74
CONTRACT NASI -96038 Modifications The following information has been determined to be exempt from disclosure and has been deleted from the contract modifications: l Fully Burdened Fixed Hourly Rates The deleted material is exempt from disclosure under 14 C.F.R. 1206.300 (b) (4) which covers trade secrets and commercial or financial information obtained from a person and priviledged or confidential. It has been held that commercial or financial matter is “confidential” for purposes of this exemption if its disclosure would be likely to have either of the following effects: (1) impair the Government’s ability to obtain necessary information in the future; or (2) cause substantial harm to the competitive position of the person from whom the information was obtained, National Parks and Conservation v. Morton, 498 F2d 765 (D.C. Cir. 1974). Disclosure of the financial information could cause substantial competitive harm to the contractor by providing its competitors insight into the company’s pricing. Furthermore, disclosure would discourage other companies from participating in future competitive procurements, thereby impairing the Government’s ability to obtain complete and accurate cost data, and in turn, frustrating the mandate to obtain maximum competition in negotiated procurements.

CONTRACT NASI -96038 Modifications - NASA

Embed Size (px)

Citation preview

CONTRACT NASI -96038 Modifications

The following information has been determined to be exempt from disclosure and has been deleted from the contract modifications:

l Fully Burdened Fixed Hourly Rates

The deleted material is exempt from disclosure under 14 C.F.R. 1206.300 (b) (4) which covers trade secrets and commercial or financial information obtained from a person and priviledged or confidential. It has been held that commercial or financial matter is “confidential” for purposes of this exemption if its disclosure would be likely to have either of the following effects: (1) impair the Government’s ability to obtain necessary information in the future; or (2) cause substantial harm to the competitive position of the person from whom the information was obtained, National Parks and Conservation v. Morton, 498 F2d 765 (D.C. Cir. 1974).

Disclosure of the financial information could cause substantial competitive harm to the contractor by providing its competitors insight into the company’s pricing. Furthermore, disclosure would discourage other companies from participating in future competitive procurements, thereby impairing the Government’s ability to obtain complete and accurate cost data, and in turn, frustrating the mandate to obtain maximum competition in negotiated procurements.

. . . :., : OMBApproval#: : DO42 1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLiClTATlON/MODlFlCATlON OF CONTRACT 1 2

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVrtige 4. RMUISITION~PURCHASE REQ. ~0. 5. PROJECT NO. (If applicafde) 1 JUL See Block 2.

6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Ifem 6) CODE 1 I

I I

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

6. NAME AND ADDRESS OF CONTRACTOR (No.. s:reer. wunt)! Sfafe. and Zip We) 9A. AMENDMENT OF SOLICITATION NO.

Pemco Aeroplex, Inc. Birmingham Facility Attn: H. A. Landers P. 0. Box 2287 Birmingham, AL 35201-2287

98. DATED (SEE IT-Et.4 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NASl -96038 ” A

108. DATED (SEE ITEM 13)

CODE FACILITY CODE 6/26/96 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

cl The above numbered solicitation IS amendeo as set forth m Item 14. The hour and date specified for receipt of Offers 0 is extended. q is not extended.

Offers must acknowledge receipt of this amendment pnor to me hour and date speafied in the sdititation or as amended, by one of the foilowing methods:

(a) By completing Items 6 and 15. and returnmg - copies of me amendment; (b) By acknowledging recetpt of this amendment on each copy of the offer submitted: or (c) By separate letter or telegram which incfuaes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you deslre to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment. and is recefved onor to the opening hour and date soedfied. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

PR: GN.1183; M3146; $250,000: M3147;$20,000; M3150;$10,000; M3151; $2O,OOil Total Obligation $300,000 Complete 13. THIS ITEM APPLIES ONLY TO MODlFlCATlONS OF CONTRACTS/ORDERS.

’ IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (4 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authoriryl THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying offiC%. appropriation dare, 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:

I D. OTHER (Specrfy type of modification and authority)

I

E IMPORTANT: Contrecbx q is not 0 is required b, sign this document end return - copies to the issuing oftice. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF sect&n headings, ;ndudng solki7atkMon~aU sut@ct mailer winwe /e&tie.)

The purpose of this modification is to increase the ceiling price of the subject contract by $300,000 from $25,000 to $325,000. Accordingly, the first sentence of Paragraph A of Section B, 8.2, Ceiling Price and Rates, is revised - to read as follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $325,000 for this contract.”

(CONTINUED Except as prwlded herein, all terms and mnditions of me document referenced In Item 9A or 10A heretoforech&ged. rem&s unchanged and In full force and effect.

15A. NAME AND TITLE OF SIGNER (Type orprinr) 16A. NAME ND,TITLEOF ING OFFlCER (Type or prht)

15B. CONTRACTOR/OFFEROR

(S&mature of person authotfzed 10 sign) NSN 7540-01-l 524070 PREVIOUS EDITION UNUSABLE

1X. DATE SIGNED 16C. DATE SIGNED

JUN 27 19961

30-105 ’ STANDARD FORM 30 (Rev. l&83) Prescribed by GSA FAR (46 CFR) 53243

CONTRACT SUMMARY

Ceilinz Price/Funding

Basic Contract Mod. No. 1 Total Ceiling Price and Funding

-

$ 25,000 300.000

$325,000

Page 2 of 2 NAS l-96038 Modification No. 1

I . , NASA LANGLEY --‘3RM 123, ELECTRONIC PURCt’ ?DE REQUEST (PR)

E OF PR PURCHASE REQUEST NO. NASA TECHNICAL ADVISER CHARACTER DESCRIPTION OF ARTICLES OR SERVICES PAGE OF

-06-l 4 GN .I183 TONY L TREXLER DEPOT CONT MAINT 111

TOXIC / ARTICLES OR SERVICES

iAZARD (Show name of item. descrbtion. and rpectiications.) P-IT UNIT EST COST

NO F.Y. 96 funding in support of Depot Maintenance 1 EA $300,000.00

Contract NASl-96038 for the period of July I,

1996 to October 30. 1996.

FSC / EMC

REQUESTED BY M/S EXT. DELIVER TO BLDG. ROOM EXT - TONY L TREXLER 255 43922 TONY L TREXLER 1244 135 4392:

REQ. DEL. DATE USE USER CUST. CODE 1996-07-01 LARC AIRCRAFT SUPPORT FOSD GN

Jo

a Wiil conbador work with chssifii infamation or work in an area where it may be present? (it yes.oonplete NASA Langby Fom, 82 6 NASA Form446 Sea LMI 1650.1.) YES NO

Am item for space fl- ht? (lf yes, mute jjl Does this materid involve safety and/or ~ionrnental health conrideratiins? (lf yes, s.ee LMI 8800.1.)

IJBI PR I PO to 429 I Hea 1 , SAB. SSQRD for approval.)

Will this procurement invohw Government furnish or

g Is material hazerdws. toxic, or present a radiitiir hazard?(tl yes, attach NASA IJBI contractor acquired equpment valued at $1000 or more? Langley Forms 44 and 44A. Contractor must provide Masriil Safety Data Sheet See LMI 1700.6.)

WENDED SOURCES (Attach continuation sheet il n-ry) SUP DOC BUYERS NAME BUYER’S CODE

SHISLER RICHARD C. 036

.awIev Electmnk Form 123 - Rev. 12%3 Prescribing Documents LMI 5000.2 and LHB 5000.2

t 7% % . I

-- I OMBApprovaf#: 2’ 3042

1. CONTRA 3 CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATlON OF CONTRACT 1 2

2. AMENDMENT/MOOIFICATION NO. 3.

EF$&CT~TD~BG

4. REQUISfTIOfVPURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

2 See Block 2. 6. ISSUED BY CODE 7. ADMINISTERED BY [If other rhan /tern 6) CODE 1

1

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

L

0. NAME AND ADDRESS OF CONTRACTOR (No., street. county, state, andi’ip Cede) _U_ 9A. AMENDMENT OF SOLICITATION NO.

Pemco Aeroplex, Inc. Birmingham Facility 96. DATED (SEE /JEM 11)

Attn: H. A. Landers P. 0. Box 2287 10A. fv0DIFlCATlON OF CONTRACT/ORDER NO.

Birmingham, AL 35201-2287 NASl-96038 X

109. DATED (SEE IJEM 13)

CODE FACIUTY CODE 6126196 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

cl The above numbered solicttation is amended as set forth in Item 14. The hour and date specified for receipt of Offers 0 is extended, q is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date spedfied in the solidtation or as amended. by one of the following methods:

(a) By completing Items 6 and 15. and returning __ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram whid includes a reference to the soliatatfon and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment. and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If reqwed)

PR: GN.1184; R20886; $125,000 Obligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 04 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Spea’fy aurhorityj THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office. appropria0ofr dale. 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 authorfly)

I

E. IMPORTANT: Contractor q is not, 0 is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCFsection headings, in&ding solicitaLiorVconlract subjeu matter where feasible.)

The purpose of this modification is to increase the ceiling price of the subject contract by $125,000 from $325,000 to $450,000. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read as follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $450,000 for this contract.”

&CePt as provided herein. all terms and conditions of the document referen t5.A NAME AND TITLE OF SIGNER (Type orprim)

159. CONTRACTOR/OFFEROR 1 1%. DATESIGNED 166. ~ANITEDIS&&S 0F AM&~I&A I 1 1aC DATFSICNFD .-- ._...__._..__ - -- -. __

lo;0 PREVIOUS EDITION UNUSABLE

(Signature of oerson authorized to sronl NSN 754601-152-8

BY

FILE COp_y,

FAR (46 CFR) 53243

I . .1. . .

CONTRACT SUMMARY

Ceilinfz Price/Funding

Basic Contract Mod. No. 1 Mod. No.2 Total Ceiling Price and Funding

-

$ 25,000 300,000 125.000

$450,000

Page 2 of 2 NAS l-96038 Modification No. 2

. NASA LANGLEY JRM 123, ELECTRONIC PURCF’ ‘iE REQUEST (PR) DATE OF PR

1996-06-l 4

PR TOXIC / EM HAZARD

PURCHASE REQUEST NO. NASA TECHNICAL ADVISER

GN .1184 TONY L TREXLER

ARTICLES OR SERVICES (Show name of Rem. descrption. and specifications.)

CHARACTER DESCRIPTION OF ARTICLES OR SERVICES PAGE OF

HEAVY MAINT CONT 111

Q-I-Y UNIT ’ EST. COST

1 NO Funding in support of the Depot Maintenance 1 EA $125,ODD.D0

Contract NASl-96038 to provide heavy maint for

NASA 557. Boeing 757 aircraft for the period

July 1. 1996 to October 30. 1996.

TONY L TREXLER TONY L TREXLER 1244 135 43922

YES NO

clla WI contrador work with dassHii information ot work in an aree where fi IMy be prstent? p~,oonpkteNASALangbyForm82&NASAForm446.S~LMI1650.1.) YES NO

ElIa Am items for space 11’ ht? (if yes, route

0 q Does this materid irwdve safety an&or environmental health considerations? (II yes, so0 LMI 6600.1.) PR/F’Oto426/H ea! , SAB, SSQRD for approval.)

Will thii procurement invohre Government furnish or q q ts material hazardous, toxic, or present a radiitia+.ser +ard?(H yes, attach NASA q lxl contractor acquired equpment valued at SlooO or more? Langby Forms U and UA. Contractor must pmvtda Material Safety Data Sheet See LMI 1700.6.)

RECOMMENDED SOURCES (Attad~ continuation shaet il -ary) I SUPDOC I BUYER’S NAME BUYER’S CODE

1 1 SHISLER RICHARD C. t 036

Wev Electronic Form 123 - Rev. 12&X3 Presuibino Documents LMI 5000.2 and LHB 5000.2

. . -a 1. r

oMBA&!+xwalr~ vwoi2 1. CONTR 0 CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATlON OF CONTRACT 1 2

2 AMENDMENTlMODlFlCATlON NO. 4. REOUlSlTfON’PURCHASE REQ. NO. 5. PROJECT NO. (rr e#&a~Ie)

3 See Block 2. 6. tSSUED BY CODE 7. ADMINISTERED BY (~otherrhan Ifem 6) CODE

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county. Sate. andZIp Cede) & 9A. AMENDMENT OF SOLICITATION NO.

Pemco Aeroplex, Inc. Birmingham Facility Attn: H. A. Landers P. 0. Box 2287 Birmingham, AL 35201-2287

9B. DATED (SEE ITEM 1 f)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NASl-96038 x ,

108. DATED (SEE ITEM 13)

CODE FACILITY CODE 6/26/96 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

me above numbered sofkcftatlon is amended as set forth in Item 14. The hour and date spedfled for receipt of Offers I6 extended. I6 not axtended.

Oners must &rnowfedge receipt of Ws amendment prior to the hour and date spedfled in the solldtaUon or as amended, by one of the fofMng methods:

(a) By cornpletfng Items 8 and 15. and returning __ copies of the amendmenS (b) By acknowledging receipt of this amendment on each copy of the offer submitted: or (c) By separate letter or telegram which includes a reference to the solidtaffon and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virPre of fhls amendment ycu desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to me sokitation and fhis amendment. and is received prior to me opening hour and date spedlied. 12 ACCOUNTfNG AND APPROPRIATION DATA (if required)

PR: GNB.4014; R20911; $126,000 Obligate Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 1x1 A. THtS CHANGE ORDER IS ISSUED PURSUANT TO: (Sp&fy authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 1 OA

8. THE ABOVE NUMBERED CONTRACTtORDER IS MODIFIED TO REFLECT THE ADMfNlSTFtATlVE CHANGES (such as changes &I paying omce. WLkm date, etc.) SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43103(b).

C. THtS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (specify rype of modificatbn and authority)

E. IMPORTANT: Contractor @is not, q is required to sign this document and return copies to the issuing office. 14. DESCRIPTIQN OF AMENDMENT/M0DlFICATION (Organized by UCFsectbn head&&x lndudtng sofic&Xbnkontmcts~eci matter wfwe feasible.)

The purpose of this modification is to increase the ceiling price of the subject contract by $126,000 from $450,000 to $576,KIO. Accordingly, the first sentence of Paragraph4 of Section B, B.2, Ceiling Price and Rates, is revised to read as follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $576,000 for this contract.”

