xxxxxxxxxxxx xxxxxxxxxx xxxxxxxxxxxx - …€¦ · (funds provided for usasoc sopmod/wpnac program...
TRANSCRIPT
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
61 23-May-2016 See Section G N/A6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S3605A
NSWC, CRANE DIVISION
300 Highway 361 - Building 3373
Crane IN 47522-5001
@navy.mil 812-854-5028
DCMA DAYTON
AREA C, BUILDING 30, 1725 VAN PATTONDRIVE
WRIGHT-PATTERSON AFB OH 45433-5302
SCD: C
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
Tri Star Engineering3000 W. 16th Street
Bedford IN 47421-3332 9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X]N00178-04-D-4146-FC23
10B. DATED (SEE ITEM 13)
CAGECODE
03WZ3 FACILITY CODE 15-Aug-2013
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.
[ ][X] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation
date, etc )SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
[ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
[ ] D. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office.14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible )
SEE PAGE 2
15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
, Contracting Officer15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED
BY /s/ 23-May-2016 (Signature of person authorized to sign) (Signature of Contracting Officer)
NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE
30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243
1. CONTRACT ID CODE PAGE OF PAGES
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3
XXXXXXXXXXXX
XXXXXXXXXXXX
XXXXXXXXXX
GENERAL INFORMATION
The purpose of this modification is to add incremental funding, transfer CLIN 7300 labor ceiling of toCLIN 7200. In addition, this modification is correcting an inadvertent error from modifications 54 an 56. Whenmoney was deobligated on Mods 54 and 56, and respectively, was not added back into CLIN9000's ceiling.... Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order isattached to this modification for informational purposes only.
The Line of Accounting information is hereby changed as follows:
The total amount of funds obligated to the task is hereby increased from by to
CLIN/SLIN Type Of Fund From ($) By ($) To ($)
7201DY WCF
7201DZ WCF
7201EAFund Type -OTHER
7201EB O&MN,N
7201EC O&MN,N
7201ED WCF
9201BT O&MN,N
9201BUFund Type -OTHER
9201BV O&MN,N
9201BW WCF
9201BX WPN
The total value of the order is hereby increased from $ by $ to$
CLIN/SLIN From ($) By ($) To ($)
7200
7201DY
7201DZ
7201EA
7201EB
7201EC
7201ED
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
2 of 3 FINAL
XXXXX
XXXXX XXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXX
XXXXXX
XX
XXXXXX
XX
XXXXXXXXXXXXXXXXXX
XXXXXX
XXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXX
XXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXX
XXXXXXXXXXXXXX
9000
9200 (
9201BT
9201BU
9201BV
9201BW
9201BX
The Period of Performance of the following line items is hereby changed as follows:
CLIN/SLIN From To
7201DY 5/20/2016 - 8/14/2017
7201DZ 5/20/2016 - 8/14/2016
7201EA 5/20/2016 - 8/14/2016
7201EB 5/20/2016 - 8/14/2016
7201EC 5/20/2016 - 8/14/2016
7201ED 5/23/2016 - 8/14/2016
9201BT 5/17/2016 - 8/14/2016
9201BU 5/20/2016 - 8/14/2016
9201BV 5/20/2016 - 8/14/2016
9201BW 5/23/2016 - 8/14/2016
9201BX 5/23/2016 - 8/14/2016
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
3 of 3 FINAL
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
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 R425 Non-personal services to provide
technical documentation,
curriculum, technical drawings,
logistics, and technical support
of electro-optic technologies for
the Electro-Optics Technology
Division (Code JXQ). Labor Base
Year. (Fund Type - TBD)
52081.0 EA $ $ $
400001 R425 Labor in support of CLIN 4000,
TI-0006, ACRN A1 in the amount of
$ (WCF)
400002 R425 Incremental funding in the amount
of $ in support of TI-11
(Funds provided for support of
USSOCOM LR-GMVAS). 2410(a)
Authority is hereby invoked. ACRN
A2 (Fund Type - OTHER)
400003 R425 Incremental funding in the amount
of $ in support of TI-9
(Funds provided for Navy
Non-Lethal AT/FP support). ACRN
A3. De-OB Part of MOD 27;
New balance . (OPN)
400004 R425 Incremental funding in the amount
of $ in support of TI-8
(Funds provided for MARFLIR
program support). ACRN A4 (Fund
Type - OTHER)
400005 R425 Incremental funding in the amount
of $ in support of TI-6
(Funds provided for USASOC
SOPMOD/WPNAC program support).
2410(a) Authority is hereby
invoked. ACRN A5 (Fund Type -
OTHER)
400006 R425 Incremental funding in the amount
of $ in support of TI-3
(Funds provided for US Coast
Guard STAR SAFIRE-III Multi-
Sensor Systems program support).
ACRN A6 (Fund Type - OTHER)
400007 R425 Incremental funding in the amount
of $ in support of TI-2
(Funds provided for NSWC Crane
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
1 of 134 FINAL
XXXXXXXXX XXXXXXX XXXXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
law enforcement electro-optic
loan program). ACRN A7 (WCF)
400008 R425 Incremental funding in the amount
of $ in support of TI-4
(Funds provided for NECC
electro-optic VAS program).
2410(a) Authority is hereby
invoked. ACRN A8 (O&MN,N)
400009 R425 Incremental funding in the amount
of $ in support of TI-4
(Funds provided for NECC
electro-optic VAS program).
2410(a) Authority is hereby
invoked. ACRN A9 (O&MN,N)
400010 R425 Incremental funding in the amount
of $ in support of TI-1
(Funds provided for ISEA SPS
support). 2410(a) Authority is
hereby invoked. ACRN B1 (OPN)
400011 R425 Incremental funding in the amount
of $ in support of TI-4
(Funds provided for ISEA FLIR
equipment system support).
2410(a) Authority is hereby
invoked. ACRN B2 (O&MN,N)
400012 R425 Incremental funding in the amount
of $ in support of TI-7
(Funds provided for repair and
testing of night vision
equipment). ACRN B3 (WCF)
400013 R425 Incremental funding in the amount
of $ in support of TI-7
(Funds provided for repair and
testing of night vision
equipment). ACRN B4 (WCF)
400014 R425 Incremental funding in the amount
of $ in support of TI-10
(Funds provided for WA/0 MTS-A
Payloads support). 2410(a)
Authority is hereby invoked. ACRN
B5 (Fund Type - OTHER)
400015 R425 Incremental funding in the amount
of $ in support of
TI-05. ACRN B6 Original
Obligation= $ DE-OB=$
part of MOD 4. (RDT&E)
400016 R425 Incremental funding in the amount
of $ in support of TI-05
(Funds provided for installation
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
2 of 134 FINAL
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX XXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
of FLIR replacement on PC4 &
PC14). ACRN B7. Original
Obligation=$ DE-OB=$
part of MOD 4. (MOD 16 DEOB
) (OPN)
400017 R425 Funding in support of TI-07, ISEA
support for WARCOM for Visual
System Program testing and
maintenance. (O&MN,N)
400018 R425 Funding in support of TI-10,
UH1N/Y BRITE Star electro-optic
systems. (APN)
400019 R425 Funding in support of TI-07,
repair and testing of night
vision equipment. MOD 56: Deob
from $ leaving a
balance of (WCF)
400020 R425 Funding in support of TI-07,
repair and testing of night
vision equipment. (Fund Type -
OTHER)
400021 R425 Funding in support of TI-02,
logistic & sustainment services
in support of the NSWC Crane law
enforcement electro-optic loan
program. (Fund Type - OTHER)
400022 R425 Funding in support of TI-03,
SIRVSS & MARFLIR for US Coast
Guard. (Fund Type - OTHER)
400023 R425 Funding in support of TI-07, NECC
electro-optic VAS program.
(O&MN,N)
400024 R425 Funding in support of TI-07,
Fusion Goggle System. (WCF)
400025 R425 Funding in support of TI-07,
Repair and Testing of night
vision equipment. (O&MN,N)
400026 R425 Funding in support of TI-07,
visual augmentation repair for
the binocular/monocular program .
(Fund Type - OTHER)
400027 R425 Funding in support of TI-08,
Information Technology &
Graphical documentation services
for the Electro Optics Technology
Division. (Fund Type - OTHER)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
3 of 134 FINAL
XXXXX XXX
XXXX
XXXXXXX
XXXXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
400028 R425 Funding in support of TI-04,
ISEA, logistic & sustainment
services supporting electro-optic
VAS systems fielded for NECC
Riverine. (O&MN,N)
400029 R425 Funding in support of TI-10,
Program management support,
technical data packages prep,
technical assistance, & other
contractor support for the UH1N/Y
BRITE star electro-optic systems.
MOD 30: DEOB from
leaving a balance of
(APN)
400030 R425 Funding in support of TI-03,
Logistics support services to the
Multi-Sensor Program for US Coast
Guard. (Fund Type - OTHER)
400031 R425 Funding in support of TI-03,
PCGMS project. DE-OB $
Part of MOD 15, new balance =
$ (O&MN,N)
400032 R425 Funding in support of TI-09, Navy
Non-Lethal Anti-Terrorism/Force-
Protection Afloat Support. (OPN)
400033 R425 Funding in support of TI-01,
Patrol Coastal Griffin Missile
System. (O&MN,N)
400034 R425 Funding in support of TI-02,
logistic and sustainment services
in support of NSWC Crane law
enforcement electro-optic program
(WCF)
400035 R425 Funding in support of TI-11.
Contractor may NOT perform
against this SLIN after 14 AUG
2014. Contractor may continue to
invoice after this date, but only
for work performed through and
including the aforementioned
date. (Fund Type - OTHER)
400036 R425 Funding in support of TI-04,
ISEA, logistic & sustainment
services supporting electro-optic
VAS systems fielded for NECC
Riverine. (MOD 16 DEOB $
(O&MN,N)
400037 R425 Funding in support of TI-09,
Afloat support for NAVY
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
4 of 134 FINAL
XXXXXX
XXX
XXXXXX
XXXX XXXXXXXXXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
Anti-Terrorism/Force-Protection
projects. DE-OB part
of MOD 15, new balance =
(OPN)
400038 R425 Funding in support of TI-09, Navy
Anti-Terrorism/Force-Protection
programs: AEL, IDS, & NECC TOA.
DE-OB $ part of MOD 15,
new balance = $ (O&MN,N)
400039 R425 Funding in support of TI-05, FLIR
replacement on PC 6 and PC
10.(MOD 16 DEOB $ (OPN)
400040 R425 Funding in support of TI-001,
support of PC GMS Efforts. MOD
54: Deob from
leaving a balance of
(OPN)
400041 R425 Funding in support of TI-12,
installation in support of US
Coast Guard. DE-OB $
part of MOD 15, new balance
$ (WCF)
400042 R425 Funding in support of TI-08,
Technology Data Management, CSW
laser efforts. (O&MN,N)
400043 R425 Funding in support of TI-06,
SOPMOD program, including Blocks
II and III. (Fund Type - OTHER)
400044 R425 Funding in support of TI-02 for
contractor logistic and
sustainment services in support
of Crane Law enforcement electro
optic loan program. (WCF)
400045 R425 Funding in support of TI-13 for
Data management Support for Air
Force HC/MC-130J Program. DE-OB
$ part of MOD 15, new
balance = $ MOD 29:
DEOB $ from $ leaving
a balance of $ (Fund Type -
OTHER)
4100 R425 Non-personal services to provide
technical documentation,
curriculum, technical drawings,
logistics, and technical support
of electro-optic technologies for
the Electro-Optics Technology
Division (Code JXQ). Labor Surge
Base Year. (Fund Type - TBD)
5208.0 EA $ $ $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
5 of 134 FINAL
XXXXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXXXXXXXX
XXXXXXX XXXXXX XXXXXXX
XXX XXXXXXXXX
XXXXXXX
XXXXXXX
XXXXX XXXXXXXXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
Option
4200 R425 Non-personal services to provide
technical documentation,
curriculum, technical drawings,
logistics, and technical support
of electro-optic technologies for
the Electro-Optics Technology
Division (Code JXQ). Labor Option
Year One. (Fund Type - TBD)
0.0 EA $ $ $
Option
4300 R425 Non-personal services to provide
technical documentation,
curriculum, technical drawings,
logistics, and technical support
of electro-optic technologies for
the Electro-Optics Technology
Division (Code JXQ). Labor Surge
Option Year One. (Fund Type -
TBD)
0.0 EA $ $ $
Option
For Cost Type / NSP Items
4999 Labor CLIN(s) 4000 through 4300 and 7000 through 7700; in accordance with (IAW)
the Statement Of Work (SOW), and CDRL(s) A001 thru A009, and applicable DID(s).
The Government shall have unlimited rights to all Data/Tech Data generated
under this effort IAW DFARS 252.227-7013., unless an assertion is provided and
accepted by the Government with the offer IAW DFARS 252.227-7017. The
price/costs for all data/tech data generated by the contractor directly or
indirectly in its performance of this procurement effort is included in the
price/costs paid by the Government under CLIN(s) 4000 through 4300 and 7000
through 7700.
1.0 LO NSP
For ODC Items:
Item PSC Supplies/Services Qty Unit Est. Cost
6000 R425 Non-personal services to provide technical documentation,
curriculum, technical drawings, logistics, and technical support
of electro-optic technologies for the Electro-Optics Technology
Division (Code JXQ). ODC Base Year One. (Fund Type - TBD)
1.0 LO $
600001 R425 Incremental funding in the amount of $ in support of TI-2
(Funds provided for support of NSWC Crane law enforcement
electro-optic loan program). ACRN A7 (increase). MOD 54 Deob
from $ leaving a balance of . (WCF)
600002 R425 Funding in support of TI-09, Navy Non-Lethal Anti-Terrorism/Force-
Protection Afloat Support. De-OB Part of MOD 27. New
balance (OPN)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
6 of 134 FINAL
XXX XXX XXX
XXX XXX XXX
XXXXXXX
XXXXXX
XXXXXXXX XXXX
XXXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost
600003 R425 Funding in support of TI-05, SAWs installation trip to Norfolk VA.
(RDT&E)
600004 R425 Funding in support of TI-05, SAWs installation trip to Norfolk VA.
(RDT&E)
600005 R425 Funding in support of TI-05, Travel for installation support of
PCEO (OPN)
600006 R425 Funding in support of TI-01, funding for travel for PC GMS test
support. MOD 54 Deob from $ leaving a balance of
. (OPN)
600007 R425 Funding in support of TI-05, FLIR replacement on PC 4 & PC 5. MOD
54 Deob from $ leaving a balance of . (OPN)
600008 R425 Funding in support of TI-05, FLIR replacement on PC 6 & PC 10.
(MOD 16 DEOB $ (OPN)
600009 R425 Funding in support of TI-12, material of USCG program. MOD 54 Deob
from $ leaving a balance of . (Fund Type -
OTHER)
600010 R425 Funding in support of TI-13, data management support for AIR Force
HC/MC-130J program. MOD 30: DEOB from , leaving a
balance of MOD 54 Deob $ leaving a balance of
(Fund Type - OTHER)
6100 R425 Non-personal services to provide technical documentation,
curriculum, technical drawings, logistics, and technical support
of electro-optic technologies for the Electro-Optics Technology
Division (Code JXQ). ODC Surge Base Year One. (Fund Type - TBD)
1.0 LO $
Option
6200 R425 Non-personal services to provide technical documentation,
curriculum, technical drawings, logistics, and technical support
of electro-optic technologies for the Electro-Optics Technology
Division (Code JXQ). ODC Option Year One. (Fund Type - TBD)
1.0 LO $
Option
6300 R425 Non-personal services to provide technical documentation,
curriculum, technical drawings, logistics, and technical support
of electro-optic technologies for the Electro-Optics Technology
Division (Code JXQ). ODC Surge Option Year One. (Fund Type - TBD)
1.0 LO $
Option
For Cost Type Items:
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
7000 R425 Non-personal services to provide
technical documentation, curriculum,
technical drawings, logistics, and
technical support of electro-optic
technologies for the Electro-Optics
Technology Division (Code JXQ).
57096.0 EA $ $ $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
7 of 134 FINAL
XXXXXXX
XXXX
XXXXXX
XXX
XXX
XXX XXX XXX
XXXX
XXXX
XXXX
XXXXXXXXX
XXXX XXXXX
XXXXX XXXXXXX
XXXX XXXXXXXXX
XXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
Labor Option Year One. (Fund Type -
TBD)
7001 Non-personal services to provide
technical documentation, curriculum,
technical drawings, logistics, and
technical support of electro-optic
technologies for the Electro-Optics
Technology Division (Code JXQ).
Labor Option Year One. Contractor
shall invoice the following priced
SLINs in accordance with invoicing
instructions in Section G.
7001AA R425 Funding in suuport of TI-04, ISEA,
logistic & sustainment services in
support of the electro-optic VAS
systems fielded for NECC Riverine.
(O&MN,N)
1.0 LO $
7001AB R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-01, labor in support of PC
Griffin Missile System (GMS)
efforts. (O&MN,N)
1.0 LO $
7001AC R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-06, US Army Special Operations
Command SOPMOD program. (Fund Type -
OTHER)
1.0 LO $
7001AD R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-11, engineeing, design,
integration, technical and logistics
support of USSOCOM Long Range Ground
Mobility VAS (LR-GMVAS). (Fund Type
- OTHER)
1.0 LO $
7001AE R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-03, US Coast Guard Program
Office. (Fund Type - OTHER)
1.0 LO $
7001AF R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-07, maintenance & repair services
in support of the NECC electro-optic
VAS program. (O&MN,N)
1.0 LO $
7001AG R425 Funding in support of TI-05, Phase
III EO/IR SAWS Capability on CVN-71
USS Teddy Roosevelt. (RDT&E)
1.0 LO $
7001AH R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-08, Information Technology Data
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
8 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
Management services in support of
CSW laser efforts. (O&MN,N)
7001AJ R425 Funding in support of TI-09, Navy
Non-Lethal Anti-Terrorism/Force-
Protection Afloat Support (OPN)
1.0 LO $
7001AK R425 Funding in support of TI-12,
installations for US Coast Guard
Program Office. (Fund Type - OTHER)
1.0 LO $
7001AL R425 Funding in support of TI-10, MH-60S
ILS Support. (APN)
1.0 LO $
7001AM R425 Funding in support of TI-13, Data
Management Support for Air Force
DAS-1a Program. (Fund Type - OTHER)
1.0 LO $
7001AN R425 Funding in support of TI-14, Patrol
Coastal Program Office, PC Class
MARFLIR support. (O&MN,N)
1.0 LO $
7001AP R425 Funding in Support of TI-02,
logistic and sustainment services in
support of the NSWC Crane law
enforcement electro-optic loan
program. (WCF)
1.0 LO $
7001AQ R425 Funding in support of TI-07, support
for Weapons Access sories (VAS)
Program for USSOCOM. (Fund Type -
OTHER)
1.0 LO $
7001AR R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-0004, NAVSEA. (O&MN,N)
1.0 LO $
7001AS R425 10 USC 2410(a) Authority is hereby
invoked. Funding in Support of
TI-07, USSOCOM repair and
maintenance support. (Fund Type -
OTHER)
1.0 LO $
7001AT R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-07, NAVSEA PMS 340 repair and
maintenance support of electro-optic
visual augmentation systems.
(O&MN,N)
1.0 LO $
7001AU R425 Funding in support of TI-03 for
Coast Gaurd program work. (WCF)
1.0 LO $
7001AV R425 Funding in support of TT-12 for
Coast Guard Program work. (WCF)
1.0 LO $
7001AW R425 Funding in support of TI-013 for
Data Management support for the
Integrated Product Data Management
(iPDM) tool and associated
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
9 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
information systems. (Fund Type -
OTHER)
7001AX R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of TI 14
for lab work for the Patrol Coastal
Program office. (O&MN,N)
1.0 LO $
7001AZ R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-01, Patrol Coastal Griffin System
efforts (OPN)
1.0 LO $
7001BA R425 Funding in support of TI-13, Data
Management support for the Air Force
HC/MC-130J program (Fund Type -
OTHER)
1.0 LO $
7001BB R425 Funding in support of TI-10,
logistics and program management
support for repair and overhaul of
Army Aviation and Missile Command
(AMCOM) assets. (WCF)
1.0 LO $
7001BC R425 Funding in support of TI-01, support
of the PC Griffin Missile System
(PCGMS). (O&MN,N)
1.0 LO $
7001BD R425 Funding in support of TI-08,
technical documentation updates
associated with US Army Common
Sensor (CSP) Program (Fund Type -
OTHER)
1.0 LO $
7001BE R425 Funding in support of TI-15,
Installation of SA 79676K, FLIR
replacement on PC3 and PC4 (OPN)
1.0 LO $
7001BF R425 Funding in support of TI-03,
In-service engineering support for
Star Safire-III and Sea Star
Safire-III, Coast Guard program work
(Fund Type - OTHER)
1.0 LO $
7001BG R425 Funding in support of TI-02,
logistics and sustainment services
in support of the NSWC Crane law
enforcement electro-optic program.
(Fund Type - OTHER)
1.0 LO $
7001BH R425 Funding in support of TI-04, ISEA,
logistics & sustainment services for
VAS systems fielded at SWFPAC
(O&MN,N)
1.0 LO $
7001BJ R425 Funding in support of TI-04, ISEA,
logistics & sustainment services for
VAS systems fielded at SWFPAC
(O&MN,N)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
10 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
7001BK R425 Funding in support of TI-07, labor
in support for NAVSUP WSS for
intensifiers, including calibration,
repair, and repair testing (WCF)
1.0 LO $
7001BL R425 Funding in support of TI-08,
EO/Infrared/Laser Designation
Payload for the US ARMY Warrior
Program. (Fund Type - OTHER)
1.0 LO $
7001BM R425 Funding in support of TI-15, Patrol
Coastal-Electro Optic Program,
Maritime Forward Looking Infrared
(MARFLIR) for SEA21/PMS-470.
(O&MN,N)
1.0 LO $
7001BN R425 Funding in support of TI-12, Coast
Guard Program work (Fund Type -
OTHER)
1.0 LO $
7001BP R425 Funding in support of TI-03, Coast
Guard program work (Fund Type -
OTHER)
1.0 LO $
7001BQ R425 Funding in support of TI-14, lab
work in support of Patrol Coastal
Program Office (Fund Type - OTHER)
1.0 LO $
7001BR R425 Funding in support of TI-15,
Scoutmaster Program funding for
MARFLIR II ISEA tasking in support
of installation work. MOD 38: DEOB
from $ leaving a
balance of . (RDT&E)
1.0 LO $
7001BS R425 Funding in support of TI-10, WA/0
MTS-A payload support (Fund Type -
OTHER)
1.0 LO
7001BT R425 Funding in support of TI-07 (PMC) 1.0 LO $
7001BU R425 Funding in Support of TI-12 Coast
Guard Program Work. (Fund Type -
OTHER)
1.0 LO $
7001BV R425 Funding in support of TI-07 VAS
systems fielded maintenance and
repair. (WCF)
1.0 LO $
7001BW R425 Funding in support of TI-07 VAS
Binocular/Monocular program
maintenance and repair. (Fund Type -
OTHER)
1.0 LO $
7001BX R425 Funding in support of TI-04 VAS
systems fielded for NECC ISEA,
logistic and sustainment services.
(Fund Type - OTHER)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
11 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
7001BZ R425 Funding in support of TI-08
information technology and technical
documentation services for USCG VAS
Program 2. (Fund Type - OTHER)
1.0 LO $
7001CA R425 Funding in support of TI-05
Installations on PC GMS. (OPN)
1.0 LO $
7001CB R425 Funding in support of TI-01, Patrol
Coastal Griffin Missile System Brite
Star II installations (OPN)
1.0 LO $
7001CC R425 Funding in support of TI-06, USSOCOM
PEO-SW Improved Night/Day Fire
Control/Observation Device program
(Fund Type - OTHER)
1.0 LO $
7001CD R425 Funding in support of TI-08,
information technology and tech
documentation services for USSOCOM
HHI Program (Fund Type - OTHER)
1.0 LO $
7001CE R425 Funding in support of TI-08,
Information technology and technical
documentation services for USSOCOM
Laser Maker Program (Fund Type -
OTHER)
1.0 LO $
7001CF R425 Funding in support of TI-07, VAS
night vision lab, maintenance and
repair services in support of Naval
Special Warfare Visual Augmentation
System Maintenance technical support
(Fund Type - OTHER)
1.0 LO $
7001CG R425 Funding in support of TI-17, for MSC
Situational Awareness System (SAwS)
preparation and installation onboard
USNS CESAR CHAVEZ (WCF)
1.0 LO $
7001CH R425 Funding in support of TI-02 for
contractor logistic and sustainment
services in support of NSWC Crane
Law Enforcement electro-optic loan
program. (WCF)
1.0 LO $
7001CJ R425 Funding in support of TI-10 for
MTS-A Support. (Fund Type - OTHER)
1.0 LO $
7001CK R425 Funding in support of TI-08 for
information technology and technical
documentation services for the
NAVSPECWARCOM Visual Augmentation
Systems. (Fund Type - OTHER)
1.0 LO $
7001CL R425 Funding in support of TI-06 for
support services in support of
USSOCOM VAS - Weapon Accessories
program. (Fund Type - OTHER)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
12 of 134 FINAL
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
7001CM R425 Funding support of TI11 for support
services in support of the reset of
USSOCOM LR-GMVAS systems. (Fund Type
- OTHER)
1.0 LO $
7001CN R425 Funding in support ofTI013 for Data
Management Support for the depot
facilitization support at FRCSE for
the CSP program. MOD 54: Deob
$ from $ leaving a
balance of $ (Fund Type -
OTHER)
1.0 LO $
7001CP R425 Funding in support of Coast Guard
program work on TI-0012. (Fund Type
- OTHER)
1.0 LO $
7001CQ R425 Funding in support of TI-15 for
In-Service Engineering Agent
(ISEA)/Acquisition Engineering Agent
(AEA) support for the Scoutmaster
Program. MOD 33: DEOB $ from
leaving a balance of
(WCF)
1.0 LO $
7001CR R425 Funding in support of TI-15 for
In-Service Engineering Agent (ISEA)/
Acquisition Engineering Agent (AEA)
support for scoutmaster program. MOD
38: DEOB from leaving a
balance (RDT&E)
1.0 LO $ $ $
7001CS R425 Funding in support of TI-14 for the
Patrol Coastal Program Office. MOD
38: DEOB from leaving a
balance (O&MN,N)
1.0 LO $ $ $
7001CT R425 Funding in support of TI-15 for the
Patrol Coastal Program Office.
(O&MN,N)
1.0 LO $
7001CU R425 Funding in support of TI-08 for
information technology and technical
documentation services for the
USSOCOM Visual Augmentation Systems.
(O&MN,N)
1.0 LO $
7001CV R425 Funding in support of TI-04 for
contractor ISEA, logistic &
sustainment services in support of
the electro-optic VAS systems
fielded for NECC. (O&MN,N)
1.0 LO $
7001CW R425 Funding in support of TI07 Visual
Augmentation Systems night vision
laboratory for contractor
maintenance & repair services in
support of the BNVS,AN/PVS-15
1.0 LO
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXX XXX XXX
XXX XXX XXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXX XXXXXXXXX
XXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXXXXXXXXXXX
XX XXXXXX
XX XXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXXXXXXXXXXXXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
repair. (PMC)
7001CX R425 Funding in support of TI-07 Visual
Augmentation Systems night vision
laboratory for contractor
maintenance and repair services.
(PMC)
1.0 LO $
7001CY R425 Funding in support of TI-07 VAS
night vision laboratory for
contractor maintenance & repair
services in support of SOCOM Repair
effort. (Fund Type - OTHER)
1.0 LO $
7100 R425 Non-personal services to provide
technical documentation, curriculum,
technical drawings, logistics, and
technical support of electro-optic
technologies for the Electro-Optics
Technology Division (Code JXQ).
Labor Surge Option Year One. (Fund
Type - TBD)
5710.0 EA $ $ $
7101 Non-personal services to provide
technical documentation, curriculum,
technical drawings, logistics, and
technical support of electro-optic
technologies for the Electro-Optics
Technology Division (Code JXQ).
Labor Option Year One Surge.
Contractor shall invoice the
following priced SLINs in accordance
with invoicing instructions in
Section G.
7101AA R425 Funding in support of TI-05 in
support of installations on 8 PCGMS
ships OCONUS. MOD 35: DEOB $
leaving a balance of
(OPN)
1.0 LO
7200 R425 Non-personal services to provide
technical documentation, curriculum,
technical drawings, logistics, and
technical support of electro-optic
technologies for the Electro-Optics
Technology Division (Code JXQ).
Labor Option Year Two. (Fund Type -
TBD)
57522.0 EA
7201 Non-personal services to provide
technical documentation, curriculum,
technical drawings, logistics, and
technical support of electro-optic
technologies for the Electro-Optics
Technology Division (Code JXQ).
Labor Option Year Two.
$
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
14 of 134 FINAL
XXXXXX
XXXXXX
XXX XXX XXX
XXXXXXXXX
XXXX
XXXXXX XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
7201AA R425 Funding in support of TI-03 for
patrol Coastal (PCEO) program work.
(O&MN,N)
1.0 LO $
7201AB R425 Incremental funding in support for
Option Year 2 Labor TI-06 for
support services in support of the
USSOCOM VAS- Weapon Accessories
program. (Fund Type - OTHER)
1.0 LO $
7201AC R425 Funding in support TI 001 in support
of Patrol Coastal Griffin Missile
System (PC GMS) BRITE STAR II
In-Service Engineering Agent (ISEA)
Efforts, Installations and retrofits
OCONUS. (O&MN,N)
1.0 LO $
7201AD R425 Funding in support of Coast Guard
program work on TI-03. (Fund Type -
OTHER)
1.0 LO $
7201AE R425 Labor funding in support of Coast
Guard program work on TI-14. (Fund
Type - OTHER)
1.0 LO $
7201AF R425 Funding provided for labor TI-10 for
program logistics management
support. (APN)
1.0 LO $
7201AG R425 Labor and ODC funding in support of
Coast Guard program work on TI-12.
(Fund Type - OTHER)
1.0 LO $
7201AH R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of TI-11
for support services in support of
the reset of USSOCOM LR-GMVAS
systems. (Fund Type - OTHER)
1.0 LO $
7201AJ R425 Incremental funding provided for
Labor for FC23 TI-0002 for
contractor logistic and sustainment
services in support of the NSWC
Crane law enforcement electro-optic
loan program. (WCF)
1.0 LO $
7201AK R425 Incremental funding provided for
Labor for FC23 TI-0007 Visual
Augmentation Systems (VAS) night
vision laboratory for contractor
services in support of the improved
night/day fire control device (INOD)
program. (Fund Type - OTHER)
1.0 LO $
7201AL R425 Funding in support of TI18 for
LCS-EO. (O&MN,N)
1.0 LO $
7201AM R425 Funding in support of TI-017 for
installation on board ship of a
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
15 of 134 FINAL
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
Situational Awareness System. (WCF)
7201AN R425 Funding in support of TI-10 program
logistics management support. (Fund
Type - OTHER)
1.0 LO $
7201AP R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of TI-13
for Data Management Support in
support of ROR effort. (O&MN,N)
1.0 LO $
7201AQ R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-014 for lab work for the Patrol
Coastal Program. (O&MN,N)
1.0 LO $
7201AR R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-004 for contractor ISEA, logistic
& sustainment services in support of
the electro-optic VAS systems
fielded for SSP. (O&MN,N)
1.0 LO $
7201AS R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of TI-04
for contractor ISEA, logistic &
sustainment services for VAS.
