C. (Fund Type - OTHER)

    1.0 LO $0.00

    6004 AD23 Material for Option Period I. The contractor shall provide support

    services in accordance with Section C. (Fund Type - OTHER)

    1.0 LO $0.00

    6006 AD23 NMCI for the Base Period. The contractor shall provide support

    services in accordance with Section C. (Fund Type - OTHER)

    1.0 LO $13,366.00

    600601 AD23 Funding for CLIN 6006 NMCI in the amount of $10,000.00 (RDT&E)

    600602 AD23 Funding for CLIN 6006 NMCI in the amount of $3,000.00 (RDT&E)

    600603 AD23 Funding for CLIN 6006 NMCI in the amount of $366.00 (RDT&E)

    6007 AD23 NMCI for Option Period I. The contractor shall provide support

    services in accordance with Section C. (Fund Type - OTHER)

    1.0 LO $36,650.00

    600701 AD23 Funding for CLIN 6007 in the amount of $25,000.00 (OPN)

    600702 AD23 Funding for CLIN 6007 in the amount of $9,000.00 (OPN)

    600703 AD23 Funding for CLIN 6007 in the amount of $1,650.00 (RDT&E)

    600704 AD23 Funding for CLIN 6007 in the amount of $1,000.00 (SCN)

    6009 Deliverable for Base Period IAW CDRL A001-A005. CDRLs are Not

    Separately Priced.

    $0.00

    6010 Deliverable for Option Period I IAW CDRL A001-A005. CDRLs are Not

    Separately Priced.

    $0.00

    For Cost Type Items:

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

    7000 AD23 Labor for Option Period II. The

    contractor shall provide support

    services in accordance with Section

    C. (Fund Type - OTHER)

    1.0 LO $2,506,656.96 $200,532.56 $2,707,189.52

    700001 AD23 Funding for CLIN 7000 Labor in the

    amount of $157,000.00 (RDT&E)

    700002 AD23 Funding for CLIN 7000 Labor in the

    amount of $70,000.00 (RDT&E)

    700003 AD23 Funding for CLIN 7000 Labor in the

    amount of $200,000.00 (OPN)

    700004 AD23 Funding for CLIN 7000 Labor in the

    amount of $250,000.00 (OPN)

    700005 AD23 Funding for CLIN 7000 Labor in the

    amount of $260,000.00 (OPN)

    700006 AD23 Funding for CLIN 7000 Labor in the

    amount of $76,700.00 (RDT&E)

    700007 AD23 Funding for CLIN 7000 Labor in the

    amount of $40,000.00 (RDT&E)

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    4 of 66 FINAL

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

    700008 AD23 Funding for CLIN 7000 Labor in the

    amount of $50,000.00 (OPN)

    700009 AD23 Funding for CLIN 7000 Labor in the

    amount of $25,000.00 (OPN)

    700010 AD23 Funding for CLIN 7000 Labor in the

    amount of $15,000.00 (SCN)

    700011 AD23 Funding for CLIN 7000 Labor in the

    amount of $15,000.00 (OPN)

    700012 AD23 Funding for CLIN 7000 Labor in the

    amount of $128,000.00 (OPN)

    700013 AD23 Funding for CLIN 7000 Labor in the

    amount of $122,000.00 (OPN)

    700014 AD23 Funding for CLIN 7000 Labor in the

    amount of $300,000.00 (OPN)

    700015 AD23 Funding for CLIN 7000 Labor in the

    amount of $155,000 (Fund Type -

    OTHER)

    700016 AD23 Funding for CLIN 7000 Labor in the

    amount of $205,000 (Fund Type -

    OTHER)

    700017 AD23 Funding for CLIN 7000 Labor in the

    amount of $45,000 (Fund Type - OTHER)

    700018 AD23 Funding for CLIN 7000 Labor in the

    amount of $35,000 (WCF)

    700019 AD23 Funding for CLIN 7000 Labor in the

    amount of $25,000 (SCN)

    700020 AD23 Funding for CLIN 7000 Labor in the

    amount of $188,000 (OPN)

    700021 AD23 Funding for CLIN 7000 Labor in the

    amount of $29,000.00 (O&MN,N)

    700022 AD23 Funding for CLIN 7000 Labor in the

    amount of $20,000.00 (SCN)

    700023 AD23 Funding for CLIN 7000 Labor in the

    amount of $8,000.00 (SCN)

    700024 AD23 Funding for CLIN 7000 Labor in the

    amount of $11,941.00 (RDT&E)

    700025 AD23 Funding for CLIN 7000 Labor in the

    amount of $10,000.00 (OPN)

    700026 AD23 Funding for CLIN 7000 Labor in the

    amount of $55,000.00 (OPN)

    700027 AD23 Funding for CLIN 7000 Labor in the

    amount of $57,600.00 (OPN)

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    5 of 66 FINAL

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

    700028 AD23 Funding for CLIN 7000 Labor in the

    amount of $45,810.00 (OPN)

    700029 AD23 Funding for CLIN 7000 Labor in the

    amount of $50,000.00 (OPN)

    700030 AD23 Funding for CLIN 7000 Labor in the

    amount of $51,622.00 (OPN)

    For ODC Items:

    Item PSC Supplies/Services Qty Unit Est. Cost

    9000 AD23 Travel for Option Period II. The contractor shall provide support

    services in accordance with Section C. (Fund Type - OTHER)

    1.0 LO $135,000.00

    900001 AD23 Funding for CLIN 9000 Travel in the amount of $25,000.00 (OPN)

    900002 AD23 Funding for CLIN 9000 Travel in the amount of $25,000.00 (OPN)

    900003 AD23 Funding for CLIN 9000 Travel in the amount of $25,000.00 (WCF)

    900004 AD23 Funding for CLIN 9000 Travel in the amount of $50,000.00 (OPN)

    900005 AD23 Funding for CLIN 9000 Travel in the amount of $10,000.00 (OPN)

    9001 AD23 Material for Option Period II. The contractor shall provide

    support services in accordance with Section C. (Fund Type - OTHER)

    1.0 LO $0.00

    9002 AD23 NMCI for Option Period II. The contractor shall provide support

    services in accordance with Section C. (Fund Type - OTHER)

    1.0 LO $26,160.00

    900201 AD23 Funding for CLIN 9002 NMCI in the amount of $4,300.00 (RDT&E)

    900202 AD23 Funding for CLIN 9002 NMCI in the amount of $3,000.00 (RDT&E)

    900203 AD23 Funding for CLIN 9002 NMCI in the amount of $5,000.00 (OPN)

    900204 AD23 Funding for CLIN 9002 NMCI in the amount of $3,300.00 (RDT&E)

    900205 AD23 Funding for CLIN 9002 NMCI in the amount of $2,500.00 (OPN)

    900206 AD23 Funding for CLIN 9002 NMCI in the amount of $860.00 (SCN)

    900207 AD23 Funding for CLIN 9002 NMCI in the amount of $5,000.00 (Fund Type -

    OTHER)

    900208 AD23 Funding for CLIN 9002 NMCI in the amount of $2,2000.00 (O&MN,N)

    9003 Deliverable for Option Period II IAW CDRL A001-A005. CDRLs are Not

    Separately Priced.