NSN 7540-Ol-152-So70 30-l 05 PREVfOUS EDfT0N UNUSABLE

~T’~R$F&IR” 30 (Rev. lW3)

FAR (48 CFR) 53243

SUMMARY

Q5linfz Price/Funding

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Total Ceiling Price and Funding

$ 25,000 300,000 125,000

126.ooo $576,000

Page 2 of 2 NAS l-96038 Modification No. 3

_ .._

00 Not Fill In Shaded Areas I “‘PRINT LEGIBLY USING BALL 7 PEN OR TYPEWRITER-ALL COPIES MUST BE 3LE”’

1 NASA LANGLEY FORM 125, “PURCHASE REQUEST/PURCHASE ORDER (PRIPO)” 1. PAGE

OF

DATE OF ORDER RDERNUMBER

. . ..a N*=-NY Rssmrcho0ntr t- Acctg. 6acson

2. DATE OF PR 3. PURCHASE REQUEST NO. f TO:

WM0.L neawmn. VA 232614ool 1-/o/ A.;-

7. ARTICLES OR SERVICES (Show name of item. descnptlon. and specikations.)

AMOUNT

10RWR cl

f?ahmace your . . . . ..-... .-...-.....-... - . . . . . . . . . . . . . . . . . . I .--- __ __l._.“.___-l-_-~l.---.-- .I .-... -. Plea0s fuml0b me ebovs

PURCHASE on the tams speclltsd on Me 0lt0cbed aheMs, indudlng daJlwy aa bMk8md.

I SIGNATURE DATE cerrmed for natfonal da+snaa UNITED STATES OF AMERICA

(Continue on NASA Langley Form 126 or plain bond paper.) I I I I’,

0 Thisd&fify~IssUbjWttOl -naher~nsndtOlhabsmtaandandlUor#ol TOtAL

DELtVERY ConbactNa ffb4m 2 OF

By .._...._..._...._..,.~...~.,..~...... ~~ _....,..... ~.~ . ..-.... ., . . ..-...........-... - . . . . . . . . ..+.....-....-... I m.

which are toxic,

envircmmenlal -.iAwtime

14. YES NO

ankmmentd health considerations? (If yes. see LMI 8800.1.)

(If ADP 6 ovar$lOW , . ,- items for space flight? (If yes. route PFWO to 4211Head. SAB. 6SORD for approval.)

Wit thik pfccur-t involve Government Lmishad or contractor acquired equipment vafuedat$1ooOormore?

Available from ex

I I I NAIM Lenakw Form 126 IRev. Se& lgg31 Aoril1991 edition ma~ be used. Presclibing Documents LMI 5ooO.2 and LHB 6D66.2

~~PY~-PR~cuR~E~~T~~PY

- I OM9 Amrwal# -9042 1. CONTRAL, 3 CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATlON OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUlSlTlOtVPURCHASE REQ. NO. 5.

4 JUC 16 1996 PROJECT NO. (it applicable)

See Block 12. 6. ISSUEDBY CODE 1 7. ADMINISTERED BY (/forher than /rem 6) CODE 1

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

0. NAME AND ADDRESS OF CONTRACTOR (No., srreer, counry, Srare. andZip Cede) _U_ 9A. AMENDMENT OF SOLICITATION NO.

Pemco Aeroplex, Inc. Birmingham Facility Attn: H. A. Landers P. 0. Box 2287 Birmingham, AL 35201-2287

CODE FACILITY CODE

Il. THIS ITEM ONLY APPLIES TO AMENI n

9%. DATED (SEE ITEM 11)

1QA. MODlFlCATlON OF CONTRACTIORDER NO.

NASl-96038 X

1 OB. DATED (SEE /TEM 13/

6126196 MENTS OF SOLICITATIONS

n n u The above numbered solicitation is amended as set forth in Item 14. The hour and dare specified for receipt of Offers u is extended. u is not extended. Otfers must acknowledge receipt of this amendmenr pnor lo the hour and date specified in me soliatation or as amended, by one of Lhe following methods:

(a) By completing Items 6 and 15. and returning - moies of the amendment; (b) By acknowledging recelot of mis amendment on each copy of the offer submitted; or (c) By separate letter or telegram whiti includes a reference to the solidtation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESiGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by vime of this amendment you desire lo change an offer already submitted, such change may be made by relegram or letter. provided each telegram or letter makes reference to the solicitation and this amendment. and is received prior 10 the opening hour and date speafied. 12. ACCOUNTING AND APPROPRIATION DATA (If reouiredl

See Accounting and Appropriation Data: 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.

’ IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (4 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authori?y) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 10A.

X 8. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appfopriarion dare. erc.) 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 rype of modhicarion and authority)

I E. IMPORTANT: Contractor @is not, 0 is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENTiMQDlFlCATlON (Organized by UCFsecrjon headings. including soki?arion/confracr subjed maner where feasible.)

The purpose of this modification is to increase the ceiling price of the subject contract by $340,000 from $576,000 to $916,000. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read as follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $916,000 for this contract.”

FAR (46 CFR) 63.243

CONTRACT SUMMARY

Ceiline Price/Funding

Basic Contract !§ 25,000 Mod. No. 1 300,000 Mod. No. 2 125,000 Mod. No. 3 126,000 Mod. No. 4 340,000 Total Ceiling Price and Funding $916,000

ACCOUNTING AND APPROPRIATION DATA

PR Jo Amount

GN.1193

GN.1194 Total

R20883 R20744 R20885 M3146

$ 35,000 $100,000 $130,000 $ 75.000 $340,000 Oblig. Complete

Page 2 of 2 NAS l-96038 Modification No. 4

NatIonal Aermaudca and Space AdmMtratbn langby Rowarch cefltff Xampton, VA 23881-0001

Pemw AIKop&x, inc. Mnktgham FadMy Attn: H.ALandmB P. 0. &ix -7 BInnlnghnm, AL 35201-2287

omt 1 fA&UNcml I I a&em

n 11. THIS iTEM ONLY APPLIES TO AMENDMEWS OF

The pm d thb modification ia TV m&e the amtract to ~1 forth OIOSC cuntracturl rspecb asp&ted WM the rephmmt of tkdrcrrft mglne on Body 737, NASA Number 515. The Contract Schedule, Section I snd Se&m J ue rwlmd u wt forth bt?Iow:

i

A. -Add H. 10, Replacement of Aircraft Engine, to the Contract Schedule as follows:

“H. 10 REPLACEMENT OF AIRCRAFT ENGINE

Notwithstanding Section I FAR Clause 52.2355. Government Propeny. Paragraph (c), Title, the Contractor shall exchange the Boeing 737. NASA No. 515. aircraft engine, S/N 653876, and shall provide a replacement aircraft engine, S/N 655068, in accordance with Government authorized Task Order No. GNB 96-007, Modification No. 2. The Bill of Sale effecting the title transfer and releasing the Government of any liability is set forth in Exhibit D attached hereto.”

B. Xdd under Section I - Contract Clauses. F.4R Clause 52.235-5. Government Property (Cost- Reimbursement, Time and Matetials or Labor-Hour Contracts) (JAN 1986):

“GOVERNMENT PROPERTY (COST-REIMBURSEMENTS TIME-AND- MATERIAL, ORL,aOR-HOUR CONTFUCTS) (FAR 52.2455) (JAN 1986)

(a) Government-furnished propem. (1) The term “Contractor’s managerial personnel,” as used in paragraph (g) of this clause.

means any of the Contractor’s directors, officers, managers, superintendents, or equivalent representatives who have supervision or direction of--

(i) All or substantially all of the Contractor’s business; (3 All or substantially all of the Contractor’s operation at any one plans or

separate location at which the conuact is being performed; or (iii) A separate and complete major industrial operation connected with

performing this contract (2) The Government shall deliver to the Contractor, for use in connection with and under

the terms of this conuacL the Government-furnished property described in the Schedule or specifications, together with such related data and information as the Contractor may request and as may be reasonably required for the intended use of the property (hereinafter referred to as “Government-furnished property”).

(3) The delivery or performance dates for this contract are based upon the expectation that Government-furnished property suitable for use will be delivered to the Contractor at the times stated in the Schedule or, if not so stated, in sufficient time to enable the Contractor to meet the contract’s delivery or performance dates.

(4) If Government-furnished property is received by the Conuactor in a condition not suitable for the intended use, the Contractor shall, upon receipt, notify the Contracting Officer, detailing the facts, and, as directed by the Contracting Officer and at Government expense, either effect repairs or modification or return or otherwise dispose of the property. After completing the directed action and upon written request of the Contractor, the Conuacting Officer shall make an equitable adjustment as provided in paragraph (h) of this clause.

(5) If Government-furnished property is not delivered to the Contractor by the required time or times, the Contracting Officer shall, upon the Contractor’s timely written request, make a

Page 2 of 7 NAS l-96038 Modification No. 5

determination of the delay, if any, caused the Contractor and shall make an equitable adjustment in accordance with parrgraph (h) of this clause. (b) Changes in Government-furnished properry. (1) The Contracting Officer may, by written notice. (i) decrease the Government-furnished property provided or to be provided under this contract or (ii) substitute other Government-furnished property for the property to be provided by the Government or to be acquired by the Conuactor for the Government under this contract The Conuactor shall promptly take such action as the Contracting Officer may direct rewarding the removal, shipment, or disposal of the property covered by this notice.

(2) Upon the Contractor’s written request, the Contracting Officer shall make an equitable adjustment to the conuact in accordance with para-graph (h) of this clause, if the Government has agreed in the Schedule to make such property available for performing this contract and there is any--

G? Decrease or substitution in this property pursuant to subparagraph (b)(l) above; or

(ii, Withdrawal of authority to use property. if provided under any other conuact or lease. (c) Title. (1) The Government shall retain title to all Government-furnished prope’Iy.

(2) Title to ail propeny purchased by the Contractor for which the Conuactor is entitled to be reimbursed as a direct item of cost under this contract shall pass to and vest in the Government upon the vendor’s delivery of such property.

(3) Title to all other property, the cost of which is reimbursable to the Contractor, shall pass to and vest in the Government upon--

(9 Issuance of the property for use in contract performance; (3 Commencement of processing of the property or use in contract

performance; or (iii) Reimbursement of the cost of the property by the Government, whichever

occurs first. (4) All Government-furnished property and all property acquired by the contractor, title

to which vests in the Government under this paragraph (collectively referred to as “Government property”), are subject to the provisions of this clause. Title to Government property shall not be affected by its incorporation into or attachment to any property not owned by the Government, nor shall Government property become a fixture or lose its identity as personal property by beeg attached to any real property. (d) Use of Government property. The Government property shall be used only for performing this contract, unless otherwise provided in this contract or approved by the Contracting Officer. (e) Property administration. (1) The Contractor shall be responsible and accountable for all Government property provided under the contract and shall comply with Federal Acquisition Regulation (FAR) Subpart 45.5, as in effect on the date of this contract.

(2) The Contractor shall establish and maintain a program for the use, maintenance, repair, protection, and preservation of Government property in accordance with sound business practice and the applicable provisions of FAR Subpart 45.5.

(3) If damage occurs to Government property, the risk of which has been assumed by the Government under this conrract, the Government shall replace the items or the Contractor shall make such repairs as the Government directs. However, if the Conuactor cannot effect such

Page 3 of 7 NASl-96038 Modification No. 5

repairs within the time required. the Contractor shall dispose of the propeq as directed by the Contracting Officer. When any property for which the Government is responsible is replaced or repaired. the Contracting Of5cer shall make an equitable adjus?ment ‘in accordance with paragraph (h) of this clause. (0 Access. The Government and all its designees shall have access at all reasonable times to the pre,mises in which any Government property is located for the purpose of inspectig the Government property. (g) Limited risk of loss. (1) The Contractor shall not be liable for loss or destruction of, or damage to, the Government property provided under this conuact or for expenses incidental to such loss. destruction, or damage, expect as provided in subpara,orphs (2) and (3) below.

(2) The Contractor shall be responsible for loss or destruction of, or damage to, the Government property provided under this contract (including expenses incidental to such loss, destruction. or damage)--

ii) That results from a risk expressly required to be insured under this corm-act, but only to the extent of the insurance required to be purchased and maintained or to the extent of insurance actually purchased and maintained. whichever is _nater:

(ii) That results from a risk that is in fact covered by insurance or for which the Conuactor is other-Kise reimbursed. but only to the extent of such insurance or reimbursement;

(1s) For which the Contractor is otherwise responsibie under the express terms of this contract;

(iv) That results f?om willful misconduct or lack of good faith on the part of the Contractor’s managerial personnel; or

iv> That results from a failure on the part of the Conuactor, due to willful misconduct or lack of good faith on the part of the Contractor’s managerial personnel, to establish and adrninis*zr a program or system for the control, use, protection, preservation, maintenance, and repair of Government property as required by paragraph (e) of this clause.

(3 (9 If the Contractor fails to act as provided by subdivision (g)(2)(v) above, after being notified (by certified mail addressed to one of the Contractor’s managerial personnel) of the Government’s disapproval, withdrawal of approval, or nonacceptance of the system or program, it shall be conclusively presumed that such failure was due to willful misconduct or lack of good faith on the part of the Contractor’s managerial personnel.

@I In such event, any loss or destruction of, or damage to, the Government property shall be presumed to have resulted from such failure unless the Contractor can establish by clear and convincing evidence that such loss, destruction, or darnage--

(A) Did not result from the Corm-actor’s failure to maintain an approved program or system; or

(B) Occurred while an approved pro,oram or system was maintained by the Contractor.

(4) If the Contractor transfers Government property to the possession and control of a subcontractor, the transfer shall not affect the liability of the Contractor for loss or destruction of, or damage to, the property as set forth above. However, the Contractor shall require the subcontractor to assume the risk of, and be responsible for, any loss or desuuction of, or damage to, the property while in the subcontractor’s possession or control, except to the extent that the subconuact, with the advance approval of the Contracting Officer, relieves the subconuactor

Page 4 of 7 NAS l-96038 Modification No. 5

from such liability. In the absence of such approval, the subcontract shall contain appropriate provisions requiring the return of all Government property in as good condition as when received, except for reasonable wear and tear or for its use in accordance with the provisions of the prime contract.

(5) Upon loss or desuuction of. or damage to, Government property provided under this contract, the Contractor shall so notify the Contracting Officer and shall communicate with the loss and salvage organization. if any. designated by the Conuacting Officer. With the assis-ace of any such organization, the Contractor shall take all reasonable action to protect the Government property from further damage. separate the damaged and undamaged Government properry. put all the affected Government property in the best possible order, and furnish to the Connacting Officer a statement of--

U? The lost. destroyed. or damaged Government property; (ii) The time and origin of the loss. destruction. or damage; 6.9 All known interests in commingled property of which the Government

property is a part: and (iv) The insumnce. if any, covering any part of or interest in such commingled

properry. (6) The Contractor shall repair. renovate, and take such other action with respect to

damaged Government property as the Contracting Officer directs. If the Government property is destroyed or damaged beyond practical repair. or is damaged and so commingled or combined with property of others (including the Contractor’s) that separation is impractical, the Contractor may, with the approval of and subject to any conditions imposed by the Contracting Officer, sell such property for the account of the Government. Such sales may be made in order to minimize the loss to the Government. to permit the resumption of business, or to accomplish a similar purpose. The Contractor shall be entitled to an equitable adjustment in the contract price for the expenditures made in performing the obligations under this subpara-graph (g)(6) in accordance with paragraph (h) of this clause. However, the Government may directly reimburse the loss and salvage organization for any of their charges. The Contracting Officer shall give due regard to the Contractor’s liability under this para~graph (g) when making any such equitable adjusunent

(7) The Contractor shall not be reimbursed for, and shall not include as an item of overhead, the cost of insurance or of any reserve covering risk of loss or destruction of, or damage to, Government property, except to the extent that the Government may have expressly required the Contractor to carry such insurance under another provision of this contract.