(O&MN,N)
1.0 LO $
7201AT R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of TI 15
for lab work for the Patrol Coastal
Program Office. (O&MN,N)
1.0 LO $
7201AU R425 Funding in support of TI-07 VAS
night vision lab for contractor
maintenance & repair services for
NAVICP assets ONLY. (WCF)
1.0 LO $
7201AV R425 Funding in support of TI-05 for PC
GMS URGENT Shipboard installation
OCONUS. (OPN)
1.0 LO $
7201AW R425 Funding in support of TI-017 for
installation on board ship of a
Situational Awareness System. (WCF)
1.0 LO $
7201AX R425 Funding in support of TI-11 for
support services in support of the
USSOCOM VAS - Weapon Accessories
program. (Fund Type - OTHER)
1.0 LO $
7201AY R425 Funding in support of TI-05 for BOM
for dry air compressor installations
on 8 Patrol Coastal Griffin Missile
System ships; and shipping material
OCONUS. (OPN)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
16 of 134 FINAL
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
7201AZ R425 Funding in support of TI-12 for
Coast Guard program work. (Fund Type
- OTHER)
1.0 LO $
7201BA R425 Funding in support of TI-017 for
installation on board ship of SAwS
for the SAwS program. (WCF)
1.0 LO $
7201BB R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of TI-07
to provide sustaining the Visual
Augmentation System
binocular/Monocular Program. (MDA)
1.0 LO $
7201BC R425 Funding in support of TI-15 for
In-Service Engineering
Agent/Acquisition Engineering Agent
support for the Scoutmaster program.
(RDT&E)
1.0 LO $
7201BD R425 Funding in support of TI-15 for
In-Service Engineering
Agent/Acquisition Engineering Agent
support for the Scoutmaster program.
(RDT&E)
1.0 LO $
7201BE R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of
TI-004 for contractor ISEA, logistic
& sustainment services in support of
the electro-optic VAS systems
fielded for NECC. (O&MN,N)
1.0 LO $
7201BF R425 Funding in support of TI-017 in
support of installation on board
ship of a SAwS for the MSC SAwS
program. (WCF)
1.0 LO $
7201BG R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of TI-14
for lab work for the Patrol Coastal
Program Office. (Fund Type - OTHER)
1.0 LO $
7201BH R425 Funding in support of TI-03 for
Coast Guard Program. (Fund Type -
OTHER)
1.0 LO $
7201BJ R425 Funding in support of TI-12 for
Coast Guard Program work. (Fund Type
- OTHER)
1.0 LO $
7201BK R425 10 USC 2410(a) Authority is hereby
invoked. Funding in support of TI-01
for Patrol Coastal Griffin Missile
System efforts. (OPN)
1.0 LO $
7201BL R425 Funding in support of TI001 for ISEA
Efforts in support of OCONUS
Installation on PCGMS Ships. (OPN)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
17 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
7201BM R425 Funding in support of TI-013 for
Data Management Support (Config and
TDP Data Upload) in support of the
Electro-Optics systems used on the
HC/MC-130J Aircraft effort. (Fund
Type - OTHER)
1.0 LO $ $
7201BN R425 Funding in support of TI-17 for SAwS
Installations and SOVT for SAwS
system baseline configuration for
MSC SAwS program (Cesar Chavez).
(WCF)
1.0 LO $
7201BP R425 Funding in support of TI-017 for
SAwS Installations and SOVT for SAwS
system baseline configuration for
the MSC SAwS program (Richard Byrd).
MOD 59: Deob , leaving a
balance of (WCF)
1.0 LO $
7201BQ R425 Funding in support of TI-001 for
ISEA efforts for the PCGMS project,
to include engineering, technical,
logistical, administrative and
facility labor support to assist
in-service engineering and
engineering oversight of the BSII,
including performing required
inventory and material movement.
(O&MN,N)
1.0 LO $ $ $
7201BR R425 Funding in support of TI-017 for
SAwS and SOVT for SAwS system
baseline configuration for the MSC
SAwS program (USNS PECOS). (WCF)
1.0 LO $
7201BS R425 Funding in support of TI-017 for
SAwS and SOVT for SAwS system
baseline configuration for the MSC
SAwS program (USNS HUMPHREYS). (WCF)
1.0 LO $
7201BT R425 Funding in support of TI-017 for
SAwS and SOVT for SAwS system
baseline configuration for the MSC
SAwS program (USNS ERICSSON). MOD 58
plussed up labor funding by $
from $ to $ (WCF)
1.0 LO $
7201BU R425 Funding in support of TI-005 in
support of Shipboard Protection
System (SPS) Efforts. (O&MN,N)
1.0 LO $
7201BV R425 Funding in support of TI-17 for the
SAwS Installation and SOVT/Training
on the USNS Cesar Chavez (T-AKE 14).
(WCF)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
18 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX XXXX XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXXX XXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
7201BW R425 Funding in support of TI-005 for
PCGMS efforts. (O&MN,N)
1.0 LO $
7201BX R425 Funding in support of TI-001 for
PCGMS efforts. (O&MN,N)
1.0 LO $
7201BY R425 Funding in support of TI-001 for
PCGMS efforts. (OPN)
1.0 LO $
7201BZ R425 Funding in support of TI-19 for
Toplite Engineering, drawings and
prototype support. (WPN)
1.0 LO $
7201CA R425 Funding in support of TI-005 for
PCGMS efforts. (OPN)
1.0 LO $
7201CB R425 Funding in support of TI-07 for VAS
Technician Support in support of the
Naval Special WARCOM VAS Program
support. (Fund Type - OTHER)
1.0 LO $
7201CC R425 Funding in support of TI-017 for
SAwS and SOVT for SAwS system
baseline configuration for SAwS
program (USNS TIPPECANOE). (WCF)
1.0 LO $
7201CD R425 Funding in support of TI-004 for
contractor ISEA, logistic and
sustainment services in support of
the electro-optic VAS systems
fielded for NECC. (O&MN,N)
1.0 LO $
7201CE R425 Funding in support of TI-004 for
Contractor ISEA, logistic and
sustainment services in support of
the electro-optic VAS Systems
fielded for NECC. (O&MN,N)
1.0 LO $
7201CF R425 Funding in support of TI-007 for
contractor ISEA, logistic &
sustainment services in support of
the electro optic VAS systems
fielded for USCG. (Fund Type -
OTHER)
1.0 LO $
7201CG R425 Funding in support of TI-17 SAwS and
SOVT for SAwS system baseline
configuration for the MSC SAwS
program for USNS TIPPECONOE. (WCF)
1.0 LO $
7201CH R425 Labor in support of TI-018 USSSOCOM
CCFLIR. (Fund Type - OTHER)
1.0 LO $
7201CJ R425 Labor in support of TI-0007 for VAS
Lab Technician support in support of
VAS ISEA sustainment efforts. (Fund
Type - OTHER)
1.0 LO $
7201CK R425 Labor funding for TI-002 for
contractor logistic and sustainment
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
19 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
services in support of the NSWC
Crane law enforcement electro-optic
loan program. (WCF)
7201CL R425 Incremental funding for Labor for
TI-0007 to provide acceptance
verification only for weapons
accessories (Visual Augmentation
Systems) program in support of
USSOCOM. (Fund Type - OTHER)
1.0 LO $
7201CM R425 Incremental funding for Labor for
TI-007 for Visual Augmentation
Systems Binocular/Monocular Program
Engineering and Logistics Depot
Support for USSOCOM. (Fund Type -
OTHER)
1.0 LO $
7201CN R425 Labor for TI-014 in support of PC-EO
Program. (O&MN,N)
1.0 LO $
7201CP R425 Funding in support of labor support
TI-10, MH-60 support. (APN)
1.0 LO $
7201CQ R425 Funding in support of TI-18 Labor
supporting the PC-EO Program.
(O&MN,N)
1.0 LO $
7201CR R425 Funding for labor supporting TI-015
in support of PC-EO Program.
(O&MN,N)
1.0 LO $
7201CS L010 Labor funding in support of TI-19,
Toplite/MK 38 MOD 2 technical
documentation writing and logistics
support. (WPN)
1.0 LO $
7201CT R425 Labor funding in support of TI-004
for Configuration Management support
of the EO VAS systems fielded for
NECC. (O&MN,N)
1.0 LO $
7201CU R425 Labor funding for TI-004
Configuration Management in support
of Visual Augmentation Systems
(VAS). (O&MN,N)
1.0 LO $
7201CV R425 Incremental labor funding for TI-007
FY16 repairs. (WCF)
1.0 LO $
7201CW R425 Incremental labor funding for TI-010
for product support and depot
activation support (FRCSE,
Jacksonville) for the EO system used
on the HC/MC-130J aircraft. (Fund
Type - OTHER)
1.0 LO $
7201CX R425 Incremental labor funding for
product support and depot activation
support (FRCSE, Jacksonville) for
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
20 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
the EO system used on the HC/MC-130J
aircraft. TI-013. (Fund Type -
OTHER)
7201CY R425 Incremental labor funding for TI-017
for SAwS installation for USNS
ERICSSON. (WCF)
1.0 LO $
7201CZ R425 Incremental funding for Labor on
TI-017 for SAwS support for the USNS
Patuxent. (WCF)
1.0 LO $
7201DA N020 Incremental funding for labor on
TI-017 for a re-install on the USS
Eisenhower. (O&MN,N)
1.0 LO $
7201DB R425 Incremental funding for Labor on
TI-007 for Engineering, Logistics,
Financial, Depot Support and Task
Lead Support for the Visual
Augmentation Binocular/Monocular
Program. (Fund Type - OTHER)
1.0 LO $
7201DC R425 Incremental labor funding for TI-14
to provide support for the effective
and efficient U.S. Coast Guard
Multi-Sensor Program. (Fund Type -
OTHER)
1.0 LO $
7201DD N020 Incremental labor funding for TI-017
for overhead/admin costs associated
with the reinstallation of the
Situational Awareness System (SAwS)
on board the USS Dwight D.
Eisenhower CVN-69. (O&MN,N)
1.0 LO $
7201DE R425 Incremental labor funding for TI-019
for MK20 EOSS MOD X test and
evaluation, engineering, technical,
and logistical support. (SCN)
1.0 LO $
7201DF N019 Incremental labor funding for TI-001
supporting Brite Star II (BS II)
installation on Patrol Coastal (PC)
Griffin Missile System (GMS). (OPN)
1.0 LO $
7201DG L059 Incremental labor funding under
TI-003 to provide services
supporting the US Coast Guard Multi-
Sensor Program and the AN/SPS-40
radar system on the USCGC Alex
Haley. (Fund Type - OTHER)
1.0 LO $
7201DH R425 Incremental labor funding under
TI-014 for In-Service Engineering
Agent (ISEA) Engineering/Logistics
and Maritime Forward Looking
Infrared (MARFLIR) support for
Patrol Coastal Ships. (O&MN,N)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
21 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
7201DJ N019 Incremental labor funding under
TI-017 for the re-installation of
the Situational Awareness System
(SAwS) onboard the USS Dwight D.
Eisenhower CVN-69. The $ labor
funds was originally authorized
under an ATP on 2 March 2016.
(O&MN,N)
1.0 LO $
7201DK N019 Incremental labor funding under
TI-017 for the USNS Amelia Earhart
for PoP 1 Oct 15 - 30 Sep 16. MOD 59
increases labor funding provided via
PR 1300558714 by $ to a total
of $ (WCF)
1.0 LO $
7201DL R425 Incremental labor funding for Night
Vision Device (NVD) for Acquisition
Engineering Agent (AEA) efforts
under TI-004 associated with the
acquisition of NVD equipment. (OPN)
1.0 LO $
7201DM R425 Incremental labor funding in support
of PCEO program under TI-018.
(O&MN,N)
1.0 LO $
7201DN R425 Labor funding provided under TI-010
for Engineering/Management
capabilities in support of PdM EO/IR
- Intel (7.25 MY). (Fund Type -
OTHER)
1.0 LO $
7201DP R425 Labor funding of under
TI-011 for Engineering/Management
capabilities in support of PdM EO/IR
Intel (7.25 MY). (Fund Type - OTHER)
1.0 LO $
7201DQ R425 Labor funding in support of TI-013
for Engineering/Management
capabilities in support of PdM EO/IR
- Intel (3.15 MY). (APN)
1.0 LO $
7201DR R425 Incremental funding for TI-002 labor
in support of contractor logistic
sustainment services for the NSWC
Crane Law Enforcement electro-optic
loan program. (WCF)
1.0 LO $
7201DS R425 Labor funding for TI-020 to provide
the necessary resources and services
to support an effective and
efficient US Coast Guard Multi-
Sensor Program. (Fund Type - OTHER)
1.0 LO $
7201DT J010 Incremental labor funding for TI-007
Visual Augmentation Systems (VAS)
night vision laboratory for
contractor maintenance and repair
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
22 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXX
XXXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXX XXXXXXX
XXXXXXX
XXXXXXXXX XXXXXX
XXXXXXX
XXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
services in support of the Naval
Special Warfare Visual Augmentation
System (NSW VAS) Program. (O&MN,N)
7201DU R425 Incremental labor funding under
TI-012 to provide the necessary
resources and services to support an
effective and efficient US Coast
Guard Multi-Sensor Program. (Fund
Type - OTHER)
1.0 LO $
7201DV R425 Incremental labor funding under
TI-007 for the sustainment of
systems returned for repair,
reutilization, disposal, and the
availability of repair parts for the
AN/PVS-15. (Fund Type - OTHER)
1.0 LO $
7201DW J010 Provide incremental labor funding
under TI-007 for PVS-15
refurbishment. (PMC)
1.0 LO $
7201DX R425 Incremental labor funding under
TI-012 for the MARFLIR-II systems
installation on USCG Cutters, USCG
CHINOOK, RIDLEY, and FINBACK. (Fund
Type - OTHER)
1.0 LO $
7201DY R425 Incremental labor funding in support
of TI-007 for Engineering,
Logistics, Financial, Depot Support
and Task Lead Support for the Visual
Augmentation System
Binocular/Monocular Program. (WCF)
1.0 LO $
7201DZ R425 Incremental labor funding under
TI-007 for the necessary services,
labor, material, travel, Equipment,
calibration, facilities, procurement
and testing to repair and properly
store/package/ship FY 16 repairs.
(WCF)
1.0 LO $
7201EA R425 Incremental labor funding under
TI-012 to provide the necessary
resources and services to support an
effective and efficient program to
support the Star Safire III Electro-
Optical Sensor System. The equipment
support effort includes program
management, logistics, engineering
and acquisition of material and
related technical services required
to meet program objectives. (Fund
Type - OTHER)
1.0 LO $
7201EB R425 Incremental Labor funding under
TI-018 for In-Service Engineering
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
23 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXX
XXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF
Agent (ISEA) and Tactical Software
Support Center (TSSC) functions for
the Life Cycle of Electronic Warfare
(EW) and Electro Optic/Infrared
(EO/IR) systems installed aboard
Littoral Class Combat (LCS) ship
class including the WBR-2000 and
ES-3601 Electronic Support Measures,
Softkill Weapons System (SKWS) and
Automated Launching of Expendables
(ALEX) decoy launching systems and
EO/IR systems installed aboard the
INDEPENDENCE Variant. (O&MN,N)
7201EC R425 Incremental labor funding under
TI-015 to provide In-Service
Engineering Agent (ISEA) and
Tactical Software Support Center
(TSSC) functions for the Life Cycle
of Electronic Warfare (EW) and
Electro Optic/Infrared (EO/IR)
systems installed aboard Littoral
Class Combat (LCS) ship class
including the WBR-2000 and ES-3601
Electronic Support Measures,
Softkill Weapons System (SKWS) and
Automated Launching of Expendables
(ALEX) decoy launching systems and
EO/IR systems installed aboard the
INDEPENDENCE Variant. (O&MN,N)
1.0 LO $
7201ED N019 Incremental labor funding under
TI-017 USNS KANAWHA SAwS install
support with Period of Performance
of 4Apr2016 through 30Sep2016. (WCF)
1.0 LO $
7300 R425 Non-personal services to provide
technical documentation, curriculum,
technical drawings, logistics, and
technical support of electro-optic
technologies for the Electro-Optics
Technology Division (Code JXQ).
Labor Surge Option Year Two. (Fund
Type - TBD)
5754.0 EA $ $ $
Option
For ODC Items:
Item PSC Supplies/Services Qty Unit Est. Cost
9000 R425 Non-personal services to provide technical documentation,
curriculum, technical drawings, logistics, and technical support
of electro-optic technologies for the Electro-Optics Technology
Division (Code JXQ). ODC Option Year One. (Fund Type - TBD)
1.0 EA
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
24 of 134 FINAL
XXXXXX
XXXXXX
XXX XXX XXX
XXXXXXX
XXXXXXX
XXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost
9001 Non-personal services to provide technical documentation,
curriculum, technical drawings, logistics, and technical support
of electro-optic technologies for the Electro-Optics Technology
Division (Code JXQ). ODC Option Year One. Contractor shall invoice
the following priced SLINs in accordance with invoicing
instructions in Section G.
9001AA R425 10 USC 2410(a) Authority is hereby invoked. ODC funding in support
of TI-11, USSOCOM LR-GMVAS. MOD 54 Deob from leaving a
balance of . (Fund Type - OTHER)
1.0 LO $
9001AB R425 ODC Funding in support of TI-12, installations for the US Coast
Guard Program Office. MOD 54 Deob from $ leaving a
balance of (Fund Type - OTHER)
1.0 LO $
9001AC R425 ODC Funding in support of TI-13, Data Management support for the
Air Force DAS-1a Program. MOD 54 Deob from
leaving a balance of (Fund Type - OTHER)
1.0 LO
9001AD R425 ODC Funding in support of TI-05, Phase III EO/IR SAWS Capability
on CVN-71 USS Teddy Roosevelt. (RDT&E)
1.0 LO $
9001AE R425 10 USC 2410(a) Authority is hereby invoked. Funding in support of
TI-14 for lab work for the Patrol Coastal Program Office. (O&MN,N)
1.0 LO $
9001AF R425 Funding in support of TI-01, in support of the PC Griffin Missile
System. MOD 56: Deob from $ leaving a balance of
(O&MN,N)
1.0 LO $
9001AG R425 Funding in support of TI-15, Installation of SA 79676K, FLIR
replacement on PC3 and PC4. MOD 56: Deob $ from $
leaving a balance of $ (OPN)
1.0 LO $
9001AH R425 Funding in support of TI-07, Materials and ODC's in support for
NAVSUP WSS intensifier repairs (WCF)
1.0 LO
9001AJ R425 Funding in support of TI-05, in support of Phase III EO/IR
Situational Awareness (SAwS) Capability Experimentation. (RDT&E)
1.0 LO $
9001AK R425 Funding in support of TI-15, Patrol Coastal-Electro Optic Program,
Maritime Forward Looking Infrared (MARFLIR) for SEA21/PMS-470. MOD
54 Deob $ from $ leaving a balance of $0. (O&MN,N)
1.0 LO $
9001AL R425 Funding in support of TI-12, Coast Guard program work (Fund Type -
OTHER)
1.0 LO $
9001AM R425 Funding in support of TI-15, Scoutmaster Program funding for
MARFLIR II ISEA tasking in support of installation work. (RDT&E)
1.0 LO $
9001AN R425 Funding in support of TI-05, Phase III EO/IR Situational Awareness
(SAwS) Capability Experimentation in support of SAwS Installation
on CVN-71 Teddy Roosevelt (RDT&E)
1.0 LO $
9001AP R425 ODC funding in support of TI-12 Coast Guard Program Work. MOD 54
Deob $150 from $ leaving a balance of $14,850. (Fund Type -
OTHER)
1.0 LO $
9001AQ R425 ODC funding in support of TI-07 VAS systems fielded maintenance
and repair. (WCF)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
25 of 134 FINAL
XXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXX
XXXX
XXX XXXXXXXXX
XXX XXX
XXXX
XXXXXXXX
XXX XXXXXXX
XXXXXXXXXX
XXXX XXXXXXXXXXXXX
XXXXXX
XXXXXXXXXX
XXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost
9001AR R425 ODC funding in support of TI-05 Situational Awareness System.
(RDT&E)
1.0 LO $
9001AS R425 ODC funding in support of TI-05 (OPN) 1.0 LO $
9001AT R425 Funding in support of TI-01, Patrol Coastal Griffin Missile System
Brite Star II installations. MOD 54: Deob $ from $
leaving a balance of $0. (OPN)
1.0 LO $
9001AU R425 Funding in support of TI-05, Dry air compressor installations on
Patrol Coastal Griffin Missile Systems. MOD 35: DEOB $ from
$ leaving a balance of $ MOD 56: Deob from
$ leaving a balance of . (OPN)
1.0 LO $
9001AV R425 Funding in support of TI-17, for MSC Situational Awareness System
(SAwS) preparation and installation onboard USNS CESAR CHAVEZ
(WCF)
1.0 LO $
9001AW R425 Funding in support of TI-15 for In-Service Engineering Agent
(ISEA) Support for the Scoutmaster program. MOD 38: DEOB from
leaving a balance of . (RDT&E)
1.0 LO $
9001AX R425 Funding in support of Coast Guard program work on TI-0012. MOD 54
Deob $ from $ leaving a balance of $ (Fund Type
- OTHER)
1.0 LO $
9001AY R425 Funding in support of TI-15 for In-Service Engineering Agent
(ISEA)/Acquisition Engineering Agent (AEA) support for the
Scoutmaster Program. MOD 38: DEOB from leaving a
balance (WCF)
1.0 LO $
9001AZ R425 Funding in support of TI-14 for the Patrol Coastal Program Office.
MOD 38: DEOB from leaving a balance (O&MN,N)
1.0 LO $
9001BA R425 Funding in support of TI-15 for support of lab work for the Patrol
Coastal Program Office. MOD 38: DEOB from leaving a
balance of (O&MN,N)
1.0 LO $
9001BB R425 Funding in support of TI 15 for In-Service Engineering Agent
(ISEA)/Acquisition Engineering Agent support for the Scoutmaster
program. (RDT&E)
1.0 LO $
9100 R425 Non-personal services to provide technical documentation,
curriculum, technical drawings, logistics, and technical support
of electro-optic technologies for the Electro-Optics Technology
Division (Code JXQ). ODC Surge Option Year One. (Fund Type - TBD)
1.0 LO $
Option
9200 R425 Non-personal services to provide technical documentation,
curriculum, technical drawings, logistics, and technical support
of electro-optic technologies for the Electro-Optics Technology
Division (Code JXQ). ODC Option Year Two. (Fund Type - TBD)
1.0 LO
9201 Non-personal services to provide technical documentation,
curriculum, technical drawings, logistics, and technical support
of electro-optic technologies for the Electro-Optics Technology
Division (Code JXQ). ODC Option Year Two.
9201AA R425 Funding in support of Coast Guard program work on TI-12. (Fund
Type - OTHER)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
26 of 134 FINAL
XXXXXX
XXXXXX
XXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXX
XXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXX XXXXX
XXXXXXXXXXXXX
XXXXXXXXX
XXX XXXX XXXXX
XXXXXXXX
XXXXXX XXXX
XXXX XXXXXXXX
X X XXXX
XXXXX XXXXXXXX
XXXXXXXX
XXXXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost
9201AB R425 Funding in support of TI-18. (WCF) 1.0 LO $
9201AC R425 Funding in support of TI-17 for installation on board ship of a
Situational Awareness System. (WCF)
1.0 LO $
9201AD R425 10 USC 2410(a) Authority is hereby invoked. Funding in support of
TI-14 for lab work for the Patrol Coastal Program. (O&MN,N)
1.0 LO $
9201AE R425 10 USC 2410(a) Authority is hereby invoked. Funding in support of
TI-15. (O&MN,N)
1.0 LO $
9201AF R425 Funding in support of TI-007 for VAS night vision laboratory for
contractor maintenance and repair services. (WCF)
1.0 LO $
9201AG R425 Funding in support of TI-05 for Bill of Materials (BOM) for dry
air compressor installations on 8 Patrol Coastal Griffin Missile
System ships and shipping material OCONUS. (OPN)
1.0 LO $
9201AH R425 Funding in support of TI-05 for BOM for dry air compressor
installations on 8 PC GMS Ships and shipping materials OCONUS.
(OPN)
1.0 LO $
9201AJ R425 Funding in support of TI-17 in support of installation on board
ship of a SAwS for the MSC SAwS program. (WCF)
1.0 LO $
9201AK R425 Funding in support of TI-05 for BOM for dry air compressor
installations on 8 Patrol Coastal Griffin Missile System ships;
and shipping material OCONUS. (OPN)
1.0 LO $
9201AL R425 Funding in support of TI-17 for installation on board ship of a
SAwS for the MSC SAwS program. (WCF)
1.0 LO
9201AM R425 Funding in support of TI-15 for In-Service Engineering
Agent/Acquisition Engineering Agent support for the Scoutmaster
program. (RDT&E)
1.0 LO $
9201AN R425 Funding in support of TI-15 for In-Service Engineering
Agent/Acquisition Engineering Agent support for the Scoutmaster
program. (RDT&E)
1.0 LO $
9201AP R425 Funding in support of TI-15 for In-Service Engineering
Agent/Acquisition Engineering Agent support for the Scoutmaster
program. (RDT&E)
1.0 LO $
9201AQ R425 Funding in support of TI-12 for Coast Guard Program work. (Fund
Type - OTHER)
1.0 LO $
9201AR R425 Funding in support of TI-013 for Data Management Support (Config &
TDP Data Upload) in support of the Electro Optics systems used on
the HC/MC-130J aircraft effort. (Fund Type - OTHER)
1.0 LO $
9201AS R425 Funding in support of TI-17 for SAwS Installations and SOVT for
SAwS system baseline configuration for MSC SAwS program (Cesar
Chavez). (WCF)
1.0 LO $
9201AT R425 Funding in support of TI-017 for SAwS Installations and SOVT for
SAwS system baseline configuration for the MSC SAwS Program
(Richard Byrd). MOD 59: Deob of $ leaving a balance of
(WCF)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
27 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXX
XXXXX
XXXXXX
XX
Item PSC Supplies/Services Qty Unit Est. Cost
9201AU R425 Funding in support of TI-017 for SAwS and SOVT for SAwS system
baseline configuration for the MSC SAwS program (USNS PECOS).
(WCF)
1.0 LO $
9201AV R425 Funding in support of TI-017 for SAwS and SOVT for SAwS system
baseline configuration for the MSC SAwS program (USNS HUMPHREYS).
(WCF)
1.0 LO $
9201AW R425 Funding in support of TI-017 for SAwS and SOVT for SAwS system
baseline configuration for the MSC SAwS program (USNS ERICSSON).
MOD 58 plussed up ODC incremental funding by $ from $
to $ MOD 60: plus up ODC funding by $ from $ to
$ (WCF)
1.0 LO $
9201AX R425 Funding in support of TI-002 for contractor logistic & sustainment
services in support of the NSWC Crane law enforcement
electro-optic loan program. (WCF)
1.0 LO $
9201AY R425 Funding in support of TI-005 in support of Shipboard Protection
System (SPS) Efforts. (O&MN,N)
1.0 LO $
9201AZ R425 Funding in support of TI-017 for the SAwS Installation and SOVT
Training on the USNS Cesar Chavez. (WCF)
1.0 LO $
9201BA R425 Funding in support of TI-005 for PCGMS efforts. (O&MN,N) 1.0 LO $
9201BB R425 ODCs for TI-017 in support of SAwS Installations and SOVT for SAwS
system baseline configuration for the MSC SAwS program for USNS
TIPPECANOE. (WCF)
1.0 LO $
9201BC R425 ODC in support of PC-EO under TI-014. (O&MN,N) 1.0 LO $
9201BD R425 ODC Funding in support of TI-018, PC-EO Program. (O&MN,N) 1.0 LO $
9201BE R425 ODC Funding for TI-015 in support of PC-EO Program. (O&MN,N) 1.0 LO $
9201BF L010 ODC funding for TI-019 for Toplite/MK 38 technical documentation
writing and logistics support. (WPN)
1.0 LO $
9201BG R425 Incremental ODC funding for TI-005 in support of Patrol Coastal
Griffin Missile System (PCGMS) efforts. (O&MN,N)
1.0 LO $
9201BH R425 Incremental ODC funding for TI-017 for SAwS installations and SOVT
for SAwS system baseline configuration for the MSC SAwS program
for USNS Patuxent. (WCF)
1.0 LO $
9201BJ R425 Incremental ODC funding under TI-017 for overhead/admin costs
associated with reinstallation of the Situational Awareness System
(SAwS) on board the USS DWIGHT D EISENHOWER CVN-69. (O&MN,N)
1.0 LO $
9201BK R425 Incremental ODC funding under TI-017 for overhead/admin costs
associated with reinstallation of the Situational Awareness System
(SAwS) on board the USS DWIGHT D EISENHOWER CVN-69. (O&MN,N)
1.0 LO $
9201BL R425 Incremental ODC funding for TI-019 for MK20 EOSS MOD X test and
evaluation, engineering technical and logistical support. (SCN)
1.0 LO $
9201BM N019 Incremental ODC funding for TI-001 for installation team support
of Brite Star II mounts for Patrol Coastal (PC) Griffin Missile
System (GMS). (OPN)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
28 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXX XXXXXXXXX XXXX XXXX
XXXXX
Item PSC Supplies/Services Qty Unit Est. Cost
9201BN R425 Incremental ODC funding under TI-007 for USSSCOM Engineering,
Logistics, Financial, Depot Support, and Task Lead Support for the
Visual Augmentation System Binocular/Monocular Program. (MDA)
1.0 LO $
9201BP N019 Incremental ODC funding under TI-017 for the USNS Amelia Earhart
(WCF)
1.0 LO $
9201BQ R425 Incremental ODC funding in support of PCEO program under TI-018.
(O&MN,N)
1.0 LO $
9201BR R425 Incremental ODC funding under TI-012 for the necessary resources
and services to support an effective and efficient US Coast Guard
Multi-Sensor Program. (Fund Type - OTHER)
1.0 LO $
9201BS R425 Incremental ODC funding under TI-012 to provide necessary
resources and services to support an effective and efficient US
Coast Guard Multi-Sensor Program. Specifically for the
installation of MARFLIR-II systems currently in inventory on the
USCG CHINOOK, RIDLEY, and FINBACK. (Fund Type - OTHER)
1.0 LO $
9201BT R425 Incremental ODC funding under TI-015 for In-Service Engineering
Agent (ISEA) and Tactical Software Support Center (TSSC) functions
for the Life Cycle of Electronic Warfare (EW) and Electro
Optic/Infrared (EO/IR) systems installed aboard Littoral Class
Combat (LCS) ship class including the WBR-2000 and ES-3601
Electronic Support Measures, Softkill Weapons System (SKWS) and
Automated Launching of Expendables (ALEX) decoy launching systems
and EO/IR systems installed aboard the INDEPENDENCE Variant.
(O&MN,N)
1.0 LO $
9201BU R425 Incremental ODC funding under TI-012 to provide the necessary
resources and services to support an effective and efficient
program to support the Star Safire III Electro-Optical Sensor
System. The equipment support effort includes program management,
logistics, engineering and acquisition of material and related
technical services required to meet program objectives. (Fund Type
- OTHER)
1.0 LO $
9201BV R425 Incremental ODC funding under TI-018 for In-Service Engineering
Agent (ISEA) and Tactical Software Support Center (TSSC) functions
for the Life Cycle of Electronic Warfare (EW) and Electro
Optic/Infrared (EO/IR) systems installed aboard Littoral Class
Combat (LCS) ship class including the WBR-2000 and ES-3601
Electronic Support Measures, Softkill Weapons System (SKWS) and
Automated Launching of Expendables (ALEX) decoy launching systems
and EO/IR systems installed aboard the INDEPENDENCE Variant.
(O&MN,N)
1.0 LO $
9201BW N019 Incremental ODC funding under TI-017 for USNS KANAWHA SAwS install
support for the period of performance of 4Apr2016 - 30Sep2016.