    $0.00

    The Task Order Contracting Officer and/or Contracting Specialist will unilaterally create additional SLINsduring the performance of this Task Order to accommodate the multiple types of funds that will be usedunder this order.

    The Base Period of the Task Order, and the option periods if exercised, will be Cost Plus Fixed Fee.

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    6 of 66 FINAL

  • Labor Category Estimated Hours for Each Year –

    Base, Option Period I, and Option Period II

    Labor Category Base Option I Option II

    *Program Manager 1150 1150 1150

    *Systems Engineer 1500 1500 1500

    *Senior Engineer 1920 1920 1920

    *Software Engineer 1920 1920 1920

    *Senior Engineering Technician 3840 3840 3840

    Engineering Technician 3840 3840 3840

    *Senior Subject Matter Expert 2400 2400 2400

    Subject Matter Expert 2400 2400 2400

    Senior Apps Programmer 1920 1920 1920

    Applications Programmer 1920 1920 1920

    Hardware Engineer 1920 1920 1920

    Program Analyst 1920 1920 1920

    Technical Writer 1100 1100 1100

    * Denotes Key Personnel

    Travel/Material/NMCI Estimate

    CLIN Travel Material NMCI Total6000 $220,000 $220,000

    6001 $230,000 $230,000

    6003 $150,000 $150,000

    6004 $175,000 $175,000

    6006 $40,000 $40,000

    6007 $42,000 $42,000

    9000 $240,000 $240,000

    9001 $200,000 $200,000

    9002 $45,000 $45,000

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    7 of 66 FINAL

  • SECTION C DESCRIPTIONS AND SPECIFICATIONS

    PERFORMANCE BASED STATEMENT OF WORK (SOW)NAVAL AIR WARFARE CENTER LAKEHURST 4.8.3

    AVIATION DATA MANAGEMENT AND CONTROL SYSTEMS (ADMACS) AND AIRCRAFT LAUNCHAND RECOVERY EQUIPMENT (ALRE) MODERNIZATION EFFORTS

    SECTION C DESCRIPTIONS AND SPECIFICATIONS

    1.0 Scope

    2.0 Applicable Documents

    3.0 Requirements

    3.1 General Requirements

    3.2 Program Management

    3.2.1 Integrated Product Team

    3.2.2 Program and Technical Reviews

    3.3 Range of Projects

    3.3.1 ADMACS

    3.3.2 ALRE Modernization

    3.3.3 Advanced Technology Engineering

    3.4 Technical Support

    3.4.1 Analyses and Technical Studies

    3.4.2 Requirements

    3.4.3 Design

    3.4.4 Development

    3.4.5 Test and Evaluation

    3.4.6 Configuration Management

    3.4.7 Quality Assurance

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    8 of 66 FINAL

  • 3.5 Operations and Support

    3.5.1 On-Site Engineering Support

    3.5.2 Field Services Support

    3.5.3 Training

    3.5.4 Technical Manuals

    3.5.5 Software Transition Plan

    3.6 Advanced Technology Software Engineering Support

    3.7 Information Assurance (IA) Support

    3.8 Miscellaneous Technical Efforts

    4.0 Technical Data

    4.1 Data Accessibility

    4.2 Updates / Revisions

    4.3 Security Classification Requirements

    4.4 Technology Data and Computer Software Rights

    4.5 Commercial Data Rights

    4.6 Government Purpose Rights

    5.0 Other Considerations

    5.1 Government Furnished Property

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    9 of 66 FINAL

  • 1.0 Scope

    This Statement of Work (SOW) defines the typical work efforts and products required insupport of the Naval Air System Command (NAVAIR) Aviation Data Management and ControlSystem (ADMACS) support and Block upgrades, and Aircraft Launch and Recovery Equipment(ALRE) modernization efforts and their integration.

    2.0 Applicable Documents

    IEEE/EIA 12207.0, Standard for Information Technology-Software Life Cycle ProcessesEIA-632 Process for Engineering a SystemCMMI For Development, Version 1.3 or laterDFAR clause 252.227-7013, "Rights in technical data - Non-commercial items"

    3.0 Requirements

    3.1 General Requirements

    Through this contract, tasking will be placed to provide engineering and technical services insupport of ADMACS and ALRE Modernization. Tasking will include engineering tasks rangingfrom requirements definition, design, development, fabrication, integration, test, and support ofADMACS and ALRE Modernization software and hardware systems and components. It willinclude technology demonstrations, trade studies, specifications, design analysis reports, designdocuments, source code, test procedures, development, production, and enhancements ofhardware and software, installation, training, and maintenance. Any tools developed that will behosted on Navy systems must comply with applicable Information Assurance and NMCIpolicy.

    3.2 Program Management

    The Contractor shall plan and manage each technical services effort in accordance with itsproposed Program Management approach. The contractor shall provide a Progress, Status, andManagement report with periodic updates that contains the following information in performingthe requirements of any tasking: milestones, deliverable status, project status, and financialstatus. In addition, the contractor will support the government in its management function asrequired to support the tasking.

    CDRL Contractor's Progress, Status, and Management Report (A001)

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    10 of 66 FINAL

  • 3.2.1 Integrated Product Team

    The Government intends to use an Integrated Product Team (IPT) approach for the larger effortsassociated with this contract. Contractor personnel shall work with the government team andactively participate with the Government to plan and coordinate program efforts to ensuresuccessful completion of all task requirements. The primary tool for this coordination will be theIntegrated Master Scheule (IMS) which will be developed jointly with the govwernment team.Effective communication is essential and key personnel can expect to participate in technicalmeetings and reviews wherever they may need to be conducted. For the major efforts such asADMACS, the contractor shall be co-located with the Government at the Aircraft PlatformInterface (API) laboratories in Lakehurst, NJ. The Contractor shall work within the governmentestablished software design, development, and maintenance framework, and follow theestablished processes as defined by the government team. The contractor shall performadministrative functions when requesterd, such as providing meeting agendas and minutes(including action items) for program status and technical interchange meetings.

    CDRL Meeting Minutes (A002)

    3.2.2 Program and Technical Reviews

    The contractor will participate in program and technical reviews. Typical reviews includeSystems Requirement Review, Preliminary Design Review, Critical Design Review, TestReadiness Review and Production Readiness Review. The contractor shall be responsible forspecific elements of the review, and provide inputs in accordance with the IMS.

    3.3 Range of Projects

    The Contractor shall perform requirements definition, design, development, fabrication,integration, and test of Production Representative Systems and Technology Demonstrations.Tasking will be placed for hardware and software components in support of these systems, andwill require the defined work products with tailoring limited to those areas deemed necessary.

    3.3.1 ADMACS (Block 3, Block 2, Block 1 with ISNS, and Block 1 Legacy) includes but is notlimited to the following product areas:

    Flight Operations Management System. Provides the functions of the ADMACS ISISapplication that tracks and displays information related to status of aircraft duringexecution of the Air Plan.Flight Deck Management System. Provides functions required for the Aircraft Handler,CAG Maintenance Chief, Squadron Maintenance Control Work Centers, Air Boss, flightdeck and hangar deck personnel, and other ship operators to optimally plan and execute thescheduled flight operations.Shipboard Planning. Provides functions that CAG Operations, Strike Operations andothers on the ship do to plan the daily flight operations for the ship.