(8) In the event the Coneactor is reimbursed or otherwise compensated for any loss or destruction of, of damage to, Government property, the Contractor shall use the proceeds to repair, renovate, or replace the lost, destroyed, or damaged Government property or shall otherwise credit the proceeds to, or equitably reimburse, the Govemmenq as directed by the Contracting Officer.

(9) The Contractor shall do nothing to prejudice the Government’s rights to recover against third parties for any loss or destruction of, or damage to, Government property. Upon the request of the Contracting Officer, the Corm-actor shall, at the Government’s expense, furnish to L the Government all reasonable assistance and cooperation (including the prosecution of suit and the execution of insuuments of assignment in favor of the Government) in obtaining recovery. In addition, where a subconuactor has not been relieved from liability for any loss or destruction of,

Page 5 of 7 NAS l-96038 Modification No. 5

I -.

or damage to. Government property. the Contractor shall enforce for the benefit of the Government the liability of the subconu-actor for such loss, destruction, or damage. @I) Equitable adjusunent. When this clause specifies an equitable adjustment, it shall be made to any affected contract provision in accordance with the procedures of the Changes clause. When appropriate. the Contracting Officer may initiate an equitable adjustment in favor of the Government The right to an equitable adjustment shall be the Contractor’s exclusive remedy. The Government shall not be liable to suit for breach of contract for--

(1) Any delay in delivery of Government-furnished property; (2) Delivery of Government-furnished property in a condition not suitable for its

intended use: (3) .A decrease in or substitution of Government-furnished property; or id> Failure to repair or replace Government property for which the Gove,rnment is

responsible. (9 Final accounting and disposition of Government property. Upon completing this contract, or at such earlier dates as may be fixed by the Contracting Officer, the Conuactor shall submit, in a form acceptable to the Conuacting Officer. inventory schedules covering all items of Government property not consumed in performing this contract or delivered to the Government. The Conuactor shall prepare for shipment. deliver f.o.b. origin, or dispose of the Government property as may be directed or authorized by the Contracting Officer. The net proceeds of any such disposal shall be credited to the cost of the work covered by this contract or paid to the Government as directed by the Contracting Officer. The foregoing provisions shall apply to scrap from Government property; provided. however, that the Contracting Officer may authorize or direct the Contractor to omit from such inventory schedules any scrap consisting of faulty castings or forgings or of cutting and processing waste, such as chips, cuttings, borings, turnings, short ends, circles, trimmings, clippings, and remnants, and to dispose of such scrap in accordance with the Contractor’s normal practice and account for it as a part of general overhead or other reimbursable costs in accordance with the Conuactor’s established accounting procedures. (j) Abandonment and restoration of Contractor premises. Unless otherwise provided herein, the Government--

(1) May abandon any Government property in place, at which time all obligations of the Government regarding such abandoned property shall cease; and

(2) Has no obligation to restore or rehabilitate the Contractor’s premises under any circumstances (e.g., abandonment, disposition upon completion of need, or contract completion). However, if the Government-furnished property (listed in the Schedule or specifications) is withdrawn or is unsuitable for the intended use, or if other Government property is substituted, then the equitable adjustment under paragraph (h) of this clause may properly include restoration or rehabilitation costs. (k) Communications. All communications under this clause shall be in writing. 0) Overseas contracts. If this contract is to be performed outside the United States of America, its territories, or possessions, the words “Government” and “Government-furnished” (wherever they appear in this clause) shall be construed as “United States Government” and “United States Government-furnished,” respectively.”

Page 6 of 7 NAS l-96038 Modification No. 5

C. Add Exhibit D to Section JI List of Documents, Exhibits and Other Attachments, of the contract 8s follows:

“Exhibit D .&craft Ensine Bill of Sale, one page”

CONTRACT SUMMARY

Ceilino Price/Funding

Basic Contract S 25,000 &lod. No. 1 300.000 >lod. No. 3 125,000 3Iod. No. 3 126.000 ~loci. No. -I 340,000 >lod. yo. 5 0 Total Ceiling Price and Funding S916,OOO

-

Page 7 of 7 NAS l-96038 Modification No. 5

EXHIBIT D

AIRCRAFT ENGINE BILL OF SALE

KNOW ALL MEN BY THESE PRESENTS:

THAT NATIONAL AERONAUTICS AND SPACE ADMINISTR4TION, Langley Research Center, an executive agency of the United States Government, located at Hampton, Virginia (“Seller”), in consideration of the sum of 10 Dollars and other valuable consideration in hand paid by PEMCO AEROPLEX, INC., an Alabama corporation having a place of business at 1943 N. 50th Street, Birmingham, Alabama (“Buyer”), the receipt and sufficiency of which is hereby acknowledged by Seller, has granted, exchanged, sold, conveyed, transferred and delivered and does by this presents hereby grant, exchange, sell, convey, transfer, deliver and set over unto Buyer the following described property, with all rights and privileges of ownership thereto:

One used Pratt & Whimey JT8D-7B aircraft engine bearing the manufacturer’s serial number of 653876 in unserviceable condition in bare confi-guration with basic engine accessories and without engine stand and without QEC.

TO HAVE AND TO HOLD the same unto Buyer, its successors and assigns, forever the undersigned covenants and agrees with Buyer to warrant and defend the title to the Property hereby sold to Buyer, its successors and assigns, against the lawful claims of all persons whomsoever, and further warrants that the Property is free from any and all liens, claims, or encumbrances whatsoever.

Except as set forth above, THE PROPERTY IS SOLD TO BUYER “AS-IS WHERE IS” AND “WITH ALL FAULT.” SELLER MAKES NO EXPRESS OR IMPLIED WARRANTY INCLUDmG, WITHOUT LIMITATION, ANY IMPLIED WARRANTY OF MERCJMNTABILITY OR FITNESS FOR PURPOSE, AND NO REPRESENTATION OR AFFIRMATION OF FACT, WITH RESPECT TO THE PROPERTY, IN NO EVENT SHALL SELLER BE LIABLE TO BUYER FOR ANY INCIDENTAL OR CONSEQUENTIAL DAMAGES SUSTAINED BY BUYER AS A RESULT OF THE SALE OF THE PROPERTY TO BUYER

IN WITNESS WHEREOF, this Bill of Sale has been executed on behalf of Seller by its authorized representative this 93 day of J-d/ , 1996, at Hampton, Virgillia.

7

r OwCpwwalr: My2 . 1. CONTRAL f CODE

AMENDMENT OF SOLICITATION/MODIFICATlON OF CONTRACT 2. AMENDMENTIMODfFICATfON NO. 3. EFFECTIVE DATE 4. RMUISITION’PURCHASE REQ. NO.

6 Al% 3 0 1996 SeeBlocki2.

PAGE OF PAGES 1

5. PROJECT NO. (If &kzable)

6. ISSUED BY CODE 7. ADMINISTERED BY (lfoftterfhan Hem 6) CODE

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

. 8. NAME AND ADDRESS OF CONTRACTOR (No.. street, county. Stale. andZIp Code) 9A. AMENDMENT OF SOUCITATION NO.

Pemco Aeroplex, Inc. Birmingham Facility Attn: H. A. Landers P. 0. Box 2267 Birmingham, AL 35201-2287

98. DATED (SEE ITEM 11)

1OA. MODIFICATION OF CONTRACTiQRDER NO.

NASl-96038 X

108. DATED (SEE ITEM 13)

CODE 1 FACILITY CODE 6/26/96 Il. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered sdkitatk+~ is amended as set forth In Item 14. The hcur and date spedfled for receipt of Offers Is extmded. is not exterlded.

Offers must x%nowiedge receipt of this amendment pfbr DJ the hour and date spedned in the sofidtadon cf as amended, by one of Ihe fofkwlng methods:

(a) By completing Items 8 and 15. and returning - wpiea of the amendment; (b) By ackncwiedglng receipt of this amendment on each copy of the offer submitted: or (c) By separate letter or telegram whidr includes a reference to the solldtatkn and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter. pwided each telegram OT lener makes reference to the solkltatlon and this amendment, and Is recehred wior to the ooenltx hour and date sopedfied. 12. ACCOUNTlNG AND APPROPRIATION DATA (tfn~qubed)

See Accounting and Appropriation Data. 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specr?y aufixfiry) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 1 OA.

X 8. THE ABOVE NUMBERED CONTRACTX)RDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changer in paying olfke. apprqxfadbn date, efc.) 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 (SpecirL rype of modI?caHm and authodt.~)

E IMPORTANT: Con(ractor~ is not, ia required to sign thll document and return copy to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFlCATlON (Oganized by UCF section headings. inddng soki~aHotVcOntracY suwti marter where feasible.)

The purpose of this modification is to increase the ceiling price of the subject contract by $117,000 from $916,000 to $1,033,000. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read as follows:

‘The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $1,033,000 for this contracL” ? II .

PREVIOUS EDlTlON UNUSABLE PrescrlbedbyGsA FAR (48 CFFI) 53.243

FILE COPY

I . L

PR

DIG.1200 GN.1205 Total

‘5

SUMMARY

Ceiling Price/Funding

Basic Contract $ ;=25,000 Mod. No. 1 300,000 Mod. No. 2 125,000 Mod. No. 3 126,000 Mod. No. 4 340,000 Mod. No. 5 0 Mod. No. 6 117.00Q Total Ceiling Price and Funding $1,033,000

ACCOUNTING AND APPROPRIATION DATA

ax2 Amount

R20750 Ix2091 1

$ 87500 - $117,000 Oblig. Complete

-

Page 2 of 2 NAS l-96038 Modification No. 6

.--s‘.-

AMENDMENT OF SOLICITATI~N/~ 1. CONTRt

~FICATION 0~ CONTRACT \S CODE YGE OF PAGF&

2. AMENDMENT/MODlFlCATlON NO. 3. EFFECTIVE DATE 4 REOlJlSlTlONlPURCHASE-REQ. NO. 5. PROJECT NO.

7 OCT 16 (II applicable)

1936 See Block 12. 6. ISSUED BY CODE 7. ADMINISTERED BY (M orher fhan /fern 6) CODE 1 I

1 1

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

8. NAME AND ADDRESS OF CONTRACTOR (No.. sveef. counry. S/a/e. and ZIP Code]

Pemco Aeroplex, Inc. Birmingham Facility Attn: H. A. Landers P. 0. Box 2287 Birmingham, AL 35201-2287

a 9A. AMENDMENT OF SOLICITATION NO.

96. DATED (SEf /TEM I r)

1OA. MODIFICATION OF CONTRACT/ORDER NO.

NASI -96038 X

1OB. DATED (SEE ITEM 13)

CODE FACILITY CODE 6126196 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

- - - u The above numbered solicitation IS amended as set forth in Item 14. The hour and date specified for receipt of Offers u is extended, u 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 - copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the soi~cltation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submttted. such change may be made by telegram or letter. provided each telegram or letter makes reference to the solicitation and this amendment, and is received pnor to the ooeninq hour and date soeafied. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

PR: GNB.1274; R21934; $315,000 Obligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (4 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Speciv aufhority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 10A.

X B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying olfice, appropriation dafe. 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 o1 moditicarion and aurhorify)

E. IMPORTANT: Contractor (x)is not. 0 is required to sign this document and return copy to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF secfion headings. including solicrfalionkonfracl subject manef where feasible.)

The purpose of this modification is to increase the ceiling price of the subject contract by $315,000 from $1,033,000 to $1,348,000. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read as follows: -

.

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $1,348,000 for this contract.”

(CONTINUED) Except as provided herein. all terms and conditions of the document referenced in Item 9A or 1 OA. as heretofore chang.,ed. remains unchanged and in full force and effect.

1% NAME AND TITLE OF SIGNER (Type orprinrj 16A. NAME AND TITLE OF C TRACTING OFFICER (Type wprinf) I

150. CONTRACTOR/OFFEROR 1%. DATE SIGNED

C. SHISLER

16C. DATE SIGNED

fS@nafUre ol Person aurhorized lo sign) NSNT- -- -~~ PREVI

‘540-01-152-8070 IOUS EDITION UNUSABLE

STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

CONTRACT SUMMARY

Ceilinc Price/Funding

Basic Contract $ 25,000

Mod. No. 1 300,000

Mod. No. 2 125,000

Mod. No. 3 126,000

Mod. No. 4 340,000

Mod. No. 5 0

Mod. No. 6 117.000

Mod. No. 7 315,000

Total Ceiling Price and Funding $1,348,000

Page 2 of 2 NAS l-96038 Modification No. 7

’ _ _ OMB Punwal’ tu-0042

1. CONTi

AMENDMENT OF SOLICITATION&lODIFICATlON OF CONTRACT 10 CODE PAGE OF PAGES

, 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REOUlSlTlOhVPURCHASE REO. NO.

a 5. PROJECT NO. (If q&able)

f-P-T 3 A wfi See Block 12. 6. ISSUED BY CODE 7. ADMINISTERED BY (Motherthan /rem 6) CODE

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23661-0001

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

Pemco Aeroplex, Inc. Birmingham Facility 98. DATED (SEE ITEM 7 1)

Attn: H. A. Landers P. 0.00~ 2287 10A. MODIFICATION OF CONTRACT/ORDER NO.

Birmingham, AL 35201-2287 NASl -96036 X

100. DATED (SEE ITEM 13)

CODE FACILITY CODE 6/26/96 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered sokltation is amended as set forth In Item 14. The how and date specified for receiptof Offers is extended. is not extended. Offers must acknowledge rewipt of this amendment prior to the hour and date specified In the sdidtatton or as amended. by one of the fotlowing methods:

(a) By oompteting Items 8 and 15. and returning -copies of the amendment: (b) By aokncwtedging receipt of this amendment on each copy of me offer s~bt-wted: OT (c) By separate letter or t&gram which inoludes a reference to the solldtatton and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. virtue of this amendment you desire to ohange an offer already submltted, suoh change may be made by telegram or letter, provided each telegram or letter makes

lf by

reference to the sdioltatlon and this amendment, and Is received prior to the opening hour and date spedfred. 12. ACCOUNTING AND APPROPRIATION DATA (ff requked)

PR: DIG.1 209; R21772; $46,250 Obligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 64 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (speciryauthodry) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 1 OA.