(WCF)
1.0 LO $
9201BX J019 Incremental ODC funding under TI-019 for Toplite support necessary
for the MK38 MOD 2 EO/IR sensor. (WPN)
1.0 LO $
9300 R425 Non-personal services to provide technical documentation,
curriculum, technical drawings, logistics, and technical support
of electro-optic technologies for the Electro-Optics Technology
Division (Code JXQ). ODC Surge Option Year Two. (Fund Type - TBD)
1.0 LO $
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
29 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXXX
Item PSC Supplies/Services Qty Unit Est. Cost
9301 Non-personal services to provide technical documentation,
curriculum, technical drawings, logistics, and technical support
of electro-optic technologies for the Electro-Optics Technology
Division (Code JXQ). ODC Surge Option Year Two.
$
9301AA R425 Funding in support of TI-019 for Toplight engineering, drawings
and prototype support. (WPN)
1.0 LO $
9301AB R425 Funding in support of TI-005 in support of PCGMS efforts. (O&MN,N) 1.0 LO $
9301AC R425 Funding in support of TI-017 for SAwS Installations and SOVT for
SAwS system baseline configuration (USNS TIPPECANOE). (WCF)
1.0 LO $
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 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(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 fee amount(s) set forth in this contract.
(c) The fee(s) specified in SECTION B, and payment thereof, is subject to adjustment pursuant to paragraph (g) of the specialcontract requirement entitled "LEVEL OF EFFORT." If the fee(s) is reduced and the reduced fee(s) is less than the sum of all feepayments made to the Contractor under this contract, the Contractor shall repay the excess amount to the Government. If the finaladjusted fee exceeds all fee payments made to the contractor under this contract, the Contractor shall be paid the additionalamount, subject to the availability of funds. In no event shall the Government be required to pay the Contractor any amount inexcess of the funds obligated under this 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 until the contract has been modified toreduce the fee(s) in accordance with the "LEVEL OF EFFORT" special contract requirement, or until the Procuring ContractingOfficer has advised the paying office in writing that no fee adjustment is required.
NOTE A: LEVEL OF EFFORT
For labor items, Offerors shall propose man-hours recommended in Section B to perform requirements of the Statement of Work(SOW) provided for the period of performance specified in Section F. The PAYMENT OF FEE(S) (LEVEL OF EFFORT) clauseapplies to these items. The Government estimate is 52,081 man-hours for year 1, 57,096 man-hours for year 2, and 57,522man-hours for year 3, with the mix recommended in Attachment 10 in Section J. The Government estimate is based on the totalanticipated Level of Effort (LOE) for all tasks combined per CLIN.
NOTE B: OPTION
Option item to which the option clause in Section I applies and which is to be supplied only if and to the extent that said optionis exercised.
NOTE C: SURGE
If the Government determines that an increased LOE is required, the Government reserves the right to exercise "surge" optionCLINs for additional hours in accordance with the SOW. In the event that the Government does elect to exercise the surge optionitem, the appropriate ceiling and LOE may be re-aligned under labor CLINs for each task identified in the SOW. The Governmentestimate is 5,209 man-hours for year 1, 5,712 man-hours for year 2, and 5,754 man-hours for year 3 (roughly 10% of yearly labor
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
30 of 134 FINAL
XXXXXX
XXXXXX
XXXXXX
XXXXXX
hours) for labor surge option items. Offerors should propose surge options with the same labor mix and composite rate as thebasic effort. All surge labor CLINs should be proposed as CPFF, and is not to exceed the prime Offeror's maximum fee percent intheir SeaPort Enhanced (Seaport-e) Multiple Award Contract (MAC).
NOTE D: OTHER DIRECT COSTS
The Government estimates total ODCs for this TO to be $ with a possible surge total of ODCs shouldbe proposed as prescribed in Section L, paragraph 4.4.4.
HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995) (a) As part of the negotiated fixed price or total estimated amount of this contract, 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.
HQ B-2-0007 LIMITATION OF COSTS OR LIMITATION OF FUNDS LANGUAGE
The clause entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF FUNDS" (FAR 52.232-22), asappropriate, shall apply separately and independently to each separately identified estimated cost.
HQ B-2-0020 TRAVEL COSTS - ALTERNATE I (NAVSEA) (DEC 2005)
(a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordance withFAR 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 daily local travel costs:
(i) travel at U.S. Military Installations where Government transportation is available,
(ii) travel performed for personal convenience/errands, including commuting to and from work, and
(iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for the Contractor's oremployee's convenience.
HQ B-2-0021 CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (FEB 1997)
This entire contract is cost type.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
31 of 134 FINAL
XXXX XXXXX
SECTION C DESCRIPTIONS AND SPECIFICATIONS
STATEMENT OF WORKENGINEERING SUPPORT SERVICES FOR
ELECTRO-OPTIC TECHNOLOGY DIVISION (CODE JXQ)
1.0 SCOPEThis objective of this Statement of Work (SOW) sets forth requirements for technical, non-personal services toprovide technical documentation, curriculum, technical drawings, logistics, and technical support of electro-optictechnologies for the Electro-Optics Technology Division (Code JXQ). The SOW supports the U.S. Navy’sHandheld Visual Augmentation Systems (VAS) and Maritime Forward Looking Infrared (MARFLIR) Family ofElectro Optic Systems, United States Coast Guard (USCG) Handheld Visual Augmentation Systems (VAS) andMARFLIR Family Electro Optic Systems, Explosive Detection Systems, Acoustic Hailing Systems, and theSpecial Operations Command Combatant Craft Program Management Office (CCPMO), Combat Craft FLIR(CCFLIR) Electro Optic System, and Law Enforcement Program support.
1.1 BackgroundThe NSWC Crane Electro-Optics Technology Division provides full life-cycle support for military and nationalsecurity electro-optic and laser systems, including technical/program management, technology transition, design,engineering, logistics, test and evaluation, sustainment, maintenance, and repair services. Services provided to theWarfighter (Navy, Air Force, Army, Marine Corps, Coast Guard, USSOCOM and other Department of Defense(DoD) and national security customers) in the areas of Airborne, Maritime and Special Operations/Ground Electro-Optics (EO) Systems, including Intelligence Surveillance Reconnaissance (ISR) Systems, Targeting Systems,Security Sensors, and Missile Optics. (This effort does not include current tasking that is being executed under N00178-04-D-4119 / FC25.)
1.2 Applicable ParagraphsThis Task Order (TO) applies to the following SOW paragraphs of the basic SeaPort Enhanced(SeaPort-e) Multiple Award Contract (MAC): 3.1 Research and Development Support-N/A3.2 Engineering, System Engineering and Process Engineering Support3.3 Modeling, Simulation, Stimulation, and Analysis Support3.4 Prototyping, Pre-Production, Model-Making, and Fabrication Support3.5 System Design Documentation and Technical Data Support3.6 Software Engineering, Development, Programming, and Network Support- N/A3.7 Reliability, Maintainability, and Availability (RM&A) Support3.8 Human Factors, Performance, and Usability Engineering Support- N/A3.9 System Safety Engineering Support- N/A3.10 Configuration Management (CM) Support3.11 Quality Assurance (QA) Support3.12 Information Systems (IS) Development, Information Assurance (IA), and InformationTechnology (IT) Support3.13 Inactivation and Disposal Support- N/A3.14 Interoperability, Test and Evaluation, Trials Support3.15 Measurement Facilities, Range, and Instrumentation Support – N/A3.16 Logistics Support3.17 Supply and Provisioning Support – N/A3.18 Training Support- N/A3.19 In-Service Engineering, Fleet Introduction, Installation, and Checkout Support3.20 Program Support3.21 Functional and Administrative Support – N/A
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
32 of 134 FINAL
3.22 Public Affairs and Multimedia Support- N/A
2.0 APPLICABLE DOCUMENTSThe Military Specifications, Standards, and Handbooks referenced within this SOW are provided as guidance onlyand are a basic framework for defining task areas. This SOW will require the Contractor (as applicable) to providebest commercial standards and practices to meet the overall Performance Objectives. Additional Specifications,Standards, and Handbooks might be referenced in individual Technical Instructions (TI).
2.1 Specifications, Standards, and HandbooksMIL-DTL-31000C Tech Data Packages MIL-HDBK-1812 Type Designation, Assignment and Method for Obtaining MIL-M-24100C (Notice 1) Manual, Technical: Functionally Oriented Maintenance Manuals for Electronic,Electromechanical, and Ordnance Equipment, Systems, and Platforms MIL-DTL-24784A, Detail Specification: Manuals, Technical: General Acquisition and Development Requirement,General Specification for MIL-DTL-24784/7B Technical Repair Standards (TRS) for Hull, Mechanical and Electrical (HM&E) Equipment,Electronic Equipment, and Ordnance Equipment MIL-PRF-28800F Test Equipment for use with Electrical and Electronic Equipment, General Specification for MIL-PRF-55110G (w/Amendment 3) Printed Wiring Boards, Rigid General Specification for (29 FEB 2008) [S/SBY MIL-PRF-31032] MIL-DTL-81927C Manuals, Technical: Work Package Style, Format, and Common Technical ContentRequirements; General Specification for (WORK PACKAGE CONCEPT) MIL-D-81992B Directives, Technical: Preparation of ASME Y14.100 Engineering Drawing Practices MIL-STD-129P Military Marking for Shipment and Storage MIL-STD-130N Identification Marking of US Military Property MIL-STD-461E Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems andEquipment MIL-STD-469B Radar Engineering Interface Requirement, Electromagnetic Compatibility MIL-HDBK-470B Designing and Developing Maintainable Products and Systems MIL-HDBK-781A Reliability Test Methods; Plans, and Environments MIL-HDBK-881A Work Breakdown Structures for Defense Materiel Items MIL-STD-882D System Safety MIL-STD-883H Department of Defense Test Method Standard: Microcircuits MIL-STD-961E (w/Change 1) DoD Standard Practice: Defense and Program-Unique Specifications Format andContent MIL-STD-973 Configuration Management
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
33 of 134 FINAL
DI-CMAN-80400 Engineering Change Proposal MIL-PRF-29612B Training Data Products MIL-PRF-49506 (Notice 1) Performance Specification Logistics Management Information (LMI) MIL-STD-1389D (Notice 1) Design Requirements for Standard Electronic Modules MIL-HDBK-502 Department of Defense Handbook: Acquisition Logistics DOD-STD-2101 Classification of Characteristics DOD-D-4245.7-M Transition from Development to Production MIL-HDBK-2097 Acquisition of Support Equipment and Associated Logistics Support NAVSEAINST 4130.12A Con?guration Management Policy and Guidance MIL-Q-9858A Quality Program Requirements MIL-I-45208A Inspection System Requirements DOD-D-5000.1 The Defense Acquisition System MIL-DTL-81927C Work Package Style, Format, and Common Technical Content Requirements
3.0 Requirements InstructionsThe Contractor shall furnish all material, equipment, facilities, and labor to provide the following support services. Technical progress on all tasks and financial status of the task order shall be reported monthly. Tasking shall beassigned via TI signed by the Contracting Officer (KO). TIs will be utilized to delineate specific efforts whenapplicable. Upon issuance of an approved TI the Contractor is authorized to perform the requirements of this SOWwithout further direction from the KO. Everything created in support of this TO becomes the property of the USGovernment and will be delivered free of proprietary marking. The following is a list of contract requirements: 3.1 Research and Development Support- N/A
3.2 Engineering, Systems Engineering and Process Engineering Support
3.2.1 Engineering Technical SupportThe Contractor shall provide engineering and technical support for the design, development, test, evaluation, andengineering related logistics to the procurement, production, maintenance, disposal (life cycle management) andrelated services only for electronic and mechanical systems, subsystems, equipments, and components noted in theSCOPE of this TO. The Contractor shall analyze and evaluate proposed engineering changes or documentedequipment performance concerns. The Contractor shall also assist in the investigation and resolution of othertechnical problems and issues pertaining to the system requirements, associated equipment, and associated supportequipment and peripherals. The Contractor shall assist with the investigation analysis of the applicability of aparticular technology to satisfy requirements, review, and evaluation of current products available on the market andrecommended strategies for equipment upgrades or replacement. These analyses and studies may entail conducting,arranging for, or monitoring environmental testing, performance testing or developing simulations.
3.2.2 Systems IntegrationThe Contractor shall identify and document data to ensure equipment and computer program compatibility;system/component interface; identify and provide recommended solutions to equipment interface problems; reviewand monitor system tolerances; participate with the Government in performing system tests to assess performance,safety, operability, reliability, and maintainability; and prepare/review Engineering Change Proposals (ECP) for
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
34 of 134 FINAL
interface impacts in accordance with Government Furnished Information (GFI). The Contractor shall annotate allrecommendations made to the Government with rationale and justification for all assumptions used to arrive at anyaforementioned recommendations.
3.2.3 Maintenance EngineeringThe Contractor shall develop and maintain maintenance concepts tasks and criteria for all levels of maintenance;perform design reviews and test evaluations to minimize maintenance support; assist with the definition of tasks tobe performed at all levels of maintenance; prepare or evaluate technical documentation such as repair standards,drawings, specifications, test procedures, and allowance parts lists; prepare or review maintenance facility designcriteria; develop or review personnel training criteria; assist in the development or review of provisioning of parts,establishing part replacement factors and Source Maintenance and Recoverability (SM&R) coding; reviewproduction engineering changes for impact on maintenance support; prepare/review installation design and physicallayout for reliability and ease of maintenance; develop or review installation standards and practices; develop orreview system Maintenance Requirements Cards (MRCs); and prepare or review computer programs and systems tosupport system or component maintenance. The Contractor shall develop maintenance concepts and criteria inaccordance with applicable documents identified in individual Technical Instruction (TI) and provide to theGovernment all justification for any assumptions used. The contractor shall utilize the existing production controlsystem to provide maintenance forecasts, capture maintenance data, repair costs and failure trends and provideperiodic data and reports on maintenance and acceptance testing activity.
3.2.4 Engineering InvestigationsThe Contractor shall perform engineering investigations to evaluate equipment operational reliability,maintainability, availability, logistics support, and configuration status in accordance with applicable drawingspecifications and appropriate Integrated Logistics Support Plans (ILSP) and Configuration Management (CM)Plans. The Contractor shall report the results of such investigations along with recommendations and the basis forthose recommendations. The Contractor shall assist the Government in planning, organizing, and attending on siteworking sessions in the Fleet to resolve problems and improve performance in the areas of equipment maintenanceand operation in order to satisfy the requirements in the TI. The Contractor shall perform engineering investigationsto evaluate associated equipment systems, associated support equipment, and peripherals operational, logistical, andprogrammatic problems. Such investigations could entail analyzing and making recommendations on performanceor supportability issues.
3.2.5 Reverse EngineeringThe Contractor shall assist in the performance of reverse engineering on electronic assemblies and assist in thedevelopment of the TDP meeting the requirements of DOD-STD-2101, MIL-DTL-31000C and ASME Y14.100 orother commercial standard as specified in the TI. Details concerning the substitution of piece parts and requirementsconcerning logistic equivalency (exact reproductions) shall be provided by TI. The Contractor shall assist in theproduction of prototypes of hardware resulting from reverse engineering and a Technical Report Study. Allprototypes will be the property of the US Government and will be delivered free of proprietary marking.
3.2.6 Manufacturing Engineering AnalysesThe Contractor shall review and analyze manufacturing technologies and/or processes and provide a report to theGovernment on their usability to Government equipment acquisitions, development, and application forGovernment uses. The Contractor shall provide any assumptions made or rationale used in completing theanalysis.
3.2.6.1 Manufacturing TransitioningThe Contractor shall assist with documenting engineering and production studies and analyses concerning thetransition of electronic systems, subsystems, equipments, and components from development stage to production inaccordance with DOD-D-4245.7-M.
3.2.6.2 Manufacturing Engineering and Technology SupportThe Contractor shall prepare manufacturing procedures and/or processes for systems, subsystems, components,assemblies, subassemblies, and equipment. The Contractor shall perform consulting, manufacturing engineering
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
35 of 134 FINAL
and technology services, which may include the following delineated tasks:
a) Design (manual or by computer graphics) of electronic, electro-mechanical, or mechanical items. b) Equipment and facility requirement studies and planning. c) Production cost estimating. d) Assist with product "make or buy" analyses. e) Production capability assessment studies and surveys. f) Production equipment engineering. g) Production equipment/process evaluation. h) Manufacturing process development. i) Development of Computer Aided Design (CAD) and Computer Aided Manufacturing (CAM) media.
3.2.7 Production Engineering SupportThe Contractor shall assist in the development of procedures and acceptance criteria with supporting rationale toevaluate all disciplines (engineering, test and evaluation, maintenance, logistics requirements, manufacturingprocesses, methods, and technologies) incident to development, prototype, initial production, and production or teststatus for new systems or major modification or improvement programs for existing systems, subsystems, orcomponents. The Contractor shall ensure that sufficient data has been generated for equipment reproducibility andshall evaluate system manufacturing proposals in accordance with specifications delineated in the TI.
3.2.7.1 Production Engineering AnalysisThe Contractor shall assist with the analysis of production costs and manufacturing problems; review productionchanges, waivers, and deviations; attend quality assurance audits and surveys; and assist in the identification ofproblems and progress concerning production, costs, and quality assurance.
3.2.7.2 Production Status and Control
The Contractor shall monitor, track, and report status of associated equipment or systems. The contractor willprovide repair and acceptance testing through the use of the Code JXQ production control system (GFI). Thismonitoring shall consist of maintenance and repair cost, failure trends, item process status, and numbers of itemsrepaired and tested per month and quarter.
3.2.8 Acquisition EngineeringThe Contractor shall assist with the review of technical specifications for accuracy in support of procurements inaccordance with GFI. The Contractor shall analyze design data to determine defects detracting from equipment,system, or component capability to perform to its intended operational requirements and to satisfy all specificationrequirements. The Contractor shall review production engineering changes, waivers, deviations, and/or alterationsfor their impact on performance, reliability, maintainability, availability, quality, safety, and life cycle cost. TheContractor shall also perform production cost estimate analyses and provide the Government with justification forany recommendations made. The Contractor shall assist in the review and preparation of technical specifications andother supporting documentation. The Contractor shall assist with the evaluation of the design and performance datato make recommendations on strengths and weaknesses of potential equipment types in meeting applicableperformance requirements by the Government.
3.3 Modeling, Simulation, Stimulation and Analysis Support
The Contractor shall perform engineering analyses and studies for equipment development and in service supportactivities. The Contractor shall test and evaluate systems, computer programs, equipment, modules, andcomponents. These tasks will include consulting, preparing inputs for test plans, reviewing test plans andprocedures, conducting or monitoring equipment testing, analyzing test results, determining valid recommendationsand conclusions based on test data, and the preparation of formal reports. The Contractor shall submit evaluationsalong with the rationale for these evaluations to the Government. Such analyses shall include:
a) Equipment finite element modeling and analysis for vibration, shock, and thermal impacts on design at thecabinet and module level.b) Electronic modeling and simulation. Reports including assumptions made and rationale used shall be providedto the Government.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
36 of 134 FINAL
3.4 Prototyping, Pre-Production, Model-Making, and Fabrication Support
The Contractor shall develop, design, and produce prototypes; initiate and complete original designs includingmodifications; identify and/or complete design validation testing; prepare technical data including product assuranceand system safety requirements to establish configuration product baselines; prepare maintenance supportdocumentation; prepare and review engineering change proposals, waivers, and deviations for impact on design,performance, safety, and producibility. The Contractor shall design test equipment, tools, jigs, fixtures, andcomputer programs to support conformance testing, production acceptance, life cycle quality evaluation, andmaintenance of systems, equipments, and components. The Contractor shall design systems interfaces, to includesoftware and executable test scenarios, to verify automated test equipment protocols and design of test equipment. All prototyping will become the property of the US Government and will be delivered free of any proprietarymarking.
3.4.1 Design ReviewThe Contractor shall review electronic equipment, electronic components, and computer program design and designchanges provided as GFI to establish compliance with contract and mission requirements. This includes analyses toidentify potential impacts on performance, reliability, maintainability, user interface, logistics, schedule, and cost. The Contractor shall participate with the Government in design review meetings. The Contractor shall provide awritten evaluation of design or design changes along with the rationale for evaluations after completing the analysis.
3.4.1.1 Electronic Design and Design VerificationThe Contractor shall provide the labor and materials to design and verify design of electronic assemblies (modules,printed circuit boards, back planes, and wiring cables), subassemblies, and equipments. The contractor shall alsodevelop, test, or modify Test Program Sets (TPSs). The Contractor shall document the efforts and provide theGovernment with a complete technical data package free of proprietary marking covering this work.
3.4.1.2 Module Design and Design VerificationThe Contractor shall design modules to the requirements of MIL-STD-1389D, or as defined by TI. The Contractorshall deliver design verification modules and design disclosure data to meet the requirements of the specs andstandards cited in paragraph 2.1 or as specified by TI. The minimum deliverable set of data shall include assemblydrawings, parts lists, CAD files, and test procedures. Test procedures shall meet the requirements of each TI.
3.4.1.3 Printed Circuit Board Design and Design VerificationThe Contractor shall design and provide design verification multi-layer printed circuit boards according to therequirements of MIL-PRF-55110G, or as specified in the TI. The Government shall furnish the Contractor with aschematic, parts list, a board profile sketch, and any special instructions with respect to board format and routing. The Contractor shall deliver a complete design disclosure data package to meet the requirements of the specs andstandards listed in paragraph 2.1 or as specified in the TI. This package shall include a printed circuit boardassembly drawing, artwork on stable base media, parts list, net lists on magnetic media describing point-to-pointconnections, and computer aided design files. The Contractor shall utilize specific design and specifications asspecified by TI. Data shall include an assembly drawing and a to-from list on magnetic media.
3.4.1.4 Cable Design and Design VerificationThe Contractor shall design and provide design verification cable assemblies in accordance with specifications setforth in the TI. The Government will provide the Contractor with design information specified in the TI and theContractor shall design cable assemblies to include layout, routing diagrams, mechanical hardware (e.g., connectors,lacing), and determination of material requirements. The Contractor shall provide the Government with designdisclosure data as defined and required by TI.
3.5 System Design Documentation and Technical Data Support
The Contractor shall assist in the design of engineering technical data packages provided as GFI for technicalaccuracy, prepare subsequent changes for inclusion to the data package, provide senior level consulting to make
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
37 of 134 FINAL
recommendations for changes with supporting rationale and, upon approval by the Government, incorporate thesechanges into the technical data package, and evaluate these changes for their immediate or potential impact upon thedata package. Delivered data packages shall meet the specified requirements of the associated TI. The technical datapackages will include, but not be limited to drawings, specifications, Technical Repair Standards (TRSs),Installation Operation and Checkout procedures (IOCs), and Engineering Change Proposals (ECPs).
3.6 Software Engineering, Development, Programming and Network Support- N/A
3.7 Reliability, Maintainability and Availability (RM&A) Support
3.7.1 Reliability
The contractor shall perform reliability predictions per Task 203 of MIL-HDBK-781A and submit properlycompleted Failure Mode, Effects, and Criticality Analysis Maintainability Information Worksheets. TheGovernment will provide the Contractor design, configuration, and mission data and access to Governmentpersonnel to enable the Contractor to adequately perform these predictions. The Contractor shall evaluate andannotate reliability predictions prepared by development contractors and submit them with any supportinginformation to the Government. For fielded equipment, the Contractor shall collect, categorize, and summarize fielddata to verify previous reliability predictions and identify trends and design changes to improve reliability.
3.7.2 Failure Mode, Effects, and Criticality AnalysisThe Contractor shall perform an independent Failure Mode, Effects, and Criticality Analysis (FMECA) onequipment design in accordance with approved NAVSEA guidelines and (IEC) International Standard 60812. TheContractor shall deliver to the Government completed Failure Mode, Effects, and Criticality AnalysisMaintainability Information Worksheets. The Government will provide a complete description of the subject designand its performance requirements and access to the Government design staff.
3.7.3 Failure and Field performance AnalysisThe Contractor shall investigate failures of systems, subsystems, and components to isolate the causative defect andrecommend to the Government possible corrective actions. Failure analysis may require disassembly eithershipboard or in a laboratory setting. The Contractor shall conduct field performance analysis, of system, subsystem,and component performance through an assessment of data generated during fleet maintenance, testing, or trainingexercises. The analysis to be performed by the Contractor may include system performance data, maintenance data,mishap reports, and false rejection data.
3.7.4 Maintainability
The Contractor shall perform maintainability analyses and prepare maintainability planning documentation inaccordance with MIL-HDBK-470B on equipment or systems. The Contractor shall perform maintainabilityanalyses and prepare associated documentation. These tasks shall include the following areas: a) Generation of maintainability program plans. b) Formulation of maintainability predictions. c) Maintainability analyses to include maintenance concepts, preventive maintenance studies, personnel andfacility constraints identification, and evaluations of equipment troubleshooting techniques and procedures. d) Maintainability design criteria studies. e) Maintainability demonstration testing. f) The Contractor shall also participate with the Government in maintainability program reviews on equipmentor systems, record and report any discrepancies/problems, and formulate recommendations to resolve thesediscrepancies/problems and submit these recommendations with supporting rationale to the Government.
3.8 Human Factors Performance and Usability Engineering Support- N/A
3.9 System Safety Engineering Support- N/A
3.10 Configuration Management (CM) Support
The Contractor shall develop specific elements of configuration management on selected equipment. All detailed
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
38 of 134 FINAL
requirements and configuration management tasks shall be performed in accordance with the requirements ofNAVSEAINST 4130.12A. The Contractor shall analyze and evaluate the impact of engineering change proposalson materials, cost, schedule, and technical documentation. The Contractor shall implement configuration changesin accordance with the configuration management plan for the system, subsystem, or component. The Contractorshall use the Ship Configuration and Logistics Support Information System (SCLSIS) to maintain configurationmanagement information. The Contractor shall provide CM support functions on the assigned systems. TheContractor shall maintain the CM database by updating the established configuration baseline based on periodicreporting provided by the Original Equipment Manufacturer (OEM), ECP process and material transfers. TheContractor shall also provide configuration assistance in the definition of CM products, review of CM deliverables,and review of proposed configuration baseline changes. CM administrative support may also be provided duringconfiguration audits or in the development of ECPs.
3.11 Quality Assurance (QA) Support
The Contractor shall perform quality assurance analyses and prepare quality assurance planning documentation onsystems, subsystems, equipment, and components and provide reports with recommendations and supporting datato the Government. These tasks require the assimilation of quality assurance data, preparation of quality assuranceplans, evaluation of quality assurance data supplied by the Government, and other related tasks in accordanceMIL-Q-9858A and MIL-I-45208A. The Contractor shall also attend quality assurance program reviews on specifiedsystems, subsystems, equipment, and components; record and report any discrepancies/problems, and formulaterecommendations, along with their respective justifications, to resolve these discrepancies/problems.
3.12 Information System (IS) Development, Information Assurance (IA) and Information Technology (IT)Support
The Contractor shall provide data management related support in accordance with requirements set forth in TIsissued. The contractor shall provide support for information technology and services including programmingsupport, web publishing, interactive software, systems administration, and other tasks as assigned in a TI, outsidethe cognizance of NMCI, and included in the scope of this TO.
3.13 Inactivation and Disposal Support- N/A
3.14 Interoperability, Test and Evaluation, Trials Support
The Contractor shall provide system analysis, formal/informal testing, and analysis/application development, seniorlevel consulting for the aforementioned systems and programs. This includes electro-optical and infrared sensors,explosive detection systems, acoustic hailing systems, and all other associated equipment, systems, andtechnologies only as included in the scope of the TO.
3.15 Measurement Facilities, Range, and Instrumentation Support- N/A
3.16 Logistics Support
Integrated Logistics Support (ILS) management and technical support shall be performed by the Contractor for theequipment specified by TI for each of the logistic elements as defined in approved NAVSEA guidelines andspecifications. The Contractor shall analyze, investigate, and/or produce ILS documentation to ensure that allprogram support requirements for ILS planning and implementation have been adequately addressed, and thatplanning adequately reflects known operational, design, and support requirements in accordance with currentdirectives. The analysis shall include all areas of ILS needed for adequate assessment of Government ILS planning,implementation, contractual obligations, and performance. ILS planning shall be in accordance with applicable LifeCycle Phase and Milestone Review requirements delineated in DOD-D-5000.1, subordinate instructions anddirectives, and approved NAVSEA guidelines.
3.16.1 Logistics Documentation SupportThe Contractor shall develop, analyze, investigate, and review logistic support documentation to ensure that allsupport requirements have been adequately addressed. The Contractor shall attend planning meetings, workinggroups and Integrated Logistic Support Management Team meetings as directed by TI. The Contractor shallpublish minutes and action items from the meetings. All action items to be conducted by the Contractor shall be
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
39 of 134 FINAL
within the scope of this SOW and shall be assigned by a TI. The Contractor shall submit deliverables to theGovernment in accordance with TI requirements.
3.16.2 Training
The Contractor shall develop training plans. Primarily, the courses shall be for Government instructors or othersupport agents, who will perpetuate the training in the Government. All findings and recommendations shall bedocumented with supporting information. The Contractor shall develop training materials and courses as specifiedin the TI, for specified equipment for these courses. The Contractor shall participate in contractor trainingconferences to evaluate the effect of new system training data and make recommendations, along with the supportingrationale, to the Government.
3.16.3 Technical Documentation
The Contractor shall develop and review technical manuals, operations and maintenance procedures, and associatedelements in accordance with NAVSEAINST 4160.3A (Technical Manual Management Program (TMMP)),MIL-DTL-24784/7B, MIL-DTL-81927C, MIL-M-24100C, and GFI for compatibility with Logistic SupportAnalysis data. The Contractor shall develop Technical Manual Contract Requirements in accordance with therequirements of the TI for incorporation into SOW for hardware acquisitions. The Contractor shall support InProcess Reviews for technical manuals at prime contractor facilities and provide support for theverification/validation of technical manuals through on site reviews. The Contractor shall provide support for thetransition of technical manuals and other technical data to Government support organizations.
3.17 Supply and Provisioning Support- N/A
3.18 Training Support- N/A
3.19 In-Service Engineering, Fleet Introduction, Installation and Checkout Support 3.19.1 Installation SupportThe Contractor shall perform site inspections in accordance with installation drawings and specifications inpreparation for installation of new equipment. The Contractor shall perform pre-installation checks in accordancewith installation drawings and specifications in preparation for installation of new equipment. The Contractor shallannotate land-based, ship, and aircraft class drawings accordingly; however, these annotations will not constitute achange to the drawing content. The Contractor shall develop or evaluate the installation drawings and procedures asspecified by TI. The tests are to assure operational integrity of the installed equipment. The Contractor shallperform the installation of new equipment in accordance with the applicable installation drawings and procedures. The Contractor shall conduct associated operational verification tests to assure operational integrity of the installedequipment. The Contractor shall review equipment installation requirements and documentation and providerecommendations with justifications to the Government. The Contractor shall receive, inventory and verify GFMsuch as spares, support equipment, technical data, fleet introductory material and modification kits for ship or aircraftoutfitting at GFF.
3.19.2 Field EngineeringThe Contractor shall perform field-engineering tasks related to maintaining, installing, and enhancing deployedequipment in accordance with the equipment's operational specifications or improved specifications.
3.19.3 On-Site Alterations of Deployed EquipmentThe Contractor shall perform site inspections and annotate drawings accordingly in preparation for alteration,change, upgrade, or retrofit of equipment to ensure equipment compliance with its operational specifications. TheContractor shall perform land-based, shipboard, or aircraft systems or equipment alterations in accordance with theapplicable installation specifications, guidelines, and alteration instructions. The Contractor shall conduct theassociated operational verification tests to assure the operational integrity of the system or equipment. After eachsuch alteration, the Contractor shall provide a report to the Government regarding the results of the alteration and thesubsequent operational verification tests, including recommendations with justification for improving alterationdocumentation and associated testing.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
40 of 134 FINAL
3.19.4 Field RepairThe Contractor shall perform repair and maintenance actions on deployed equipment, requiring repair beyond theskill of organizational maintenance personnel. The Contractor shall analyze the problem, report the problem byelectronic communications, request approval to affect repairs, and perform the repair operation. After each suchaction, the Contractor shall provide a report to the Government to include problem related information (repair actiontaken, time, date, place, equipment identification, and ship type and hull number). GFM and GFE shall beprovided in instances where special equipments and materials are required.