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    11 of 66 FINAL

  • Aircraft Launch & Recovery Equipment. Provides the functions required for the AirDepartment to track the status of ALRE systems (catapults, arresting gear engines, visuallanding aids, etc.).Common. Provides the common functions that are required to provide the basic systemarchitecture or infrastructure capabilities necessary to support the integrated, web-basedinformation management system.Weapons Management System. Provides the functions required to track aviation weaponsstorage/load-out, ordnance plan needs, weapons break-out and build-up, ready-serviceweapons status, etc. in support of Load Plan planning and execution.Integrated Carrier Aviation Portal. Provides access to an array of screens that will givehigher-level operational decision makers a quick-look overview of the current operationalstatus and/or readiness of the carrier’s aviation capabilitySupport Tools. Provides support tools that include basic tools to populate data into thedatabase, display configuration tools to enable the user to configure the various displays,and other miscellaneous tools.

    3.3.2 ALRE Modernization effort includes but is not limited to the following product areas:

    Improved Fresnel Lens Optical Landing System (IFLOLS) provides landing guidance forfixed wing aircraft approaching the carrier deck.Advanced Launch Control System (ALCS) provides modernization of the fixed wingaircraft Catapult Control System.ALRE Diagnostics and Maintenance (ADAM) provides infrastructure and diagnostictechniques to support reduced maintenance on ALRE systems.ALRE Systems Knowledgebase (ASK) provides mining of Maintenance Data forevaluating Fleet Readiness for ALRE SystemsAutomated Aircraft Shot and Recovery Log Web Based (AutoASRLw) providesautomated Shot Log and Recovery Log data collection and processing in the ADMACSenvironment.ADMACS interface links application platform, communication, and database functionalityfor the ALRE Modernization Effort.EMALS provides tracking and interfacing for the government with a Prime contractorARC provides engineering and analytical support for bringing this recovery controlcapability in under the ALRE Software Support Activity.AAG provides tracking and interfacing for the government with a Prime contractor.EAF provides engineering and analytical support for existing Airfield Surfacing, anddevelopment of Lightweight Airfield Surfacing Systems. Includes analyzing strength ofmaterials, assessing aircraft loads on equipment; and assuring aircraft compatibility.

    3.3.3 Advanced Technology Engineering provides services to aid in Science and Technology(S&T) Research and Development (R&D), from proposal and execution into transition phases. The contractor will perform the following tasks as required:

    Establish technology requirements for ALRE that address Naval Aviation needs.

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    12 of 66 FINAL

  • Support Science and Technology proposal generation process, interfacing with sponsors,such as the Office of Naval Research (ONR) and Defense Advanced Research ProjectsAgency (DARPA).Perform Technology DevelopmentProvide analysis of alternatives for new technology development

    3.4 Technical Support

    The Contractor shall perform each technical function noted below in accordance with itsproposed Engineering approach, to the extent applicable. For larger programs and wherever elserequired, the contractor will follow the Systems Engineering Technical Review (SETR) process,and be consistent with IEEE 12207, EIA-632, and CMMI for Development as referenced in theApplicable documents in Section 2.0 above. The contractor shall provide technical inputs to andthen follow the Integrated Master Schedule for programs where use of the IMS is called out. IMS contains data on project milestones, contract deliverables, and project technical status.

    3.4.1 Analyses and Technical Studies

    Tasking will include analyses and technical studies in support of ADMACS and ALREModernization projects. The studies will address ship environments for carriers and other aircapable ships, shore environments for expeditionary air fields and other ALRE applications, andlaboratory environments for development and testing. It will consider real-time operations,installation, manpower, safety, reliability, maintainability, supportability, cost benefit, risk,obsolesence and programmatic factors. Information should be provided in the form of a TechnicalReport.

    CDRL Technical Report (A003)

    3.4.2 Requirements

    Tasking will include development of requirements documentation. The contractor shall generaterequirements in accordance with the project Systems Engineering Plan (SEP) and correspondingSoftware Development Plan (SDP) on projects for which these are available. All requirementsdocuments should be provided in accordance with the IMS, and be consistent with appropriateIEEE 12207 Data Item Description. These documents will only be provided if and whenrequired, and may include:

    System/Subsystem Specifications (SSS)Software Requirements Specifications (SRS)Interface Requirements Specifications (IRS)Unified Modeling Language (UML) Use Cases

    3.4.3 Design

    Tasking shall include development of design and associated documentation. The contractor shallgenerate a system and software design consistent with the SEP and corresponding SDP as

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    13 of 66 FINAL

  • applicable. All design documents should be provided in accordance with the IMS, and beconsistent with appropriate IEEE 12207 Data Item Description. These documents will only beprovided if and when required, and may include:

    Software Design Description (SDD)Interface Design Description (IDD)Data Base Design Description (DBDD)Software Product Specification (SPS)

    3.4.4 Development

    The Contractor shall perform development in accordance with associated SEP and correspondingSDP as applicable. The Contractor shall help produce, test, and deliver source code, executablecode, and associated drawings, and shall provide engineering support for development. Softwareprepared for testing or release should be accompanied with a Software Version Description(SVD) document. For major projects or as rquired, the contractor will provide inputs to the SDPand SVD. Materials and tools necessary for fabrication of the hardware design shall be procuredby the contractor utilizing component procurement specification. Because of their importanceand universal need, SDP and SVD are called out below as specific CDRLS where they will beused as inputs the official gov’t version of these documents.

    CDRL Software Development Plan (SDP) (A004)CDRL Software Version Description (SVD) (A005)

    3.4.5 Test and Evaluation

    The contractor shall provide support for test activities as defined in the specific tasking, and willbe associated with software builds and product releases or with Verification and Validation toensure that SW products are built correctly and meet the intended use. The contractor shalldevelop and document traceability data from requirements through design, to test. Typical testactivities include generation of test plans, generation of test procedures, execution of test, andgenerating test reports. Test activities shall be consistent with the project Systems EngineeringPlan (SEP) and corresponding SDP. All test documents should be provided in accordance withthe IMS, and be consistent with appropriate IEEE 12207 Data Item Description. Thesedocuments will only be provided if and when required, and may include:

    Software Test Plan (STP)Software Test Description (STD)Software Test Report (STR)

    3.4.6 Configuration Management

    The Contractor shall provide configuration management support associated with planning,software builds, documentation, and product releases. The Contractor shall prepare and submitChange Requests for all applicable design changes and software changes. Submissions shall be inaccordance with the PMAs Configuration Management Plan as implemented with the ALRE

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    14 of 66 FINAL

  • Software Configuration Management Plan and tailored for the particular project application. Thecontractor shall provide inputs to the government Software Configuration Management Plan(SCMP), or develop their own as specified in the Project Integrated Master Schedule (IMS). Asrequired, the contractor will perform Configuration Management functions in accordance with theplan.

    3.4.7 Quality Assurance

    The Contractor shall perform Quality Assurance in support of ADMACS and ALRE systems,and will be associated with planning software builds, documentation, and product releases. Thecontractor shall provide inputs to the government Software Quality Assurance Plan (SQAP), ordevelop their own as specified in the Project Integrated Master Schedule (IMS). As required, thecontractor will perform quality assurance functions in accordance with the plan.