X B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office. ~qdatbndate, etc.) SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43103(b).

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

D. OTHER (Sm type of modification andauthority)

E IMPORTANT: Contractor ais not, 0 is required L3 sign &ii doament and return copy to the issuing oftic. 14. DESCRIPTION OF AMENDMENT/M0DlFICATION (&ganlxd by UCF sectbn headings, fndting sokitat&Montract sut#ed maner where feasible.)

The purpose of this modification is to increase the ceiling price of the subject contract by $46,250 from $1,348,000 to $1,394,%0. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read as follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $1,394,250 for this contract.”

PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

CONTRACT SUMMARY

Ceiling Price/Funding

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Total Ceiling Price and Funding

$ 25,000 300,000 125,000 126,000 340,000

0 117,000 3 15,000

46,250 $1,394,250

-

Page 2 of 2 NAS l-96038 Modification No. 8

ohm ikwwa! ’ w-co42 1. CONTK;. iD CODE PAGE OF PAGES

AMENDMENT OF SOLICITATIONIMODIFICATlON OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REOUISITION’PURCHASE REQ. NO. 5. PROJECT NO. (If wicabfe)

9 T\rf 1

““’ w -

See Block 12. 6. !SSUED BY CODE 7. ADMINISTERED BY (Ifolherthan /rem 6) CODE 1

I I

I

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

8. NAME AND ADDRESS OF CONTRACTOR (No.. street, county. stare, andZ/p Code)

Pemco Aeroplex, Inc. Birmingham Facility

_1l_ QA. AMENDMENT OF SOLICITATION NO.

9B. DATED (SEE ITEM 11)

Attn: H. A. Landers P. 0. Box 2287 Birmingham, AL 35201-2287

10A. MODIFICATION OF CONTRACT/ORDER NO.

NASl -96038 X

I I.

108. DATED (SEE ITEM 13)

CODE FACIUTY CODE 6/26/96 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

cl The above numbered sofkitatfon is amended as set forth in Item 14. The hour and date specified for receipt of Offers q isextended. c] knotextended.

Offers must acknowfedge receipt of this amendment prior to the hour and date speciffed In Ihe soficitation or as amended, by one of the folbwing methods:

(a) By compietlng Items 8 and 15. and retumlng - copies of the amendment; (b) By zknowfedging receipt of this amendment on each copy of the offer submitted; cx (c) By separate letter or tefegram which includes a reference to the solidfatbn and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solfcftatfon and this amendment, and is recefved prior to the opening hour and date spedfied. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

PR: GNB.4071; R21864; $10,000 Obligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. c4 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Spedyauthority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 10A.

X 8. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying ofice, mUon dale. 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 (SpecnY type of rnodiffcat&rt and aulhorlly)

E. IMPORTANT: Conbactor @ is not, n is required to sign this document and return copy to the issuing ofiice. 14. DESCRlPTlON OF AMENDMENTIMODIFICATION (0ganfzed by UCFsectbn headings, induding solicltalk&onrract sul@c2 matmr where feasible.)

The purpose of this m@ification is to increase the ceiling price of the subject contract by $10,000 from $1,394,250 to $1,404,250. Accordingly, the fust sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read as follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $1,404,250 for this contract.‘*

(CONTINUED) Except as fxwfded her&n. all terms and conditions of the document referenced In Item 9A a lOA, as heret@re d’re$@Bkp 1%. NAME AND TITLE OF SIGNER (Type aprint) 16A. NAME AN I LE G OFFICER (Type apdnr)

, // h+9’ C. SHISLER 15B. CONTRACTOR/OFFEROR

(Signature of person authorized lo sign)

NSN 7540-01-l 92-8070 PREVIOUS EDITION UNUSABLE

1%. DATE SIGNED 16C. DATE SIGNED

OCT s 0 1996

STANDARD FORM 30 (Rev. 10-83) Presalbed by GSA FAR (48 CFR) 53.243

CONTRACT SlJMMARY

Ceiling Price/Funding

Basic Contract $ 25,000 Mod. No. 1 300,000 Mod. No. 2 125,000 Mod. No. 3 126,000 Mod. No. 4 340,000 Mod. No. 5 0 Mod. No. 6 117,000 Mod. No. 7 315,000 Mod. No. 8 46,250 Mod. No. 9 10.000 Total Ceiling Price and Funding $1,404,250

-

Page 2 of 2 NAS l-96038 Modification No. 9

1 1. CONTRACT ID CODE I PAGE OF PAGES AMENDMENT OF SOLICITATIOI ‘SDIFICATION OF CONTRACT 1 I 1 I 2

2. AMENDMENT/MODIFICATION NO. -‘f@Qqy=v3% 4. REOUISITION’PURCh-r: REQ. NO. 5. PROJECT NO. (If s@ceble)

10 1 See Block 12. 6. ISSUED BY CODE 1 7. ADMINISTERED BY (Ii olher than Item 6) CODE 1 I

I I

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

8. NAME AND ADDRESS OF CONTRACTOR (No., street. couniy. State. andZIp Code) _U_ 9A. AMENDMENT OF SOLICITATION NO.

Pemco Aeroplex, Inc. Birmingham Facility 90. DATED (SEE iTEM 11)

Ann: H. A. Landers P. 0. Box 2287 10A. M3DIFICATION OF CONTRACT/ORDER NO.

Birmingham, AL 35201-2287 NASl -96038 X

106. DATED (SEE ITEM 13)

CODE 1 FACILITY CODE 6/26/96 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

Tfw above numbered sdtcltatton Is emended as set fortb in Item 14. Ttw hour and date spedfled for receipt of Offers is extended, IS not extended.

Offers must wfewwledge receipt of this amendment prlor to the hour and date spedfled In the sotldfatfon or as amended, by one of me following methods:

(a) By completing Items 8 and 15. and returning - copies of the amendment: (b) By zknowfedglng receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solIdWon and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by vlnue of this amendment you desire to change an offer already submltted. such change may be made by telegram or letter, provided each telegram w letter makes reference to the sdlcltatlon and this amendment, and Is received prior to me openina hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (lrrequired)

PR: lA.0777; H15270; $22,000 Obligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

04 IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specity aurhorify) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 1 OA.

X 8. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes In pay/ng olfioe, apprqx/afion date, efc.) 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 modifkatlon and authority)

E. IMPORTANT: Corttractor @is not, q is required to sign this document and reb.rrn copy to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (CNganked by UCFsecUon headings, induding soli&atio&ontraci sut+ci matter where feasiW0.J

The purpose of this modification is to increase the ceiling price of the subject contract by $22,000 from $1,404,250 to $1,426,250. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is ti3ised to read as follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $1,426,250 for this contract.”

PREVtOUS EDITION UNUSABLE

FILE COPY

Prescribed by GSA FAR (48 CFR) 93.243

Y i

CONTRACT SUMMARY

Ceiliw Price/Funding

Basic Contract $ 25,000 Mod. No. 1 300,000 Mod. No. 2 125,000 Mod. No. 3 126,000 Mod. No. 4 340,000 Mod. No. 5 0 Mod. No. 6 117,000 Mod. No. 7 315,000 Mod. No. 8 46,250 Mod. No. 9 10,000 Mod. No. 10 22.000 Total Ceiling Price and Funding $1,426,250

Page 2 of 2 NAS l-96038 Modification No. 10

! OMB Apprlxoi f ?7cpw? 1 1. CONT -iD CODE I PAGE OF PAGES

AMENDMENT OF SGLlCITAT!Ok. ,dDIFICATION OF CONTRACT i I 1 2

2. AMENDMENT/M~DIFICATlCNNC. 3. EFFECTIVE DATE 4. REOUISITIOfVPURCHASE REQ. NO. 5. PROJECT NO.

1996 (IfepplkeMeJ

11 NOV 18 See Block 12. 6. ISSUED BY CODE 7. ADMINISTERED BY (if other than Item 6) CODE 1 I

1 I

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

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

Pemco Aeroplex, Inc. Birmingham Facility 98. DATED (SEE /TEM 11)

Attn: H. A. Landers P. 0. Box 2287 10A. MODIFICATION OF CONTRACT/ORDER NO.

Birmingham, AL 35201-2287 NASl -96038 X

100. DATED (SEE ITEM 13)

CODE FACILITY CODE 6/26/96 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered sollcltatbn 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 prkx to the hour ard date spedfied In the sdidtation or as amended, by one of the following methafs:

(a) By completing Items 8 and 15. and returning - copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solidtation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of thls amendment you desire to change an offer already submltted. such change may be made by telegram or letter, provided each telegram or letter makes reference to me sokifation and this amendment, and Is received prior to the opening hour and date spedfied. 12. ACCOUNTING AND APPROPRIATION DATA (ffrequifedj

PR: GKE.0801; R21864; $42,350 Obligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (xl A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (+e&yeufhortfy) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 1 OA.

X 0. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in payw oftIce. qqwfAsUon 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 fype of modiffcathm and author&y)

E. IMPORTANT: Contra&or q is not, 0 ia required 13 sign this document and return copy to the issuing officx. 14. DESCRIPTION OF AMENDMENTIMODIFlCATlON (Organtzed by UCF sectkn hea&~gs, lndudtng sotkttaabMzontract subJecr matter where feastbte,)

The purpose of this modification is to increase the ceiling price of the subject contract by $42,350 from $1,426,250 to $1,468,600. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and _ Rates, is revised to read as follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $1468,600 for this contract.”

PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (48 CFR) 33.243

SUMMARY CONTRACT

Ceiline Price/Funding

Basic Contract $ 25,000 Mod. No. 1 300,000 Mod. No. 2 125,000 Mod. No. 3 126,000 Mod. No. 4 340,000 Mod. No. 5 0 Mod. No. 6 117,000 Mod. No. 7 315,000 Mod. No. 8 46,250 Mod. No. 9 10,000 Mod. No. 10 22,000 Mod. No. 11 42.350 Total Ceiling Price and Funding $1,468,600

-

Page 2 of 2 NAS l-96038 Modification No. 11

Nlbnal Auonwtka ad @&?a M~ullon LaqJly Rwulch Contr H-VA 23601-0001

Palm Auophx, Inc. Mrmlngham PaQllhy Am: n. A LaMen P.0. Ba a7 Blrmlngham, AL 35201-2287

-7ll8 purport of thi.# mdi!kafion is tD:

1. Clung8 tb Contrar?or’r mailing addmtr 2. lncorpona the dcptionnl Labor crtcpory of Design Eq$ntu 3. Inco#pomzc the wl& Datednation for the State of Alabama 4. Rcvhe the Government Fur&M Dasa Rquirement

Accordingly the following changes are made to the contract:

A. Standard Form 26 Block 7 is revised to read as follows:

“Pemco World Air Service Ann: Bob Hill Houston County Municipal Airport Flight Line Drive Dothan, AL 36303”

B. Section B, Supplies or Services and Prices/Cost, B.l.B, Item No. 1, Inspection Maintenance, Repair a.(l) first and second shifts, is amended by adding the following labor category and fully burdened fixed hourly rate:

Base Period “(e) Design Engineering -manhou.r**

C. Section H, Special Contract Requirements, H.2, Options, Item No. 1, Inspection, Maintenance, Repair a(1) first and second shifts, is amended by adding the following labor category and fully burdened fixed hourly rates:

First Ontion .

Seco dQmm “(f) Design Engineering m &MH

D. Section J, List of Attachments is amended to incorporate Exhibit D, Wage Determination No. 94-2005 Revision 3 date of last revision 4f25/96 for Houston County, Alabama (attached).

E. Section H, Special Contract Requirements, H.4 Government-Furnished Data is amended by deleting the following GFD:

Boeing . .

7 llthn127

38 42 44

Boeing 757 Items:

8thr-u 14 17

23 & 24

Page 2 of 3 NAS l-96038 Modification No. 12

All other terms and conditions shall remain unchanged

SUMMARY

. Ceiline Price/Fundmg

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Mod. No. 9 Mod. No. 10 Mod. No. 11 Mod. No. 12 Total Ceiling Price and Funding

$ 25,000 300,000 125,000 126,000 340,000

0 117,000 315,000

46,250 10,000 22,000 42,350

$1,4$8,600 b

-

Page 3 of 3 NAS l-96038 Modification No. 12

Page 1 of 9

REGISTER OF WAGE DETERMINA'I:f4bl&,QNDER U.S. DEPARTMENT OF LABOR CONTRACT ACT '.-:: EMPLOYMENT STANDARDS ADMINISTRATION

of the Secretary of Labor WAGE AND HOUR DIVISION WASHINGTON, D.C. 20210

Wage Determination No.: 94-2005 Revision No.: 3

Wage Determinations Date of Last Revision: 04/25/1996

state(s): Alabama, Georgra

Area: AmBJ&A CO-ES OF BARBOUR COFFEE DALE GERTDA HENRY, HOUSTON. GEORGIA COUNTIES OF CLAY, EARLY, MILLER, SEMINOLE:

+* Fringe Benefits Required For All Occupations Included In This Wage Determination Follow The Occupational Listing **

OCCUPATION CODE AND TXTLE MXNINU'M HOURLY

~HINIS~TRATIVE SUPPORT AND CLERICAL:

Accounting Clerk I Accounting Clerk II Accounting Clerk III Accounting Clerk IV Court Reporter Dispatcher, Motor vehicle Document Preparation Clerk Duplicating Machine Operator Film/Tape Librarian General Clerk I General Clerk II General Clerk III General Clerk IV Housing Referral Assistant 'Key Entry Operator I Key Entry Operator II Order Clerk I - Order Clerk II Order Filler Parsonnel Assistant (Employment) I ~- Personnel Assistant (Employment) II Personnel Assistant (Employment) III Personnel Assistant (Employment)-IV Production Control Clerk Rental Clerk Scheduler, Maintenance Secretary I Secretary II Secretary III Secretary IV Secretary V Service Order Dispatcher Stenographer I Stenographer II Supply Technician Survey Worker (Interviewer)