3.20 Program SupportAs identified per TI, the Contractor shall provide multi-level technical program support services to assistNAVSURFWARCENDIV Crane in carrying out its mission to develop and maintain electronic weapons systems,subsystems, equipment, and components for programs in scope of the TO. This support shall include tasks relatedto planning, preparing, organizing, and reporting. The Contractor shall review, analyze, and produce requirementsand associated lists for test and support equipment in accordance with MIL-HDBK-2097 and MIL-PRF-28800F. The reviews and analyses shall include reviews of the Logistic Support Analysis Records to ensure all requirementsfor support and test equipment have been minimized (variety and quantity), that considerations for general or specialpurpose support equipments have been fully supported, that the selection process is based on cost effectiveness, andthat reliability and maintainability features of the support equipment is compatible with the prime equipment.
3.21 Functional and Administrative Support – N/A
3.22 Public Affairs and Multimedia Support – N/A
4 GOVERNMENT FURNISHED PROPERTY
4.1 Government Furnished Information (GFI)The Government will provide all applicable technical documentation and information to the contractor as GFI. Thisincludes technical manuals, training materials and information, drawings, specifications, procedures, processes, andquality system documents required for the performance of engineering, logistics, and technical support. AdditionalGFI will be provided as required or at the request of the contractor.
4.2 Government Furnished Material (GFM)The GFM will be provided when the contractor has a requirement for special or specific Government material perspecific tasking. GFM will be identified in each specific TI.
4.3 Government Furnished Equipment (GFE)The GFE will be provided when the Contractor has a requirement for special or specific Government equipment perspecific tasking and as instructed by the TI. The Government will provide all equipment and computing resourcesincluding NMCI hardware, software programs, and access to required files and databases only for work performed onNSWC Crane. Contractors will be required to perform work on site at NSWC, Crane due to accessibility of filesand other information required for the accomplishment of the tasks set forth in this SOW. This is the only GFEidentified at this time. No other GFE has been identified. Computer equipment will be supplied at NSWC Craneonly.
4.4 Government Furnished Facilities (GFF)Contractor personnel at NSWC Crane shall be authorized access to NMCI owned/Government owned equipment, whichshall be utilized during the performance of tasks stated in this TO. This shall include a personal computer with accessto a printer with appropriate software (i.e., Microsoft Office), desk and use of telephone with long distance/voice mailcapability for official Government business (as required). Contractor personnel at NSWC Crane may be required toperiodically relocate as office areas are moved to conform to re-organizations within the NSWC Crane Division orcontinuous improvement process changes to improve efficiency. The nature of the work at times calls for the fulfillmentof surge requirements. The Contractor shall have capability to access 800 square feet of electronic lab space to fulfillsurge capability.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
41 of 134 FINAL
4.5 Government Owned VehiclesThe Government shall provide contractor access and authorization to operate Government owned vehicles for thepurpose of transporting materials and documents to and from buildings within the NSWC Crane confines, asrequired by TI. Government provided vehicles shall be used solely for the purposes as described in this SOW. Alldrivers must present proof of valid operator driver’s license prior to operating a government vehicle. The contractorshall operate motor vehicles IAW NSWCCRANEINST 11240.1 or most recent instruction. All contractorpersonnel operating Government vehicles, to include materials handling equipment, shall be licensed in IAWprovisions set forth IAW NSWCCRANEINST 11240.1 or most recent instruction, except when a valid state driverslicense shall be accepted as proper authority for operation of commercial/administrative (non-tactical) vehicles up toand including pounds gross vehicle weight upon completion of training courses as called out inNSWCCRANEINST 11240.1 or most current instruction. The contractor shall ensure contractor personnel have intheir possession a valid US Government Motor Vehicle Operator’s Identification Card (SF 46) or valid state driver’slicense, as applicable, when operating vehicles and equipment. Employees possessing a valid Government licenseneed not be re-licensed. The contractor shall report any accidents involving motor vehicles or any other equipmentIAW NSWCCRANEINST 11240.1 or most recent instruction.
4.6 Return of Government Furnished Items All GFI, GFE, and GFM provided to or acquired by the contractor shall be returned to the responsible RequiringTechnical Activity (RTA) upon completion of assigned tasking. 5.0 DATA DELIVERABLES All data deliverables shall be made as specified and in Contractor format unless otherwise directed. All deliverablesshall be submitted as listed on the distribution of each Contract Data Requirements List (CDRL) DD 1423-1.
CDRL: A001DID Number: DI-MGMT-80227DID Title: Contractor’s Progress, Status and Management ReportApplicable SOW Para.: 3.20 CDRL: A002DID Number: DI-FNCL-80331ADID Title: Funds and Man-Hour Expenditure ReportApplicable SOW Para.: 3.20 CDRL: A003DID Number: DI-MGMT-81797DID Title: Program Management PlanApplicable SOW Para.: 3.20 CDRL: A004DID Number: DI-ADMN-81373DID Title: Presentation MaterialApplicable SOW Para.: 3.2, 3.3, 3.4, 3.5, 3.6, 3.7, 3.10, 3.11, 3.14, 3.16, 3.19 CDRL: A005DID Number: DI-ADMN-81505DID Title: Report, Record of Meeting/MinutesApplicable SOW Para.: 3.2, 3.3, 3.4, 3.5, 3.6, 3.7, 3.10, 3.11, 3.14, 3.16, 3.19 CDRL: A006DID Number: DI-MGMT-81650DID Title: Integrated Master Schedule (IMS)Applicable SOW Para.: 3.20
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
42 of 134 FINAL
XXXX
CDRL: A007DID Number: DI-MGMT-81334DDID Title: Contract Work Breakdown StructureApplicable SOW Para.: 3.20 CDRL: A008DID Number: DI-MISC-80508BDID Title: Technical Report Study/ServicesApplicable SOW Para.: 3.2, 3.3, 3.4, 3.5, 3.6, 3.7, 3.10, 3.11, 3.14, 3.16, 3.19
CDRL: A009DID Number: DI-MISC-80508BDID Title: Technical Report Study/ServicesApplicable SOW Para.: 3.2, 3.3, 3.4, 3.5, 3.6, 3.7, 3.10, 3.11, 3.14, 3.16, 3.19 CDRL: A010DID Number: DI-NDTI-80566ADID Title: Test PlanApplicable SOW Para.: 3.2, 3.4, 3.7, 3.14 CDRL: A011DID Number: DI-QCIC-81794DID Title: Quality Assurance Program PlanApplicable SOW Para.: 3.20 CDRL: A012DID Number: DI-FNCL-80331ADID Title: Funds and Man-Hours Expenditure ReportApplicable SOW Para.: 3.20 CDRL: A013DID Number: DI-MGMT-81834DID Title: Contractor’s Personnel RosterApplicable SOW Para.: 3.20 CDRL: A014DID Number: DI-DRPR-80651DID Title: Engineering DrawingsApplicable SOW Para.: 3.7, 3.16, 3.19 CDRL: A015DID Number: DI-TMSS-81354DID Title: Technical Manual Research and Analysis Source DataApplicable SOW Para.: 3.16.3 6.0 SPECIAL CONDITIONS
6.1 Security
The Contractor shall comply with Security procedures and instructions as specified by the local GovernmentSecurity Department. Performance on this TO will require contractor employees to have access to classifiedinformation up to and including the SECRET level. The Contractor shall appoint a Security Officer who shall (1)be responsible for all security aspects of the work performed under this TO, (2) assure compliance with all DOD andService regulations regarding security and (3) assure compliance with any written instructions from the SecurityOfficers of each Government facility. In the event that any individual tasking requires a higher level of clearance, aseparate DD Form 254 will be prepared and issued. The Contractor may be required to have access to live dataduring the performance of this TO. Any records and data or information the Contractor may have access to may behighly sensitive and confidential. The Contractor must not divulge any information about files, data processing
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
43 of 134 FINAL
activities or functions, user ids or passwords or any other knowledge that may be gained to anyone not authorized tohave access to such information. It is the Contractor’s responsibility to ensure that all required employees haveproper authority. All classified material shall be processed and protected in accordance with the provisions of thisSOW and all required instructions and directives in effect concerning the processing of classified material. U.S.Citizenship is required for all positions. Contractor personnel in contact with classified documentation and/orequipment shall have the proper level of clearance on file with the local Government Security office. A Departmentof Defense Form 254 shall be filed with the contract identifying the contractor’s facility and safeguarding level ofclearance requirements.
6.2 Travel 6.2.1 Travel RequirementsThe Contractor may be required to travel throughout the continental United States (CONUS) and to locationsoutside of CONUS. Trip duration will be identified in a TI which will include the required transit time. Whenrequired to obtain access to a Government facility, ship, aircraft, or other duty station, the Contractor shall initiaterequests for Need to Know Certification and submit these requests to the COR for appropriate action. 6.2.2 Travel AuthorizationAny travel undertaken by the Contractor for performance of TO must have prior authorization by the COR (as statedin each TI). 6.2.3 Need-to-Know CertificationWhen required to obtain access to a Government facility, ship, aircraft, or other duty station, the Contractor shallinitiate requests for need-to-know certification and submit these requests to/through the COR for appropriate action.
6.3 Contracting Officer’s Representative (COR) The COR is the point of contact for non-substantiative communications of a technical nature. Only the ContractingOfficer has the authority to change the requirements of this order(s). The COR is identified in Section G.
6.4 Requiring Technical Activity (RTA)
The RTA contacts are Functional Managers, Task Managers, and project leads which will be identified in individualTI’s. RTAs do not have the authority to direct Contractor personnel or change the requirements of this order(s) orchange the requirements of any TI(s).
6.5 FundingThis task order will be funded incrementally as required. Each project will be identified by a separate TI and/orCLIN/SLIN.
6.6 Safety and HealthThe requirements of this order may require contractor personnel to come in contact or be exposed to hazardousconditions. The contractor shall abide by all applicable federal, local, and state occupational safety and healthrequirements. The Government will provide Standard Operating Procedures (SOP) when applicable. The contractormust have on record a corporate safety plan and shall provide a copy to the COR when instructed. The contractorshall ensure all employees have appropriate Personal Protection Equipment (PPE). The contractor shall ensureemployees have all required training and certifications related to Occupational Safety and Health Administration(OSHA) requirements.
6.7 Hazardous MaterialsThe contractor will provide someone responsible for the handling of the hazardous materials and the respectiveMaterial Safety Data Sheet (MSDS). This responsibility includes proper training in the handling and disposal ofthe hazardous materials.
6.8 Control of Contractor Personnel
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
44 of 134 FINAL
The Contractor shall comply with the requirements of NAVWPNSUPPCENINST 5510.1 andNAVWPNSUPPCENINST 5910.1. All persons engaged in work while on Government property shall be subjectto search of their persons (no bodily search) and vehicles at any time by the Government, and shall report anyknown or suspected security violations to the Crane Division Security Department. Assignment, transfer, andreassignment of Contractor personnel shall be at the discretion of the Contractor. However, when the Governmentdirects, the Contractor shall remove from contract performance any person who endangers life, property, or nationalsecurity through improper conduct. All Contractor personnel engaged in work while on Government property shallbe subject to the Standards of Conduct contained in SECNAVINST 5370.2J. Prior to conducting work under thiscontract, the contractor shall provide a list of employees that will be working on site. The employee list shallcontain full names, security clearance levels, social security numbers, job titles, and original birth certificates. Thislist shall be updated within forty eight hours after changes occur.
6.9 Identification BadgesThe Contractor shall be required to obtain identification badges from the Government for Contractor personnel to belocated on Government property. The identification badge shall be visible at all times while employees are onCrane Division property. The Contractor shall furnish all requested information required to facilitate issuance ofidentification badges and shall conform to applicable regulations concerning the use and possession of the badges. The Contractor shall be responsible for ensuring that all identification badges issued to Contractor employees arereturned to the Crane Division Security Department within forty eight hours following the completion of thecontract, relocation or termination of an employee issued an identification badge, and upon request by theContracting Officer.
6.10 Accident ReportingThe Contractor shall maintain an accurate record of and shall report all accidents to the COR immediately afterincident occurs.
6.11 Smoking RegulationsSmoking on Crane Division, Crane, IN premises shall be in approved areas only in accordance with NAVFAC P1021. Smoking in vehicles is prohibited.
6.12 Release of InformationAll technical data provided to the Contractor shall be protected from the public. All other information relating tothe items to be delivered and services to be performed under this TO may not be disclosed by any means withoutprior approval of the authorized representative of the Contracting Officer. Dissemination or public disclosureincludes but is not limited to permitting access to such information by foreign nationals by any other person orentity or publication of technical or scientific papers or advertising or any other proposed public release. TheContractor shall provide adequate physical protection to such information so as to preclude access by any person orentity not authorized such access.
6.13 Privacy ActUnder US Code Title 5, Section 552, information accessed in completing this TO is subject to the Privacy Act.
6.14 Damage ReportingThe Contractor shall maintain an accurate record of and shall immediately report to the COR all damages toGovernment Furnished Equipment and Facilities as prescribed by OPNAVINST 5102.1.
6.15 Non-Personal ServicesThe Government will neither supervise contractor employees nor control the method by which the contractorperforms the required tasks. Under no circumstances shall the Government assign tasks to, or prepare workschedules for, individual contractor employees. It shall be the responsibility of the contractor to manage itsemployees and to guard against any actions that are of the nature of personal services, or give the perception ofpersonal services. If the contractor feels that any actions constitute, or are perceived to constitute personal services,it shall be the contractor’s responsibility to notify the TO Procuring Contracting Officer (PCO) immediately. Theseservices shall not be used to perform work of a policy/decision making or management nature, i.e., inherently
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
45 of 134 FINAL
Governmental functions. All decisions relative to programs supported by the contractor shall be the soleresponsibility of the Government. 6.16 InvestigationsContractor employees shall cooperate with Government investigative agencies conducting criminal or administrativeinvestigations.
6.17 Government ObservationsGovernment personnel, such as Inspector General or higher headquarters staff, are authorized to observe Contractoroperations. Efforts will be made to minimize the degree of disturbance on Contractor performance. 6.18 Work Area CleanlinessThe Contractor shall be responsible for the orderliness and cleanliness of all Government controlled areas being usedby the contractor for office and storage. The space shall be clean, neat and free from fire hazards, unsanitaryconditions and safety hazards.
6.19 Key ControlThe Contractor shall establish and implement methods of ensuring that all keys issued to the Contractor by thegovernment are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractorby the government shall be duplicated. The Contractor shall develop procedures covering key control. Key controland accountability shall be IAW the key control requirements set forth in applicable regulations.
6.20 Hours of OperationThe Contractor’s hours of operation will be provided on each individual TI. If not so stated, then the normal dutyhours for Contractor on-site personnel and the Contractor’s liaison facility personnel assigned to this effort fallbetween 0630 and 1800 hours during normal government workdays, Monday through Friday. The contractor maybe required to respond to an emergency and work outside of regular working hours to perform the work as required. If contractor desires to have personnel work compressed work schedule it shall be requested in writing and approvedby the COR.
6.20.1 Compressed Work ScheduleThe Contractor may be permitted to utilize a compressed work schedule for their employees working at NSWCCrane Division if specified on individual TI. A compressed work schedule allows a starting time between the hoursof 0600 and 0830 for eight of the ten workdays (nine hours per day) with a stopping time between the hours of 1530and 1800, and between 0630 and 0900 for one of the ten workdays (eight-hour day) with a stopping time betweenthe hours of 1500 and 1730. The contractor's full-time employees shall adhere to the same number of hours eachday for eight of the ten workdays (nine hours per day) during a biweekly pay period and for one eight-hour dayduring the same biweekly pay period. The contractor's full-time employee is required to work 80 hours in abiweekly pay period and this work must be scheduled for fewer than 10 days in a biweekly pay period. In somecases, a contractor employee may be required to remain on a non-compressed work schedule or to adjust contractoremployee work hours (arrival and departure time) to accommodate the needs of the organization that they support. The contractor may be required to respond to an emergency requirement and work outside of regular working hoursto perform the work. Exceptions to the compressed schedule may exist and the contractor will be notified by theCOR of any permanent or temporary exceptions. 6.20.2 FlextimeThe Contractor may be permitted to utilize a Flextime schedule for their employees working at NSWC CraneDivision if specified on individual TI. A Flextime schedule allows a starting time between the hours of 0630 and0900, with a quitting time eight and one-half hours after the clock-in time (1500 to 1730). The contractor may berequired to respond to an emergency requirement and work outside of regular working hours to perform the work. Exceptions to the Flextime schedule may exist, and the contractor will be notified by the COR of any permanent ortemporary exceptions.
6.20.3 Closed DaysAll closed days will be designated by the Commander, NSWC, Crane Division. Closed days will be associatedwith holidays, National Security, and/or inclement weather/dangerous conditions. The Contractor will not beallowed to work on NSWC, Crane Division during designated closed days, unless they are deemed to be essentialpersonnel. Essential personnel will be identified by the Government, and communicated to the contractor prior to
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
46 of 134 FINAL
the designated closed day, and will be authorized by COR/KO and specified on individual TI. In the event theContractor is prevented from performance as the result of an Executive Order or an administrative leave determinationapplying to the using activity, such time may be charged to leave or indirect charges IAW the company policy.
6.20.3.1 Inclement WeatherWhen the Government Agency is closed by the Commander because of inclement weather conditions and/ordangerous conditions, notification of the closing will be broadcast over local radio and television stations.
6.20.3.2 HolidaysA list of Government Agency observed holidays and/or closed days in conjunction with holidays will be publishedat the beginning of each calendar year. Contractor employees will not be allowed to work on Government propertyon a holiday and/or closed day unless they are deemed to be essential personnel. The contractor is advised thataccess to the Government installation may be restricted on these holidays:
New Year’s Day Birthday of Martin Luther King, Jr.President’s Day Memorial DayIndependence Day Labor DayColumbus Day Veteran’s DayThanksgiving Day Christmas Day
In the event any of the above holidays occur on a Saturday or a Sunday, then such holiday shall be observed by theContractor IAW the practice as observed by the assigned Government employees at the using activity.
6.20.4 OvertimeOvertime shall be performed as considered necessary by the contractor to meet the tasking and to the extentauthorized in 52.222-2 in Section I. The approved overtime shall not be exceeded without authorization from thecontracting officer. 6.21 Continuous ImprovementThe contractor shall support the NSWC Crane Continuous Improvement program. The contractor shall providesupport for the development and maintenance of lean performance execution processes and metrics. The contractorshall participate in lean events, meetings, and conferences, and execute lean tasks from initiation to closure whenauthorized. The contractor shall also provide data record entry, reproduction, distribution, and reporting of leandocumentation. 6.22 Information Non-DisclosureContractor personnel may be required, from time to time, to sign Non-Disclosure Agreements as applicable tospecific SOW tasking. The COR will notify the contractor of the number and type of personnel that will need tosign the Non-Disclosure agreements. The signed Non-Disclosure Agreements shall be executed prior to accessingdata or providing support for information that must be safeguarded and returned to the COR for endorsement andretention. Copies of all executed NDAs shall be provided to the COR. 6.23 Licenses, Certifications, and TrainingThe Contractor shall provide capable personnel with qualifications, experience levels, security clearances, andnecessary licenses, certifications, and training required by Federal, State, and Local laws and regulations.Information assurance functions require certifications specified in DFAR 252.239-7001 INFORMATIONASSURANCE CONTRACTOR TRAINING AND CERTIFICATION. Training necessary to ensure that personnelperforming under this contract maintain the knowledge and skills to successfully perform the required functions isthe responsibility of the Contractor. Training necessary to maintain professional certification is the responsibility ofthe Contractor. 6.24 Existing ConditionsIn the performance of work under this TO, the contractor is not responsible for any existing conditions (conditions thatexist prior to or as of the effective date of this TO) at the GFF, and the Government will reimburse the contractor for anycosts or liability the contractor might incur as a result of these existing conditions. The Government and the contractorwill jointly conduct an inspection of the facilities to establish baseline conditions at the start of the performing period.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
47 of 134 FINAL
6.25Data RightsAll data/documentation delivered/created in support of this effort becomes the property of the US Government andwill be delivered without proprietary markings. The Government shall have Government Purpose rights for all Dataassociated to this contract. The Government will have unlimited rights of all data delivered under this TO. TheGovernment will have unlimited data and distribution rights to all processes, systems and equipment developedunder this SOW. Data required from this contracting action shall be delivered in English with applicablenumbering in English or metric units. The Government will have unlimited rights to reproduce and use allsubmitted CDRL(s). All CDRLs will be submitted free of proprietary markings. 6.26 Use of Government Vehicles/Material Handling EquipmentContractor may be required to drive Government owned/leased vehicles and material handling equipment on-site atNSWC Crane in performance of their duties. Authorization to drive Government owned/leased vehicles and operateGovernment owned materials handling equipment, such as overhead cranes and forklifts, will be specificallyauthorized when applicable. All contractor personnel operating Government vehicles/handling equipment shallpossess a valid state driver's license. Contractor shall report any accidents involving motor vehicles or any otherGovernment equipment immediately to the cognizant Government manager and the Contracting Officer. 6.27 Contractor IdentificationThis TO is for non-personal services as defined by FAR Subpart 37.104. As such, Contractor employees shallidentify themselves as contractor personnel by introducing themselves or being introduced as contractor personneland displaying distinguishing badges or other visible identification for meetings with Government personnel. Inaddition, contractor personnel shall appropriately identify themselves as contractor employees in telephoneconversations and in formal and informal written correspondence.
6.28 Skills and Training
The Contractor shall provide capable personnel with qualifications, experience levels, securityclearances, and necessary licenses, certifications, and training required by Federal, State, andLocal laws and regulations. Information assurance functions require certifications specified in DFAR252.239-7001 INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION.Training necessary to ensure that personnel performing under this contract maintain the knowledgeand skills to successfully perform the required functions is the responsibility of the Contractor.Training necessary to maintain professional certification is the responsibility of the Contractor.
6.29 Post Award Meetings
(a) A Post Award Meeting with the successful offeror will be conducted within 15 working days afteraward of the contract. The meeting will be held at (to be identified at Task Order award). (b) The contractor will be given at least five working days notice prior to the date of the meeting bythe Contracting Officer.(c) The requirement for a Post Award meeting shall, in no event, constitute grounds for excusabledelay by the Contractor in performance of any provisions of the Task Order.(d) A second post award meeting may, if necessary, be held after the receipt of the first invoice toassure that adequate documentation has been received to substantiate the validity of the invoicefor the stated period of performance, in accordance with HQ G-2-0007. The contractor will be givenat least five working days notice prior to the date of the meeting by the Contract Specialist.
6.30 Accounting System Adequacy
(a) FAR 16.301-3(a)(1) requires that a contractor’s accounting system be adequate for determiningcosts applicable to the contract in order to be eligible for a cost reimbursement type contract. This isunderstood to mean that the accounting system must have been reviewed and approved by the
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
48 of 134 FINAL
Defense Contract Audit Agency (DCAA).(b) This requirement applies equally to the prime contractor as well as their subcontractors who areproposed for cost-reimbursement or time and materials (T&M) contracts. T&M contracts areconsidered to be a form of cost reimbursement contracting because of the manner in whichmaterials and ODCs are priced (actual cost plus indirect burdens). Subcontractors without approvedaccounting systems should be contracted using firm fixed price or labor hour contracts.(c) The prime contractor is solely responsible for verifying that subcontractors proposed for costreimbursement contracts (including T&M), have DCAA-approved accounting systems. They shallrequire subcontractors to include a copy of DCAA’s most recent review/approval letter as part of theirproposal detail. Proposal statements that the accounting system “has been approved” will not beaccepted; a copy of DCAA’s letter is required.(d) The prime contractor shall also provide a copy of DCAA’s most recent review/approval of theiraccounting system. The status of actions taken as a result of DCAA recommendations shall beaddressed. Any unresolved issues shall be identified and their impact on this requirement shall bediscussed.
7. Place of Performance
The primary work site will be Naval Surface Warfare Center Crane Division, Crane, IN. Temporary duty sites mayinclude; Norfolk, San Diego, and others as required and defined by TI.
8. Performance Standards
As a performance based acquisition for engineering, technical and management support services, the requirements arestructured around the results to be achieved as opposed to the manner by which the work is to be performed. Theeffort performed hereunder will be evaluated in accordance with the performance standards/acceptable quality levelssummarized in the Quality Assurance Surveillance Plan (QASP) identified as Attachment 1 to the RFP. Performancestandards are required to be met for each of the identified Task Requirements.
HQ C-2-0011 COMPUTER SOFTWARE AND/OR COMPUTER DATABASE(S) DELIVERED TO AND/ORRECEIVED 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.
(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.
(e) Delivery by the Contractor to the Government of certain technical data and other data is now frequently requiredin digital form rather than as hard copy. Such delivery may cause confusion between data rights and computer
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
49 of 134 FINAL
software rights. It is agreed that, to the extent that any such data is computer software by virtue of its delivery indigital form, the Government will be licensed to use that digital-form data with exactly the same rights andlimitations as if the data had been delivered as hard copy.
(f) Any limited rights legends or other allowed legends placed by a Contractor on technical data or other datadelivered in digital form shall be digitally included on the same media as the digital-form data and must beassociated with the corresponding digital-form technical data to which the legends apply to the extent possible. Suchlegends shall also be placed in human-readable form on a visible surface of the media carrying the digital-form dataas delivered, to the extent possible.
(End of Text)
HQ C-2-0012 CONFIGURATION MANAGEMENT (NAVSEA) (APR 2004)
(a) Baseline Definition For configuration control purposes, all contractual documentation in effect at the time ofcontract award shall constitute the Contract Baseline which shall be considered incorporated in the baselinedocumentation.
(b) General Requirement (1) The Contractor shall maintain a Configuration Control Program to assure that alldetal level work being performed under this contract is in compliance with appropriate baseline documentation. TheContractor shall prepare a Configuration Management Plan in accordance with the requirements of the contract forapproval by the Government.
(2) Whenever a situation arises wherein the contractor cannot comply with a baseline document, or wheneverintent of such documentation is significantly changed by detail level documentation, the Contractor shall submitchange documents to modify baseline documents to resolve the conflict or to allow noon compliance. Whenever thecost of implementing a proposed change is less than th ethreshold requiring certified cost or pricing data, theContractor shall provide documentation explaining the nature of related costs as shown on the change document. Whenever the contract cost changes by an amount greater than the threshold requiring certified cost or pricing data,the Contractor shall complete such cost and pricing data as the Contracting Officer shall require detailing all relatedcosts, and attach it to the change document. Requirements for cost and pricing data shall be determined by thegross amount of the change unless otherwise directed by the contracting officer. Change documentation shall besubmitted to the Contracting Officer in accordance with the Contract Data Requirements List (CDRL), and asdescribed in paragraphs (c) through (f) below.
(c) Engineering Change Proposals (ECPs) - ECPs shall be prepared in accordance with the approved configurationmanagement plan and the requirements of the contract. DI-CMAN-80639C approved 30 Sep 2000 andMIL-HDBK-61A of 7 Feb 2001 apply. An ECP should be submitted whenever the detail level physicalconfiguration, material quality, operational or functional performance of equipment or installed systems will not bein compliance with baseline design-related documents (Specifications, Contract Drawings, etc.), and a change to thebaseline document is considered an appropriate means of resolving a design-related issue. Documentation shall bedeveloped in sufficient detail to enable Government review and evaluation of the merits of the proposed change,including cost and scheduling impact, ship class impact, and consequences if disapproved. All existing drawingsand technical manuals impacted by the change shall be listed along with a brief narrative explanation of neededchanges to incorporate the ECP if approved. Weight and moment data incidental to the change shall be provided. The Contractor shall also prepare applicable baseline document insert sheets, with specific word changes or proposedrewrite, to facilitate baseline documentation changes.
(d) Non-Engineering Change Proposals (NECPs)– An NECP should be submitted whenever necessary to documentadministrative, procedural, scheduling, or documentation changes that do not directly impact the physicalconfiguration of the equipment. The NECP shall explain the nature of the problem, identify the applicable baselinedocument (i.e., Contract Data Requirement List (CDRL), Contract Clause, etc.) and provide a detailed explanationjustifying the proposed course of action desired to resolve the problem. Insert sheets for applicable documents shallalso be attached to facilitate change action in the event the Non-Engineering Change Proposal (NECP) is approved.
(e) Deviations and Waivers - In the event that a baseline design-related document requirement cannot be met, and achange to the baseline document is considered inappropriate, the Contractor shall submit a Request for Deviation
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
50 of 134 FINAL
(RFD) or Request for Waiver (RFW), as applicable. DI-CMAN-80640C approved 30 Sep 2000 andMILHDBK-61A of 7 Feb 2001 apply. The explanation of "need for deviation" should provide detailed justificationand consequences of approval, to include technical details explaining the degree of non-compliance or effect on shipequipment or system operation constraints. In a similar manner, a waiver shall document an "as built" configurationthat departs from baseline documentation and should include any proposed corrections or modifications to bettermeet the intent of the baseline document.
(f) Equitable Adjustments for Change Documentation Preparations - For its effort expended in preparing ECPs,NECPs, Deviations and Waivers, the Contractor shall receive equitable adjustment under the followingcircumstances:
(1) In the event the Contractor, on its own initiative, and without written request from the Contracting Officer,develops a change document that is later disapproved by the Government, the Contractor shall bear the cost of thiseffort.
(2) To avoid such loss, and at its option, the Contractor may submit a "preliminary" document that outlinesintent, but without detailed supporting documentation and request the Contracting Officer's approval for expenditureof effort to complete the detailed supporting documentation. In the event the Contracting Officer denies this request,the Contractor will bear the cost of development of the "preliminary" document, and shall make no further effort tocomplete detailed supporting documentation.
(3) In the event the Contracting Officer approves the Contractor's request to develop supporting documentation,the Contractor shall be equitably compensated for its effort for both the "preliminary" and "final" documentation,regardless of whether or not the change document is later approved.
(4) In the event the Contracting Officer requests in writing that the Contractor develop change documentation, theeffort expended by the Contractor in developing such ocumentation shall be subject to equitable adjustment,regardless of whether or not the change document is later approved.
(5) In the event the Contractor, on its own initiative, and without written request from the Government, developsa change document that is later approved by the Contracting Officer, the cost of developing such documentation shallbe incorporated in the contract modification that implements the change. (6) Failure to agree to such equitableadjustment in contract price shall constitute a dispute, and shall be adjudicated in accordance with the requirementsof the clause entitled "DISPUTES" (FAR 52.233-1).
(g) Any cost reduction proposal submitted pursuant to the clause entitled "VALUE ENGINEERING" (FAR52.248-1) shall be submitted as a Code V Engineering Change Proposal (VECP). DI-CMAN-80639C approved 30Sep 2000 and MIL-HDBK-61A of 7 Feb 2001 apply. Information required by the "VALUE ENGINEERING" clauseshall also be submitted as part of the change request.
HQ-C-2-0014 CONTRACTOR'S PROPOSAL (NAVSEA) (JAN 2008)
(a) Performance of this contract by the Contractor shall be conducted and performed in accordancewith detailed obligations to which the Contractor committed itself in Proposal _ N00024-12-R-3324___ dated __02 October 2012___ in response to NSWC Crane Solicitation No. N00024-12-R-3324.
(b) The technical volume(s) of the Contractor's proposal is incorporated by reference and hereby made subject to theprovisions of the "ORDER OF PRECEDENCE" (FAR 52.215-8) clause of this contract. Under the "ORDER OFPRECEDENCE" clause, the technical volume of the Contractor's proposal referenced herein is hereby designated asitem (f) of the clause, following "the specification" in the order of precedence.