    3.5 Operations and Support

    3.5.1 On-Site Engineering Support

    The contractor shall provide technical support of ADMACS and ALRE Modernization andrelated project facilities on-site as required. Support will include documentation generation andediting and addressing requirements for information technology.

    3.5.2 Field Services Support

    The Contractor shall provide engineering, technical, and field services support necessary todevelop recommendations related to equipment deficiencies, mishap investigations, engineeringand quality issues, test and repair, and training of ADMACS, ALRE Modernization, and relatedsystems and subsystems.

    3.5.3 Training

    The Contractor shall provide training of personnel in the operation, maintenance, and applicationof ADMACS and ALRE Modernization and related equipment. Personnel to be trained includecivilian and military personnel at shore sites as well as on board Navy ships in the operationalenvironment. If required, the contractor shall be prepared to conduct training and provide initialoversight of these ADMACS and ALRE Modernization systems aboard carries and other aircapable ships up to and including on rare occasions, during deployment.

    3.5.4 Technical Manuals

    The Contractor shall provide technical manual changes and updates required to assist personnelin operating and maintaining the ADMACS, ALRE Modernization, and related systems. TheContractor shall update the applicable technical manuals files and develop new files (e.g. thoseneeded for any new work packages required). Technical manual data shall be based upon andtraceable to approved Maintenance Plans.

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    15 of 66 FINAL

  • 3.5.5 Software Transition Plan

    The contractor shall develop Software Transition Plans as required for the hardware, softwareand other resources needed for life cycle support of the software. The plan will lay out the stepsfor transitioning the deliverable items to NAVAIR In-Service Engineering Support Activities andSoftware Support Activities.

    3.6 Advanced Technology Software Engineering Support

    The contractor shall provide services to aid in Science and Technology (S&T) Research andDevelopment (R&D) from proposal, through execution, and into transition phases. This includesidentifying technology opportunities and preparing the required documentation for technologydevelopment new start submissions, then performing the science and technology work to validatea conceptual approach, and then help to transition the approach into a program of record.

    3.7 Information Assurance (IA) Support

    Information Assurance shall be in compliance with the instructions in effect at time of use.

    The contractor shall provide network and other IA expertise to the ALRE teams:

    · Provide technical expertise in the area of protocols, equipment, and communications.

    · Design, configure, implement, troubleshoot, and repair network hardware/software.

    · Assist and support the Navy in implementing information assurance requirements inresponse to Information Operations Condition (INFOCON).

    · Participate in Information Assurance meetings and report any INFOCON status,anomalies, and best practices.

    · Document and report network designs, changes, and enhancements as they occur in theALRE laboratories.

    · Update and periodically implement the disaster recovery plan.

    · Provide technical inputs to support the preparation of acquisition documents for theprocurement of new and modified end-items of ALRE systems, including development oftechnical specifications and other documents required to procure ALRE systems.

    · Prepare requests for IT approvals in accordance with FAM, DADMS. Acquisition ofcomputer assets to be in accordance with NMCI and RDT&E security requirements. Thisincludes planning and coordinating the set up and connection of new system.

    · Provide daily support for ALRE laboratories. Support will include hardware/softwareinstallation and upgrades, system backups, troubleshooting and technical assistance to systemusers. The contractor shall also provide verification of user compliance, perform information

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    16 of 66 FINAL

  • assurance and system administration, and determine impacts of Navy IT security data calls andinformation initiatives.

    · The contractor shall interface with Center engineering and IT personnel in providing theabove support.

    3.8 Miscellaneous Technical Efforts

    3.8.1 Provide technical expertise to identify potential problems that could affect development,acceptance, production, utilization or implementation of ALRE/SE systems.

    3.8.2 Provide mechanical engineering and design services for proposed new systems, designconcepts and modifications. Utilize Navy compatible CAD systems to ensure seamless drawingand / or data exchange. Maintain drawings / data in digital format.

    3.8.3 Provide engineering and technical services to reverse engineer portions of ALRE/SE, andother equipment as required. This effort could be a result of equipment parts obsolescence or lackof original drawing package. Develop new drawing packages for the reengineered items.

    3.8.4 Develop, produce, and provide inputs for documentation of ALRE/SE and relatedsystems prototypes as required.

    3.8.5 Provide engineering and technical services to improve the quality and effectiveness ofALRE/SE, and other equipment as required.

    3.8.6 Provide support for shipbuilder product review of modifications to structural systems ofspecific components. Plan, manage and execute upgrades and installation of modernizationpackages. Initiate and complete design studies to resolve technical issues.

    4.0 Technical Data

    4.1 Data Accessibility

    The Contractor shall provide access to all available data and documentation relative to this effort.Contractor data shall be provided to the Government for review upon the Government's requestas specified in the tasking.

    4.2 Updates / Revisions

    The Contractor shall provide copies, updates, and/or revisions of various documents in supportof all initial requirements and any changes or modifications in the operation of the system andequipment. This may include procedures for dealing with consumable supplies, disk backupprocedures, and related operational issues.

    4.3 Security Classification Requirements

    The Contractor may be required to generate or handle documents, manuals, drawings, or othermaterial classified up to and including SECRET. Data developed for this effort shall be

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    17 of 66 FINAL

  • unclassified or of the lowest classification consistent with the information contained herein and inaccordance with the requirements of National Industrial Security Program Operating Manual(NISPOM) dated January 1995.

    Contractor personnel may be required to perform services in Navy spaces that have securityclassification up to SECRET. Any classification guidance needed will be provided by the Navyactivity, and contractor personnel will need to be cleared at the level required for working in thosespaces.

    The contractor shall provide OPSEC protection for all classified information (as defined by FAR4.4) and sensitive information (as defined by Section 3 (d) (4) of PL 100-235 (101 Stat 1727)),pursuant to the National Security Decision Directive 298 of 22 January 1998 and DFARs Clause252.239.7016. In order to meet this requirement, the contractor shall develop, implement, andmaintain an OPSEC program in accordance with the OPSEC Plan, to protect classified andsensitive information during the performance of this contract. In addition, the contractor shall beresponsible for subcontractor implementation of the OPSEC program requirements for this taskorder.

    · CDRL OPSEC Plan (A006)

    4.4 Technology Data and Computer Software Rights

    In accordance with DFAR clause 252.227-7013, "Rights in technical data - Non-commercialitems", all GFM and other material used, bought, designed, developed and acquired under thistasking shall remain the property of the United States Government (USG) and shall be returnedto the USG upon completion of the task order. The USG shall maintain the exclusive right toupdate and modify the GFM and other materials in parts or whole.

    4.5 Commercial Data Rights

    The Contractor shall identify all commercially licensed software to be made available to thegovernment as part of this effort

    4.6 Government Purpose Rights

    For data and software developed by the Contractor under this contract, the Government shallhave the right to use, duplicate, or disclose Data and software in whole or impart and in anymanner, for Government purposes only, and to have or permit others to do so for Governmentpurposes only. Government purposes include competitive procurements but do not include forcommercial purpose or use.