$ 7.07 $ 7.73

; I?:: $ 9:66 $ 7.98 $ 7.85 !j 7.85 s 7.99 S 4.32 $ 4.85 s 9.10 $ 10.22 $ 9.44

x t-1: ; ;:g

S 6:93 $ 4.32

s 4.85

$ 9.10

$ 10.22

$ 9.89 $ 7.57 s a.54 s a.54 $ 9.66 $ 10.76 $ 12.22 $ 13.41

; t:;:: s 10.03 s 10.59 s 9.66

WAQE

01011 01012 01013 01014 01030 01050 01060 01090 01110

'.115 wl116 01117 01118 01120 01131 01132 01191 01192 01220 01261

01262

01263

01264

01270 01290 01300 01311 01312 01313 01314 01315 01320 01341 -'342

.,A400 01420 Ir

WAGE DETERMINATION NO.:94-2005 (Rev. 3)

01460

01510 1520

61531 01532 Ol533 01611 01612 01613

Switchboard Operator- Receptionist Test Examiner Test Proctor Travel Clerk I Travel clerk--I.X- Travel Clerk 111 word Processor I Word Processor 11 Word Processor III

AUTOMATIC DATA FROCtSSfNG :

03010 Computer Data Librarian 03041 Computer Operator I 03042 Computer Operator II 03043 Computer Operator III 03044 Computer Operator IV 03045 Computer Operator V 03071 Computer Programmer I l/ 03072 Computer Programmer II l/ 03073 Computer Programmer III l/ 03074 Computer Programmer IV l/ 93101 Computer Systems Analyst.1 1/ 03102 Computer Systems Analyst II 1/ 03103 03160

Computer Systems Analyst III l/ Peripheral Equipment Operator

AUTOMOTIVE SERVICE:

05005 Automobile Body Repairer, Fiberglass

-.;5010 Automotive Glass Installer 05040 Automotive Worker 05070 Electrician, Automotive 05100 Mobile Equipment Servicer 05130 Motor Equipment Metal Mechanic 05160 Motor Equipment Metal Worker 05190 Motor Vehicle Mechanic 05220 Motor Vehicle Mechanic Helper 05250 Motor Vehicle Upholstery

Worker 05280 Motor Vehicle Wrecker 05310 Painter, Automotive 05340 Radiator Repair Specialist 05370 Tire Repairer Q5400 Transmission Repair Specialist

m FOOD PREPARATION A.ND SERVICE:

07010 Baker 07041 Cook I 07042 Cook II 07070 Dishwasher 07100 Food Service Worker

(Cafeteria Worker) 07130 Meat Cutter 07250 Waiter/Waitress

ISSUE DATE:04/25/1996 Page 2 of 9

$ 6.74

s 9.66 . $ 9.66 S 6.55 S 6.96 $ 7.30 S 6.69 s 8.33 s 9.32

$ 7.58 s 7.90

z 1X; S 12:52 S 13.87

t F!*:I: S 15:60

: E-E s 17:75 S 20.35 s 7.42

!j 11.88

$ 10.68 $ 11.26 s 10.68 $ 9.44 $ 11.88

S 8.92 ; y; $ 6:85 S 6.85

S 8.92 $ 7.33'

WAGE DETERMINATION NO.:94-2005 (Rev. 3) ISSUE DATE:04/25/1996 Page 3 of 9

URNITURE KAINTENANCE AND REPAIR:

010 Electrostatic Spray Painter 09040 Furniture Handler 09070 Furniture Refinisher 09100 Furniture Refinisher Helper 09110 Furniture Repairer, Minor 09130 Upholsterer

ENERAL BERVICES AND SUPPORT:

11030 Cleaner, Vehicles 11060 Elevator Op@ratOr 11090 Gardener 11121 Housekeepinq Aide I 11122 Housekeeping Aide II 11150 Janitor 11180 Laborer 11210 Laborer, Grounds Maintenance 11240 Maid or Houseman 11270 Pest Controller 11300 Refuse Collector 11330 Tractor Operator 11360 Window Cleaner

EALTB:

12010 Ambulance Driver 12040 Emergency Medical Technician 12071 Licensed Practical Nurse I

072 Licensed Practical Nurse II cd073 Licensed Practical Nurse III 12100 Medical Assistant 12130 Medical Laboratory Technician 12160 Medical Record Clerk 12190 Medical Record Technician 12221 Nursing Assistant I 12222 Nursing Assistant II 12223 Nursing Assistant III 12224 Nursing Assistant IV 12250 Pharmacy Technician 12280 Phlebotomist 12311 Registered Nurse I 12312 Registered Nurse II 12313 Registered Nurse II,

Specialist 12314 Registered Nurse III 12315 Registered Nurse III,

Anesthetist 12316 Registered Nurse IV

NFORMATION AND ARTS:

13002 Audiovisual Librarian 13011 Exhibits Specialist I 13012 Exhibits Specialist II 13013 Exhibits Specialist III 13041 Illustrator I "042 Illustrator II ,..A43 Illustrator III 13017 Librarian

$ 12.22

; 1X $ 9:59 s 10.88 s 11.59

$ 6.85 $ 6.85 $ 7.88 S 6.64 $ 6.85 $ 6.85 $ 6.85 $ 7.33 $ 6.64 $ 8.30 $ 7.10 $ 8.44 $ 7.33

$ 7.76 $ 8.82 S 7.61 $ 8.54

; E; S 7188 S 7.88 s 10.92 $ 6.20 $ 6.97 S 7.61 $ 8.54 $ 9.83 $ 7.88 $ 10.92

$ 19.37

-

S 12.69 $ 8.37 s 10.40 !$ 12.69 s a.37 s 10.40 $ 12.69 s 13.41

WAGE DETERMINATION NO.:94-2005 (Rev. 3)

13050 Library Technician 13071 Photographer I 13072 Photographer II

3073 Photographer XII 13074 Photographer IV 13075 Photographer-v-*-

AAUNDRY, DRY CLEANING, PRESSING:

15010 Assembler 15030 Counter Attendant 15040 Dry Cleaner 15070 Finisher, Flatwork, Machine 15090 Presser, Hand lSlO0 Presser, Machine, Dry Cleaning 15130 Presser, Machine, Shirts 15160 Presser, Machine, Wearing

Apparel, Laundry 15190 Sewing Machine Operator 15220 Tailor. 15250 Washer, Machine

UCHINE TOOI. OPERATION AND I'tEPAfR:

19010 Machine-tool Operator (Toolroom)

19040 Tool and Die Maker

fATER1AX.A EANDLING AND PACXING:

21010 Fuel Distribution System Operator

=1020 Material Coordinator 21030 Material Expediter 21040 Material Handling Laborer 21071 Forklift Operator 21080 Production Line Worker

(Food Processing) 21100 Shipping/Receiving Clerk 21130 Shipping Packer 21140 Store Worker I 21150 Stock Clerk ( Shelf Stocker;

Store Worker If ) 21210 Tools and Parts Attendant. 21400 Warehouse Specialist

!EcHANTCS AND MAXNTENANCE AND REPAIR:

23010 23040 23060 23070 23100 23120 23125 23230 23140 23160 23181

,,,182

Aircraft Mechanic Aircraft Mechanic Helper Aircraft Servicer Aircraft Worker Appliance Mechanic Bicycle Repairer Cable Splicer Carpenter, Maintenance Carpet Layer Electrician, Maintenance Electronics Technician, Maintenance I Electronics Technician, Maintenance II .m

-

.

ISSUE DATE:04/25/1996 Par;la 4 -nf 9 -.

s 10.02 S 8.37

$ 18.78

$ 4.86

$ 4.86

$ 6.41 $ 6.79 $8 5.41

$ 11.59

$ 14.90

$ 8.07

$ 9.13 S 8.31

$ 12.89

S 12.89 $ 12.22 $ 11.59 !j 12.89 s 11.59

s 12.22

WAGE DETERMINATION NO.:94-2005 (Rev.

23183

23260 1290

23310 23340

23370 23400

23430 23460 23500 23530 23550 23580 23640 23700 23740 23760 23790 23800 23820 23850 23870 23890

239.10 23930 23940 23950

960 .- 23965 23970 23980

Electronics Technician, Maintenance III Fabric Worker Fire Alarm S stem Mechanic Fire Extingu 1 sher Repairer Fuel Distribution System Mechanic General Maintenance Worker Heating, Refrigeration and Air

Conditioning Mechanic Heavy Equipment Mechanic Instrument Mechanic Locksmith Machinery Maintenance Mechanic Machinist, Maintenance Maintenance Trades Helper Millwright Office Appliance Repairer Painter, Aircraft Painter, Maintenance Pipefitter, Maintenance Plumber, Maintenance Pneudraulic Systems Mechanic Rigger Scale Mechanic Sheet-metal Worker, Maintenance Small Engine Mechanic Telecommunications Mechanic I Telecomunications Mechanic II Telephone Lineman Welder, Combination, Maintenance Well Driller Woodcraft Worker Woodworker

ERSORAL WEEDS:

24570 Child Care Attendant $ 7.88 24600 Chore Aide S 6.64 24630 Hgmnaker $ 10.89

L&UT AND SYSTEM OPERATION:

25010 Boiler Tender 25040 Sewage Plant Operator 25070 Stationary Engineer 25190 Ventilation Equipment Tender 25210 Water Treatment Plant Operator

ROTECTIVB SERVICE:

27004 Alarm Monitor 27010 Court Security Officer 27040 Detention Officer 27070 Firefighter 27101 Guard I 27102 Guard II "130 Police Officer

_.

3) ISSUE bATE:04/25/1996 Page S of 9 _ r

$ 12.89

s 9.54 S 12.89 s 10.25 S 12.89

5 10.43 $ 12.89

$ 12.89 $ 12.89 s 12.22 S 12.89 $ 12.89 s 8.59 $ 12.89 $ 10.90 s 12.22 $ 12.22

; ~z; $ 12:89 $ 12-26

; E-2 .

$ E-E $ 13:54

$ 12.89 $ 12.26

* $ 10.25

$ 11.08 s 12.22 $ 12.89

s 10.13 $ 7.25

.

;IAGE DETERMINATION NO.:94-2005 (Rev. 3) ISSUE DATE:04/25/1996 F'aga 6 of 9 - ?

ecENxcAL:

020 r3030 29035

29040 29061 29062 29063 29064 29070 29081 29082 29083 29084 29085 29086 29090 29100

29150 29210 29240 29330 29361 29362 29363 29364 29390

480 c-j620 29621

29622

Archeological Technician Cartographic Technician Computer Bas&-maining

Specialist/Instructor Civil Engineering Technician Drafter I Drafter II Drafter III Drafter IV Embalmer Engineering Technician I Engineering Technician II Engineering Technician III Engineering Technician IV Engineering Technician V Engineering Technician VI Environmental Technician F~i.qh~t~imulator/Instructor

Graphic Artist Laboratory Technician Mathematical Technician Mortician Paralegal/Legal Assistant I Paralegal/Legal Assistant II Paralegal/Legal Assistant III Paralegal/Legal Assistant IV Photooptics Technician Technical Writer Weather Observer, Senior 2/ Weather Observer, Combined 2/ Upper Air and Surface Programs Weather Observer, Upper Air 2/

RANSPORTATION/KOBILE EQUIPWZNT PERATION:

21030 Bus Driver 31100 Driver Messenger 31200 Heavy Equipment Operator 31260 Parking and Lot Attendant 21290 Shuttle Bus Driver 31300 Taxi Driver 31361 Truckdriver, Light Truck 31362 Truckdriver, Medium Truck 31363 Truckdriver, Heavy Truck 36364 Truckdriver, Tractor-Trailer

~SCELLANEOUS:

39005

39020 39030 39040 39050 >-?60 , em-.Aoo -9350

Aircraft Quality Control Inspector Animal Caretaker Cashier Child Care Center Clerk Desk Clerk Instructor Lifeguard Park Attendant (Aide)

S 9.76 $ 9.76 s 14.93

$ 9.76 $ 7.48 $ 8.37 $ 10.40 $ 12.69 S 13.36 , $ 6.28 s 7.05 $ 7.89 :,- $ 9.76

$ 14.93 s 10.45 $ 9.76 $ 13.36 $ 9.66 s 12.22 s 14.95 S 18.09

$ 9.42

$ 9.83

z 1x: $ 6175 S 8.87 $ 8.06 $ 8.87 $ 9.26 $ 9.83 $ 10.39

$ 13.56

$ 6.71 $ 6.44 $ 9.86 $ 7.88 s 10.88 S 6.99 $ 8.84

- - ;

WAGE DETERMINATION NO.:94-2005 (Rev. 3)

99400

99500 ,510

~9610 99630 99658 99659 99660 99690 99720 99730 99740

Photofinishing Worker ( Photo Lab / Dark Room Technician )

Recreation Specialist Recycling worker Sales Clerk Sports offictit- survev Party Chief SurvaGing Technician Surveying Aide Swimming Pool Operator Vending Machine Attendant Vending Machine Repairer Vending Machine Repairer Helper

ISSUE DATE:04/25/1996 Page 7 of 9

$ 6.99

$ 11.29 $ a.49 $ 6.99 S 6.99 $ 9.11 $ 8.84 $ 6.44 !j 9.09 $ 5.56 $ 6.81 S 5.89

l * Fringe Benefits Required For All.Occupations Included Xn This W8go Determination l *

HEALTH & WELFARE: $0.90 per hour or $36.00 per week or $156.00 per month.

VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 10 years; 4 weeks after 15

. years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever-employed, and with predecessor contractors in the performance of slmllar work at the same Federal facility. (Reg. 4.173)

. HOLIDAYS: Minimum of ten paid holidays-per year: New Year’s, Day, Marf.'.n Luther King Jr.'s Bxthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day! Thanksgiving Day, and Christmas Day. (A contractor may substrtute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174)

/ / - - Does not apply to employees employed in a bona fide executive, Does not apply to employees employed in a bona fide executive, administrative, administrative, or professional capacity as defined and delineated in or professional capacity as defined and delineated in 29 CFR 541. 29 CFR 541. (See 29 CFR 4.156) (See 29 CFR 4.156)

APPLICABLE TO WEATHER OBSERVERS ONLY - NIGHT PAY & SUNDAY PAY: If you work at night as a part of a regular tour of duty, you will earn a NIGHT DIFFERENTIAL and receive an additional 10% of basic pay for any’ hours worked between 6pm and 6am. If you are a full-time employee (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of.253 of your basic rate for each hour of Sunday work which is not overt+e L (i.e. occasional work on Sunday outside the normal tour of duty 1s con&dered overtime work).

l * UNIFORM ALLOWANCE **

-- If employees are required to wear uniforms in the performance of this contract (either by the rterms of the Government contract, by

WAGE DETERMINATION NO.:94-2005 (Rev. 3) ISSUE DATE:04/25/1996 Page E 0;' 3

. *

the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept paymefttin accordance with the following standards as compliance:

The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective-bargaining agreement prov+dlng.for a different amount, or the ,%nlshing of contrary affxrnative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $4.25 per week (or S.85 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, with other personal garments,

may be routinely washed and-dried and do not requrre any special

treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.