HQ-C-2-0023 EXCLUSION OF MERCURY (NAVSEA) (JAN 2008)
Mercury or mercury containing compounds shall not be intentionally added or come in direct contact with hardwareor supplies furnished under this contract.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
51 of 134 FINAL
HQ-C-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)
(a) "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, aperson is unable or potentially unable to render impartial assistance or advice to the Government, or the person'sobjectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitiveadvantage. "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and other businessenterprises.
(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in thecontract, the Contractor does not have any organizational conflict of interest(s) as defined in paragraph (a).
(c) It is recognized that the effort to be performed by the Contractor under this contract may create a potentialorganizational conflict of interest on the instant contract or on a future acquisition. In order to avoid this potentialconflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of theContractor to participate in future procurement of equipment and/or services that are the subject of any work underthis contract shall be limited as described below in accordance with the requirements of FAR 9.5.
(d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure to any party outside the Government any information provided to the Contractor by the Governmentduring or as a result of performance of this contract. Such information includes, but is not limited to, informationsubmitted to the Government on a confidential basis by other persons. Further, the prohibition against release ofGovernment provided information extends to cover such information whether or not in its original form, e.g., wherethe 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 or result indisclosure 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 of performanceof this contract.
(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate ofthe Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving theContractor, any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor. Theterms 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 three years aftercompletion 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 subsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to theUnited States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractoror subcontractor, any system, component or services which is the subject of the work to be performed under thiscontract. This exclusion does not apply to any recompetition for those systems, components or services furnishedpursuant to this contract. As provided in FAR 9.505-2, if the Government procures the system, component, orservices on the basis of work statements growing out of the effort performed under this contract, from a source otherthan the contractor, subcontractor, affiliate, or assign of either, during the course of performance of this contract orbefore the three year period following completion of this contract has lapsed, the Contractor may, with theauthorization of the cognizant Contracting Officer, participate in a subsequent procurement for the same system,component, or service. In other words, the Contractor may be authorized to compete for procurement(s) for systems,components or services subsequent to an intervening procurement.
(f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, itshall make immediate and full disclosure in writing to the Contracting Officer. The notification shall include adescription of the actual or potential organizational conflict of interest, a description of the action which theContractor 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. Notwithstanding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
52 of 134 FINAL
this 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 an organizationalconflict of interest prior to the award of this contract or becomes, or should become, aware of an organizationalconflict of interest after award of this contract and does not make an immediate and full disclosure in writing to theContracting 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 by thisrequirement, the Government may terminate this contract for default.
(i) The Contracting Officer's decision as to the existence or nonexistence of an actual or potential organizationalconflict of interest shall be final.
(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to theUnited States Government its product lines in existence on the effective date of this contract; nor, shall thisrequirement preclude the Contractor from participating in any research and development or delivering any designdevelopment model or prototype of any such equipment. Additionally, sale of catalog or standard commercial itemsare exempt from this requirement.
(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate oradvise the Government concerning its own products or activities or those of a competitor in order to ensure propersafeguards exist to guarantee objectivity and to protect the Government's interest.
(l) The Contractor shall include this requirement in subcontracts of any tier which involve access to information orsituations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor" whereappropriate.
(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remediesprovided by law or elsewhere included in this contract.
(n) Compliance with this requirement is a material requirement of this contract.
CNIN-NOTICE-0003 CONTRACTOR MANPOWER REPORTING (NOV 2013)
The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance ofservices provided under this contract for the Naval Surface Warfare Center, Crane Division via a secure datacollection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). Theexcluded PSCs are:
(1) W, Lease/Rental of Equipment;
(2) X, Lease/Rental of Facilities;
(3) Y, Construction of Structures and Facilities;
(4) S, Utilities ONLY;
(5) V, Freight and Shipping ONLY.
The contractor is required to completely fill in all required data fields using the following web addresshttps://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.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
53 of 134 FINAL
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
54 of 134 FINAL
SECTION D PACKAGING AND MARKING
All provisions and clauses in SECTION D of the basic contract apply to this task order, unlessotherwise specified in this task order.
HQ D-1-0001 DATA PACKAGING LANGUAGE
Data to be delivered by Integrated Digital Environment (IDE) or other electronic media shall be asspecified in the contract.
All unclassified data to be shipped shall be prepared for shipment in accordance with bestcommercial practice.
Classified reports, data, and documentation shall be prepared for shipment in accordance withNational Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated 28February 2006.
(End of Text)
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/task order number
(3) task order dollar amount
(4) sponsor: ____________________________________________ (Name of Individual Sponsor)
____________________________________________ (Name of Requiring Activity)
____________________________________________ (City and State)
(5) Program Description/Program Manager
(6) Contractor’s point of contact name and phone number
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
55 of 134 FINAL
SECTION E INSPECTION AND ACCEPTANCE
All provisions and clauses in SECTION E of the basic contract apply to this TO, unless otherwise specified inthis TO.
HQ E-1-0001 INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA
Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DDForm 1423.
HQ E-1-0007 INSPECTION AND ACCEPTANCE LANGUAGE FOR LOE SERVICES
Item(s) 4999 - Inspection and acceptance shall be made by the Contracting Officer’s Representative (COR) or adesignated representative of the Government.
PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURE
(a) This is a performance-based contract as defined in FAR Part 37.6 (PERFORMANCE BASED ACQUISITION).Contractor performance will be reviewed in accordance with the Quality Assurance Surveillance Plan provided asAttachment 01 in Section J.
(b) The plan defines that this review and acceptance will become part of the annual Contractor PerformanceAssessment Reporting System (CPARS). The contractor may obtain more information regarding the CPARSprocess at the following internet site: http://cpars.navy mil
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
56 of 134 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4000 8/15/2013 - 8/14/2014
6000 8/15/2013 - 8/14/2014
7000 8/15/2014 - 8/14/2015
7001AA 8/15/2014 - 9/30/2014
7001AB 8/15/2014 - 8/14/2015
7001AC 8/15/2014 - 8/14/2015
7001AD 8/15/2014 - 8/14/2015
7001AE 8/15/2014 - 8/14/2015
7001AF 8/15/2014 - 8/14/2015
7001AG 8/15/2014 - 8/14/2015
7001AH 8/15/2014 - 8/14/2015
7001AJ 8/15/2014 - 8/14/2015
7001AK 8/15/2014 - 9/30/2014
7001AL 8/15/2014 - 8/14/2015
7001AM 8/15/2014 - 8/14/2015
7001AN 8/15/2014 - 9/30/2014
7001AP 8/15/2014 - 8/14/2015
7001AQ 8/15/2014 - 9/30/2014
7001AR 8/28/2014 - 8/14/2015
7001AS 9/12/2014 - 8/14/2015
7001AT 9/12/2014 - 8/14/2015
7001AU 9/24/2014 - 2/24/2015
7001AV 9/24/2014 - 8/14/2015
7001AW 9/24/2014 - 8/14/2015
7001AX 9/24/2014 - 8/14/2015
7001AZ 9/26/2014 - 8/14/2015
7001BA 9/26/2014 - 8/14/2015
7001BB 11/7/2014 - 8/14/2015
7001BC 11/7/2014 - 8/14/2015
7001BD 11/7/2014 - 6/2/2015
7001BE 11/13/2014 - 8/14/2016
7001BF 12/2/2014 - 8/14/2015
7001BG 12/2/2014 - 8/14/2015
7001BH 12/2/2014 - 8/14/2015
7001BJ 12/2/2014 - 8/14/2015
7001BK 12/2/2014 - 8/14/2015
7001BL 12/12/2014 - 8/14/2015
7001BM 12/12/2014 - 8/14/2015
7001BN 12/23/2014 - 8/14/2015
7001BP 12/23/2014 - 8/14/2015
7001BQ 12/23/2014 - 8/14/2015
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
57 of 134 FINAL
7001BR 1/3/2015 - 8/14/2015
7001BS 1/3/2015 - 8/14/2015
7001BT 3/12/2015 - 8/14/2015
7001BU 3/12/2015 - 8/14/2015
7001BV 3/12/2015 - 8/14/2015
7001BW 3/12/2015 - 8/14/2016
7001BX 3/12/2015 - 8/14/2015
7001BZ 3/12/2015 - 8/14/2015
7001CA 3/12/2015 - 8/14/2015
7001CB 3/25/2015 - 8/14/2015
7001CC 3/25/2015 - 8/14/2015
7001CD 3/25/2015 - 8/14/2015
7001CE 3/25/2015 - 8/14/2015
7001CF 3/25/2015 - 8/14/2015
7001CG 4/29/2015 - 8/14/2015
7001CH 5/18/2015 - 8/14/2015
7001CJ 5/18/2015 - 9/30/2015
7001CK 5/18/2015 - 8/14/2015
7001CL 6/18/2015 - 8/14/2015
7001CM 6/18/2015 - 8/14/2015
7001CN 6/18/2015 - 8/14/2015
7001CP 6/18/2015 - 8/14/2015
7001CQ 6/18/2015 - 8/14/2015
7001CR 6/18/2015 - 8/14/2015
7001CS 7/6/2015 - 8/14/2015
7001CT 7/6/2015 - 8/14/2015
7001CU 7/6/2015 - 8/14/2015
7001CV 7/6/2015 - 8/14/2015
7001CW 7/15/2015 - 8/14/2015
7001CX 7/15/2015 - 8/14/2015
7001CY 7/15/2015 - 8/14/2015
7100 8/15/2014 - 8/14/2015
7101AA 7/15/2015 - 8/14/2015
7200 8/15/2015 - 8/14/2016
7201AA 8/15/2015 - 9/30/2015
7201AB 8/15/2015 - 8/14/2016
7201AC 8/15/2015 - 8/14/2016
7201AD 8/15/2015 - 3/19/2016
7201AE 8/15/2015 - 3/19/2016
7201AF 8/15/2015 - 8/14/2016
7201AG 8/15/2015 - 3/19/2016
7201AH 8/15/2015 - 8/14/2016
7201AJ 8/15/2015 - 8/14/2016
7201AK 8/15/2015 - 9/30/2015
7201AL 8/15/2015 - 8/14/2016
7201AM 8/15/2015 - 9/30/2015
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
58 of 134 FINAL
7201AN 8/15/2015 - 9/30/2015
7201AP 8/15/2015 - 8/14/2016
7201AQ 8/15/2015 - 8/14/2016
7201AR 8/15/2015 - 8/14/2016
7201AS 8/15/2015 - 8/14/2016
7201AT 8/15/2015 - 8/14/2016
7201AU 8/15/2015 - 8/14/2016
7201AV 8/15/2015 - 8/14/2016
7201AW 8/15/2015 - 9/30/2015
7201AX 8/28/2015 - 8/14/2016
7201AY 8/15/2015 - 8/14/2016
7201AZ 9/10/2015 - 3/19/2016
7201BA 9/8/2015 - 9/30/2015
7201BB 9/10/2015 - 8/14/2016
7201BC 9/14/2015 - 8/14/2016
7201BD 9/14/2015 - 8/14/2016
7201BE 9/17/2015 - 8/14/2016
7201BF 9/17/2015 - 9/30/2015
7201BG 9/17/2015 - 8/14/2016
7201BH 9/17/2015 - 3/19/2016
7201BJ 9/17/2015 - 3/19/2016
7201BK 9/29/2015 - 8/14/2016
7201BL 10/10/2015 - 8/14/2016
7201BM 8/15/2015 - 8/14/2016
7201BN 10/9/2015 - 8/14/2016
7201BP 10/16/2015 - 8/14/2016
7201BQ 10/16/2015 - 8/14/2016
7201BR 10/16/2015 - 8/14/2016
7201BS 10/16/2015 - 8/14/2016
7201BT 10/16/2015 - 8/14/2016
7201BU 11/2/2015 - 8/14/2016
7201BV 10/26/2015 - 8/14/2016
7201BW 11/18/2015 - 8/14/2016
7201BX 11/18/2015 - 8/14/2016
7201BY 11/18/2015 - 8/14/2016
7201BZ 11/24/2015 - 8/14/2016
7201CA 12/1/2015 - 8/14/2016
7201CB 12/2/2015 - 8/14/2016
7201CC 11/1/2015 - 8/14/2016
7201CD 12/2/2015 - 8/14/2016
7201CE 12/2/2015 - 8/14/2016
7201CF 12/4/2015 - 8/14/2016
7201CG 12/18/2015 - 8/14/2016
7201CH 12/2/2015 - 8/14/2016
7201CJ 12/18/2015 - 8/14/2016
7201CK 12/21/2015 - 8/14/2016
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
59 of 134 FINAL
7201CL 1/15/2016 - 8/14/2016
7201CM 1/15/2016 - 8/14/2016
7201CN 1/15/2016 - 8/14/2016
7201CP 1/15/2016 - 8/14/2016
7201CQ 1/15/2015 - 8/14/2016
7201CR 1/15/2016 - 8/14/2016
7201CS 1/15/2016 - 8/14/2016
7201CT 2/2/2016 - 8/14/2016
7201CU 2/2/2016 - 8/14/2016
7201CV 2/2/2016 - 8/14/2016
7201CW 1/29/2016 - 8/14/2016
7201CX 2/2/2016 - 8/14/2016
7201CY 2/2/2016 - 8/14/2016
7201CZ 2/2/2016 - 8/14/2016
7201DA 2/8/2016 - 8/14/2016
7201DB 2/17/2016 - 8/14/2016
7201DC 2/17/2016 - 8/14/2016
7201DD 2/8/2016 - 8/14/2016
7201DE 2/17/2016 - 8/14/2016
7201DF 3/1/2016 - 8/14/2016
7201DG 3/17/2016 - 8/14/2016
7201DH 3/17/2016 - 8/14/2016
7201DJ 3/2/2016 - 8/14/2016
7201DK 3/17/2016 - 8/14/2016
7201DL 4/5/2016 - 8/14/2016
7201DM 4/5/2016 - 8/14/2016
7201DN 4/29/2016 - 8/14/2016
7201DP 4/29/2016 - 8/14/2016
7201DQ 4/29/2016 - 8/14/2016
7201DR 4/29/2016 - 8/14/2016
7201DS 4/29/2016 - 8/14/2016
7201DT 4/29/2016 - 8/14/2016
7201DU 4/29/2016 - 8/14/2016
7201DV 4/29/2016 - 8/14/2016
7201DW 4/29/2016 - 8/14/2016
7201DX 5/3/2016 - 8/14/2016
7201DY 5/20/2016 - 8/14/2017
7201DZ 5/20/2016 - 8/14/2016
7201EA 5/20/2016 - 8/14/2016
7201EB 5/20/2016 - 8/14/2016
7201EC 5/20/2016 - 8/14/2016
7201ED 5/23/2016 - 8/14/2016
9000 8/15/2014 - 8/14/2015
9001AA 8/15/2014 - 8/14/2015
9001AB 8/15/2014 - 9/30/2014
9001AC 8/15/2014 - 8/14/2015
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
60 of 134 FINAL
9001AD 8/15/2014 - 8/14/2015
9001AE 9/24/2014 - 8/14/2015
9001AF 11/7/2014 - 8/14/2015
9001AG 11/13/2014 - 8/14/2015
9001AH 12/2/2014 - 8/14/2015
9001AJ 12/12/2014 - 8/14/2015
9001AK 12/12/2014 - 8/14/2015
9001AL 12/23/2014 - 8/14/2015
9001AM 1/3/2015 - 8/14/2015
9001AN 1/3/2015 - 8/14/2015
9001AP 3/12/2015 - 8/14/2015
9001AQ 3/12/2015 - 8/14/2015
9001AR 3/12/2015 - 8/14/2015
9001AS 3/12/2015 - 8/14/2015
9001AT 3/25/2015 - 8/14/2015
9001AU 3/25/2015 - 8/14/2015
9001AV 4/29/2015 - 8/14/2015
9001AW 6/18/2015 - 8/14/2015
9001AX 6/18/2015 - 8/14/2015
9001AY 6/18/2015 - 8/14/2015
9001AZ 7/6/2015 - 9/30/2015
9001BA 7/6/2015 - 8/14/2015
9001BB 7/29/2015 - 8/14/2015
9200 8/15/2015 - 8/14/2016
9201AA 8/15/2015 - 3/19/2016
9201AB 8/15/2015 - 8/14/2016
9201AC 8/15/2015 - 9/30/2015
9201AD 8/15/2015 - 8/14/2016
9201AE 8/15/2015 - 8/14/2016
9201AF 8/15/2015 - 8/14/2016
9201AG 8/15/2015 - 8/14/2016
9201AH 8/15/2015 - 8/14/2016
9201AJ 8/15/2015 - 9/30/2015
9201AK 9/10/2015 - 8/14/2016
9201AL 9/8/2015 - 9/30/2015
9201AM 9/14/2015 - 8/14/2016
9201AN 9/14/2015 - 8/14/2016
9201AP 9/14/2015 - 8/14/2016
9201AQ 9/17/2015 - 3/19/2016
9201AR 8/15/2015 - 8/14/2016
9201AS 10/9/2015 - 8/14/2016
9201AT 10/16/2015 - 8/14/2016
9201AU 10/16/2015 - 8/14/2016
9201AV 10/16/2015 - 8/14/2016
9201AW 10/16/2015 - 8/14/2016
9201AX 10/23/2015 - 8/14/2016
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
61 of 134 FINAL
9201AY 11/2/2015 - 8/14/2016
9201AZ 10/26/2015 - 8/14/2016
9201BA 11/18/2015 - 8/14/2016
9201BB 12/18/2015 - 8/14/2016
9201BC 1/15/2016 - 8/14/2016
9201BD 1/15/2016 - 8/14/2016
9201BE 1/15/2016 - 8/14/2016
9201BF 1/15/2016 - 8/14/2016
9201BG 2/2/2016 - 8/14/2016
9201BH 2/2/2016 - 8/14/2016
9201BJ 2/9/2016 - 8/14/2016
9201BK 2/8/2016 - 8/14/2016
9201BL 2/17/2016 - 8/14/2016
9201BM 3/1/2016 - 8/14/2016
9201BN 3/17/2016 - 8/14/2016
9201BP 3/17/2016 - 8/14/2016
9201BQ 4/5/2016 - 8/14/2016
9201BR 4/29/2016 - 8/14/2016
9201BS 5/3/2016 - 8/14/2016
9201BT 5/17/2016 - 8/14/2016
9201BU 5/20/2016 - 8/14/2016
9201BV 5/20/2016 - 8/14/2016
9201BW 5/23/2016 - 8/14/2016
9201BX 5/23/2016 - 8/14/2016
9300 8/15/2015 - 8/14/2016
9301AA 11/24/2015 - 8/14/2016
9301AB 12/1/2015 - 8/14/2016
9301AC 11/1/2015 - 8/14/2016
All provisions and clauses in Section F of the basic contract apply to this TO unless otherwise specified.
HQ F-1-0003 PERFORMANCE LANGUAGE FOR LOE SERVICES
The Contractor shall perform the work described in SECTION C, at the level of effort specified in SECTION B, asfollows:
ITEM(S) FROM - TO
The periods of performance for the following Items are as follows:
4000 8/15/2013 - 8/14/2014
6000 8/15/2013 - 8/14/2014
7000 8/15/2014 - 8/14/2015
7001AA 8/15/2014 - 9/30/2014
7001AB 8/15/2014 - 8/14/2015
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
62 of 134 FINAL
7001AC 8/15/2014 - 8/14/2015
7001AD 8/15/2014 - 8/14/2015
7001AE 8/15/2014 - 8/14/2015
7001AF 8/15/2014 - 8/14/2015
7001AG 8/15/2014 - 8/14/2015
7001AH 8/15/2014 - 8/14/2015
7001AJ 8/15/2014 - 8/14/2015
7001AK 8/15/2014 - 9/30/2014
7001AL 8/15/2014 - 8/14/2015
7001AM 8/15/2014 - 8/14/2015
7001AN 8/15/2014 - 9/30/2014
7001AP 8/15/2014 - 8/14/2015
7001AQ 8/15/2014 - 9/30/2014
7001AR 8/28/2014 - 8/14/2015
7001AS 9/12/2014 - 8/14/2015
7001AT 9/12/2014 - 8/14/2015
7001AU 9/24/2014 - 2/24/2015
7001AV 9/24/2014 - 8/14/2015
7001AW 9/24/2014 - 8/14/2015
7001AX 9/24/2014 - 8/14/2015
7001AZ 9/26/2014 - 8/14/2015
7001BA 9/26/2014 - 8/14/2015
7001BB 11/7/2014 - 8/14/2015
7001BC 11/7/2014 - 8/14/2015
7001BD 11/7/2014 - 6/2/2015
7001BE 11/13/2014 - 8/14/2016
7001BF 12/2/2014 - 8/14/2015
7001BG 12/2/2014 - 8/14/2015
7001BH 12/2/2014 - 8/14/2015
7001BJ 12/2/2014 - 8/14/2015
7001BK 12/2/2014 - 8/14/2015
7001BL 12/12/2014 - 8/14/2015
7001BM 12/12/2014 - 8/14/2015
7001BN 12/23/2014 - 8/14/2015
7001BP 12/23/2014 - 8/14/2015
7001BQ 12/23/2014 - 8/14/2015
7001BR 1/3/2015 - 8/14/2015
7001BS 1/3/2015 - 8/14/2015
7001BT 3/12/2015 - 8/14/2015
7001BU 3/12/2015 - 8/14/2015
7001BV 3/12/2015 - 8/14/2015
7001BW 3/12/2015 - 8/14/2016
7001BX 3/12/2015 - 8/14/2015
7001BZ 3/12/2015 - 8/14/2015
7001CA 3/12/2015 - 8/14/2015
7001CB 3/25/2015 - 8/14/2015
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
63 of 134 FINAL
7001CC 3/25/2015 - 8/14/2015
7001CD 3/25/2015 - 8/14/2015
7001CE 3/25/2015 - 8/14/2015
7001CF 3/25/2015 - 8/14/2015
7001CG 4/29/2015 - 8/14/2015
7001CH 5/18/2015 - 8/14/2015
7001CJ 5/18/2015 - 9/30/2015
7001CK 5/18/2015 - 8/14/2015
7001CL 6/18/2015 - 8/14/2015
7001CM 6/18/2015 - 8/14/2015
7001CN 6/18/2015 - 8/14/2015
7001CP 6/18/2015 - 8/14/2015
7001CQ 6/18/2015 - 8/14/2015
7001CR 6/18/2015 - 8/14/2015
7001CS 7/6/2015 - 8/14/2015
7001CT 7/6/2015 - 8/14/2015
7001CU 7/6/2015 - 8/14/2015
7001CV 7/6/2015 - 8/14/2015
7001CW 7/15/2015 - 8/14/2015
7001CX 7/15/2015 - 8/14/2015
7001CY 7/15/2015 - 8/14/2015
7100 8/15/2014 - 8/14/2015
7101AA 7/15/2015 - 8/14/2015
7200 8/15/2015 - 8/14/2016
7201AA 8/15/2015 - 9/30/2015
7201AB 8/15/2015 - 8/14/2016
7201AC 8/15/2015 - 8/14/2016
7201AD 8/15/2015 - 3/19/2016
7201AE 8/15/2015 - 3/19/2016
7201AF 8/15/2015 - 8/14/2016
7201AG 8/15/2015 - 3/19/2016
7201AH 8/15/2015 - 8/14/2016
7201AJ 8/15/2015 - 8/14/2016
7201AK 8/15/2015 - 9/30/2015
7201AL 8/15/2015 - 8/14/2016
7201AM 8/15/2015 - 9/30/2015
7201AN 8/15/2015 - 9/30/2015
7201AP 8/15/2015 - 8/14/2016
7201AQ 8/15/2015 - 8/14/2016
7201AR 8/15/2015 - 8/14/2016
7201AS 8/15/2015 - 8/14/2016
7201AT 8/15/2015 - 8/14/2016
7201AU 8/15/2015 - 8/14/2016
7201AV 8/15/2015 - 8/14/2016
7201AW 8/15/2015 - 9/30/2015
7201AX 8/28/2015 - 8/14/2016
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
64 of 134 FINAL
7201AY 8/15/2015 - 8/14/2016
7201AZ 9/10/2015 - 3/19/2016
7201BA 9/8/2015 - 9/30/2015
7201BB 9/10/2015 - 8/14/2016
7201BC 9/14/2015 - 8/14/2016
7201BD 9/14/2015 - 8/14/2016
7201BE 9/17/2015 - 8/14/2016
7201BF 9/17/2015 - 9/30/2015
7201BG 9/17/2015 - 8/14/2016
7201BH 9/17/2015 - 3/19/2016
7201BJ 9/17/2015 - 3/19/2016
7201BK 9/29/2015 - 8/14/2016
7201BL 10/10/2015 - 8/14/2016
7201BM 8/15/2015 - 8/14/2016
7201BN 10/9/2015 - 8/14/2016
7201BP 10/16/2015 - 8/14/2016
7201BQ 10/16/2015 - 8/14/2016
7201BR 10/16/2015 - 8/14/2016
7201BS 10/16/2015 - 8/14/2016
7201BT 10/16/2015 - 8/14/2016
7201BU 11/2/2015 - 8/14/2016
7201BV 10/26/2015 - 8/14/2016
7201BW 11/18/2015 - 8/14/2016
7201BX 11/18/2015 - 8/14/2016
7201BY 11/18/2015 - 8/14/2016
7201BZ 11/24/2015 - 8/14/2016
7201CA 12/1/2015 - 8/14/2016
7201CB 12/2/2015 - 8/14/2016
7201CC 11/1/2015 - 8/14/2016
7201CD 12/2/2015 - 8/14/2016
7201CE 12/2/2015 - 8/14/2016
7201CF 12/4/2015 - 8/14/2016
7201CG 12/18/2015 - 8/14/2016
7201CH 12/2/2015 - 8/14/2016
7201CJ 12/18/2015 - 8/14/2016
7201CK 12/21/2015 - 8/14/2016
7201CL 1/15/2016 - 8/14/2016
7201CM 1/15/2016 - 8/14/2016
7201CN 1/15/2016 - 8/14/2016
7201CP 1/15/2016 - 8/14/2016
7201CQ 1/15/2015 - 8/14/2016
7201CR 1/15/2016 - 8/14/2016
7201CS 1/15/2016 - 8/14/2016
7201CT 2/2/2016 - 8/14/2016
7201CU 2/2/2016 - 8/14/2016
7201CV 2/2/2016 - 8/14/2016
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
65 of 134 FINAL
7201CW 1/29/2016 - 8/14/2016
7201CX 2/2/2016 - 8/14/2016
7201CY 2/2/2016 - 8/14/2016
7201CZ 2/2/2016 - 8/14/2016
7201DA 2/8/2016 - 8/14/2016
7201DB 2/17/2016 - 8/14/2016
7201DC 2/17/2016 - 8/14/2016
7201DD 2/8/2016 - 8/14/2016
7201DE 2/17/2016 - 8/14/2016
7201DF 3/1/2016 - 8/14/2016
7201DG 3/17/2016 - 8/14/2016
7201DH 3/17/2016 - 8/14/2016
7201DJ 3/2/2016 - 8/14/2016
7201DK 3/17/2016 - 8/14/2016
7201DL 4/5/2016 - 8/14/2016
7201DM 4/5/2016 - 8/14/2016
7201DN 4/29/2016 - 8/14/2016
7201DP 4/29/2016 - 8/14/2016
7201DQ 4/29/2016 - 8/14/2016
7201DR 4/29/2016 - 8/14/2016
7201DS 4/29/2016 - 8/14/2016
7201DT 4/29/2016 - 8/14/2016
7201DU 4/29/2016 - 8/14/2016
7201DV 4/29/2016 - 8/14/2016
7201DW 4/29/2016 - 8/14/2016
7201DX 5/3/2016 - 8/14/2016
7201DY 5/20/2016 - 8/14/2017
7201DZ 5/20/2016 - 8/14/2016
7201EA 5/20/2016 - 8/14/2016
7201EB 5/20/2016 - 8/14/2016
7201EC 5/20/2016 - 8/14/2016
7201ED 5/23/2016 - 8/14/2016
9000 8/15/2014 - 8/14/2015
9001AA 8/15/2014 - 8/14/2015
9001AB 8/15/2014 - 9/30/2014
9001AC 8/15/2014 - 8/14/2015
9001AD 8/15/2014 - 8/14/2015
9001AE 9/24/2014 - 8/14/2015
9001AF 11/7/2014 - 8/14/2015
9001AG 11/13/2014 - 8/14/2015
9001AH 12/2/2014 - 8/14/2015
9001AJ 12/12/2014 - 8/14/2015
9001AK 12/12/2014 - 8/14/2015
9001AL 12/23/2014 - 8/14/2015
9001AM 1/3/2015 - 8/14/2015
9001AN 1/3/2015 - 8/14/2015
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
66 of 134 FINAL
9001AP 3/12/2015 - 8/14/2015
9001AQ 3/12/2015 - 8/14/2015
9001AR 3/12/2015 - 8/14/2015
9001AS 3/12/2015 - 8/14/2015
9001AT 3/25/2015 - 8/14/2015
9001AU 3/25/2015 - 8/14/2015
9001AV 4/29/2015 - 8/14/2015
9001AW 6/18/2015 - 8/14/2015
9001AX 6/18/2015 - 8/14/2015
9001AY 6/18/2015 - 8/14/2015
9001AZ 7/6/2015 - 9/30/2015
9001BA 7/6/2015 - 8/14/2015
9001BB 7/29/2015 - 8/14/2015
9200 8/15/2015 - 8/14/2016
9201AA 8/15/2015 - 3/19/2016
9201AB 8/15/2015 - 8/14/2016
9201AC 8/15/2015 - 9/30/2015
9201AD 8/15/2015 - 8/14/2016
9201AE 8/15/2015 - 8/14/2016
9201AF 8/15/2015 - 8/14/2016
9201AG 8/15/2015 - 8/14/2016
9201AH 8/15/2015 - 8/14/2016
9201AJ 8/15/2015 - 9/30/2015
9201AK 9/10/2015 - 8/14/2016
9201AL 9/8/2015 - 9/30/2015
9201AM 9/14/2015 - 8/14/2016
9201AN 9/14/2015 - 8/14/2016
9201AP 9/14/2015 - 8/14/2016
9201AQ 9/17/2015 - 3/19/2016
9201AR 8/15/2015 - 8/14/2016
9201AS 10/9/2015 - 8/14/2016
9201AT 10/16/2015 - 8/14/2016
9201AU 10/16/2015 - 8/14/2016
9201AV 10/16/2015 - 8/14/2016
9201AW 10/16/2015 - 8/14/2016
9201AX 10/23/2015 - 8/14/2016
9201AY 11/2/2015 - 8/14/2016
9201AZ 10/26/2015 - 8/14/2016
9201BA 11/18/2015 - 8/14/2016
9201BB 12/18/2015 - 8/14/2016
9201BC 1/15/2016 - 8/14/2016
9201BD 1/15/2016 - 8/14/2016
9201BE 1/15/2016 - 8/14/2016
9201BF 1/15/2016 - 8/14/2016
9201BG 2/2/2016 - 8/14/2016
9201BH 2/2/2016 - 8/14/2016
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
67 of 134 FINAL
9201BJ 2/9/2016 - 8/14/2016
9201BK 2/8/2016 - 8/14/2016
9201BL 2/17/2016 - 8/14/2016
9201BM 3/1/2016 - 8/14/2016
9201BN 3/17/2016 - 8/14/2016
9201BP 3/17/2016 - 8/14/2016
9201BQ 4/5/2016 - 8/14/2016
9201BR 4/29/2016 - 8/14/2016
9201BS 5/3/2016 - 8/14/2016
9201BT 5/17/2016 - 8/14/2016
9201BU 5/20/2016 - 8/14/2016
9201BV 5/20/2016 - 8/14/2016
9201BW 5/23/2016 - 8/14/2016
9201BX 5/23/2016 - 8/14/2016
9300 8/15/2015 - 8/14/2016
9301AA 11/24/2015 - 8/14/2016
9301AB 12/1/2015 - 8/14/2016
9301AC 11/1/2015 - 8/14/2016
The periods of performance for the following Option Items are as follows:
4100 8/15/2013 - 8/14/2014
4200 8/15/2014 - 8/14/2015
4300 8/15/2014 - 8/14/2015
6100 8/15/2013 - 8/14/2014
6200 8/15/2014 - 8/14/2015
6300 8/15/2014 - 8/14/2015
7300 8/15/2015 - 8/14/2016
9100 8/15/2014 - 8/14/2015
HQ F-2-0003 DATA DELIVERY LANGUAGE FOR SERVICES ONLY PROCUREMENTS All data to be furnished under this contract shall be delivered prepaid to the destination(s) and at the time(s)specified on the Contract Data Requirements List(s), DD Form 1423.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
68 of 134 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
All provisions and clauses in SECTION G of the basic contract apply to this TO, unless otherwise specified inthis TO.