    5.0 Other Considerations

    5.1 Government Furnished Property.

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    18 of 66 FINAL

  • Computer systems to develop the work products in this statement of work and subsequent tasksmay be provided as Government Furnished Material (GFM). Information and material requiredto perform efforts in this tasking may be provided as Government Furnished Information (GFI).Any specific Government data required shall be identified by the Contractor. All GFI and GFMmaintained in the Contractor's facilities shall be identified and tracked by the Contractor. All GFIand GFM and any other material used and acquired by the Contractor, excluding materialsconsumed during the course of work defined in this tasking, shall be returned to the Governmentupon completion of the work or when no longer required by the Contractor.

    5.2 In order to support invoice reviews conducted as part of proper surveillance, the Contractorshall report incurred cost and progress in accordance with NAVAIR clause 5252.232-9529,“Incurred cost and Progress Reporting for Services,” CDRL A007 and attachment.

    5.3 The contractor shall report ALL contractor labor hours (including subcontractor labor hours)required for performance of services provided under this contract for the NAWC-AD Lakehurstvia a secure data collection site. The contractor is required to completely fill in all required datafields using the following web address: https://doncmra.nmci.navy.mil.

    Repor ng inputs will be for the labor executed during the period of performance during eachGovernment fiscal year (FY), which runs October 1 through September 30. While inputs may bereported any me during the FY, all data shall be reported no later than October 31 of each calendaryear. Contractors may direct ques ons to the help desk, linked at h ps://doncmra.nmci.navy.mil.

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    19 of 66 FINAL

    https://doncmra.nmci.navy.mil/https://doncmra.nmci.navy.mil/

  • SECTION D PACKAGING AND MARKING

    In addition to the clauses incorporated in Section D below, all applicable clauses in the basicIDIQ contract apply to this soliciation as well.

    ITEMS 4000 THROUGH 9003- There are no packaging or marking requirements for the servicesto be ordered under the task orders. All requirements for packaging and marking of supplies ordocuments associated with the services shall be packaged, packed and marked in accordance withthe provision set forth below unless otherwise indicated in individual task orders.

    DATA PACKAGING LANGUAGE

    All unclassified data shall be prepared for shipment in accordance with best commercial practice.

    Classified reports, data, and documentation shall be prepared for shipment in accordance withNational Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M datedJanuary 1995.

    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 report:

    (1) name and business of the contractor

    (2) contract number

    (3) task order number

    (4) sponsor _________________________

    (Name of Individual Sponsor)

    _____________________________

    (Name of Requiring Activity)

    ____________________________

    (City& State)

    All Deliverables shall be packaged and marked IAW Best Commercial Practice.

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    20 of 66 FINAL

  • SECTION E INSPECTION AND ACCEPTANCE

    In addition to the clauses incorporated in Section E below, all applicable clauses in the basic IDIQcontract apply to this soliciation as well.

    Inspection and Acceptance shall be in accordance with Section E of the SeaPort-e basic contract.

    The Contracting Officer Representative (COR) will be designated the responsibility ofmonitoring, progressing, and controlling the technical work for the resultant task order. TheQuality Assurance Plan (QASP) for this task order includes the COR performing a Task OrderPerformance Evaluation (TOPE) in accordance with the Seaport-e basic contract. This TaskOrder will be registered in the Contractor Performance Assessment Reporting System (CPARS).As part of the QASP, performance will be measured by the COR for technical accuracy ofdeliverables, the general quality of services, timeliness, cost control, the contractor’sresponsiveness to customers, and team stability and cooperation with other IDIQ holder terms.

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    21 of 66 FINAL

  • SECTION F DELIVERABLES OR PERFORMANCE

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

    4000 8/30/2012 - 8/29/2013

    4001 4/11/2013 - 8/29/2014

    6000 8/30/2012 - 8/29/2013

    6001 4/11/2013 - 8/29/2014

    6003 8/30/2012 - 8/29/2013

    6004 4/11/2013 - 8/29/2014

    6006 8/30/2012 - 8/29/2013

    6007 4/11/2013 - 8/29/2014

    7000 11/14/2013 - 9/30/2015

    9000 11/14/2013 - 9/30/2015

    9001 11/14/2013 - 9/30/2015

    9002 11/14/2013 - 9/30/2015

    In addition to the clauses incorporated in Section F below, all applicable clauses in the basic IDIQcontract apply to this soliciation as well.

    CLIN - DELIVERIES OR PERFORMANCE

    The estimated Period of Performance for the Base Period CLINs is 30 August 2012-29 August2013.The estimated Period of Performance for the Option Period I CLINs is 11 April 2013-29August 2014.The estimated Period of Performance for the Option Period II CLINs is 14 November 2013-29August 2015.

    5252.247-9505 TECHNICAL DATA AND INFORMATION (NAVAIR) (FEB 1995)

    Technical Data and Information shall be delivered in accordance with the requirements of theContract Data

    Requirements List, DD Form 1423, Exhibit A, attached hereto, and the following:

    (a) The contractor shall concurrently deliver technical data and information per DD Form 1423,Blocks 12 and 13

    (date of first/subsequent submission) to all activities listed in Block 14 of the DD Form 1423(distribution and

    addresses) for each item. Complete addresses for the abbreviations in Block 14 are shown inparagraph (g) below.

    Additionally, the technical data shall be delivered to the following cognizant codes, who are listed

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    22 of 66 FINAL

  • in Block 6 of the

    DD Form 1423.

    (1)(b) Partial delivery of data is not acceptable unless specifically authorized on the DD Form 1423,or unless

    approved in writing by the PCO.

    (c) The Government review period provided on the DD Form 1423 for each item commencesupon receipt of all

    required data by the technical activity designated in Block 6.

    (d) A copy of all other correspondence addressed to the Contracting Officer relating to data itemrequirements (i.e.,

    status of delivery) shall also be provided to the codes reflected above and the technical activityresponsible for the

    data item per Block 6, if not one of the activities listed above.

    (e) The PCO reserves the right to issue unilateral modifications to change the destination codesand addresses for

    all technical data and information at no additional cost to the Government.

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

    receipt of notice of rejection.

    (g) DD Form 1423, Block 14 Mailing Addresses: [same as above]

    (End of Provision)

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    23 of 66 FINAL

  • SECTION G CONTRACT ADMINISTRATION DATA

    In addition to the clauses incorporated in Section G below, all applicable clauses in the basicIDIQ contract apply to this soliciation as well.

    CONTRACTING OFFICER REPRESENTATIVE (COR) APPOINTMENT (JUL 2005)

    (a) The Task Ordering Officer hereby appoints the following individual as the Contracting OfficerRepresentative (COR) for this Task

    Name: Richard Epstein

    Code: 4.8.3

    E-mail: [email protected]

    Mailing Address: B562-3 Rt. 547, Lakehurst, NJ 08733

    Telephone: 732-323-5120

    (b) The COR is responsible for those specific functions assigned in the Contracting OfficerRepresentative appointment letter.