*+ NOTES APPLYING TO TX19 WAGE DETERNINATION tt

Source of Occupational Titles and Descriptions: .-.

The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations,lq Fourth Edition, Januaq?:d993, as amended by the Second Supplement, dated August 1995, unless otherwise indicated. This publication may be obtained from the Superintendent of Documents, at 202-783-3258, or by writing to the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. Copies of specific job ~;;~~;~tions may also be obtained from the appropriate contracting

. -

REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE (Standard Form 1444 (SF 1444))

--e

Conformance Process:

The contracting officer shall reguire that any class of service * employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.+, appropriate level of skill comparison) between such unlisted cl&sifications and the classifications listed ii-1 the wage determination. Such conformed classes of employees shall be pald the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the Pcrfarmance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the

iJAGR DETERMINATION NO.:94-2005 (Rev. 3) ISSUE DATE:04/25/1996 page 9 of g -

commencement date of the contract. (See Section 4.6 (C)(vi)) When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(cs) is to be conformed.

.- The process &X-preparing a conformance request iS as follows:

1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s).

2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each

P reposed classification(s), job

description(s), and rationa e for proposed wage rate(s), including information regarding the agree-t or dis_aqreement of the authorized representative of the&pm&%% involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contra,ct work.

3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).

4) Within 30 days.of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the requoet.

-. 5) The contracting officer transmits the Wage and Hour decision to the contractor. ._ - m i-

c. c 6) The contractor informs the affected employees.

Information required by the Regulations must be submitted on SF 1444 or bond .paper.

When preparing a conformance request, the "Sewice Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure, that duties requested are not .performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, Combine, or-subdivide classifications listed in the wage determination.

I ,_. e ” oh4B&Qmvd +0042 I 1. CONTRACT ID CODE I PAGE OF PAGES

AMENDMENT OF SOLlClTATlOWODlFlCATlON OF CONTRACT 1 I 1 I 2 2. AMENDMENT/MODIFICATION ND. 4. REQUlSlTlONIPURCHASE REQ. NO. 5. PROJECT NO. (If appscabk)

13 See Block 12. 8. ISSUEDBY CODE 7. ADMINISTERED BY (/fotherthan Item 6) CODE

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

8. NAME AND ADDRESS OF CONTRACTOR (No.. sfraef. county, State, and Zip Coda) (x) 9A. AMENDMENT OF SOLlClTATlON NO.

Pemco World Air Service Attn: Bob Hill 96. DATED (SEE ITEM 11)

Houston County, Municipal Airport Flight Line Drive loA. MODlFlCATlON OF CONTRACT/ORDER NO.

Dothan, AL 36303 NASl -96038 X

108. DATED (SEE ITEM 13) . ._-.

CODE FACILITY CDDE 6/26/96 : _- .: ,. ._ _

. * Il.-TtiIS iTEM ONLY APPLIES TO AMENDMENTS OF SOLlClTA~ONS . .

(a) By completing Items 9 and 15. and ratuming - coplea cd the amendment; (b) By acknowtedging receipt of this amandment on each copy of the offer submitted; or (c) Byseparateletterortelagramwhiitnc4udasa r&renca to the sotiition and arnandment numbers. FAILURE OF YOUR ACKNOWLEDGEMENTTO BE RECEMD AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTtON OF YOUR OFFER. lf by virtue of thii amendrnant you desire to change an offar already submiied. such change may be made by telegram or letter, provided aach telegram or tetbr makes rafenxw to the soliition and this amandrnent, and is recebed pfior to the opening hour and date spedtkd. 12. ACCOUNllNG AND APPROPRtATlON DATA (lfmquiradl

PR: IA.081 9; H15273; $20,000 Obligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. w A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Spacffy aufhorify) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 19A.

X B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATWE CHANGES (such as changes in paying 019%~. appropriation date, efc.) SET FORTH IN ITEM 14, PURSUANTTO THE AUTHORITY OF FAR 43.103(b).

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

D. OTHER (Spa&y type ofmodilication and authrify)

69 E. IMPORTANT: Contractor is not, 14. DESCRlF’llON OF AMENDMENT/MODlFlCAllON (Organkad by UCF aacfkm hea&gs, including sokita~fract subject matter where ~asik.)

The purpose of this modification is to increase the ceiling price of the subject contract by $20,000 from- $1,468,600 to $1,488,600. Accordingly, the first sentence of Paragraph A-?f Section B, B.2, Ceiling Price and Rates, is revised to read s follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $1,488,600 for this contract.”

(CONTINUED) Exceptasprovidedherain,alltemrsandconditionsdthedocumentreferencedinltam9Aor10A,ash

CONTRACT SUMMARY

Ceilinfz Price/Funding

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 McxLNo.8 (. _-. .- Mod. No. 9 M&No. 10 .‘.

c . . . ..$;:

Mod. No. 11 Mod. No. 12 Mod. No. 13 Total Ceiling Price and Funding

-

$ 25,000 300,000 . 125,000 126,000 340,000

0 117,000 31!,000

;.:J&250 , ’ 10,000 * -5: i, . . i.

22,000 42,350

0 20.000

$1,488,600

Page 2 of 2 NASl-96038 Modification No. 13

AMENDMENT OF SOLICITATION/MODIFICATlON OF CONTRACT 2. AMENDMENTlMODtFlCATtON NO.

14 6. ISSUED BY CODE 7. ACMINISTERED BY (notfhwfhan /tern 6) CODE

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

8. NAME AND ADDRESS OF CONTRACTOR (No., sheet, awnly, State. and Zip Coda)

Pemco World Air Service Attn: Michael Antenneli Houston County, Municipal Airport Flight Line Drive Dothan, AL 36303

CODE 1 FACILITY CODE

& QA. AMENDMENT OF SOLICITATION NO.

’ 98. DATED (SEE ITEM 10

10A. MOOtFlCATlON OF CONTRACT/ORDER NO.

NASl-96038 X

1OB. DATED (SEE lEEM_?) --

6l26196 -*

The above numbered sobcitation is amended as set forth in Item 14. The hour and date specifii for recep( of Offers lsnotextended.

Offers must acknowledge receipt of this amendment prior to the hour and date spedfi in the soliiitation or as amended, by one of the following methodsz

(a) By completing Items 8 and 15. and returning I_ copies of the amendment; (b) By acknowledging receipt of thii amendment on each copy of the offer submitted: or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT !N REJECTION OF YOUR OFFER. If by vktue of this amendment makes reference to the solicitation and k I

ou desire to change an offer already submitted, such change may be m,g.by telegram or latter, provdad each telagram or letter IS amendment, and is received prior to the opaninq hour and date soec

12. ACCOUNTlNG AND APPROPRIATION DATA (/~required)

N:A 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. w A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Speciryauthority~ THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT

ORDER NO. IN ITEM 10A.

X B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMlNlSTRATlVE CHANGES (such as changes In paying offi. 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:

I 1 D. OTHER (Specify Qpe ormodirication and authodly)

I E. IMPORTANT: Contractor xis not. [I] is required to sign this document and return copy to the issuing office.

14. DESCRIPTION OF AMENDMENT~ODlFlCATlON (Organized by 0.7 section headings, including solicita&n&ontract suL+cf maner where feasibk.)

The purpose of this modification is to exercise the first option peroid for the second year of contract performance pursuant to H.2, Options - Priced Options / Extended Term. Accordingly, the following changes are made to the Contract Schedule: 1. Section B. 1 .B, Suppliesor Services and Price/Costs, is amended by substituting the Base Peroid rates with the rates for the First Option as setforth in Section H.2 Options.

I

2. Section F.F. 1, Peroid of Performance is amended to read as follows: “ The peroid of performance of the contract shall be 24 months from the effective date of the contract.”

ALL OTHER TERMS NVD CONDI’T1ONS SHALL REMAIN UNCHANGED

PREVlOUS EDlTlON UNUSABLE

F&E CBPY Prescribed

% GSA

FAR (48 CF ) 53.243

I . .

CONTRACT SUMMARY

Ceiling Pricehkndinq

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Mod. No. 9 Mod. No. 10 Mod. No. 11 Mod. No. 12 Mod. No. 13 Mod. No. 14 Total Ceiling Price and Funding

$ 25,000 300,000 125,000 126,000 340,000

0. 1 l~~,OOO -7 3 15,000

46,250 10,000 22,000 42,350

0 20,000

0 $1,488,600

Page 2 of 2

-- -_

NASl-96038 Modification No. 14

I I

Ntetlonsl A6$mautlca and Space Admlnlstratlon Langley Resparch Center Hampton, y 23081-0001

Pemco Worlb Alr Sefvlce Attn: Miche4l Antenalll Houston Coljnty, Munlclpal Airport Flight Line D~lvo Dothan. AL De303

I IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (w) A -Not? ORD-UR-S-6. (Spsciry rtithorifyj TFiE CHANdRL St I ?

~ROCR NO. !N IEEM WA. oRTH INm fA ARC h.fAbE lNC(INTRACT

r 8. THE At3Oh NUMBERED CONTR*CT/CRDCR I6 MODIFIED TO RCFLCCT THE ADMINISTWTIVf CHANGES (cnsh aa Ch4nge6 In payfrtg omc*, qypm~rlallon~b, qtc) OCTfOR?‘kl IN ITEM 14. PURSUANT TO THE AUTHORITY OF PAR 43.103(b).

-.., MUTUAL AUfVtMtNI

The purpose otthis modification is to decrease the ceiling price of the subject contract by $175,000 from $1,488,600 to $1.3 13,600. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is rdviaed to read s follows:

“The Govem$ent estimates that task orders will be authorized for the requi&I,parts and services in an

amount not to &ted %1,3 13,600 for this contract.”

CONTRACT SUMMARY

Ceiling; Price/Funding

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Mod. No. 9 Mod. No. 10 Mod. No. 11 Mod. No. 12 Mod. No. 13 Mod. No. 14 Mod. No. 15 Total Ceiling Price and Funding

$ 25,000 300,000 125,000 126,000 340,000

0 117,000 3 15,000

46,250 10,000 22,000 42,350

0 20,000

(sl75.000) $1,3 13,600

Page 2 of 2 NASl-96038 Modification No. 15

1 .-

m. - /

1. CONTRAC DODE PAGE OF PAGES

AMENDMENT OF SOLlClTATlON/MOulFlCATlON OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

16 1 l/21/97 See Block 12. 6. ISSUED BY CODE 7. ADMINISTERED BY (If other fhan /tern 6) CODE

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

5. NAME AND ADDRESS OF CONTRACTOR (No., street, county. State, and Z/p Code) _LL QA. AMENDMENT OF SOLICITATION NO. X

Pemco World Air Service Attn: Michael Antenelli 9B. DATED (SEE /TEM 11)

Houston County, Municipal Airport Flight Line Drive 10A. MODIFICATION OF CONTRACT/ORDER NO.

Dothan, AL 36303 NASI -96038 X

1 OB. DATED (SEE /TEM 13)

CODE FACILITY CODE 6126196 Il. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers q is extended, 0 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 -copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the openina hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

PR: GNB.1363 : R22827: $15,000 Obligate complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT

ORDER NO. IN ITEM IOA.

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).

D. OTHER (Specify type of modification and authorify)

E. IMPORTANT: Contractor is not, X is required to sign this document and return 1 copy to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to increase the ceiling price of the subject contract by $15,000 from $1,3 13,600 to $1,328,600. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read s follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $1,328,600 for this contract.”

(CON Exceot as Drovided herein. all terms and conditions of the document referenced in Ite 15A. NAME AND TITLE dF SIGNER (Type or print)

158. CONTRACTOR/OFFEROR 15C. DATE SIGNED

(Signature of Person authorized to siQnJ NSN 7540~&-152-8070

-

PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (45 CFR) 53.243

I ” . . . . . - -

I

-

CONTRACT SUMMARY

Ceiling Price/Funding

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Mod. No. 9 Mod. No. 10 Mod. No. 11 Mod. No. 12 Mod. No. 13 Mod. No. 14 Mod. No. 15 Mod. No. 16 Total Ceiling Price and Funding

$ 25,000 300,000 125,000 126,000 340,000

0 117,000 315,000

46,250 10,000 22,000 42,350

0 20,000

0 ($175,000)

15,000 $1,328,600

Page 2 of 2 NAS l-9603 8 Modification No. 16

I

1. CONTR ID CODE

I

PAGE OF PAGES AMENDMENT OF SOLICITATION/MU~~FICAT~ON OF CONTRACT 1 2

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUlSlTlONlPURCHASE REQ. NO. 5. PROJECT NO. (If a@icabk) 17 12130197 See Block 12.

6. ISSUED BY CODE 7. ADMINISTERED BY (If other than /tern 6) CODE 1 I

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

9A. AMENDMENT OF SOLICITATION NO.

Pemco World Air Service Attn: Michael Antenelli Houston County, Municipal Airport Flight Line Drive Dothan, AL 36303

X

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NASl-96038

1 OB. DATED (SEE /TEA4 13)

CODE FACILITY CODE

11. THIS ITEM ONLY APPLIES TO AMENDMEt -

6126196 TS OF SOLICITATIONS

- - u The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers u is extended, u 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 6 and 15, and returning - copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submiied; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the openino hour and date Specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

PR: GNB.1374 : R22827: $500,000 Obligate complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify author@) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT

ORDER NO. IN ITEM 10A.

X 8. 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).

D. OTHER (Specify type of modification and authority)

I E. IMPORTANT: Contractor is not, X is required to sign this document and return 1 copy to the issuing ofk-e. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject mafter where feasible.)

The purpose of this modification is to increase the ceiling price of the subject contract by $500,000 from $1,328,600 to $1,828,600. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read s follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $1,828,600 for this contract.”

PREVIOUS EDITION UNUSABLE Prescribed GSA % FAR (46 CF ) 53.243

I I- c

CONTRACT SUMMARY

Ceiling, Price/Funding

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Mod. No. 9 Mod. No. 10 Mod. No. 11 Mod. No. 12 Mod. No. 13 Mod. No. 14 Mod. No. 15 Mod. No. 16 Mod. No. 17 Total Ceiling Price and Funding

$ 25,000 300,000 125,000 126,000 340,000

0 117,000 315,000

46,250 10,000 22,000 42,350

0 20,000

(175,000; 15,000

500,000 $1,828,600

-

Page 2 of 2 NASl-96038 Modification No. 17

“\

AMEhMENT OF SOLICITATION/MC ,.,ilCATION OF CONTRACT 1. CONTRAC CODE

2. AMENDMENT/MODIFICATION NO. 3. EFFECTWE DATE 4. REQUISITION/PURCHASE REQ. NO. 6125198 See Block 12. 18

I

PAGE OF PAGES 1 2

5. PROJECT NO. c/f applicable)

6. ISSUED BY CODE 7. ADMINISTERED BY (/f other than #em 6) CODE I I I I

I

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

6. NAME AND ADDRESS OF CONTRACTOR (No., street. county. Sfare, and Zip Code) 11, 9A. AMENDMENT OF SOLlClTATtON NO. X

Pemco World Air Service Attn: Michael Antenneli 90. DATED (SEE ITEM 1 I)

Houston County, Municipal Airport Flight Line Drive 10A. MODIFICATION OF CONTRACT/ORDER NO.