CLAUSES INCORPORATED BY REFERENCE:
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)
252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991)
252.204-7006 Billing Instructions (OCT 2005)
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 Subline Item Number (SLIN)level. SLINs are established sequentially by the SeaPort-e software.
SECURITY ADMINISTRATION
The highest level of security required under this TO is SECRET as designated on DD Form 254 attached heretoand made a part hereof. The Commander, Defense Security Service, Director of Industrial Security, Southern Region,is designated Security Administrator for the purpose of administering all elements of military security hereunder.
HQ G-2-0002 CONTRACT ADMINISTRATION DATA
Enter below the address (street and number, city, county, state and zip code) of the Contractor's facility which willadminister the contract if such address is different from the address shown on the SF 26 or SF 33, as applicable.
________________________________________________________________________
________________________________________________________________________
HQ G-2-0003 CONTRACTING OFFICER’S REPRESENTATIVE
CONTRACTING OFFICER’S REPRESENTATIVE:
Execution Operations Branch JXQWElectro-Optics Technology Division,300 Hwy. 361, Bldg. 3291Crane, IN 47522-5001Ph: 812-854-3503
@navy.mil
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
69 of 134 FINAL
XXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXX
The Contractor shall forward a copy of all invoices to the Contracting Officer's Representative.
HQ G-2-0004 PURCHASING OFFICE REPRESENTATIVE
PURCHASING OFFICE REPRESENTATIVE:
Contract Specialist Code 0231NSWC Crane300 HWY 361 BLG 3373Crane, IN 47552Ph: 812-854-5078Email: @navy.milHarnessing the Power of Technology for the Warfighter
The Contractor shall forward a copy of all invoices to the Purchasing Office Representative.
HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)
(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OF PAYMENTREQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD WideArea Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract. The web-based system located at https://wawf.eb.mil provides the technology for government contractors andauthorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-relateddocumentation in a paperless environment. Invoices for supplies/services rendered under this contract shall besubmitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted forpayment.
(b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR)Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use the onlinetraining system for WAWF at https://wawftraining.eb.mil. The Vendor, Group Administrator (GAM), and sectionsmarked with an asterisk in the training system should be reviewed. Vendor documentation is available underResources at http://wawftraining.com.
(c) The designated CCR EB point of contact is responsible for activating the company’s CAGE code on WAWF bycalling 1-866-618-5988. Once the company is activated, the CCR EB point of contact will self-register under thecompany’s CAGE code on WAWF and follow the instructions for a group administrator. After the company isset-up on WAWF, any additional persons responsible for submitting invoices must self-register under the company’sCAGE code at https://wawf.eb mil.
(d) The contractor shall use the following document types, DODAAC codes and inspection and acceptancelocations when submitting invoices in WAWF.
Type of Document(s) (contracting officer check all that apply)
___ Invoice (FFP Supply & Service) ___ Invoice and Receiving Report Combo (FFP Supply) X Cost Voucher (Cost Reimbursable, T&M, LH, or FPI) ___ Receiving Report (FFP, DD250 Only)
DODAAC Codes and Inspection & Acceptance Locations (Contracting Officer complete appropriate information as applicable)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
70 of 134 FINAL
XXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXX
Issue DODAAC N00164Admin DODAAC S101APay Office DODAAC HQ0337 Inspector DODAAC N/A Service Acceptor DODAAC N00164Service Approver DODAAC N00164Ship To DODAAC N/A DCAA Auditor DODAAC N/A LPO DODAAC N/AInspection Location Destination Acceptance Location Destination
Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backupdocumentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes. Maximum limit for size offiles per invoice is 5 megabytes.
(e) The Contractor agrees to segregate costs incurred under this task order at the lowest level of performance, eithertask or subtask, rather than on a total task order basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in WAWF for invoices shall include summaries of work charged during the periodcovered as well as overall cumulative summaries by individual labor categories, rates and hours (both straight timeand overtime) invoiced; as well as, a cost breakdown of ODCs (materials and travel), by line item task or subtask. Subcontractors are also required to provide labor categories, rates, and hours (both straight time 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 and Contracting Officer Representative. Should thesubcontractor lack encryption capability, the subcontractor may also email detailed supporting cost informationdirectly to the Contracting Officer and Contracting officer Representative; or other methods agreed to by theContracting Officer.
(f) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be promptedto send additional email notifications. Click on “Send More Email Notification” and add the acceptor/receiveremail addresses noted below in the first email address block, and add any other additional email addresses desired inthe following blocks. This additional notification to the government is important to ensure that theacceptor/receiver is aware that the invoice documents have been submitted to WAWF.
Send Additional Email Notification To:Contracting Officer Representative (COR)
Execution Operations Branch JXQWElectro-Optics Technology Division,300 Hwy. 361, Bldg. 3291Crane, IN 47522-5001Ph: 812-854-3503Email: @navy.mil
AND a copy to the PURCHASING OFFICE REPRESENTATIVE:
Contract Specialist Code 0231NSWC Crane300 HWY 361 BLG 3373Crane, IN 47552Ph: 812-854-5078
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
71 of 134 FINAL
XXXXXXXXXXX
XXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXX
Email: @navy.milHarnessing the Power of Technology for the Warfighter
(g) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shallprocess invoices/cost vouchers for payment per contract terms. Contractors approved by DCAA for direct billingwill submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO.
(h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number.
SPECIAL INVOICE INSTRUCTIONS- for informational SLINs
Each SLIN providing funding designates a specific project area/work area/Technical Instruction (TI)/WorkBreakdown Structure (WBS) item. Tracking and reporting shall be accomplished at the project/work area/TI/WBSitem level. Each indentified project/work area/TI/WBS shall be invoiced by its associated SLIN and ACRN asidentified on the TI.
SPECIAL INVOICE INSTRUCTIONS- for priced SLINs
Each SLIN that provides funding designates a specific project area/work area/Technical Instruction (TI)/WorkBreakdown Structure (WBS) item. Tracking and reporting shall be accomplished at the project/work area/TI/WBSitem level. Each identified project/work area/TI/WBS shall be invoiced by its associated SLINs and ACRNs asidentified in Sections B, F & G.
In accordance with (DFARS) PGI 204.7108 “Other”(d) (12) INVOICING AND PAYMENTINSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS the followingpayment instructions apply to this task order:
a) This requirement includes support for multiple programs with independent budgets and funding lines. Thesefunding lines are NOT interchangeable and it is critical that the Paying Office pay in accordance with the ACRNsand SLINs noted on the contractor's invoices. To do otherwise could result in a misappropriation of funds.
(b) The Payment Office shall ensure that each payment under this contract is made in accordance with the specificaccounting classification reference numbers (ACRNs) and SubCLIN (SLIN) numbers shown on each individualinvoice, including attached data.
CNIN-G-0001 Invoicing Documentation for Cost Vouchers (JULY 2015)
Supporting cost voucher documentation in Wide Area Workflow (WAWF) shall be provided in contractor specifiedformat and shall include the following information. This level of detail is required at both the job order (JO) or taskorder (TO) level and Technical Instruction (TI) level. The supporting data should clearly reflect the JO/TO and TInumber for which it applies. For other than firm fixed price subcontracts, subcontractors are also required to providethe same level of supporting detail as the prime contractor. Supporting documentation may be encrypted beforesubmission to the prime contractor for WAWF cost voucher submittal. Subcontractors may email encryption codeinformation directly to the Contracting Officer (CO) and Contracting Officer Representative (COR) as required. Failure to comply may result in an unfavorable CPARS rating in the area of regulation compliance.
Cost Elements
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
72 of 134 FINAL
XXXXXXXXXXXXXXXXXXXXXXX
Direct Labor Total direct labor costs billed for current billing period and cumulative. This includessub-contractor direct labor. If there are different labor pools, they should be includedseparately (e.g., on-site, off-site, prime, subK, etc).
Other Direct Costs Total ODC costs billed for current billing period and cumulativeIndirect Costs Total indirect costs billed for current billing period and cumulative. If there are
different indirect pools, they should be included separately (e.g., Fringe, OH, G&A,etc.). The indirect pool percentage shall be included.
Fee Total fee billed for current billing period and cumulative.Invoice Subtotal Sub-total costs billed for current billing period and cumulative.Adjustments Any adjustments to billed costs for current billing period and cumulative.Invoice Total Total costs billed for current billing period and cumulative.
Labor Detail (Prime and Subcontractor)
Employee nameLabor categoryDirect labor rate by employeeLoaded labor rate by employeeCurrent period hours (OT hours identified separately)Current period direct labor costsCumulative hours (OT hours identified separately)Cumulative direct labor costs
Non-Labor Detail – detail provided for current billing period only
Travel Destination, dates, traveler name, total trip costs (includes subK travel)Material* Detailed description of item and total item costs (includes subK material)ODCs* Covers items that are not material or travel (e.g., training, conference costs, etc). Detailed
description of item and total item costs (includes subK ODC)*Copies of invoices and/or receipts for Material/ODC purchases shall be included.
CLIN/SLIN Detail – Information should be a cumulative total invoiced against each CLIN/SLIN
CLIN/SLIN SLIN being billedACRN ACRN being billedTO/TI TO and/or TI numberAmount Funded Amount funded on each SLINCurrent Amount billed in current billing periodCumulative Cumulative amount billed against SLINBalance Remaining balance on SLIN
PAYMENT INSTRUCTIONS (PGI 204.7108(d)(1)
252.204-0001 Line Item Specific: Single Funding. (SEP 2009)The payment office shall make payment using the ACRN funding of the line item being billed.
CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS) (JAN 2001)
(a) Pursuant to FAR 42.1502, this task order is subject to DoD's Contractor Performance Assessment RatingSystem (CPARS). CPARS is an automated centralized information system accessible via the Internet that maintainsreports of contractor performance for each contract/task order. CPARS is located at http://www.cpars.navy.mil/.Further information on CPARS is available at that web-site.
(b) Under CPARS, the Government will conduct annual evaluations of the contractor's performance. The contractorhas thirty (30) days after the Government's evaluation is completed to comment on the evaluation. The opportunityto review and comment is limited to this time period and will not be extended. Failure to review the report at thistime will not prevent the Government from using the report.
(c) The contractor may request a meeting to discuss the CPAR. The meeting is to be requested via e-mail to the
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
73 of 134 FINAL
CPARS Program Manager no later than seven days following receipt of the CPAR. A meeting will then be heldduring the contractor’s 30-day review period.
(d) The CPARS system requires the Government to assign the contractor a User ID and password in order to viewand comment on the evaluation. Provide the name(s) of at least one individual (not more than three) that will beassigned as your Defense Contractor Representative for CPARS. Name, Phone, E-mail Addres.
GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES
Procuring Contracting Officer (PCO):
(a)
Contrac ng OfficerExpedi onary Sensors Contrac ng BranchCrane Division, Naval Surface Warfare Center (NSWC Crane)Building 3373, 300 Highway 361Crane, IN 47522-5001Phone: (812) 854-6102Email: @navy.mil
(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 TO, notwithstanding provisions contained elsewhere in this contract, the saidauthority 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:
(a)
Contract Specialist Code 0231NSWC Crane300 HWY 361 BLG 3373Crane, IN 47552Ph: 812-854-5078Email: @navy.milHarnessing the Power of Technology for the Warfighter
(b) The Contract Specialist is the representative of the Contracting Officer for all contractual matters.
Contracting Officers Representative (COR):
(a)
Execution Operations Branch JXQWElectro-Optics Technology Division,300 Hwy. 361, Bldg. 3291Crane, IN 47522-5001Ph: 812-854-3503Email: @navy.mil
(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 TO or to
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
74 of 134 FINAL
XXXXXXXXXX
XXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXX
XXXXXXXXXX
otherwise change any TO requirements. A copy of the COR appointment letter which provides a delineation of CORauthority and responsibilities is provided at contract award.
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 proposed Level of Effort, Consent to Subcontract authority is retained by theProcuring Contracting Officer.
The following subcontractors are approved on this TO:
Black Bird Group, llc CACI Technologies Inc Raydar and Associates Sabre Systems, Inc SCIENCE APPLICATIONS INTERNATIONAL CORP Valkyrie Enterprises LLC AD&G Welding Gary's Welding and Machine
Accounting Data
SLINID PR Number Amount -------- -------------------------------------------------- ---------------------400001 1300374398 LLA : A1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001878030 TI 0006 LABOR Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire 30 September 2013, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2013. BASE Funding Cumulative Funding MOD 01 400002 1300379731 LLA : A2 9730100 56SF SC3 52SP FLMRAP 0 10000 57815 017417 667100 F67100 Standard Number: F2VUF03067G001 Funding in support of TI-11. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 400003 1300378938 LLA : A3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001913566 Standard Number: N0002413WX07682 Funding in support of TI-9. Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire 30 September 2015, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2015, or up through and including the last day of the period of performance for CLIN 4000. 400004 1300374806 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
75 of 134 FINAL
XXXXX
XXXXXXXXXX
XXXXX
XXXXX
XXXXX
A4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001880281 Standard Number: HSCG7913XPC8005 Funding in support of TI-8. Note: 10 U.S.C. 2410a Authority does NOT apply. Contractor may incur costs for work performed against this SLIN for 12 months from effective date of above modification, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 400005 1300379095 LLA : A5 9730100 56SA 0 5 0 501 7 01217 4K L000 3 1ED 58GBMD M IPR3EDAVGB015 GBMD58 031007 Standard Number: MIPR3EDAVGB015 Funding in support of TI-6. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 400006 1300378439 LLA : A6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001909643 Standard Number: HSCG7913XPBN012 Funding in support of TI-3. Note: 10 U.S.C. 2410a Authority does NOT apply. Contractor may incur costs for work performed against this SLIN for 12 months from effective date of above modification, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 400007 1300378893 LLA : A7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001912547 Standard Number: N0016413SD03001 Funding in support of TI-2. Note: 10 U.S.C. 2410a Authority does NOT apply. Contractor may incur costs for work performed against this SLIN through the end date of the period of performance for CLIN 4000. Contractor may continue to invoice after the ending date, but only for work performed during the period of performance for CLIN 4000. 400008 1300378385 LLA : A8 1731804 70CC 260 57046 C 068688 2D XNWW02 57046335129T Standard Number: R5704613WXNWW02 Funding in support of TI-4. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 400009 1300379028 LLA : A9 1731804 8D3D 251 V0000 0 050120 2D 000000 A00001913337 Standard Number: N0002413WX07783 Funding in support of TI-4. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 400010 1300378895 LLA : B1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001912549 Standard Number: N0002412WX02633 Funding in support of TI-1. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
76 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
period. 600001 1300378893 LLA : A7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001912547 Standard Number: N0016413SD03001 Funding in support of TI-2. Note: 10 U.S.C. 2410a Authority does NOT apply. Contractor may incur costs for work performed against this SLIN through the end date of the period of performance for CLIN 6000. Contractor may continue to invoice after the ending date, but only for work performed during the period of performance for CLIN 6000. MOD 01 Funding Cumulative Funding MOD 02 400011 1300378386 LLA : B2 1731804 3D2D 251 00030 0 050120 2D 000000 A00001908976 Standard Number: N0003013WX00321 Funding in support of TI-004. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 400012 1300382152 LLA : B3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001951521 Standard Number: N0010413WX01114 (AA) Funding in support of TI-007. Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire by the end date of the period of performance for CLIN 4000, Contractor may continue to invoice after this date, but only for work performed up through and including the end date of the period of performance for CLIN 4000. 400013 1300382050 LLA : B4 97X4930 NH1J 251 77777 0 050120 2F 000000 A10001951441 Standard Number: N0010413WX01114 (AA) Funding in support of TI-007. Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire by the end date of the period of performance for CLIN 4000, Contractor may continue to invoice after this date, but only for work performed up through and including the end date of the period of performance for CLIN 4000. 400014 1300378570 LLA : B5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001910491 Standard Number: MIPR10288462 Funding in support of TI-010. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN up through 31 December 2013, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. MOD 02 Funding Cumulative Funding MOD 03 400015 1300365403 LLA : B6 1731319 W3DT 251 RAD5D 0 050120 2D 000000 A00001821792 Funding in support of TI-05. Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire 30 September 2014, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2014, or up through and including the last day of the period of performance for CLIN 4000.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
77 of 134 FINAL
XXXXX
XXXXXXXXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXXXX
XXXXX
400016 1300381050 LLA : B7 1721810 81LT 251 VU021 0 050120 2D 000000 A00001945129 Standard Number: N0002413WX08634 Funding in support of TI-05. Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire 30 September 2014, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2014, or up through and including the last day of the period of performance for CLIN 4000. MOD 03 Funding Cumulative Funding MOD 04 400015 130036540300001 ( LLA : B6 1731319 W3DT 251 RAD5D 0 050120 2D 000000 A00001821792 Funding in support of TI-05. Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire 30 September 2014, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2014, or up through and including the last day of the period of performance for CLIN 4000. 400016 130038105000001 ( LLA : B7 1721810 81LT 251 VU021 0 050120 2D 000000 A00001945129 Standard Number: N0002413WX08634 Funding in support of TI-05. Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire 30 September 2014, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2014, or up through and including the last day of the period of performance for CLIN 4000. 400017 130039129900001 LLA : B8 1741804 8D3D 251 V0000 0 050120 2D 000000 A00002033814 Standard Number: N0002414WX00738 Funding in support of TI-07. Contractor may NOT perform against this SLIN after 30 SEP 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400018 130038994000001 LLA : B9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002023621 Standard Number: N0001914WX01505 Funding in support of TI-10. Contractor may NOT perform against this SLIN after 30 September 2016. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400019 130038816600001 LLA : C1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002009212 Standard Number: N0010413WX01114 Funding in support of TI-07. Contractor may NOT perform against this SLIN after 30 SEP 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400020 130038844800002 LLA : C2 9740100 74D7 252 00074 0 068688 2D CCW002 000744DSG03Q Standard Number: N0007414RCCW002 Funding in support of TI-07. Contractor may NOT perform against this SLIN after 30 SEP 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600002 130039038600001
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
78 of 134 FINAL
XXXXX
XXXXXXXXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
LLA : C3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002026217 Standard Number: N0002413WX07682 Funding in support of TI-09. Contractor may NOT perform against this SLIN after 30 SEP 2015. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 04 Funding Cumulative Funding MOD 05 400021 130039450000001 LLA : C4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002056766 Standard Number: N0016413SD03001 Funding in support of TI-02. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400022 130039463100001 LLA : C5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002056769 Standard Number: HSCG79-14-X-PC8000 Funding in support of TI-03. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400023 130039463500001 LLA : C6 1741804 60CC 257 4582A H 060951 2D X0019C 40273435AUAD Standard Number: N4027314WX0019C Funding in support of TI-07. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400024 130039456900001 LLA : C7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002057269 Standard Number: MIPR3HDAV3A165 Funding in support of TI-07. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400025 130039463600001 LLA : C8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002056965 Standard Number: N0002413WX00497 Funding in support of TI-07. Contractor may NOT perform against this SLIN after 31 DEC 2013. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400026 130039463700001 LLA : C9 9740100 56SF SC4 52SQ 3GQVOH 010000 7 565Z 0 17417 667100 F2VUF03326G006 F67100 Standard Number: F2VUF03326G006 (AB) Funding in support of TI-07. Contractor may NOT perform against this SLIN after 15 JAN 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600003 130039575700001 LLA : D1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002064535 Standard Number: N0001413WX21334 Funding in support of TI-05. Contractor may NOT perform against this SLIN after 31 MAR 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 05 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
79 of 134 FINAL
XXXXXXXXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXXXXX
MOD 06 400027 130039559200001 LLA : D2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002063596 Standard Number: HSCG7914XPC8000 Funding in support of TI-08. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 06 Funding Cumulative Funding MOD 07 400028 130039463300001 LLA : D3 1741804 8D3D 251 V0000 0 050120 2D 000000 A00002056961 Standard Number: N0002414WX01906 Funding in support of TI-04. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600004 130039906600001 LLA : D4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002088555 Standard Number: N0001413WX21334 Funding in support of TI-05. Contractor may NOT perform against this SLIN after 31 MAR 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 07 Funding Cumulative Funding MOD 08 400029 130040075100001 LLA : D5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002101986 Standard Number: N0001914WX01505 Funding in support of TI-10. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400030 130040697200001 LLA : D7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002154187 Standard Number: HSCG79-14-X-PC8000 Funding in support of TI-03. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600005 130040450900001 LLA : D6 1721810 81LT 251 VU021 0 050120 2D 000000 A00002137434 Standard Number: N0002413WX08634 Funding in support of TI-05. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600006 130040450700001 LLA : D8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002137220 Standard Number: N0002414WX02491 Funding in support of TI-01. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
80 of 134 FINAL
XXXXX
XXXXXXXXXXXX
XXXXX
XXXXX
XXXXXXXXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
MOD 08 Funding Cumulative Funding MOD 09 400031 130041107400001 LLA : D9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002186084 Standard Number: N0002414WX01490 Funding in support of TI-03. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400032 130040493200001 LLA : E1 1741810 87X7 251 V0000 0 050120 2D 000000 A00002139478 Standard Number: N0002414WX03667 Funding in support of TI-09. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400033 130040855100001 LLA : E4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002168005 Standard Number: N0002414WX00908 Funding in support of TI-01. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400034 130041183800001 LLA : E2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002191177 Standard Number: N0016414SD04001 Funding in support of TI-02. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400035 130041111800001 LLA : E3 9740100 56SF SC4 52SPF L MRAP01 00 005781 501741766710 0F2VUF03309G002 F67100 ESP: ST FSR: 023979 PSR: I01921 DSR: 232295 Standard Number: F2VUF03309G002 (AA) Funding in support of TI-11. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600007 130041183200001 LLA : E5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002190999 Standard Number: N0002413WX08634 Funding in support of TI-05. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 09 Funding Cumulative Funding MOD 10 Funding Cumulative Funding MOD 11 400036 130041426300001 LLA : E6 1741804 8D3D 251 V0000 0 050120 2D 000000 A00002207194 Standard Number: N0002414WX01906 Funding in support of TI-4. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400037 130041731800001
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
81 of 134 FINAL
XXXXXXXXXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXXXXX
XXXXXXXXX
XXXXX
XXXXX
LLA : E7 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002233067 Standard Number: N0002412WX06465 Funding in support of TI-09. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400038 130041731900001 LLA : E8 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002233070 Standard Number: N0002414WX02137 Funding in support of TI-09. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 11 Funding Cumulative Funding MOD 12 400039 130042298400001 LLA : E9 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002275939 Standard Number: N0002414WX05795 Funding in support of TI-05. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600008 130042298400002 LLA : E9 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002275939 Standard Number: N0002414WX05795 Funding in support of TI-05. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 12 Funding Cumulative Funding MOD 13 400040 130043113200001 17942.99 LLA : F1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002328971 Funding in support of TI-01. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400041 130043022100001 LLA : F2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002323745 Funding in support of TI-12. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for workperformed through and including the aforementioned date. 400042 130042961000001 LLA : F3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002320941 Funding in support of TI-08. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400043 130042656500001 LLA : F4 9740100 56SA 0 5 0 501 7 01217 4K L000 3 1CA 58GBMD M IPR4DDAVGB021 GBMD58 031007 Standard Number: MIPR4DDAVGB021(AA) Funding in support of TI-06. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
82 of 134 FINAL
XXXXX
XXXXXXXXXXXX
XXXXX
XXXXX
XXXXXXXXXXXX
XXXXX
XXXXX
XXXXX
600009 130043010000001 LLA : F5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002323744 Funding in support of TI-12. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 13 Funding 129042.99 Cumulative Funding 1706931.99 MOD 14 400044 130043342700001 LLA : F6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002348049 Standard Number: Noo16414SD04001 (AA) Funding in support of TI-02. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400045 130042971400001 LLA : F7 5733010 113 47WT 10400N 4 G9731 80118 27230F 503000FF4FDBV411G008 F03000 Standard Number: F4FDBV4114G008 (AA) Funding in support of TI-13. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600010 130042971400002 LLA : F7 5733010 113 47WT 10400N 4 G9731 80118 27230F 503000FF4FDBV411G008 F03000 Standard Number: F4FDBV4114G008 (AA) Funding in support of TI-13. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 14 Funding Cumulative Funding 1771931.99 MOD 15 400031 130041107400001 ( LLA : D9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002186084 Standard Number: N0002414WX01490 Funding in support of TI-03. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400037 130041731800001 (16387.81) LLA : E7 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002233067 Standard Number: N0002412WX06465 Funding in support of TI-09. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400038 130041731900001 ( LLA : E8 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002233070 Standard Number: N0002414WX02137 Funding in support of TI-09. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400041 130043022100001 ( LLA : F2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002323745 Funding in support of TI-12. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
83 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXX
workperformed through and including the aforementioned date. 400045 130042971400001 ( LLA : F7 5733010 113 47WT 10400N 4 G9731 80118 27230F 503000FF4FDBV411G008 F03000 Standard Number: F4FDBV4114G008 (AA) Funding in support of TI-13. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AA 130044476900001 LLA : F8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002426320 Standard Number: N0002414WX01906 Funding in support of TI-04. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AB 130044362900001 LLA : F9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002419950 Standard Number: N0002414WX00908 Funding in support of TI-01. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AC 130044415600001 LLA : F4 9740100 56SA 0 5 0 501 7 01217 4K L000 3 1CA 58GBMD M IPR4DDAVGB021 GBMD58 031007 Standard Number: MIPR4DDAVGB021(AA) Funding in support of TI-06. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AD 130044415900001 LLA : E3 9740100 56SF SC4 52SPF L MRAP01 00 005781 501741766710 0F2VUF03309G002 F67100 ESP: ST FSR: 023979 PSR: I01921 DSR: 232295 Standard Number: F2VUF03309G002 (AA) Funding in support of TI-11. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AE 130044601700001 LLA : G1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002434975 Standard Number: HSCG79-14-X-PC8000 Funding in support of TI-03. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AF 130044439500001 LLA : C6 1741804 60CC 257 4582A H 060951 2D X0019C 40273435AUAD Standard Number: N4027314WX0019C Funding in support of TI-07. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AG 130044024800001 LLA : G2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002396754 Standard Number: N0001414WX01082 Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
84 of 134 FINAL
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
7001AH 130044121100001 LLA : G3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002402138 Standard Number: N0001914WX01289 Funding in support of TI-08. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AJ 130043794200001 LLA : G4 1741810 87X7 251 V0000 0 050120 2D 000000 A00002380426 Standard Number: N0002414WX05740 Funding in support of TI-09. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AK 130044476700001 LLA : G5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002426315 Standard Number: HSCGFT-14-X-PBN007 Funding in support of TI-12. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AL 130044218900001 LLA : G6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002410651 Standard Number: N0001914WX05788 (AA) Funding in support of TI-10. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AM 130044701900001 LLA : G7 5743010 114 47WT 19REPR 4 G952E 81402 25219F 503000F4FDAG4195G003 F03000 Standard Number: F4FDAG4195G003 Funding in support of TI-13. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AN 130044683100001 LLA : G8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002439895 Standard Number: N0002414WX01490 Funding in support of TI-14. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AP 130044729300001 LLA : G9 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002442741 Standard Number: N0016414SD04001 Funding in support of TI-02. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AQ 130044620600001 LLA : H2 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002436667 Standard Number: F2VUF03283G004 Funding in support of TI-07. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AA 130044415900002 LLA : E3 9740100 56SF SC4 52SPF L MRAP01 00 005781 501741766710 0F2VUF03309G002 F67100 ESP: ST FSR: 023979 PSR: I01921 DSR: 232295 Standard Number: F2VUF03309G002 (AA) Funding in support of TI-11. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
85 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AB 130044476700002 LLA : G5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002426315 Standard Number: HSCGFT-14-X-PBN007 Funding in support of TI-12. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AC 130044701900002
G7 5743010 114 47WT 19REPR 4 G952E 81402 25219F 503000F4FDAG4195G003 F03000 Standard Number: F4FDAG4195G003 Funding in support of TI-13. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AD 130044024800002 LLA : G2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002396754 Standard Number: N0001414WX01082 Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 15 Funding Cumulative Funding MOD 16 400016 130038105000001
B7 1721810 81LT 251 VU021 0 050120 2D 000000 A00001945129 Standard Number: N0002413WX08634 Funding in support of TI-05. Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire 30 September 2014, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2014, or up through and including the last day of the period of performance for CLIN 4000. 400036 130041426300001 ( LLA : E6 1741804 8D3D 251 V0000 0 050120 2D 000000 A00002207194 Standard Number: N0002414WX01906 Funding in support of TI-4. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 400039 130042298400001 ( LLA : E9 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002275939 Standard Number: N0002414WX05795 Funding in support of TI-05. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600008 130042298400002 ( LLA : E9 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002275939 Standard Number: N0002414WX05795 Funding in support of TI-05. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AR 130045045900001 LLA : H3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002465891 Standard Number: N0002414WX01906 (AA)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
86 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXXXXXX
XXXXXXXXXXXXX
XXXXXXXXXXXXXX
2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through 8/14/2015, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period. MOD 16 Funding Cumulative Funding MOD 17 7001AS 130044617900001 LLA : H4 9740100 56SF SC4 52SQ M5QSOH 0 10000 7565Z 017417 667100F2VUF04070G001 F67100 Standard Number: F2VUF04070G001 Funding in support of TI-07. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AT 130044653400001 LLA : H5 1741804 8D3D 251 V0000 0 050120 2D 000000 A00002437969 Funding in support of TI-07. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 17 Funding Cumulative Funding MOD 18 7001AU 130045453800001 LLA : H6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002506850 Standard Number: HSCGFT-14-X-PBN007 Funding in support of TI-03. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AV 130045499700001 LLA : H7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002511401 Standard Number: HSCG7914XPC8134 Funding in support of TI-12. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AW 130045514100001 LLA : H8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002511914 Standard Number: MIPR4KDAV14E12 Funding in support of TI-13. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AX 130045401800001 LLA : H9 1741804 8B5B 251 VU021 0 050120 2D 000000 A00002502914 Standard Number: N0002414WX01490 (AA) Funding in support of TI-14. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AE 130045401800002 LLA : H9 1741804 8B5B 251 VU021 0 050120 2D 000000 A00002502914 Standard Number: N0002414WX01490 (AA) Funding in support of TI-14. 10 USC 2410(a) Authority is hereby invoked.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
87 of 134 FINAL
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXXXXXX
XXXXXXX
Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 18 Funding Cumulative Funding MOD 19 7001AF 130044439500002 LLA : C6 1741804 60CC 257 4582A H 060951 2D X0019C 40273435AUAD Standard Number: N4027314WX0019C Funding in support of TI-07. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AZ 130045472800001 LLA : J1 1721810 84RA 251 V4X00 0 050120 2D 000000 A00002508766 Standard Number: N0002413WX01858 Funding in support of TI-01. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BA 130042971400004 LLA : F7 5733010 113 47WT 10400N 4 G9731 80118 27230F 503000FF4FDBV411G008 F03000 Standard Number: F4FDBV4114G008 (AA) Funding in support of TI-13. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 19 Funding Cumulative Funding MOD 20 7001BB 130045806800001 LLA : J2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002546717 Standard Number: N0016415PR00026 Funding in support of TI-10. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BC 130046191200001 LLA : J3 1751804 8D4D 251 WS030 0 050120 2D 000000 A00002589503 Standard Number: N0002415PR00714 Funding in support of TI-01. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BD 130046053200001 LLA : J4 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002575165 Standard Number: MIPR4DDAV14E02 Funding in support of TI-08. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AF 130046191200002 LLA : J3 1751804 8D4D 251 WS030 0 050120 2D 000000 A00002589503 Standard Number: N0002415PR00714 Funding in support of TI-01. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
88 of 134 FINAL
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXX
XXXXXXXX
date, but only for work performed through and including the aforementioned date. MOD 20 Funding Cumulative Funding MOD 21 7001BE 130046181900001 LLA : J5 1741810 81LT 251 VU021 0 050120 2D 000000 A00002589532 Standard Number: N0002414WX05795 Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AG 130046181900002 LLA : J5 1741810 81LT 251 VU021 0 050120 2D 000000 A00002589532 Standard Number: N0002414WX05795 Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 21 Funding Cumulative Funding
7001BF 130046402000001 LLA : J6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002609788 Standard Number: HSCGFT15XPC8003 Funding in support of TI-03. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BG 130046518000001 LLA : J7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002618748 Funding in support of TI-02. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BH 130046517600001 LLA : J8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002618476 Standard Number: N0003015WX00118 (AA) Funding in support of TI-04. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BJ 130046517600002 LLA : J9 97X4930 NH1J 251 77777 0 050120 2F 000000 A10002618476 Standard Number: N0003015WX00118 (AB) Funding in support of TI-04. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BK 130046609100001 LLA : K1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002626026 Standard Number: N0010415WX50211 Funding in support of TI-07. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AH 130046609100002 LLA : K1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002626026
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
89 of 134 FINAL
XXXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXX
XXXXXXXXXXXXXXXXXXXXX
XXXXX
Standard Number: N0010415WX50211 Funding in support of TI-07. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 22 Funding Cumulative Funding MOD 23 7001BL 130046539300001 LLA : K2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002619901 Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BM 130046927000001 LLA : K4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002653120 Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AJ 130046927900001 LLA : K3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002651985 Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AK 130046927000002 LLA : K4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002653120 Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 23 Funding Cumulative Funding
7001BN 130047085700001 LLA : K5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002666267 Standard Number: HSCG7915XPC8020 Funding in support of TI-12. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BP 130047085800001 LLA : K6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002666294 Standard Number: HSCG7915XPC8020 Funding in support of TI-03. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BQ 130047085500001 LLA : K7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002666174 Standard Number: HSCG7915XPC8020 Funding in support of TI-14. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AL 130047085700002 LLA : K5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002666267
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
90 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXX
Standard Number: HSCG7915XPC8020 Funding in support of TI-12. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 24 Funding Cumulative Funding MOD 25 7001BR 130047635800002 LLA : K8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002712554 Standard Number: N4175615WX50106 Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BS 130047627700001 LLA : K9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002711438 Standard Number: MIPR10608479 Funding in support of TI-10. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AM 130047635800001 LLA : K8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002712554 Standard Number: N4175615WX50106 Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AN 130047620700001 LLA : L1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002711000 Standard Number: N0001414WX01082 Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 25 Funding Cumulative Funding MOD 26 7001BT 130048235800001 LLA : L2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002758459 Standard Number: M9545015WR34K69 Funding in support of TI-07. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BU 130048398100001 LLA : L3 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002769109 Standard Number: HSCGFT15XPC8003 Funding in support of TI-12. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BV 130048191500001 LLA : L4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002754630 Standard Number: N0010415WX50701 Funding in support of TI-07. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
91 of 134 FINAL
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXX
XXXXX
XXXXXXXXXXXX
7001BW 130048207300001 LLA : L5 97X4930 NH1J 251 77777 0 050120 2F 000000 A10002755800 Standard Number: F2VUF04316GW01 (01) Funding in support of TI-07. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BX 130048476200001 LLA : L9 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002774437 Standard Number: R5704615WRNW003 Funding in support of TI-04. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001BZ 130047823300001 LLA : L7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002726197 Funding in support of TI-08. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CA 130048476300001 LLA : L8 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002774439 Standard Number: N0002415WX02288 Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AP 130048398100002 LLA : L3 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002769109 Standard Number: HSCGFT15XPC8003 Funding in support of TI-12. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AQ 130048191500002 LLA : L4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002754630 Standard Number: N0010415WX50701 ODC funding in support of TI-07. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AR 130048480200001 LLA : L6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002774647 Standard Number: N0001414WX01082 Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AS 130048476300002 LLA : L8 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002774439 Standard Number: N0002415WX02288 Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 26 Funding Cumulative Funding MOD 27 400003 130037893800001 (
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
92 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXXXX