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

    SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)

    (a) This contract is incrementally funded with respect to both cost and fee. The amount(s)presently available and allotted to this contract for payment of fee for incrementally fundedcontract line item number/contract subline item number (CLIN/SLIN), subject to the clauseentitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), asappropriate, is specified below. The amount(s) presently available and allotted to this contractfor payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided inthe clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), theCLINs/SLINs covered thereby, and the period of performance for which it is estimated theallotted amount(s) will cover are as follows:

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    24 of 66 FINAL

    mailto:[email protected]

  • ESTIMATED

    ITEM (S) ALLOTTED TO COST ALLOTTED TO FEE PERIOD OF PERFORMANCE

    COST FEE CPFF Period of Performance

    [$2,249,416.02] [$174,387.98] [$2,423,804.00] - Base Period 30 Aug 12 - 29 Aug 13[$2,171,764.98] [$169,369.02] [$2,341,134.00] - Option Period I 11 Apr 13 - 29 Aug 14[$2,661,783.11] [$200,049.89] [$2,861,833.00] - Option Period II 14 Nov 13 -30 Sept 15

    TOTAL[$7,082,964.11] [$543,806.89] [$7,626,771.00]

    (b) The parties contemplate that the Government will allot additional amounts to this contractfrom time to time for the incrementally funded CLINs/SLINs by unilateral contract modification,and any such modification shall state separately the amount(s) allotted for cost, the amount(s)allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which theamount(s) are expected to cover.

    (c) CLINs/SLINs [_____] are fully funded and performance under these CLINs/SLINs is subjectto the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20) or"LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable.

    (d) The Contractor shall segregate costs for the performance of incrementally fundedCLINs/SLINs from the costs of performance of fully funded CLINs/SLINs.

    FUNDING PROFILE

    It is estimated that these incremental funds will provide for [if LOE, enter the number of hours; ifcompletion or supply enter items and quantities] The following details funding to date:

    Total $7,306,798.00

    HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA)(JAN 2008)

    (a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OFPAYMENT REQUESTS AND RECEIVING REPORTS” (DFAR 252.232-7003), the Naval SeaSystems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt andAcceptance (WAWF) system to accept supplies/services delivered under this contract. Thisweb-based system located at https://wawf.eb.mil provides the technology for governmentcontractors and authorized Department of Defense (DoD) personnel to generate, capture andprocess receipt and payment related documentation in a paperless environment. Invoices forsupplies/services rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted for payment.

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    25 of 66 FINAL

    https://wawf.eb.mil/

  • (b) It is recommended that the person in your company designated as the Central ContractorRegistration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for thesubmission of invoices, use the online training system for WAWF at http://wawftraining.com. The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the trainingsystem should be reviewed. Vendor Quick Reference Guides also are available athttp://acquisition.navy.mil/navyaos/content/view/full/3521/. The most useful guides are “GettingStarted for Vendors” and WAWF Vendor Guide”.

    (c) The designated CCR EB point of contact is responsible for activating the company’sCAGE code on WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EBpoint of contact will self-register under the company’s CAGE code on WAWF and follow theinstructions for a group administrator. After the company is set-up on WAWF, any additionalpersons responsible for submitting invoices must self-register under the company’s CAGE codeat https://wawf.eb.mil.

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

    Type of Document (contracting officer check all that apply)

    [ ] Invoice (FFP Supply & Service)

    [ ] Invoice and Receiving Report Combo (FFP Supply)

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

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

    [ ] Receiving Report (FFP, DD 250 Only)

    DODAAC Codes and Inspection and Acceptance Locations (contracting officer completeappropriate information as applicable)

    Issue DODAAC ______N68335__________

    Admin DODAAC ______S3915A__________

    Pay Office DODAAC _______HQ0337_________

    Inspector DODAAC ______________________

    Service Acceptor DODAAC ______________________

    Service Approver DODAAC ______________________

    Ship To DODAAC ______________________

    DCAA Auditor DODAAC ______________________

    LPO DODAAC ______________________

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    26 of 66 FINAL

    http://wawftraining.com/http://acquisition.navy.mil/navyaos/content/view/full/3521/https://wawf.eb.mil/

  • Inspection Location ______________________

    Acceptance Location ______________________

    Attachments created in any Microsoft Office product may be attached to the WAWF invoice,e.g., backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes.

    (e) Before closing out of an invoice session in WAWF, but after submitting the comment(s),you will be prompted to send additional email notifications. Click on “Send More EmailNotification” and add the acceptor/receiver email addresses noted below in the first email addressblock, and add any other additional email addresses desired in the following blocks. Thisadditional notification to the government is important to ensure that the acceptor/receiver isaward that the invoice documents have been submitted into WAWF.

    Send Additional Email Notification To:________________________________________________

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

    (g) The WAWF system has not yet been implemented on some Navy programs; therefore,upon written concurrence from the cognizant Procuring Contracting Officer, the Contractor isauthorized to use DFAS’s WInS for electronic end to end invoicing until the functionality ofWInS has been incorporated into WAWF.

    (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at theabove 1-866 number or the WAWF point of contact to be determined at Task Order level.

    09RA HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA)(MAY 1993)

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

    (b) The Government shall make payment to the Contractor, subject to and in accordance withthe clause in this contract entitled “FIXED FEE” (FAR 52.216-8) or “INCENTIVE FEE” (FAR52.216-10), as applicable. Such payments shall be equal to * percent ( * % ) of theallowable cost of each invoice submitted by and payable to the Contractor pursuant to theclause of this contract entitled “ALLOWABLE COST AND PAYMENT” (FAR 52.216-7)subject to the withholding terms and conditions of the “FIXED FEE” or “INCENTIVE FEE”clause, as applicable (percentage of fee is based on fee dollars divided by estimated cost dollars,including facilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed the

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    27 of 66 FINAL

  • fee amount(s) set forth in this contract.

    (c) The fee(s) specified in Section B, and payment thereof, is subject to adjustment pursuant toparagraph (g) of the special contract requirements entitled “LEVEL OF EFFORT.” If the fee(s)is reduced and the reduced fee(s) is less than the sum of all fee payments made to the Contractorunder this contract, the Contractor shall repay the excess amount to the Government. If the finaladjusted fee exceeds all payments made to the Contractor under this contract, the Contractorshall be paid the additional amount, subject to the availability of funds. In no event shall theGovernment be required to pay the Contractor any amount in excess of the funds obligated underthis contract at the time of the discontinuance of work.

    (d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid untilthe contract has been modified to reduce the fee(s) in accordance with the “LEVEL OFEFFORT” special contract requirements, or until the Procuring Contracting Officer has advisedthe paying office in writing that no fee adjustment is required.

    *To be incorporated and completed at the Task Order Level, as appropriate.

    SEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000)

    (a) The Contractor agrees to provide the total level of effort specified in the next sentence inperformance of the work described in Sections B and C of this contract. The total level of effortfor the performance of this contract shall be _83,250__(to be completed for each order) totalman-hours of direct labor, including subcontractor direct labor for those subcontractorsspecifically identified in the Contractor's proposal as having hours included in the proposed levelof effort.

    (b) Of the total man-hours of direct labor set forth above, it is estimated that _0__(to beidentified at the task order level) man-hours are uncompensated effort.

    Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per weekwithout additional compensation for such excess work. All other effort is defined as compensatedeffort. If no effort is indicated in the first sentence of this paragraph, uncompensated effortperformed 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 onlyinclude effort performed in direct support of this contract and shall not include time and effortexpended on such things as (local travel to and from an employee's usual work location),uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) atan employee's residence or other non-work locations (except as provided in paragraph (j) below),or other time and effort which does not have a specific and direct contribution to the tasksdescribed in Sections B and C.