Dothan, AL 36303 NASl-96038 x

106. DATED (SEE /TEM 13)

CODE FACILITY CODE 6126196 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

cl The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers q is extended, 0 isnotextended. 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 6 and 15, and returning - copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By se RECEIV f

arate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE D AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR

OFFER. If by virtue of this amendment you desire to change an offer already submitted. such change may be rnapd,by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the ooenina hour and date scecrfi 12. ACCOUNTING AND APPROPRIATION DATA (If required)

N/A 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 64 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT

ORDER NO. IN ITEM 1OA.

x B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMlNlSTWTlVE CHANGES (such as changes in paying ofice. appropriation date. etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORllY OF FAR 43.103(b).

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

D. OTHER (Specrfy fype of modification and authority)

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

The purpose of this modification is to exercise the second option period for the third year of contract performance pursuant to H.2, Options - Priced Options / Extended Term. Accordingly, the following changes are made to the Contract Schedule: 1. Section B. 1 .B, Supplies or Services and Price/Costs, is amended by-replacing the First Option rates with the rates for the Second Option as setforth in Section H.2 Options.

2. Section F.F.l, Peroid of Performance is amended to read as follows: “ The period of performance of the contract shall be 36 months from the effective date of the contract.”

ALL OTHER TERMS AND CONDITIONS SHALL REMAIN UNCHANGED

CONTRACT SUMMARY

Ceiling, Price/Funding

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Mod. No. 9 Mod. No. 10 Mod. No. 11 Mod. No. 12 Mod. No. 13 Mod. No. 14 Mod. No. 15 Mod. No. 16 Mod. No. 17 Mod. No. 18

$ 25,000 300,000 125,000 126,000 340,000

0 117,000 315,000

46,250 10,000 22,000 42,350

0 20,000

(175,0000) 15,000

500,000 0

Total Ceiling Price and Funding $1,828,600

Page 2 of 2 NAS I-96038 Modification No. 18

oMe&nwd*27c ? 1. WNTRACT I. .DE

AMENDMENT OF SOLlClTATlON/MODlFlCATlON OF CONTRACT I PAGE OF PAGES 1 2

2. AMENDMENTlMODlFlCATlDN NO. 3. EFFECTfVE DATE 4. REQtJISfTICNfPURCHASE REQ. NO. 5. PROJECT NO.

19 1 I4199 See Block 12. (ffappk&hs)

6. lSSUED0Y CODE 7. ADMINISTERED BY (ff other than /rem 6J CODE 1 I I

I

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

Pemco World Air Service Attn: Michael Antenelli Houston County, Municipal Airport Flight Line Drive

98. DATED (SEE ITEM 11)

t0A. MDDIRCATION OF CONTRACT/ORDER NO.

Dothan, AL 36303 NASl -96038 X

100. DATED (SEE ITEM 13)

CODE 1 FAClLllY CODE 6/26/96 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

e numbered soliitfon is amended as set forth in item 14. The hour and date specified for recefpt d Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the foflowtng methods:

(a) By completing hems 6 and 15;and returning - copies of the amendment (b) By acknowledging receipt of thii amendment on each copy of the offer submitted; or(c) By separate letter or telegram whk+ includes a reference to the solicitation and amendment numben. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECENED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. lf by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRlATlON DATA (if reouired

PR: GP.1047 : H15358: $100,006 Obligate complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 64 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authodfyj THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN R-EM 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 REM i4. PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

D. OTHER (Specify type of modification and authodty)

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

The purpose of this modification is to increase the ceiling price of the subject contract by $100,000, from $1,828,600 to $1,928,600. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read s follows:

‘The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $1,928,600 for this contract.”

herein all terms and con

CONTRACT SUMMARY

Ceiling Price/Funding

Basic Contract $ 25,000 Mod. No. 1 300,000 Mod. No. 2 125,000 Mod. No. 3 126,000 Mod. No. 4 340,000 Mod. No. 5 0 Mod. No. 6 117,000 Mod. No. 7 315,000 Mod. No. 8 46,250 Mod. No. 9 10,000 Mod. No. 10 22,000 Mod. No. 11 42,350 Mod. No. 12 0 Mod. No. 13 20,000 Mod. No. 14 0 Mod. No. 15 (175mO) Mod. No. 16 15,000 Mod. No. 17 500,ooo Mod. No. 18 0 Mod. No. 19 100,000 Total Ceiling Price and Funding $1,928,600

Page 2 of 2 NAS I-96038 Modification No. 19

/

. . r

AMENDMENT OF SOLIClTATIONMODIFlCATlON OF CONTRACT I

PAGE OF PAGES 1 2

2. AMENDMENT/MODlFtCATfON NO. 3. Ef=f=ECTNE DATE 4. REQUfSfT’fOfVPUf?Cf-tASE REQ. NO. 5. PROJECT No. 6/22/99 See Block 12.

(na@c&~&~) 20

6. ISSUED~Y CODE 7. ADMINISTERED BY (/f other than /tern 6) CODE

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

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

Pemco World Air Service Attn: Michael Antenneli Houston County, Municipal Airport Fliaht Line Drive

9B. DATED (SEE ITEM 1 I)

1OA. MODlFfCATfON OF CONTFfACX’ORDER NO.

Doihan, AL 36303 NASl-96038 X

106. DATED (SEE ITEM 13)

CODE 1 FAClLfTY CODE I 6126196

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered soficiitfon is amended as set forth in ftem 14. The hour and date specified for receipt of Offers u is extended, u is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation of as amended, by one of fhe followfng methods:

(a) By completing items 8 and 15, and returning - cqies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a referepce to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEfVED AT ME PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. ff by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or fetter, provided each telegram or fetter makes reference to the solicitation and tiis-amendment. and & received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (It required)

N/A 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (4 A. THIS CHANGE ORDER IS ISSUED WRSUANT TO: (Specify authority) TfiE CHANGES SET FORTH IN fTEM 14 ARE MADE IN THE CONTRACT 6RDER

NO. IN ITEM 10A.

I 8. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation dare, etc.) SET FORTH IN fTEM 14. PURSUANTTO THE AUTHORITY OF FAR 43.103(b).

C. MIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORIlY Of?

xx D. OTHER (Speci3/ tyPe of modification and authority)

H.2 Optons E. IMPORTANT: Contractor His not, 0 is required to sign this document and return copy to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, induding solicitation/contract subject matter where feasible.)

The purpose of this modification is to exercise the third option period for the fourth year of contract performance pursuant to H.2, Options - Priced Options / Extended Term. Accordingly, the following changes are made to the Contract Schedule: 1. Section B. 1 .B, Supplies or Services and Price/Costs, is amended by replacing the Second Option rates with the rates for the Third Option as setforth in Section H.2 Options.

2. Section F.F. 1, Peroid of Performance is amended to read as follows: “ The period of performance of the contract shall be 48 months from the effective date of the contract.”

ALL OTHER TERMS AND CONDITIONS SHALL REMAIN UNCHANGED

PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

.

CONTRACT SUMMARY

Ceiling Price/Funding

-

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3

Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Mod. No. 9 Mod. No. 10 Mod. No. 11 Mod. No. 12 Mod. No. 13 Mod. No. 14 Mod. No. 15 Mod. No. 16 Mod. No. 17 Mod. No. 18 Mod. No. 19

.

$ 25,000 300,000 125,000 126,000 340,000

0 117,000 315,000

46,250 10,000 22,000 42,350

0 20,000

(,7,,,,“,, 15,000

500,000 0

100,000 Mod. No. 20 Total Ceiling Price and Funding $1,928,60:

Page 2 of 2 NAS l-96038 Modification No. 20

I - I , -c OMB Atwr * -’ 27004042

1. co CT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATIOlVMODIFICATlON OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (ff applicable)

21 9/30/99 See Block 12. 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I c

1 I

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

0. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, andZip Code) 9A. AMENDMENT OF SOLICITATION NO.

Pemco World Air Service Attn: Michael Antenelli Houston County, Municipal Airport Flight Line Drive Dothan. AL 36303

X I t 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE 1 6126196

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

cl The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, cl 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 6 and 15, and returning __ copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer submitted: or(c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

PR: RD.1 009; R24675; $114,000 ; R23695; $46,000 ; Total Obligation $160,000 complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Speci3/ authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 10A.

X B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

D. OTHER (Specify type of modification and authority)

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

The purpose of this modification is to increase the ceiling price of the subject contract by $160,000 from $1,928,600 to $2,088,600. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read s follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $2,088,600 for this contract.”

PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

CONTRACT SUMMARY

Ceiling Price/Funding

Basic Contract $ 25,000 Mod. No. 1 300,000 Mod. No. 2 125,000 Mod. No. 3 126,000 Mbd. No. 4 340,000 Mod. No. 5 0 Mod. No. 6 117,000 Mod. No. 7 315,000 Mod. No. 8 46,250 Mod. No. 9 10,000 Mod. No. 10 22,000 Mod. No. 11 42,350 Mod. No. 12 0 Mod. No. 13 20,000 Mod. No. 14(0ption 1) 0 Mod. No. 15 (175,000) Mod. No. 16 15,000 Mod. No. 17 500,000 Mod. No. 18(0ption 2) 0 Mod. No. 19 100,000 Mod. No. 20(0ption 3) 0 Mod. No. 21 Total Ceiling Price and Funding

160,000 $2,088,600

Page 2 of 2 NAS I-96038 Modification No. 21

--. _....- .Lr-Jw

;.:.- _

__~ -.u

-,_, $p; Gi;<::,, . .

c- _. +,. -.:

AMENDMENT OF SOLIClTATlOiiilODllWATlON OF CONTRACT 2 AMENDMENTIMOD~F~DATK)N NO. 3. EFFECTIVEDATE 4. REwlsmDN/PURcHAsE REQ. No.

22 1 o/i 5l99 See Block 12. a-ND.(W~)

6. ISSUEDBY CODE 7. ADMINISTERED BY (l!other fhan Item 6) CODE

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

6. NAME AND ADDRESS OF CONTRACTOR (No.. street, awnfy, State. andZ/p Code) J& 9A. AMENDMENT OF SOlJClTATlON NO.

Pemco World Air Service Attn: Michael Antenelli 90. DATED (SEE ITEM 11)

Houston County, Municipal Airport Flight Line Drive IOA. MODlFlCATlON OF CONTRACT- NO.

Dothan, AL 36303 NASl -96038 X

100. DATED (SEE ITEM 13)

CODE 1 FAClLlTYCOOE 6126196 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered soliitiw~ is amended as set forlh in Item 14. The hour and date specified for receipt of Offers Offers must acknowfedge receipt of this amendment prior to the hcur and date specified in the solicitation or as amended, by one of the following methods:

(a) By completing Items 6 and 15. and returning - copies of the amendmenr. (b) By acknowledging receipt of thii amendment on each copy of the offer submitted; or(c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. tf by virtue of this amendment F-desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

PR: RD.101 3; R23747; $30,000 Obligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (4 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Speify authorify) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN lTEM 1OA.

X I

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation dare, etc.) SET FORTH IN lTEM 14. PURSUANT TO THE AlJTHORlTY OF FAR 43.103(b).

D. OTHER (Specify type of mcdifica~ion and authority)

E. IMPORTANT: Contractor is not, X is required to sign this document and return 1 copy to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Oganized by UCFsecrion headings. including so/icirarion/conrract subject matter where feasible.)

The purpose of this modification is to increase the ceiling price of the subject contract by $30,000 from $2,088,600 to $2,118,600. A ccordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read s follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $2,118,600 for this contract.”

(CONTINUED) Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A. as heretofore &abged, ;e \ ii& ins unchanged and in full force and effect. 1 SA. NAME AND TITLE OF SIGNER (Type orprint) 16A. NAME AND QTLE OF GONT TING OFFICER (Type orprint)

\ ‘/ , RI&ARD C. SHISLER / i ,,

158. CONTRACTOWOFFEROR 1%. DATE SIGNED 16C. DATE SIGNED .

1 Q/l 5199 (Signature of person aurhorized to sign)

NSN 7540-01-152-6070 PREVIOUS EDlTlON UNUSABLE

V STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

-

coNTRAcTsuMMARY

Ceiline Price/Funding

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3

. Mod.No.4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Mod. No. 9 Mod. No. 10 Mod. No. 11 Mod. No. 12 Mod. No. 13 Mod. No. 14(Option 1) Mod. No. 15 Mod. No. 16 Mod. No. 17 Mod. No. 18(Option 2) Mod. No. 19 Mod. No. 20(0ption 3) Mod. No. 21

$ 25,000 300,000 125,000 126,000 340,000

0 117,000 3 15,000 46,250 10,000 22,000 42,350

0 20,000

(175,000; 15,000

500,000 0

100,000 0

160,000 Mod. No. 22 30,000

Total Ceiling Price and Funding $2,118,600

Page 2 of 2 NAS l-96038 Modification No. 22

.-_ ,’ -.p

PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATlON OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUlSlTlONlPURCHASE REQ. NO. 5. PROJECT NO. (If appkabfe)

23 12l6l99 See Block 12. 6. ISSUED BY CODE 7. ADMINISTERED BY (/f other than Item 6) CODE

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

I 6. NAME AND ADDRESS OF CONTRACTOR (No., street, county. Stare, endzip Code) 9A. AMENDMENT OF SOLlCffATlON NO.

Pemco World Air Service Attn: Michael Antenelli Houston County, Municipal Airport Flight Line Drive Dothan, AL 36303

X 1 OB. DATED (SEE ITEM 13)

CODE FAClLlTY CODE 6126196 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

cl 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 6 and 15, and returning - copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or(c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by ’ virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this-amendment. and & received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

PR: RD.1 028; M4018; $850,000 Obligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (4 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM IOA.

X 8. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, aoorooriation date. etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

D. OTHER (Specify type of modification and authority)

I

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

The purpose of this modification is to increase the ceiling price of the subject contract by $850,000 from $2,118,600 to $2,968,600. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read s follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $2,968,600 for this contract.”

PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (46 CFR) 53.243

c

CONTRACT SUMMARY

Ceiling Price/Funding

Basic Contract $ 25400 Mod. No. 1 300,000 Mod. No. 2 125,000 Mod. No. 3 126,000 Mod. No. 4 340,000 Mod. No. 5 0 Mod. No. 6 117,000 Mod. No. 7 315,000 Mod. No. 8 46,250 Mod. No. 9 10,000 Mod. No. 10 22,000 Mod. No. 11 42,350 Mod. No. 12 0 Mod. No. 13 20,000 Mod. No. 14(0ption 1) 0 Mod. No. 15 (175,000) Mod. No. 16 15,000 Mod. No. 17 500,000 Mod. No. 18(0ption 2) 0 Mod. No. 19 100,000 Mod. No. 20(0ption 3) 0 Mod. No. 21 160,000 Mod. No. 22 30,000 Mod. No. 23

Total Ceiling Price and Funding

850,000

$2,968,600

Page 2 of 2 NAS l-96038 Modification No. 23

National Aeronautics and Space Administration Langley Research Canter Hampton, VA 23681-0001

8. NAME AND ADDRESS OF WKfRAcTOR INO.., smec ccmfy, sfafe alKf~oola) fi 9A. AMENDMENT Of=SOfJCfTATK3N Na .< . ._ j ._ . . j,,.. e _ ,.j..

Pemco World Air Sewice - .-.:.+- ,: _

1..: -.‘-. --’ - 98. DATED (SEE ilEM 11) Attn: Michael Antenelli _. . .

Houston County, Municipal Airport - - Flight Line Drive WA. MODlFfCATloN OF CONTRACTKWJEFI NO.

Dothan, AL 36303 NASI -96038 X

100. DATED (SEE flEM 13)

CODE 1 FACUJWCODE 64x/96

11. THIS lTEM ONLY APPLIES TO AMENDMENTS OF SOLlCfTATlONS lhe&Ivenumkedsc&wknisamendedasse(fnmlhltem14. lIehcuranddatespec%dforI?ice@ofd

(a)Byco@&ngltems6and16,andretuming -copies d the amendment; @) By acknowledging racept of this amendment on each copy of the offer wbmiaed; or (c) By separate letter or telegram which includes a reference to the soliiitation and amendment numbers. FAILURE OF.YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRlOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. lf by virtue of this amendment you desire to change an offer already submitted. such change may be made by telegram or letter, provided each telegram or lefter makes reference to the soGc3atkn-1 and thii amendment and is received prior m Uk3 opening hour and date specified. 12. ACCOUNTfNG AND APPROPRIATION DATA (It reouf&

PR: RD.1 031; M4017; $100,000 bbl~gated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 04 A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Sp&fy author@) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 1OA.

X I

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 mEM 14. PURSUANT TO THE AUlHORfTY OF FAR 43.103(b).

D. OTHER (Speciv rype of modification and authodry)

I E. IMPORTANT: Contractor is not, X is required to sign this document end return 1 copy to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Oqanksd by UCF se&on headings. including solicitation/contract subject matter where feasfbfe.)

The purpose of this modification is to increase the ceiling price of the subject contract by $100,000 from $2,968,600 to $3,068,600. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read s follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $3,068,600 for this contract.”

(CoNT’NUED) ,p(-&e Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A. as ereto ch&ged, remains unchanged and in full force and effect. 15A. NAME AND TmE OF SIGNER (Type orprint) 16A. NAME F(D TTlIE OF CONTRACTING OFFICER (Type orprint)

15B. CONTRACTOR/OFFEROR 1% DATE SIGNED 16C. DATE SIGNED

(Signature of person authorized to sign) NSN 754C-O1-152-8070 PREVIOUS EDtTlON UNUSABLE

STANDAFID FORM 30 (Rev. 1 O-83) Prescribed bv GSA i FAR (46 CFl+ 53.243

I

comcrsuMMARY

Ceiling Price/Funding

Basic Contract $ 25,ooo

Mod.tio.3 - . Mod. No. 4 34000 . ..-- .-

Mod. No. 5 0 Mod. No. 6 117,ooo .._, Mod. No. 7 315.000 TX

Mod. No. 11 Mod. No. 12 Mod. No. 13 Mod. No. 14(Option 1) Mod. No. 15 Mod. No. 16 Mod. No. 17 Mod. No. 18(Option 2) Mod. No. 19 Mod. No. 20(0ption 3) Mod. No. 21 Mod. No. 22 Mod. No. 23 Mod. No. 24 Total Ceiling Price and Funding

42,350 0

20,000

(175,000; 15,ooo

500,000 0

100,000 0

160,000 30,000

850,000 100.000

$3,068,600

Page 2 of 2 NAS l-96038 Modification No. 24

’ AkI;(DMENT OF SOLICITATIONAI~O CATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUlSlTlONlPURCHASE RE&O. 5. PROJECT NO. (If applicable)

25 5/23/00 See Block 12. 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

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

Pemco World Air Service Attn: Michael Antenneli 9B. DATED (SEE /TEM 11)

Houston County, Municipal Airport Flight Line Drive 10A. MODIFICATION OF CONTRACT/ORDER NO.

Dothan, AL 36303 NASi-96038 X

106. DATED (SEE ITEM 13)

CODE FAClLrpl CODE 6126196 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

q - The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers q is extended, 0 isnotextended.

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 __ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to tie solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

PR: RDJ.1045; R26460; $180,000 Obligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 64 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date. etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

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

xx D. OTHER (Specify type of modification and authority)

H.2 Optons E. IMPORTANT: Contractor q is not, 0 is required to sign this document and return. copy to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to exercise the fourth option period for the fifth year of contract performance pursuant to H.2, Options - Priced Options / Extended Term and to increase the ceiling price by $180,000 from $3,068,600 to $3,248,600. Accordingly, the following changes are made to the Contract Schedule:

1. Section B. 1 .B, Supplies or Services and Price/Costs, is amended by replacing the Third Option rates with the rates for the Fourth Option as setforth in Section H.2 Options.

(CONTINUED) Except as provided herein, all terms and conditions of the document referenced in item 9A or 10A. as heraofore chamremains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type orprint) G OFFICER (Type orprint)

C. SHISLER

158. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540-01-i 52-8070 PREVIOUS EDITION UNUSABLE

XC. DATE SIGNED 16B. UNIIED STATES OF AMERICA 16C. DATE SIGNED

!: yi 5/2WOO

BY (Signature of Contracting Officer)

30-l 05 ,J Srrr~y;~~RM 30 (Rev. 1 O-83)

FAR (48 CFR) 53.243

2. Section B,B2, Ceiling Price and Rates, Paragraph A is revised to read as follows: “ The Government estimates that the task orders will be authorized for the required parts and services in an amount not to exceed $3,248,600 for this contract.”

3. Section F.F. 1, Peroid of Performance is amended to read as follows: “ The period of performance of the contract shall be 60 months from the effective date of the

contract.”

ALL OTHER TERMS AND CONDITIONS SHALL REMAIN UNCHANGED

-

CONTRACT SUMMARY

Ceiling Price/Funding

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Mod. No. 9 Mod. No. 10 Mod. No. 11 Mod. No. 12 Mod. No. 13 Mod. No. 14 Mod. No. 15 Mod. No. 16 Mod. No. 17 Mod. No. 18 Mod. No. 19 Mod. No. 20 Mod. No. 21 Mod. No. 22 Mod. No. 23 Mod. No. 24

$ 25,000 300,000 125,000 126,000 340,000

0 117,000 3 15,000

46,250 10,000 22,000 42,350

0 20,000

0 (175,000)

15,000 500,000

0 100,000

0 160,000 30,000

850,000 100,000

Mod. No. 25 180.000 Total Ceiling Price and Funding $3,248,600

Page 2 of 2 NAS l-96038 Modification No. 25

I -. .-

:T ID CODE PAGE OF PAGES AMENDMENT OF SOLlClTATlON/MODlFlCATlON OF CONTRACT 2. AMENDMENTWODIFICATION NO. “~ilUiTE!000 4. REQUISITlON/PURCHASE REQ. NO. 5. PROJECT NO. f/f e@kaMe)

26 See Block 12. 6. ISSUEDBY CODE 7. ADMINISTERED BY (If other than item 6) COOE

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

6. NAME AND ADDRESS OF CONTRACTOR (No., sfreef, county. State, and Zip Code)

Pemco World Air Service Attn: Michael Antenelli HOUStDfI County, Municipal Airport Flight Line Drive Dothan, AL 36303

J& 9A. AMENDMENT OF SOLICITATION NO.

90. DATED [SEE ITEM 17)

IOA. MOOlFlCATlON OF CONTRACT/ORfXR NO.

NASl-96038 X

IOB. DATED (SEE fTEM 13)

CODE FACILITY CODE 6126196 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

cl The2abownumbmad solk%atlonisamendedassetfatbinIbm14. Tbehouranddatespec%dforreceiptofOffem is extended. lanotextended. Offem must ackmddge receipt of 9lii amenbnentprkrtothehouranddatespecifiadintheJdidtatknarasamended.byoneofthefdbwingmethods:

(a) By completing Items 6 and IS. and returning - a@ea of the amendment: (b) By acknowledging receipt of thii amendment on each mpy of the offer submitted: or (c) By separate letter or telegram which indudes a reference to the sotiibon and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desks to charge an offer alreedy submitted, such change may be made by telegram or letter, provided each t&gram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12 ACCOUNTING AND APPROPRIATION DATA Nf reauimdl

PR: RD.1 072; R26498; $100,006 Odligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (4 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Speo#y authodly) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT

ORDER NO. IN ITEM IOA

THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (sud, as changes h paking ot?ioe, aoomwiefion dale. efc.) SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

I 0. OTHER (Specify type of modification and authmty)

I E. IMPORTANT: Contractor is not. X is required to sign this document and return 1 copy to the issuing office. 14. DESCRIPTION OF AMENDMENT/MOOlFiCATION (Orgenized by UCF section headings, including sokcitatiokontract subject maffer where feasible.)

The purpose of this’modification is to increase the ceiling price of the subject contract by $100,000 from $3,248,600 to $3,348,600. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read s follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $3,348,600 for this contract.”

TING OFFICER (Type orpnn

PREVIOUS EDITION UNUSABLE Pr&bedbyGsA FAR (46 CFR) 63.243

c \

CONTRACT SUMMARY

Ceiling Price/Funding

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Mod. No. 9 Mod. No. 10 Mod. No. 11 Mod. No. 12 Mod. No. 13 Mod. No. 14(Option 1) Mod. No. 15 Mod. No. 16 Mod. No. 17 Mod. No. 18(0ption 2) Mod. No. 19 Mod. No. 20(Option 3) Mod. No. 21 Mod. No. 22 Mod. No. 23 Mod. No. 24 Mod. No. 25

$ 25,000 300,000 125,000 126,000 340,000

0 117,000 315,000 46,250 10,000 - 22,000 42,350

0 20,000

(175,000; 15,000

500,000 0

100,000 0

160,000 30,000

850,000 100,000 180,000

Mod. No. 26 Total Ceiling Price and Funding

100.000 $3,348,600

Page 2 of2

NAS l-96038 Modification No. 26

AMENDMENT OF SOLICITATION/MODIFlCATlON OF CONTRACT I PAGE OF PAGES 1 2

2. AA4ENDMENT/M00lFICATION NO. 3. EFFEcTwE DATE 4. REQUISITIOfVPURCHASE REQ. NO.

27 8/l /OO See Block 12. 5. PROJECT NO. (Ilappllceble)

6. ISSUED BY CODE 7. ADMINISTERED BY (If other than ttem SJ CODE 1 I

1 I

National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

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

Pemco World Air Service Attn: Michael Antenelli Houston County, Municipal Airport Flight Line Drive Dothan, AL 36303

I‘,,,”

10A. MODIFICATION OF CONTRACT/ORDER NO.

X 100. DATED (SEE ITEM 13)

CODE 1 FAClLlpl CODE 6126198 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

- 1 IJ Theabovenumbemd so&itationisamm-rdadassetfortbiiltem14. ThehouranddatespackiedforreoaiptofOffers u isextended. lJ isnotexwnded. Onersmwtadvlowledgereceiptofthisamendmentpriortothehouranddete~inthesolicitationorwamended, by one of Ihe fotbwlng methods:

(a) By completing Items 8 and 15. and returning - copies of the amendment; (b) By a&nowled ging receipt of this amendment on aaoh copy of the offer submitted; or (c) By separate letter or telegram which indudes a reference to the solioitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT ME PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to ohange an offer already aubmttted. auoh change may be made by telegram or letter. provided eaoh telegram or letter makes reference to the solicitation and this amendment, and ia received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRtATlON DATA /lfreouiredl

PR: RD.1077; R26196; $60,000 ‘andM4017; $40,000 Total Obligation $100,000 Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Special authoHty) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT

ORDER NO. IN ITEM 1OA.

X I

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT ME ADMINISTRATIVE CHANGES (such as chenges in paying office, aopmpfiation date, etc.J SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

D. OTHER (Specify typa of modification and authonfyJ

req E. IMPORTANT: Contractor is not, X is uired to 14. DESCRIPTION OF AMENDMENT/MODIFIcATION (Organ&d by UCF section headings, including so/ictiatiorJcontmot subject matter where feasible.)

The purpose of this modification is to increase the ceiling price of the subject contract by $100,000 from %3,348,600 to $3,448,600. Accordingly, the first sentence of Paragraph A of Section B, B.2, Ceiling Price and Rates, is revised to read s follows:

“The Government estimates that task orders will be authorized for the required parts and services in an amount not to exceed $3,448,600 for this contract.”

I - *. - ,

CONTRACT SUMMARY

Ceiling Price/Funding

Basic Contract Mod. No. 1 Mod. No. 2 Mod. No. 3 Mod. No. 4 Mod. No. 5 Mod. No. 6 Mod. No. 7 Mod. No. 8 Mod. No. 9 Mod. No. 10 Mod. No. I 1 Mod. No. 12 Mod. No. 13 Mod. No. 14(Option 1) Mod. No. 15 Mod. No. 16 Mod. No. 17 Mod. No. 18(Option 2) Mod. No. 19 Mod. No. 20(Option 3) Mod. No. 21 Mod. No. 22 Mod. No. 23 Mod. No. 24 Mod. No. 25 Mod. No. 26

(’

% 25,000 300,000 125,000 126,000 340,000

0 117,000 3 15,000 46,250 10,000 22,000 42,350

0 20,000

(175,000; 15,000

500,000 0

100,000 0

160,000 30,000

850,000 100,000 180,000 100,000

Mod. No. 27 100.000 Total Ceiling Price and Funding $3,448,600

Page 2 of 2 NAS l-96038 Modification No. 27