LLA : A3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001913566 Standard Number: N0002413WX07682 Funding in support of TI-9. Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire 30 September 2015, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2015, or up through and including the last day of the period of performance for CLIN 4000. 600002 130039038600001 ( LLA : C3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002026217 Standard Number: N0002413WX07682 Funding in support of TI-09. Contractor may NOT perform against this SLIN after 30 SEP 2015. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001AJ 130043794200001 ( LLA : G4 1741810 87X7 251 V0000 0 050120 2D 000000 A00002380426 Standard Number: N0002414WX05740 Funding in support of TI-09. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CB 130048607200001 LLA : U1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002783375 Standard Number: N0002415WX02288 Funding in support of TI-01. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CC 130048616400001 LLA : M3 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002784723 Standard Number: F2VUF04304GW02 Funding in support of TI-06. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CD 130048334400001 LLA : M4 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002764988 Standard Number: F2VUF04316GW03 Funding in support of TI-08. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CE 130048334200001 LLA : M5 97X4930 NH1J 253 77777 0 050120 2F 000000 41273535GNGP Standard Number: F2VUF04294GW04 Funding in support of TI-08. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CF 130048733300001 LLA : M6 9750100 74D7 252 00074 0 068688 2D CVS001 000745LSXHQQ Standard Number: N0007415RCVS001 Funding in support of TI-07. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AT 130048607200002 LLA : M1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002783375 Standard Number: N0002415WX02288 Funding in support of TI-01. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
93 of 134 FINAL
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
9001AU 130048459800001 LLA : M2 1751810 84RA 251 V4X00 0 050120 2D 000000 A00002773588 Standard Number: N0002415WX02288 Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 27 Funding Cumulative Funding MOD 28 7001CG 130049483200001 LLA : M7 97X4930 ND2A 252 32205 0 000033 2F 118105 100200025235 Standard Number: N2900315RCP1003 Funding in support of TI-17. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AV 130049483200002 LLA : M7 97X4930 ND2A 252 32205 0 000033 2F 118105 100200025235 Standard Number: N2900315RCP1003 Funding in support of TI-17. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 28 Funding Cumulative Funding MOD 29 400045 130042971400001 ( LLA : F7 5733010 113 47WT 10400N 4 G9731 80118 27230F 503000FF4FDBV411G008 F03000 Standard Number: F4FDBV4114G008 (AA) Funding in support of TI-13. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CH 130049566300001 LLA : M8 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002853683 Standard Number: N0016415SD05001 (AA) Funding in support of TI-02. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CJ 130049744300001 LLA : M9 2152020 000 A5XC I 12201 1V FRE 25 71 001063758 7 A.0021705.4.2.1 021001 Standard Number: 10637587 Funding in support of TI-10. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CK 130049794800001 LLA : N1 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002870509 Standard Number: N0007415WRVS009 (AA) Funding in support of TI-08. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 29 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
94 of 134 FINAL
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXX
XXXXXXX
XXXXXXX
MOD 30 400029 130040075100001 ( LLA : D5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002101986 Standard Number: N0001914WX01505 Funding in support of TI-10. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600010 130042971400002 ( LLA : F7 5733010 113 47WT 10400N 4 G9731 80118 27230F 503000FF4FDBV411G008 F03000 Standard Number: F4FDBV4114G008 (AA) Funding in support of TI-13. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CL 130050489900001 LLA : N2 9750300 56SF SD5 52SQ 24K04B N 80160 00000F 3877 00 F2VUF05120GW04 F87700 Standard Number: F2VUF05120GW04 (AA) Funding in support of TI-06. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CM 130050239400001 LLA : N3 9750100 56SF SC5 52SP FLMRAP 0 1 5781 5 017417 387 700 F2VUF05096GW02 F87700 Standard Number: F2VUF05096GW02 (AA) Funding in support of TI-11. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CN 130050105100001 LLA : N4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002893046 Standard Number: MIPR5EDAV15E04 (AA) Funding in support of TI-013. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CP 130050157000001 LLA : N5 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002896529 Standard Number: HSCG7915XPC8044 Funding in support of TI-0012. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CQ 130050487100001 LLA : N7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002917406 Standard Number: N0017815EX00209 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CR 130050650900002 LLA : N8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002928210 Standard Number: N417561WX50106 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AW 130050487200001 LLA : N6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002917408 Standard Number: N4175615WX50106 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
95 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AX 130050157000002 LLA : N5 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002896529 Standard Number: HSCG7915XPC8044 Funding in support of TI-0012. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AY 130050650900001 LLA : N8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002928210 Standard Number: N4175615WX50106 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 30 Funding Cumulative Funding MOD 31 7001CS 130050750900001 LLA : P4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002935394 Standard Number: N0002415WX0255 (A) Funding in support of TI-14. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CT 130050750800001 LLA : N9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002935179 Standard Number: N0002415WX0255 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CU 130050763800001 LLA : P2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002936285 Standard Number: F2VUF04304GW03 (AA) Funding in support of TI-08. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CV 130050866200001 LLA : P3 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002942679 Standard Number: N4027315WX0039C (AA) Funding in support of TI-04. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AZ 130050750900002 LLA : P4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002935394 Standard Number: N0002415WX02555 (AA) Funding in support of TI-14. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001BA 130050750800002 LLA : N9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002935179 Standard Number: N0002415WX0255 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
96 of 134 FINAL
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXX
MOD 31 Funding Cumulative Funding MOD 32 7001CW 130051203200001 LLA : P5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002964667 Standard Number: M9545015WR34K69 (AA) Funding in support of TI-07. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CX 130051203500001 LLA : P6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002964804 Standard Number: M9545015WR34K69 (AA) Funding in support of TI-07. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CY 130051203100001 LLA : P7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002964662 Standard Number: V4789815WXB0079 (AA) Funding in support of TI-07. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date,but only for work performed through and including the aforementioned date. 7101AA 130051213700001 LLA : P8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002966624 Standard Number: N0002415WX02288 (AA) Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 32 Funding Cumulative Funding MOD 33 7001CQ 130050487100001 ( LLA : N7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002917406 Standard Number: N0017815EX00209 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001BB 130051395800001 LLA : P9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002976968 Standard Number: N0017815WX00209 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 33 Funding Cumulative Funding MOD 34 7201AA 130052001100001 LLA : P1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003017248 Standard Number: N0002415WX02555 (AA) Funding in support of TI-03. Contractor may NOT perform against this SLIN after PoP
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
97 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XX
XXXXX
XXXXXXX
XXXXX
XXXXXXXXXXXX
XXXXXXX
date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AB 130050503100001 LLA : N2 9750300 56SF SD5 52SQ 24K04B N 80160 00000F 3877 00 F2VUF05120GW04 F87700 Standard Number: F2VUF05120GW04(AA) Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AC 130051722000001 LLA : S6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002999036 Standard Number: N0002415WX01190(AA) Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AD 130051623700001 LLA : S7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002992572 Standard Number: HSCG7915XPC8020 Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AE 130051686200001 LLA : P4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002996974 Standard Number: HSCG7915XPC8020 Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AF 130051699400001 LLA : S8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002997561 Standard Number: N0001915WX04270(AA) Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AG 130051448200001 LLA : Q6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002979660 Standard Number: HSCG7915XPC8020 Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AH 130050498000001 LLA : N3 9750100 56SF SC5 52SP FLMRAP 0 1 5781 5 017417 387 700 F2VUF05096GW02 F87700 Standard Number: F2VUF05096GW02 Funding in support of TI-11. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AJ 130051796000001 LLA : S9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003004184 Standard Number: N0016415SD05001 Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AK 130051888500001 LLA : T1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003009926 Standard Number: F2VUF04199GW01(AA)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
98 of 134 FINAL
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AA 130051448200002 LLA : Q6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002979660 Standard Number: HSCG7915XPC8020 Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 34 Funding Cumulative Funding MOD 35 7101AA 130051213700001 ( LLA : P8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002966624 Standard Number: N0002415WX02288 (AA) Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AU 130048459800001 ( LLA : M2 1751810 84RA 251 V4X00 0 050120 2D 000000 A00002773588 Standard Number: N0002415WX02288 Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 35 Funding - Cumulative Funding MOD 36 7201AL 130052062100001 LLA : T2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003021437 Standard Number: N6339415WX00378 (AA) Funding in support of TI-18. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AM 130052104300001 LLA : Q1 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003024683 Standard Number: N2900315WRP1009 (AA) Funding in support of TI-17. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AN 130051441000001 LLA : Q2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002979656 Standard Number: MIPR10608479 Funding in support of TI-10. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AB 130052062100002 LLA : Q3 97X4930 NH1J 251 77777 0 050120 2F 000000 A10003021437 Standard Number: N6339415WX00378 (AA) Funding in support of TI-18. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
99 of 134 FINAL
XXXXX
XXXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXX
XXXXXXX
9201AC 130052104300002 LLA : Q1 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003024683 Standard Number: N2900315WRP1009 (AA) Funding in support of TI-17. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 36 Funding Cumulative Funding
7201AP 130051800200001 LLA : Q4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003004188 Standard Number: N0001915WX02984 (AA) Funding in support of TI-13. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AQ 130051758000001 LLA : Q5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003001966 Standard Number: N0002415WX02555 (AA) Funding in support of TI-14. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AR 130051808800001 LLA : T8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003005655 Standard Number: N0003015WX00118 (AA) 10 USC 2410(a) Authority is hereby invoked. Funding in support of TI-04. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AS 130051808800002 LLA : Q7 97X4930 NH1J 251 77777 0 050120 2F 000000 A10003005655 Standard Number: N0003015WX0018 (AB) Funding in support of TI-004. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AT 130051795900001 LLA : Q8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003004120 Standard Number: N0002415WX02555 (AA) Funding in support of TI-015. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AU 130051795600001 LLA : Q9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003004087 Standard Number: N0010415WX50701 (AA) Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AV 130052201800001 LLA : R1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003029890 Standard Number: N0002415WX02288 (AA) Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
100 of 134 FINAL
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXXXXXXXXXXXXX
date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AW 130052318500001 LLA : R2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003037638 Standard Number: N2900315WRP1009 (AA) Funding in support of TI-17. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AD 130051758000002 LLA : Q5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003001966 Standard Number: N0002415WX02555 (AA) Funding in support of TI-14. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AE 130051795900002 LLA : Q8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003004120 Standard Number: N0002415WX0255 (AA) Funding in support of TI-015. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AF 130051795600002 LLA : Q9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003004087 Standard Number: N0010415WX50701 (AA) Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 37 Funding Cumulative Funding MOD 38 7001BR 130047635800002 ( LLA : K8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002712554 Standard Number: N4175615WX50106 Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CR 130050650900002 ( LLA : N8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002928210 Standard Number: N417561WX50106 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CS 130050750900001 ( LLA : P4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002935394 Standard Number: N0002415WX0255 (A) Funding in support of TI-14. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AX 130050489500001 LLA : R3 9750300 56SF SD5 52SQ 24K04B N 80160 00000F 3877 00 F2VUF05120GW04 F87700 Standard Number: F2VUF05120GW04 Funding in support of TI-11. Contractor may NOT perform against this SLIN after
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
101 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXXX
XXXXX
XXXXXXX
POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201AY 130052198900002 LLA : R4 1751810 84RA 251 V4X00 0 050120 2D 000000 A00003029747 Standard Number: N0002415WX02288 (AA) Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AW 130050487200001 ( LLA : N6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002917408 Standard Number: N4175615WX50106 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AY 130050650900001 ( LLA : N8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002928210 Standard Number: N4175615WX50106 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AZ 130050750900002 ( LLA : P4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002935394 Standard Number: N0002415WX02555 (AA) Funding in support of TI-14. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001BA 130050750800002 ( LLA : N9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002935179 Standard Number: N0002415WX0255 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AG 130052082400001 LLA : T9 1751810 84RA 251 V4X00 0 050120 2D 000000 A00003022761 Standard Number: N0002415WX02288 Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AH 130052198900001 LLA : R5 1751810 84RA 251 V4X00 0 050120 2D 000000 A00003029747 Standard Number: N0002415WX02288 (AA) Funding in support of TI-005. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AJ 130052629800001 LLA : R6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003061718 Standard Number: N2187015WRP1005 (AA) Funding in support of TI-17. Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 38 Funding Cumulative Funding MOD 39
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
102 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXXXX
7201AZ 130052689200001 LLA : R7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003067217 Standard Number: HSCG7915XPC8044 Funding in support of TI-12. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BA 130052696500001 LLA : R8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003068027 Standard Number: N2187015WRP1005 (AA) Funding in support of TI-17. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BB 130052373500001 LLA : S1 9750100 56SF SC5 52SQ 3GQVOH 0 1 8016 0 017417 387 700 F2VUF04316GW01 F87700 Standard Number: F2VUF04316GW01 Funding in support of TI-07. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AK 130052674400001 LLA : R9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003066212 Standard Number: N0002415WX02288 (AA) Funding in support of TI-005. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AL 130052748000001
S2 97X4930 ND2A 252 32205 0 000033 2F 118045 060200025235 Standard Number: N2187015RCP1005 (AA) Funding in support of TI-17. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 39 Funding Cumulative Funding MOD 40 7201BC 130052777700002 LLA : S3 97X4930 NH1J 251 77777 0 050120 2F 000000 330027659000 Standard Number: N4175615WX50106 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BD 130052777700005 LLA : S4 1751319 F4TD 000 41756 0 068941 2D 000000 320027659000 Standard Number: N4175615WX50106 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AM 130052777700001 LLA : S4 1751319 F4TD 000 41756 0 068941 2D 000000 320027659000 Standard Number: N4175615WX50106 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
103 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXX
XXXXXXXXXXXXXXX
9201AN 130052777700003 LLA : S3 97X4930 NH1J 251 77777 0 050120 2F 000000 330027659000 Standard Number: N4175615WX50106 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AP 130052777700004 LLA : S5 97X4930 NH1J 251 77777 0 050120 2F 000000 340027659000 Standard Number: N4175615WX50106 (AA) Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 40 Funding Cumulative Funding MOD 41 7201BE 130052776900001 LLA : T3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003076799 Standard Number: N4027315WX0039C (AA) Funding in support of TI-004. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BF 130052810100001 LLA : T4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003078606 Standard Number: N2187015WRP1005 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BG 130052859700001 LLA : T5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003084242 Standard Number: N0002415WX0255 (AA) Funding in support of TI-014. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BH 130052859600001 LLA : T6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003084020 Standard Number: HSCG7915XPC8044 Funding in support of TI-03. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BJ 130052860000001 LLA : T7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003084249 Standard Number: HSCG7915XPC8044 Funding in support of TI-012. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AQ 130052860000002 LLA : T7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003084249 Standard Number: HSCG7915XPC8044 Funding in support of TI-12. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
104 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXX
MOD 41 Funding Cumulative Funding MOD 42 Funding Cumulative Funding MOD 43 Funding Cumulative Funding MOD 44 7201BK 130053094900001 LLA : U2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003105241 Standard Number: N0002415WX01190 (AA) Funding in support of TI-01. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 44 Funding Cumulative Funding MOD 45 7201BL 130053034800001 LLA : U3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003099872 Standard Number: N0002415WX02288 (AA) Funding in support of TI-01. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BM 130053130700001 LLA : U4 5743010 114 47WT 10400M 4 G9731 80118 27224F 503000F4FDBV4336G001 F03000 Standard Number: F4FDBV4336G001 Funding in support of TI-13. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AR 130053130700002 LLA : U5 5743010 114 47WT 10400M 4 G9731 80118 27224F 503000F4FDBV4336G001 F03000 Standard Number: F4FDBV4336G001 Funding in support of TI-13. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 45 Funding Cumulative Funding MOD 46 7201BN 130053212400001 LLA : U6 97X4930 ND2A 252 32205 0 000033 2F 118106 100200025235 Standard Number: N2900316RCP1001 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BP 130053202700001 LLA : U7 97X4930 ND2A 252 32205 0 000033 2F 118106 110200025235 Standard Number: N2319416RCP1002 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
105 of 134 FINAL
XXXXX
XX
XX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXXX
XXXXXXX
7201BQ 130053240700001 LLA : U8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003125897 Standard Number: N0002416WX00325 (AA) Funding in support of TI-001. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BR 130053264800001 LLA : U9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003129605 Standard Number: N2158216WRP1004 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BS 130053265900001 LLA : V1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003128622 Standard Number: N2141916WRP1004 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BT 130053282400001 LLA : V2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003129046 Standard Number: N2152416WRP1003 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AS 130053212400002 LLA : U6 97X4930 ND2A 252 32205 0 000033 2F 118106 100200025235 Standard Number: N2900316RCP1001 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AT 130053202700002 LLA : U7 97X4930 ND2A 252 32205 0 000033 2F 118106 110200025235 Standard Number: N2319416RCP1002 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AU 130053264800002 LLA : U9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003129605 Standard Number: N2158216WRP1004 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AV 130053265900002 LLA : V1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003128622 Standard Number: N2141916WRP1004 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AW 130053282400002 LLA : V2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003129046 Standard Number: N2152416WRP1003 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
106 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
MOD 46 Funding Cumulative Funding MOD 47 9201AX 130053105500001 LLA : V3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003107260 Standard Number: N0016415SD05001 Funding in support of TI-002. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 47 Funding Cumulative Funding MOD 48 7201BU 130053442200001 LLA : V4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003145747 Standard Number: N0002416WX00341 (AA) Funding in support of TI-005. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BV 130053386000001 LLA : V5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003142478 Standard Number: N2900316WRP1001 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AY 130053442200002 LLA : V4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003145747 Standard Number: N0002416WX00341 (AA) Funding in support of TI-005. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AZ 130053386000002 LLA : V5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003142478 Standard Number: N2900316WRP1001 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 48 Funding Cumulative Funding MOD 49 Funding Cumulative Funding MOD 50 7201BW 130053625100001 LLA : V6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003162843 Standard Number: N0002416WX00325 (AA) Funding in support of TI-005. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BX 130053649300001 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
107 of 134 FINAL
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXX
XXXXX
XXXXX
XX
XXXXX
XXXXX
XXXXXXXXXXXXXX
XXXXXXXX
XXXXXXX
XXXXXXX
V7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003165191 Standard Number: N0002416WX00325 (AA) Funding in support of TI-001. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201BY 130053671700001 LLA : V8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003167162 Standard Number: N0002416WX01574 (AA) Funding in support of TI-001. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BA 130053625100002 LLA : V6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003162843 Standard Number: N0002416WX00325 (AA) Funding in support of TI-005. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 50 Funding Cumulative Funding MOD 51 7201BZ 130053450900001 LLA : V9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003146831 Standard Number: N0002415WX04008 (AA) Funding in support of TI-019. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CA 130053849100001 LLA : W1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003183450 Standard Number: N0002416WX01574 (AA) Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9301AA 130053450900002 LLA : V9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003146831 Standard Number: N0002415WX04008 (AA) Funding in support of TI-019. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9301AB 130053849100002 LLA : W1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003183450 Standard Number: N0002416WX01574 (AA) Funding in support of TI-005. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 51 Funding Cumulative Funding MOD 52 7201CB 130053974100001 LLA : W2 9760100 74D7 252 00074 0 068688 2D CVS005 000746LSXHQQ Standard Number: N0007416RCVS005 (AA) Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
108 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXX
XXXXXXX
date, but only for work performed through and including the aforementioned date. 7201CC 130053279400001 LLA : W3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003128828 Standard Number: N2162216WRP1003 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CD 130054044600001 LLA : W4 97X4930 NH1J 253 77777 0 050120 2F 000000 A00003199143 Standard Number: N4027316WX0059C (AA) Funding in support of TI-004. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CE 130054044800001 LLA : W5 97X4930 NH1J 260 77777 0 050120 2F 000000 A00003199204 Standard Number: R5704616WRNQWD1 (AA) Funding in support of TI-004. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CF 130054051100001 LLA : W6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003199207 Standard Number: HSCG7916XPC8001 Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9301AC 130053279400002 LLA : W3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003128828 Standard Number: N2162216WRP1003 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 52 Funding Cumulative Funding MOD 53 7201CG 130054228400001 LLA : W7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003214863 Standard Number: N2162216WRP1003 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CH 130054089600001 LLA : W8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003202971 Standard Number: F2VUE25287GW01 Funding in support of TI-018. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CJ 130054105400001 LLA : W9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003203898 Standard Number: V4789816WXH0084 Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
109 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXXXX
7201CK 130054192500001 LLA : X1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003211916 Standard Number: N0016415SD05001 Funding in support of TI-002. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BB 130054228400002 LLA : W7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003214863 Standard Number: N2162216WRP1003 Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 53 Funding Cumulative Funding MOD 54 400040 130043113200001 ( LLA : F1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002328971 Funding in support of TI-01. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600001 130037889300002 ( LLA : A7 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001912547 Standard Number: N0016413SD03001 Funding in support of TI-2. Note: 10 U.S.C. 2410a Authority does NOT apply. Contractor may incur costs for work performed against this SLIN through the end date of the period of performance for CLIN 6000. Contractor may continue to invoice after the ending date, but only for work performed during the period of performance for CLIN 6000. 600006 130040450700001 ( LLA : D8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002137220 Standard Number: N0002414WX02491 Funding in support of TI-01. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600007 130041183200001 ( LLA : E5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002190999 Standard Number: N0002413WX08634 Funding in support of TI-05. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600009 130043010000001 LLA : F5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002323744 Funding in support of TI-12. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 600010 130042971400002 ( LLA : F7 5733010 113 47WT 10400N 4 G9731 80118 27230F 503000FF4FDBV411G008 F03000 Standard Number: F4FDBV4114G008 (AA) Funding in support of TI-13. Contractor may NOT perform against this SLIN after 14 AUG 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7001CN 130050105100001 ( LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
110 of 134 FINAL
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXXXX
XXXXX
N4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002893046 Standard Number: MIPR5EDAV15E04 (AA) Funding in support of TI-013. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CL 130054283500001 LLA : X2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003218994 Standard Number: F2VUF0511GW02 (AA) Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CM 130054183500001 LLA : X3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003210758 7201CN 130054306600001 LLA : X4 1761804 8B5B 251 VU021 0 050120 2D 000000 A10003221114 Funding in support of TI-014. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CP 130051699400002 LLA : S8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002997561 Funding in support of TI-010. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CQ 130054229000003 LLA : X4 1761804 8B5B 251 VU021 0 050120 2D 000000 A10003215275 Funding in support of TI-018. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CR 130054311400003 LLA : X4 1761804 8B5B 251 VU021 0 050120 2D 000000 A10003221518 Funding in support of TI-015. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CS 130054459700001 LLA : X7 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003233905 Standard Number: N0002414WX05326 (AA) Funding in support of TI-019. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AA 130044415900002 ( LLA : E3 9740100 56SF SC4 52SPF L MRAP01 00 005781 501741766710 0F2VUF03309G002 F67100 ESP: ST FSR: 023979 PSR: I01921 DSR: 232295 Standard Number: F2VUF03309G002 (AA) Funding in support of TI-11. 10 USC 2410(a) Authority is hereby invoked. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AB 130044476700002 ( LLA : G5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002426315 Standard Number: HSCGFT-14-X-PBN007 Funding in support of TI-12. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
111 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
9001AC 130044701900002 ( LLA : G7 5743010 114 47WT 19REPR 4 G952E 81402 25219F 503000F4FDAG4195G003 F03000 Standard Number: F4FDAG4195G003 Funding in support of TI-13. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AK 130046927000002 ( LLA : K4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002653120 Contractor may NOT perform against this SLIN after PoP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AP 130048398100002 ( LLA : L3 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002769109 Standard Number: HSCGFT15XPC8003 Funding in support of TI-12. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AT 130048607200002 ( LLA : M1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002783375 Standard Number: N0002415WX02288 Funding in support of TI-01. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AX 130050157000002 ( LLA : N5 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002896529 Standard Number: HSCG7915XPC8044 Funding in support of TI-0012. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BC 130054306600002 LLA : X4 1761804 8B5B 251 VU021 0 050120 2D 000000 A10003221114 Funding in support of TI-014. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BD 130054229000004 LLA : X4 1761804 8B5B 251 VU021 0 050120 2D 000000 A10003215275 Funding in support of TI-018. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BE 130054311400004 LLA : X6 1761804 8B5B 251 VU021 0 050120 2D 000000 A10003221518 Funding in support of TI-015. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BF 130054459700002 LLA : X7 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003233905 Standard Number: N0002414WX05326 (AA) Funding in support of TI-019. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 54 Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
112 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXXXXXXX
MOD 55 7201CT 130054737200001 LLA : X8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003256507 Standard Number: N4027316WX0059C (AA) Funding in support of TI-004. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CU 130054753200001 LLA : X9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003258006 Standard Number: R5704616WRNQWD1 (AA) Funding in support of TI-004. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CV 130054306000001 LLA : Y2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003221929 Standard Number: N0010416WX41748 Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CW 130054819200001 LLA : Y3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003262706 Standard Number: F4FDBV5338G101 (AF) Funding in support of TI-010. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CX 130054624800001 LLA : Y4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003247845 Standard Number: F4FDBV5338G101 (AF) Funding in support of TI-013. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CY 130054843100001 LLA : Y5 97X4930 NH1J 310 77777 0 050120 2F 000000 A00003264169 Standard Number: N2152416WRP1003 Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201CZ 130053264900001 LLA : Y6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003129606 Standard Number: N2185716WRP1003 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BG 130054725000001 LLA : Y1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003255941 Standard Number: N0002416WX00325 Funding in support of TI-005. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BH 130053264900002 LLA : Y6 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003129606 Standard Number: N2185716WRP1003 Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
113 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
date, but only for work performed through and including the aforementioned date. MOD 55 Funding Cumulative Funding MOD 56 400019 130038816600001 ( LLA : C1 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002009212 Standard Number: N0010413WX01114 Funding in support of TI-07. Contractor may NOT perform against this SLIN after 30 SEP 2014. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DA 130054886900001 LLA : Y7 97X4930 NH1J 310 77777 0 050120 2F 000000 A00003268760 Standard Number: N5701216WR001PN Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DB 130054183500002 LLA : X3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003210758 Standard Number: F2VUF05302GW01 (AA) Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DC 130055039700001 LLA : Y8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003280786 Standard Number: HSCG7916XPC8002 (AA) Funding in support of TI-014. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DD 130055217500001 LLA : Y9 97X4930 NH1J 310 77777 0 050120 2F 000000 A00003295133 Standard Number: N5701216WR001PN (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DE 130055140600001 LLA : Z1 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003289292 Standard Number: N0002416WX04497 (AA) Funding in support of TI-019. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AF 130046191200002 ( LLA : J3 1751804 8D4D 251 WS030 0 050120 2D 000000 A00002589503 Standard Number: N0002415PR00714 Funding in support of TI-01. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9001AG 130046181900002 ( LLA : J5 1741810 81LT 251 VU021 0 050120 2D 000000 A00002589532 Standard Number: N0002414WX05795 Funding in support of TI-15. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
114 of 134 FINAL
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXXX
9001AU 130048459800001 ( LLA : M2 1751810 84RA 251 V4X00 0 050120 2D 000000 A00002773588 Standard Number: N0002415WX02288 Funding in support of TI-05. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BJ 130054886900002 LLA : Y7 97X4930 NH1J 310 77777 0 050120 2F 000000 A00003268760 Standard Number: N5701216WR001PN Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BK 130055217500002 LLA : Y9 97X4930 NH1J 310 77777 0 050120 2F 000000 A00003295133 Standard Number: N5701216WR001PN (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BL 130055140600002 LLA : Z1 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003289292 Standard Number: N0002416WX04497 (AA) Funding in support of TI-019. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 56 Funding Cumulative Funding MOD 57 7201DF 130055277700001 LLA : Z2 1761810 84RA 310 V4X00 0 050120 2D 000000 A00003300490 Funding in support of TI-001. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BM 130055277700002 LLA : Z2 1761810 84RA 310 V4X00 0 050120 2D 000000 A00003300490 Funding in support of TI-001. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 57 Funding Cumulative Funding MOD 58 7201BT 130053282400003 LLA : V2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003129046 Standard Number: N2152416WRP1003 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DG 130055486500001 LLA : Z3 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003316046 Standard Number: HSCG7916XPC8002 (AA) Funding in support of TI-003. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
115 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXXXX
XXXXXXXX
date, but only for work performed through and including the aforementioned date. 7201DH 130055870700001 LLA : Z5 1761804 8B5B 251 VU021 0 050120 2D 000000 A00003344990 Funding in support of TI-014. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DJ 130055522600001 LLA : Z6 1761804 60BE 310 57012 Y 060951 2D C002PN 5701261BSOWW Standard Number: N5701216RC002PN Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DK 130055871400001 LLA : Z7 97X4930 ND2A 310 32205 0 000033 2F 118106 040200025235 Standard Number: N2319616RCP1002 (AB) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AW 130053282400004 LLA : V2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003129046 Standard Number: N2152416WRP1003 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BN 130055911200001 LLA : Z4 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003347493 Standard Number: F2VUF05302GW01 (AA) Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BP 130055871400002 LLA : Z7 97X4930 ND2A 310 32205 0 000033 2F 118106 040200025235 Standard Number: N2319616RCP1002 (AB) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 58 Funding Cumulative Funding MOD 59 7201BP 130053202700001 ( LLA : U7 97X4930 ND2A 252 32205 0 000033 2F 118106 110200025235 Standard Number: N2319416RCP1002 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DK 130055871400003 LLA : Z7 97X4930 ND2A 310 32205 0 000033 2F 118106 040200025235 Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DL 130056078800001 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
116 of 134 FINAL
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXXX
XXXXX
XXXXX
XXXXXXX
Z8 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003359890 Standard Number: N0002414WX07485 (AA) Funding in support of TI-004. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DM 130055838700001 LLA : Z9 1761804 8B5B 251 VU021 0 050120 2D 000000 A00003342764 Funding in support of TI-018. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AT 130053202700002 ( LLA : U7 97X4930 ND2A 252 32205 0 000033 2F 118106 110200025235 Standard Number: N2319416RCP1002 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BQ 130055838700002 LLA : Z9 1761804 8B5B 251 VU021 0 050120 2D 000000 A00003342764 Funding in support of TI-018. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 59 Funding Cumulative Funding MOD 60 7201DN 130056378700001 LLA : AA 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003380798 Standard Number: MIPR6FDAT16E08 (AA) Funding in support of TI-010. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DP 130056378800001 LLA : AB 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003380801 Standard Number: MIPR6FDAT16E08 (AA) Funding in support of TI-011. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DQ 130056268800001 LLA : AC 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003372275 Standard Number: MIPR6FDAT16E08 (AA) Funding in support of TI-013. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DR 130056474200001 LLA : AD 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003389039 Funding in support of TI-002. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DS 130056030200001 LLA : AE 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003355559 Standard Number: HSCG7916XPC8002 (AA) Funding in support of TI-020. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
117 of 134 FINAL
XXXXX
XXXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXXX
7201DT 130056704600001 LLA : AF 1761804 8D3D 257 240V0 0 050120 2D 000000 A00003408485 Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DU 130056708300001 LLA : AJ 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003408813 Standard Number: HSCG7916XPC8002 (AA) Funding in support of TI-012. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DV 130056704300001 LLA : AG 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003408378 Standard Number: M9545016WRCW410 (AA) Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DW 130056704200001 LLA : AH 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003408375 Standard Number: M9545016WR66136 (AA) Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DX 130056821000001 LLA : AK 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003418472 Standard Number: HSCG7916XPC8090 (AA) Funding in support of TI-012. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201AW 130053282400006 LLA : V2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003129046 Standard Number: N2152416WRP1003 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BR 130056708300002 LLA : AJ 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003408813 Standard Number: HSCG7916XPC8002 (AA) Funding in support of TI-012. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BS 130056821000002 LLA : AK 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003418472 Standard Number: HSCG7916XPC8090 (AA) Funding in support of TI-012. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 60 Funding Cumulative Funding MOD 61 7201DY 130056857000001 LLA :
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
118 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXXX
XXXXX
XXXXXXXX
AL 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003421218 Standard Number: F2VUF05302GW01 (AA) Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201DZ 130056905300001 LLA : AN 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003425091 Standard Number: N0010416WX41748 (AA) Funding in support of TI-007. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201EA 130056774100001 LLA : AP 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003413607 Standard Number: HSCG7916XPC8004 (AA) Funding in support of TI-012. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201EB 130056963100001 LLA : AQ 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003429522 Standard Number: N0002416WX00998 (AA) Funding in support of TI-018. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201EC 130056972000001 LLA : AR 1761804 8B5B 251 24VCS 0 050120 2D 000000 A00003431814 Funding in support of TI-015. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 7201ED 130057243500001 LLA : AS 97X4930 NH1J 310 77777 0 050120 2F 000000 A00003451676 Standard Number: N2158116WRP1003 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BT 130056973900001 LLA : AM 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003430727 Standard Number: N0002416WX00998 (AA) Funding in support of TI-015. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BU 130056774100002 LLA : AP 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003413607 Standard Number: HSCG7916XPC8004 (AA) Funding in support of TI-012. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BV 130056963100002 LLA : AQ 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003429522 Standard Number: N0002416WX00998 (AA) Funding in support of TI-018. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BW 130057243500002 LLA : AS 97X4930 NH1J 310 77777 0 050120 2F 000000 A00003451676
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
119 of 134 FINAL
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
XXXXX
Standard Number: N2158116WRP1003 (AA) Funding in support of TI-017. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 9201BX 130057112400001 LLA : AT 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003441846 Standard Number: N0002416WX03339 (AA) Funding in support of TI-019. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. MOD 61 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
120 of 134 FINAL
XXXXX
XXXXXXXXXXXXX
SECTION H SPECIAL CONTRACT REQUIREMENTS
All provisions and clauses in SECTION H of the basic contract apply to this TO, unless otherwisespecified in this TO.