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    28 of 66 FINAL

  • (d) The level of effort for this contract shall be expended at an average rate of approximately_534____ hours per week. It is understood and agreed that the rate of man-hours per month mayfluctuate in pursuit of the technical objective, provided such fluctuation does not result in the useof the total man-hours of effort prior to the expiration of the term hereof, except as provided inthe following paragraph.

    (e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure ofdirect labor to such an extent that the total man hours of effort specified above would be usedprior to the expiration of the term, the Contractor shall notify the Contracting Officer in writingsetting forth the acceleration required, the probable benefits which would result, and an offer toundertake the acceleration at no increase in the estimated cost or fee together with an offer,setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation ofthe work until expiration of the term hereof. The offer shall provide that the work proposed willbe subject to the terms and conditions of this contract and any additions or changes required bythen current law, regulations, or directives, and that the offer, with a written notice of acceptanceby the Contracting Officer, shall constitute a binding contract. The Contractor shall not accelerateany effort until receipt of such written approval by the Contracting Officer. Any agreement toaccelerate will be formalized by contract modification.

    (f) The Contracting Officer may, by written order, direct the Contractor to accelerate theexpenditure of direct labor such that the total man hours of effort specified in paragraph (a) abovewould be used prior to the expiration of the term. This order shall specify the accelerationrequired and the resulting revised term. The Contractor shall acknowledge this order within fivedays of receipt.

    (g) If the total level of effort specified in paragraph (a) above is not provided by the Contractorduring the period of this contract, the Contracting Officer, at its sole discretion, shall either (i)reduce the fee of this contract as follows:

    Fee Reduction = Fee x ((Required LOE minus Expended LOE)divided by Required LOE) or (ii)subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable,require the Contractor to continue to perform the work until the total number of man hours ofdirect labor specified in paragraph (a) above shall have been expended, at no increase in the fee ofthis contract.

    (h) The Contractor shall provide and maintain an accounting system, acceptable to theAdministrative Contracting Officer and the Defense Contract Audit Agency (DCAA), whichcollects costs incurred and effort (compensated and uncompensated, if any) provided infulfillment of the level of effort obligations of this contract. The Contractor shall indicate on eachinvoice the total level of effort claimed during the period covered by the invoice, separatelyidentifying compensated effort and uncompensated effort, if any.

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    29 of 66 FINAL

  • (i) Within 45 days after completion of the work under each separately identified period ofperformance hereunder, the Contractor shall submit the following information in writing to theContracting Officer with copies to the cognizant Contract Administration Office and to theDCAA office to which vouchers are submitted: (1) the total number of man hours of direct laborexpended during the applicable period; (2) a breakdown of this total showing the number of manhours expended in each direct labor classification and associated direct and indirect costs; (3) abreakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable costincurred under the contract for the period. Within 45 days after completion of the work under thecontract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) the amountby which the estimated cost of this contract may be reduced to recover excess funds and, in thecase of an underrun in hours specified as the total level of effort; and (6) a calculation of theappropriate fee reduction in accordance with this clause. All submissions shall includesubcontractor information.

    (j) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnishman hours up to five percent in excess of the total man hours specified in paragraph (a) above,provided that the additional effort is furnished within the term hereof, and provided further thatno increase in the estimated cost or fee is required.

    (End of Clause)

    PGI 204.7108 Payment instructions.

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

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

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

    (3) Authorize financing payments.

    (b) For contracts and orders covered by this subpart, the contracting officer shall insert numbered instructions inSection G (Contract Administration Data), to permit the paying office to charge the accounting classificationcitations assigned to that contract line item (see DFARS 204.7104-1(a)) in a manner that reflects the performance ofwork on the contract. When incorporating clauses by reference in Section G, cite the clause number, title, and date.If additional accounting classification citations are subsequently added, the payment instructions must be modifiedto include the additional accounting classification citations. Also, contracting officers shall not issue modificationsthat would create retroactive changes to payment instructions. All payment instruction changes shall be effective asof the date of the modification. When some, but not all, of the fixed price line items in a contract are subject tocontract financing payments, the contracting officer shall clearly identify to which line items the payment clause(s)included in Section I apply.

    (c) Payment instructions—

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

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    30 of 66 FINAL

  • (2) Shall be consistent with the reasons for the establishment of separate contract line items;

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

    (4) Shall be revised to address the impact of changes to contract funding or significant disparities between existinginstructions and actual contract performance;

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

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

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

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

    (9) Shall use one of the standard payment instructions in paragraphs (d)(7) through (11) of this section unless thecontracting officer documents in the contract file that there are significant benefits of requiring contractor identificationof the contract line item on the payment request.

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

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

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

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

    5252.232-9529 Incurred Cost Reporting and Progress Reporting for Services (NAVAIR)(DEC 2012)

    The following applies to the prime contractor and all subcontractors. If desired, a subcontractor may directly submitthe required data in accordance with contract CDRL A007. When a subcontractor reports directly to theGovernment, the prime contractor shall highlight the subcontractor costs to be directly reported to the Government.

    General: The contractor shall segregate costs incurred under this contract and provide a report as a supplement toeach invoice submitted for payment in accordance with the requirements of this clause and CDRL A007. This reportshall include the elements outlined below and, at a minimum, be submitted jointly with the invoice. The total ofall cost elements below shall match the applicable invoice amount. If there are no costs associated to a particularelement, the report shall state “Not Applicable.” The data tables outlined in CDRL A007attachment shall beutilized as required herein and attached to the report. Other required information and supporting documentation notreported as part of the data tables shall be included in the report and/or as a separate attachment to the report.

    a) Incurred Costs:1) Summary: An incurred cost summary shall be reported by completing the “Header” and “Invoice Summary”

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    31 of 66 FINAL

  • tabs included in CDRL A007 attachment.

    2) Labor: Incurred costs for labor shall be reported by completing the “Invoiced Labor” tab, and, if applicable, the“If Individuals > Hourly Tripwire” tab included in CDRL A007 attachment. Additional information regardingindividual labor categories and fully burdened labor rates shall be provided upon request.

    3) Other Direct Costs (ODCs), including Travel and Material: Total fully burdened other direct costs shall bereported by completing the “Invoice Summary” tab included in CDRL A007 attachment. In addition, an itemizedlisting of the unburdened other direct charges, including travel and material, shall be provided. For material greaterthan $3,000, the invoice number, date, total amount, company, purchase order number, and description of each itemshall be included. For travel, the dates, names of individuals traveling, destination, purpose and total cost shall beoutlined. A copy of the travel voucher with accompanying receipts shall be provided upon request. For material lessthan $3,000, supplemental data shall be provided upon request. The report shall also include the followingstatements regarding ODCs and Labor: “No fee has been applied to ODCs, and the applicable fee rate does notexceed that identified in NAVAIR Clause 5252.215-9512, Savings Clause.”

    b) Progress: A description of progress made during the invoice period by SOW tasking shall be included in thereport. At a minimum, the description shall include the following: deliverables completed and delivered, problemareas encountered, and any impacts on cost, technical and schedule.

    Accounting Data

    SLINID PR Number Amount -------- -------------------------------------------------- ---------------------400001 130030185500002 160000.00 LLA : AA 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001376009 400002 130030185500001 690000.00 LLA : AB 97X4930 NH2A 255 77777 0 050120 2F 000000 A10001376009 400003 130029160700001 50000.00 LLA : AC 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001320669 400004 130029572600001 225000.00 LLA : AD 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001339407 400005 130029226400001 51102.00 LLA : AE 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001323077 400006 130030060000001 40000.00 LLA : AF 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001366445 400007 130030060000002 90224.00 LLA : AG 97X4930 NH2A 255 77777 0 050120 2F 000000 A10001366445 600001 130030185500003 40000.00 LLA : AA 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001376009 600002 130030060000003 10000.00 LLA : AG 97X4930 NH2A 255 77777 0 050120 2F 000000 A10001366445 600601 130030185500004 10000.00 LLA : AA 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001376009

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    32 of 66 FINAL

  • 600602 130029160700002 3000.00 LLA : AC 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001320669 600603 130029226400002 366.00 LLA : AE 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001323077 BASE Funding 1369692.00 Cumulative Funding 1369692.00 MOD 01 400008 130030930000001 46800.00 LLA : AH 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001447662 600003 130030930000002 1200.00 LLA : AH 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001447662 MOD 01 Funding 48000.00 Cumulative Funding 1417692.00 MOD 02 400009 130030857300001 50000.00 LLA : AJ 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001434765 MOD 02 Funding 50000.00 Cumulative Funding 1467692.00 MOD 03 400010 130030857200001 25000.00 LLA : AK 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001434763 MOD 03 Funding 25000.00 Cumulative Funding 1492692.00 MOD 04 400011 130031830900001 69056.00 LLA : AL 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001512802 400012 130031830900003 69056.00 LLA : AM 97X4930 NH2A 252 77777 0 050120 2F 000000 A10001512802 600004 130031830900002 2500.00 LLA : AL 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001512802 600005 130031830900004 2500.00 LLA : AM 97X4930 NH2A 252 77777 0 050120 2F 000000 A10001512802 MOD 04 Funding 143112.00 Cumulative Funding 1635804.00 MOD 05 400013 130032505000001 130000.00

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    33 of 66 FINAL

  • LLA : AN 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001549575 400014 130032414800001 30000.00 LLA : AP 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001544083 MOD 05 Funding 160000.00 Cumulative Funding 1795804.00 MOD 06 400015 130032857600001 31000.00 LLA : AQ 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001573561 MOD 06 Funding 31000.00 Cumulative Funding 1826804.00 MOD 07 400016 130033373900001 80000.00 LLA : AR 97X4930 NH2A 77777 0 050120 2F 000000 A00001607384 MOD 07 Funding 80000.00 Cumulative Funding 1906804.00 MOD 08 400017 130032852200001 30000.00 LLA : AS 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001573132 400018 130032831800001 25000.00 LLA : AT 97X4930 NH2A 257 77777 0 050120 2F 000000 A00001571490 400019 130032831900001 12000.00 LLA : AU 97X4930 NH2A 257 77777 0 050120 2F 000000 A00001571699 MOD 08 Funding 67000.00 Cumulative Funding 1973804.00 MOD 09 400020 130033099900002 135000.00 LLA : AV 97X4930 NH2A 255 77777 0 050120 2F 000000 A10001588872 400021 130033099900003 315000.00 LLA : AV 97X4930 NH2A 255 77777 0 050120 2F 000000 A10001588872 MOD 09 Funding 450000.00 Cumulative Funding 2423804.00 MOD 10 400101 130034376100001 75000.00 LLA : AW 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001677392 400102 130034376100002 75000.00 LLA : AW 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001677392

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    34 of 66 FINAL

  • MOD 10 Funding 150000.00 Cumulative Funding 2573804.00 MOD 11 400103 130034299700001 11540.00 LLA : AX 97X4930 NH2A 257 77777 0 050120 2F 000000 A00001672044 MOD 11 Funding 11540.00 Cumulative Funding 2585344.00 MOD 12 400104 130034598100001 15600.00 LLA : AY 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001694013 MOD 12 Funding 15600.00 Cumulative Funding 2600944.00 MOD 13 400105 130034686300001 46075.00 LLA : AZ 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001701983 400106 130034686300002 328925.00 LLA : BA 97X4930 NH2A 255 77777 0 050120 2F 000000 A10001701983 400107 130034686400001 20000.00 LLA : BD 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001701986 600101 130034686300004 8000.00 LLA : BC 97X4930 NH2A 255 77777 0 050120 2F 000000 A20001701983 600701 130034686300003 25000.00 LLA : BB 97X4930 NH2A 255 77777 0 050120 2F 000000 A10001701983 MOD 13 Funding 428000.00 Cumulative Funding 3028944.00 MOD 14 400108 130035064800001 397206.00 LLA : BE 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001730876 400109 130034941400001 12828.00 LLA : BF 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001721335 MOD 14 Funding 410034.00 Cumulative Funding 3438978.00 MOD 15 400110 130035305800001 40000.00 LLA : BG 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001747758

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    35 of 66 FINAL

  • MOD 15 Funding 40000.00 Cumulative Funding 3478978.00 MOD 16 400111 130035763200001 30000.00 LLA : BH 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001777711 400112 130035742100001 64000.00 LLA : BJ 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001775986 400113 130035773000001 165000.00 LLA : BK 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001778821 400114 130035836300001 434000.00 LLA : BL 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001782460 400115 130035836300002 50000.00 LLA : BM 97X4930 NH2A 255 77777 0 050120 2F 000000 A10001782460 400116 130035836300003 16000.00 LLA : BN 97X4930 NH2A 255 77777 0 050120 2F 000000 A20001782460 600102 130035836300004 10000.00 LLA : BN 97X4930 NH2A 255 77777 0 050120 2F 000000 A20001782460 600702 130035836300005 9000.00 LLA : BN 97X4930 NH2A 255 77777 0 050120 2F 000000 A20001782460 MOD 16 Funding 778000.00 Cumulative Funding 4256978.00 MOD 17 Funding 0.00 Cumulative Funding 4256978.00 MOD 18 400117 130036261500001 48000.00 LLA : BP 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001808535 MOD 18 Funding 48000.00 Cumulative Funding 4304978.00 MOD 19 400118 130035766300003 48950.00 LLA : BQ 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001777628 400119 130035604200001 77000.00 LLA : BR 97X4930 NH2A 257 77777 0 050120 2F 000000 A00001766082 400120 130035946800001 10200.00 LLA : BS 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001789878 400121 130035946800002 10200.00 LLA : BT 97X4930 NH2A 252 77777 0 050120 2F 000000 A10001789878

    CONTRACT NO.

    N00178-04-D-4089 DELIVERY ORDER NO.

    4Y07 AMENDMENT/MODIFICATION NO.

    34 PAGE

    36 of 66 FINAL

  • 600703 130035766300004 1650.00 LLA : BQ 97X4930 NH2A 255 77777 0 050120 2F 000000 A00001777628 600704 130035604200002 1000.00 LLA : BR 97X4930 NH2A 257 77777 0 050120 2F 000000 A00001766082 MOD 19 Funding 149000.00 Cumulative Funding 4453978.00 MOD