NAVSEA 5252.216-9122 LEVEL OF EFFORT – ALTERNATE 1 (MAY 2010)
(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the workdescribed in Sections B and C of this contract. The total level of effort for the performance of this contract shall be 166,699 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specificallyidentified in the Contractor's proposal as having hours included in the proposed level of effort (does not includesurge CLINS).
(b) Of the total man-hours of direct labor set forth above, it is estimated that zero (0) man-hours are uncompensatedeffort.
Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additionalcompensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in thefirst sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillmentof the level of effort obligations under 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 of approximately 1065 hours per week. Itis 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,the Contractor shall submit the following information in writing to the Contracting Officer with copies to thecognizant Contract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
121 of 134 FINAL
number of man-hours of direct labor expended during the applicable period; (2) a breakdown of this total showingthe number of man-hours 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 cost incurred under thecontract for the period. Within 45 days after completion of the work under the contract, the Contractor shall submit,in addition, in the case of a cost underrun; (5) the amount by which the estimated cost of this contract may bereduced to recover excess 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 theright 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. The contractor shall continue to be paid fee for each man-hour performed in accordance with the terms of the contract.
TO ORDER RATES
The following rates have been approved for this TO.
Annual Labor Escalation: 1% per year
Maximum Pass-Thru Rate: 5% Fixed Fee on Subcontractor Costs, Total Pass-Thru amount not to exceed 8%.
Maximum Fee: 5% on Prime Costs
The above maximum rates are applicable to the prime contractor. If subcontracting is proposed, the prime contractor isstrongly encouraged to restrict subcontractor fixed fee to the lower of (a) the prime contractor’s fee under this order or(b) the subcontractor’s SeaPort-e fixed fee rate where the subcontractor is also a prime contractor under SeaPort-e. Thepurpose of this is the Government’s desire to avoid having it be more financially lucrative for a firm to be asubcontractor rather than a prime contractor under SeaPort-e. The Government strongly encourages the prime contractorto also implement this under Time and Materials subcontracts. Subcontractors may not earn fee on ODC’s.
The Government also strongly encourages the prime contractor to eliminate “double pass-thru” costs by (1) avoidingsecond tier subcontractors/consultants during performance and (2) where this situation is unavoidable, limitingsubcontractor pass-thru costs to the lower of (i) the prime contractor’s pass-thru rate under this order or (ii) thesubcontractor’s SeaPort-e pass-thru rate where the subcontractor is also a prime contractor under SeaPort-e.
NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APRIL 1999)
(a) Performance of the work hereunder may be subject to written technical instructions signed by the ContractingOfficer's Representative specified in Section G of this contract. As used herein, technical instructions are defined toinclude the following:
(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill indetails or otherwise serve to accomplish the contractual statement of work.
(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technicalportions of work description.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
122 of 134 FINAL
(b) Technical instructions must be within the general scope of work stated in the contract. Technical instructionsmay not be used to: (1) assign additional work under the contract; (2) direct a change as defined in the"CHANGES" clause of this contract; (3) increase or decrease the contract price or estimated contract amount(including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change any of theterms, conditions or specifications of the contract.
(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the contract 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 bythe technical instruction unless and until the Contractor is notified by the Contracting Officer that the technicalinstruction is within the scope of this contract.
(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.
NAVSEA 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.
(c) REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSE ACQUISITIONREGULATION All references in this document to either the Armed Services Procurement Regulation (ASPR) orthe Defense Acquisition Regulation (DAR) shall be deemed to be references to the appropriate sections of theFAR/DFARS.
(d) NATIONAL STOCK NUMBERS Whenever the term Federal Item Identification Number and its acronymFIIN or the term Federal Stock Number and its acronym FSN appear in the contract, order or their citedspecifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number(NIIN) and National Stock Number (NSN) respectively which shall be defined as follows:
(1) National Item Identification Number (NIIN). The number assigned to each approved Item Identification underthe Federal Cataloging Program. It consists of nine numeric characters, the first two of which are the NationalCodification Bureau (NCB) Code. The remaining positions consist of a seven digit non significant number.
(2) National Stock Number (NSN). The National Stock Number (NSN) for an item of supply consists of theapplicable four position Federal Supply Class (FSC) plus the applicable nine position NIIN assigned to the item ofsupply.
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:
ESTIMATEDITEM(S) ALLOTTED TO COST ALLOTTED TO FEE PERIOD OF PERFORMANCE * $ $
(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 state
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
123 of 134 FINAL
separately 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 N/A are fully funded and performance under these CLINs/SLINs issubject to the clause of this 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.
NAVSEA 5252.245-9108 GOVERNMENT FURNISHED PROPERTY (SEP 1990)The Government will provide only that property set forth below, notwithstanding any term or condition of this taskorder to the contrary. Upon Contractor's written request to the cognizant COR, via the cognizant Procuring ContractOffice (NSWC Crane), the Government will furnish the following for use in the performance of this task
order:
Attachment 2 - Historical GFX List
Also identified upon issuance of each Technical Instruction (TI).
H20S INSURANCE - WORK ON A GOVERNMENT INSTALLATIONThe following types of insurance are required in accordance with the clause entitled. Insurance - Work On AGovernment Installation (FAR 52.228-5), and shall be maintained in the minimum amounts shown:
1. Bodily injury liability insurance coverage shall be written on the comprehensive form of policy of at least$ per occurrence.
2. Automobile Insurance: $ per person and $ per accident for bodily injury and $ peraccident for property damage.
3. Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment isinvolved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum of $
H83S SERVICE CONTRACT ACT WAGE DETERMINATION (JUN 2004)The applicable Service Contract Wage Determinations by the Secretary of Labor are provided as Attachment 03 -Wage Determination in Section J.
HG10S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (JUN 2004)
(a) Except as specified in subparagraph (b) below, no order, statement, or conduct of any Government personnel whovisit the contractor's facilities or in any other manner communicates with contractor personnel during theperformance of this task order shall constitute a change under the Changes clause of this task order.
(b) The contractor shall not comply with any order, direction or request of Government personnel unless it is issuedin writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part ofthis task order.
(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this taskorder and, notwithstanding provisions contained elsewhere in this task order, the said authority remains solely theContracting Officer's. In the event the contract effects any change at the direction of any person other than theContracting Officer, the change will be considered to have been made without authority and no adjustment will bemade in the task order price to cover any increase in charges incurred as a result thereof.
CONFORMANCE WITH THE ENVIRONMENTAL MANAGEMENT SYSTEM
The Contractor shall perform work under this contract, at the installation or at the Contractor site, consistent with
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
124 of 134 FINAL
XXXX
XXXX XXXX XXXX
XXXXX
the policy and objectives identified in the installation's Environmental Management System (EMS) and applicablerules and regulations provided to the contractor as Government Furnished Information (GFI). The Contractor shallperform work in a manner that conforms to objectives and targets, environmental programs and operational controlsidentified by the EMS. The Contractor shall provide monitoring and measurement information as required by theEMS coordinator (Environmental Protection Manager) to address environmental performance relative toenvironmental, energy, and transportation management goals.
In the event an EMS nonconformance or environmental noncompliance associated with the contracted services,tasks, or actions occurs, the Contractor shall be responsible for coordinating with the installation's EnvironmentalProtection office on proposed corrective and/or preventive actions and for completing all corrective/preventive actionsas required by the EMS coordinator or the Environmental Protection Office. In addition, the Contractor shall ensureits employees are aware of their roles and responsibilities under the EMS and Environmental laws and regulations,and how these EMS roles and responsibilities affect work performed under the contract.
The Contractor shall be responsible for ensuring their employees receive applicable environmental and occupationalhealth and safety training, and maintain regulatory-required specific training for the type of work to be conducted. All Contractor personnel, and their subcontractor personnel, performing tasks that have the potential to cause anenvironmental impact shall be competent on the basis of appropriate education, training or experience. Uponcontract award, the Government will provide EMS Awareness and Environmental Awareness training on CD to theContractor. The Contractor shall provide the EMS coordinator with all training records required by the EMScoordinator or the Environmental Protection Office (including but not limited to EMS training, waste watertreatment certifications, asbestos certifications, etc.) for all contractor personnel and subcontractor personnel within30 days prior to performance or at time of contract award whichever comes first and annually thereafter. Theinstallation EMS Coordinator will retain associated records.
RAPIDGate NSA/NSWC CRANE INSTALLATION ACCESS .(May 2012)
If this contract includes the clause "FAR 52.204-9 Personal Identity Verification of Contractor Personnel" or willotherwise require frequent access to NSA/NSWC Crane site, the Contractor shall consider taking advantage of thebenefits available from the following RAPIDGate program:
NSA/NSWC Crane is implementing the Navy Commercial Access Control System (NCACS) projects. TheNCACS is the standard identity management and perimeter installation access control solution for the accessmanagement of vendors, contractors, suppliers and service providers who are not authorized a Common Access Card(CAC). The rationale for implementation of this system is to increase security while reducing impacts to thecontractor community by improving efficiencies for base entry.
The new protocol being implemented to fulfill this NCACS requirement is the RAPIDGate system. The systemmeets Presidential Directive (HSPD-12) requirements by providing background checks of contractor personnel. Apersonal badge that affords base access (and/or multiple base access) for one year will be issued to each Contractoremployee that meets background check criteria. While Contractors are not required to participate in this program,those Contractors who choose not to participate will be required to obtain daily passes for base access.
There are costs for contractors to participate in the RAPIDGate program which include a fee for the Contractor’s formand a fee per Contractor employee. Costs to participating Contractor’s are recaptured through increased productivityof their employees due to the reduction in waiting times at the Pass and Identification Office and Entry ControlPoint (ECP). Costs shall not be directly billed to the Government. The costs to participate in the RAPIDGateprogram are identified in the table below.
A Government Sponsor is required to validate a Contractor’s request for RAPIDGate access, and shall be theContracting Officer’s Representative (COR). If there is no COR, then the Government Sponsor is the ContractingOfficer (KO).
The Government does not guarantee the contractor’s successful enrollment or the successful enrollment of anycontractor employees in the RAPIDGate program. Significant delays may result from choosing to access theinstallation by obtaining a one day pass. The Government will not be held responsible for any access delays
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
125 of 134 FINAL
associated with using the daily pass process. Please address any questions or concerns regarding RAPIDGate to theCOR or the local Base Security Office personnel listed below.
NSA/NSWC Crane RAPIDGate Primary Program Point of Contact is Jon Thomas, and can be reached atJon.M.Thomas@Navy mil or at 812-854-5624. NSA/NSWC Crane RAPIDGate Secondary Program Point ofContact is Larry Patterson, and can be reached at [email protected] or 812-854-5642.
Additional information is available at http://www.rapidgate.com/rapidgate
RAPIDGate Pricing—(Subject to change without notice):
Program Enrollment Price
Single Installation Company $199.99 annuallySingle Installation Employee $ annuallyEnterprise (Multiple installations)
Company$ annually - 2 or moreinstallations
Enterprise (Multiple installations)
Employee$ annually 2 or moreinstallations
90 day Option Employee $ per 90 daysReplacement Credential Employee $ per credential
(end of clause)
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
126 of 134 FINAL
XXXXXXXX
XXXX
XXXXXX
SECTION I CONTRACT CLAUSES
All provisions and clauses in SECTION I of the basic contract apply to this TO, unless otherwise specifiedin this TO.
CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (FAR 52.252-2)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given infull text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause maybe accessed electronically at this/these address (es): http://www.farsite.hill.af.mil/
52.203-16 Preventing Personal Conflicts of Interest (Dec 2011)52.204-10 Reporting Subcontract Awards (Sep 2007)52.204-09 Personal identity Verification of Contractor Personnel (Jan 2011)52.222-29 Notification of Visa Denial (Jun 2003) IF OCONUS travel52.222-41 Service Contract Act of 1965 (Nov 2007)52.223-5 Pollution Prevention and Right-to-Know Information (May 2011)52.223-10 Waste Reduction Program (May 2011)52.227-1 Authorization and Consent (Dec 2007)52.232-22 Limitation of Funds (Apr 1984)52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)52.237-3 Continuity of Services (Jan 1991)52.245-1 Government Property (Apr 2012)252.227-7013 Rights in Technical Data - Noncommercial Items (FEB 2012)252.227-7014 Rights in Noncommercial Computer Software and Noncommercial Computer SoftwareDocumenation (FEB 2012)252.227-7028 Technical Data or Computer Software Previously Delivered to the Government (Jun 1995)252.227-7030 Technical Data--Withholding of Payment (Mar 2000)252.242-7004 Material Management and Accounting System (May 2011)252.242-7006 Accounting System Administration (Feb 2012)252.244-7001 Contractor Purchasing System Administration (May 2011)252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property (Feb 2011)252.245-7002 Reporting Loss of Government Property (Feb 2011)252.245-7003 Contractor Property Management System Administration (Feb 2012
252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013
52.217-8 - OPTION TO EXTEND SERVICE (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in thecontract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretaryof Labor. The option provision may be exercised more than once, but the total extension of performance hereundershall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractorwithin 60 days.
FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (NAVSEAVARIATION) (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.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
127 of 134 FINAL
ITEM(S) LATEST OPTION EXERCISE DATE
CLIN 4100 No later than 11 months after the TO Award date.CLIN 7000 No later than 11 months after the TO Award date.CLIN 7100 No later than 23 months after the TO Award date.CLIN 7200 No later than 23 months after the TO Award date.CLIN 7300 No later than 35 months after the TO Award date.CLIN 6100 No later than 11 months after the TO Award dateCLIN 9000 No later than 11 months after the TO Award date.CLIN 9100 No later than 23 months after the TO Award date.CLIN 9200 No later than 23 months after the TO Award date.CLIN 9300 No later than 35 months after the TO Award 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 notexceed three (3) years, however, in accordance with paragraph (g) of the requirement of this contract entitled "LEVELOF EFFORT" (NAVSEA 5252.216-9122), if the total manhours delineated in paragraph (a) of the LEVEL OFEFFORT requirement, have not been expended within the period specified above, the Government may require theContractor to continue to perform the work until the total number of manhours specified in paragraph (a) of theaforementioned requirement have been expended.
52.219-6 -- Notice of Total Small Business Set-Aside.
(a) Definition. “Small business concern,” as used in this clause, means a concern, including its affiliates, that isindependently owned and operated, not dominant in the field of operation in which it is bidding on Governmentcontracts, and qualified as a small business under the size standards in this solicitation.
(b) Applicability. This clause applies only to--
(1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).*
(c) General.
(1) Offers are solicited only from small business concerns. Offers received from concerns that are not smallbusiness concerns shall be considered nonresponsive and will be rejected.(2) Any award resulting from this solicitation will be made to a small business concern.
(d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing thecontract, only end items manufactured or produced by small business concerns in the United States or its outlyingareas. If this procurement is processed under simplified acquisition procedures and the total amount of this contractdoes not exceed $ a small business concern may furnish the product of any domestic firm. This paragraphdoes not apply to construction or service contracts.
52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)
(a) The use of overtime is authorized under this contract if the overtime premium does not exceed $ or theovertime premium is paid for work --
(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
128 of 134 FINAL
XXXX
XXXX
production equipment, or occasional production bottlenecks of a sporadic nature;
(2) By indirect-labor employees such as those performing duties in connection with administration, protection,transportation, maintenance, standby plant protection, operation of utilities, or accounting;
(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances,and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completedotherwise; 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 evaluatethe necessity 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 withother Government contracts, together with identification of each affected contract; and
(4) Provide reasons why the required work cannot be performed by using multishift operations or by employingadditional personnel.
52.223-18 – Encouraging Contractor Policies to Ban Text Messaging While Driving.
(a) Definitions. As used in this clause--
“Driving”—
(1) Means operating a motor vehicle on an active roadway with the motor running, including whiletemporarily stationary because of traffic, a traffic light, stop sign, or otherwise.
(2) Does not include operating a motor vehicle with or without the motor running when one has pulled overto the side of, or off, an active roadway and has halted in a location where one can safely remain stationary.
“Text messaging” means reading from or entering data into any handheld or other electronic device, including forthe purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, orengaging in any other form of electronic data retrieval or electronic data communication. The term does not includeglancing at or listening to a navigational device that is secured in a commercially designed holder affixed to thevehicle, provided that the destination and route are programmed into the device either before driving or whilestopped in a location off the roadway where it is safe and legal to park.
(b) This clause implements Executive Order 13513, Federal Leadership on Reducing Text Messaging whileDriving, dated October 1, 2009.
(c) The Contractor is encouraged to—
(1) Adopt and enforce policies that ban text messaging while driving—
(i) Company-owned or -rented vehicles or Government-owned vehicles; or
(ii) Privately-owned vehicles when on official Government business or when performing any work foror on behalf of the Government.
(2) Conduct initiatives in a manner commensurate with the size of the business, such as—
(i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
129 of 134 FINAL
messaging while driving; and
(ii) Education, awareness, and other outreach to employees about the safety risks associated withtexting while driving.
(d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in allsubcontracts that exceed the micro-purchase threshold.
(End of clause)
FAR 52.228-3, Workers’ Compensation Insurance (Defense Base Act) (Apr 1984)
The Contractor shall
(a) provide, before commencing performance under this contract, such workers’ compensation insurance or securityas the Defense Base Act (42 U.S.C. 1651, et seq.) requires and
(b) continue to maintain it until performance is completed. The Contractor shall insert, in all subcontracts under thiscontract to which the Defense Base Act applies, a clause similar to this clause (including this sentence) imposingupon those subcontractors this requirement to comply with the Defense Base Act.
52.244-2 SUBCONTRACTS (OCT 2010)
(a) Definitions. As used in this clause—
“Approved purchasing system” means a Contractor’s purchasing system that has been reviewed and approved inaccordance with Part 44 of the Federal Acquisition Regulation (FAR)
“Consent to subcontract” means the Contracting Officer’s written consent for the Contractor to enter into a particularsubcontract.
“Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnishsupplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to, purchaseorders, and changes and modifications to purchase orders.
(b) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpricedcontract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordancewith paragraph (c) or (d) of this clause.
(c) If the Contractor does not have an approved purchasing system, consent to subcontract is required for anysubcontract that-
(1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or
(2) Is fixed-price and exceeds—
(i) For a contract awarded by the Department of Defense, the Coast Guard, or the National Aeronautics and SpaceAdministration, the greater of the simplified acquisition threshold or 5 percent of the total estimated cost of thecontract; or
(ii) For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics and SpaceAdministration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract.
(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the ContractingOfficer’s written consent before placing the following subcontracts:
CONTRACTS WITH ANY FIRM NOT INCLUDED WITH THE BASIC CONTRACT PROPOSAL. FOR
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
130 of 134 FINAL
ADDING TEAM MEMBERS TO THE TASK ORDER AFTER AWARD, THE TASK ORDERCONTRACTING OFFICER‘S APPROVAL IS REQUIRED. THE TASK ORDER CONTRACTING OFFICERWILL DETERMINE THE DOCUMENTATION TO BE SUBMITTED BY THE CONTRACTOR FORAPPROVAL.
(e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract ormodification thereof for which consent is required under paragraph (b), (c), or (d) of this clause, including thefollowing information:
(i) A description of the supplies or services to be subcontracted.
(ii) Identification of the type of subcontract to be used.
(iii) Identification of the proposed subcontractor.
(iv) The proposed subcontract price.
(v) The subcontractor’s current, complete, and accurate certified cost or pricing data and Certificate of Current Costor Pricing Data, if required by other contract provisions.
(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards when such dataare required by other provisions of this contract.
(vii) A negotiation memorandum reflecting -
(A) The principal elements of the subcontract price negotiations;
(B) The most significant considerations controlling establishment of initial or revised prices;
(C) The reason certified cost or pricing data were or were not required;
(D) The extent, if any, to which the Contractor did not rely on the subcontractor’s certified cost or pricing data indetermining the price objective and in negotiating the final price;
(E) The extent to which it was recognized in the negotiation that the subcontractor’s certified cost or pricing datawere not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of anysuch defective data on the total price negotiated;
(F) The reasons for any significant difference between the Contractor’s price objective and the price negotiated; and
(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shallidentify each critical performance element, management decisions used to quantify each incentive element, reasons forthe incentives, and a summary of all trade-off possibilities considered.
(2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract forwhich consent is not required under paragraph (b), (c), or (d) of this clause.
(f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to anysubcontract nor approval of the Contractor’s purchasing system shall constitute a determination -
(1) Of the acceptability of any subcontract terms or conditions;(2) Of the allowability of any cost under this contract; or(3) To relieve the Contractor of any responsibility for performing this contract.
(g) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed the feelimitations in FAR 15.404-4(c)(4)(i).
(h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and promptnotice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of theContractor, may result in litigation related in any way to this contract, with respect to which the Contractor may be
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
131 of 134 FINAL
entitled to reimbursement from the Government.
(i) The Government reserves the right to review the Contractor’s purchasing system as set forth in FAR Subpart44.3.
(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated duringnegotiations:
252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions (JAN 2011)
(a) The terms used in this provision are defined in following clause or clauses contained in this solicitation—
(1) If a successful offeror will be required to deliver technical data, the Rights in Technical Data--NoncommercialItems clause, or, if this solicitation contemplates a contract under the Small Business Innovation Research Program,the Rights in Noncommercial Technical Data and Computer Software--Small Business Innovation Research (SBIR)Program clause.
(2) If a successful offeror will not be required to deliver technical data, the Rights in Noncommercial ComputerSoftware and Noncommercial Computer Software Documentation clause, or, if this solicitation contemplates acontract under the Small Business Innovation Research Program, the Rights in Noncommercial Technical Data andComputer Software--Small Business Innovation Research (SBIR) Program clause.
(b) The identification and assertion requirements in this provision apply only to technical data, including computersoftware documentation, or computer software to be delivered with other than unlimited rights. For contracts to beawarded under the Small Business Innovation Research Program, the notification and identification requirements donot apply to technical data or computer software that will be generated under the resulting contract. Notification andidentification is not required for restrictions based solely on copyright.
(c) Offers submitted in response to this solicitation shall identify, to the extent known at the time an offer issubmitted to the Government, the technical data or computer software that the Offeror, its subcontractors orsuppliers, or potential subcontractors or suppliers, assert should be furnished to the Government with restrictions onuse, release, or disclosure.
(d) The Offeror's assertions, including the assertions of its subcontractors or suppliers or potential subcontractors orsuppliers, shall be submitted as an attachment to its offer in the following format, dated and signed by an officialauthorized to contractually obligate the Offeror:
Identification and Assertion of Restrictions on the Government's Use, Release, or Disclosure of Technical Data orComputer Software.
The Offeror asserts for itself, or the persons identified below, that the Government's rights to use, release, or disclosethe following technical data or computer software should be restricted:
Technical Data or Computer So ware Name of Person
to be Furnished Basis for Asserted Rights Asser ngWith Restric ons* Asser on** Category*** Restric ons****
None***** None None None
*For technical data (other than computer software documentation) pertaining to items, components, or processesdeveloped at private expense, identify both the deliverable technical data and each such item, component, or process.For computer software or computer software documentation identify the software or documentation.
**Generally, development at private expense, either exclusively or partially, is the only basis for asserting
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
132 of 134 FINAL
restrictions. For technical data, other than computer software documentation, development refers to development ofthe item, component, or process to which the data pertain. The Government's rights in computer softwaredocumentation generally may not be restricted. For computer software, development refers to the software. Indicatewhether development was accomplished exclusively or partially at private expense. If development was notaccomplished at private expense, or for computer software documentation, enter the specific basis for assertingrestrictions.
***Enter asserted rights category (e.g., government purpose license rights from a prior contract, rights in SBIR datagenerated under another contract, limited, restricted, or government purpose rights under this or a prior contract, orspecially negotiated licenses).
****Corporation, individual, or other person, as appropriate.
*****Enter “none” when all data or software will be submitted without restrictions.
Date _________________________________ Printed Name and Title _________________________________ _________________________________ Signature _________________________________ (End of identification and assertion)
(e) An offeror's failure to submit, complete, or sign the notification and identification required by paragraph (d) ofthis provision with its offer may render the offer ineligible for award.
(f) If the Offeror is awarded a contract, the assertions identified in paragraph (d) of this provision shall be listed in anattachment to that contract. Upon request by the Contracting Officer, the Offeror shall provide sufficient informationto enable the Contracting Officer to evaluate any listed assertion.
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
133 of 134 FINAL
SECTION J LIST OF ATTACHMENTS
Attachment 01 - Quality Assurance Surveillance Plan (QASP)
Attachment 02 - Historical GFX List
Attachment 04 - Contract Security Classification Specification, DD Form 254
Attachment 05 - Staffing Plan
Attachment 06 - Sample Technical Instruction TI-001
Attachment 07 - Sample Technical Instruction TI-002
Attachment 08 - Prime Cost Summary Format Example
Attachment 09 - ROM Template
Attachment 10 - Government LOE Estimate
Attachment 11 - DCAA Rate Check Template
Attachment 12a: CDRL A001: Contractor's Progress Status and Management Report - DD Form 1423
Attachment 12b: CDRLS A002 - A015 - DD Form 1423
Attachment 13 - Wage Determination
CONTRACT NO.
N00178-04-D-4146 DELIVERY ORDER NO.
FC23 AMENDMENT/MODIFICATION NO.
61 PAGE
134 of 134 FINAL