168
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 67 22-Aug-2012 de-ob N/A 6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S2101A NSWC, CRANE DIVISION 300 Highway 361 - Building 64 Crane IN 47522-5001 [email protected] 812-854-4771 Ext. 4771 DCMA Baltimore 217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD 21202-5299 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4042-FC02 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 07-Mar-2007 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103( b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) by mutual agreement E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Tony Pappano, Contract Administrator Don Feaster, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Tony Pappano 22-Aug-2012 BY /s/Don Feaster 22-Aug-2012 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

10B. DATED - urscorp.comACRN B3 Doc. No. N0002403WX20307 TI 009 (OTHER) 100012 Incremental funding for base year $16,000 Reqn. 7179-1122 ACRN B4 Doc. No. N0002403WX21309 TI 009 (OTHER)

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

 

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

67 22-Aug-2012 de-ob N/A6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S2101ANSWC, CRANE DIVISION300 Highway 361 - Building 64Crane IN [email protected] 812-854-4771 Ext. 4771

DCMA Baltimore217 EAST REDWOOD STREET, SUITE 1800BALTIMORE MD 21202-5299

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

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

10A. MODIFICATION OF CONTRACT/ORDER NO.

[X] N00178-04-D-4042-FC02 10B. DATED (SEE ITEM 13)

CAGE CODE 34157 FACILITY CODE 07-Mar-200711. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

SEE SECTION G

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

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

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

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

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

[X] D. OTHER (Specify type of modification and authority) by mutual agreement

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

SEE PAGE 2

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

Tony Pappano, Contract Administrator Don Feaster, Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Tony Pappano 22-Aug-2012

BY /s/Don Feaster 22-Aug-2012 (Signature of person authorized to sign) (Signature of Contracting Officer)

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

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

1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

GENERAL INFORMATION

 The purpose of this modification is to de-obligate funding. Accordingly, said Task Order is modified as follows:

DE-OBLIGATE FUNDING:

De-obligate funding as shown below:

SLIN 100004 was $342.00, is de-obligated by $117.75 and is now $224.25.

The clause Limitation of Funds (FAR 52.232-22) applies. The Government is not obligated to reimburse the Contractor for cost incurred in excessof $36,895,391.89 unless additional funds are made available and incorporatedas a modification to this order.

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

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby decreased from $36,895,509.64 by $117.75 to $36,895,391.89.

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

100004 OTHER 342.00 (117.75) 224.25

The total value of the order is hereby increased from $36,920,604.00 by $0.00 to $36,920,604.00.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 2 of 2

FINAL 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ ----------------- --------- ---- --------------- --------------- -------------- 1000 Engineering, 1.0 LO $2,128,073.00 Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year one (1) of the basic two-year period of performance (OTHER) 100001 Incremental funding for base year in the amount of $25,000 ACRN A1. (OTHER) 100002 Incremental funding for base year in the amount of $25,000 Reqn. 7101-8987 ACRN A2 TI 4042-01 (OTHER) 100003 Incremental funding for base year in the amount of $75,000 Reqn. 7114-3864 ACRN A3 Doc. No. M9545006MP64352 TI 4042-02 (OTHER) 100004 Incremental funding for base year in the amount of $342 Reqn. 7131-7546 ACRN A4 Doc. No. F2VUG06342G001 TI 4042-03

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 1 of 166

FINAL 

De-obligated $117.75 on MOD 67, leaves a balance of $224.25. (OTHER) 100005 Incremental funding for base year in the amount of $40,000 Reqn. 7163-1102 ACRN A6 TI 004 (OTHER) 100006 Incremental funding for base year in the amount of $10,000 Reqn. 7171-2330 ACRN A7 TI 005 (OTHER) 100007 Incremental funding for base year in the amount of $18,000 Reqn. 7158-3868 ACRN A8 TI 006 (OTHER) 100008 Incremental funding for base year in the amount of $46,000 Reqn. 7158-3780 ACRN A9 TI 007 (OTHER) 100009 Incremental funding for base year in the amount of $50,000 Reqn. 7158-5010 ACRN B1 TI 008 (OTHER) 100010 Incremental funding for base year $24,000 Reqn. 7179-1098 ACRN B2 Doc. No. N0002403WX21607 TI 009 (OTHER) 100011 Incremental funding for base year

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 2 of 166

FINAL 

$24,000 Reqn. 7179-1120 ACRN B3 Doc. No. N0002403WX20307 TI 009 (OTHER) 100012 Incremental funding for base year $16,000 Reqn. 7179-1122 ACRN B4 Doc. No. N0002403WX21309 TI 009 (OTHER) 100013 Incremental funding for base year $24,000 Reqn. 7179-1129 ACRN B5 Doc. No. N0002405WX20656 TI 009 (OTHER) 100014 Incremental funding for base year $40,000 Reqn. 7179-1130 ACRN B6 Doc. No. N0002406WX30885 TI 009 (OTHER) 100015 Incremental funding for base year $7,400 Reqn. 71982645 ACRN B8 TI 001 (OTHER) 100016 Incremental funding for base year $20,000 Reqn. 71982281 ACRN B9 TI 013 (OTHER) 100017 Incremental funding for base year $10,000 Reqn. 71982681 ACRN C1 TI 013 (OTHER) 100018 Incremental

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 3 of 166

FINAL 

funding for base year $9,500 Reqn. 71982721 ACRN C2 TI 013 (OTHER) 100019 Incremental funding for base year $4,000 Reqn. 71993897 ACRN C3 TI 005T1 (OTHER) 100020 Incremental funding for base year $40,000 Reqn. 7206-8282 ACRN C4 TI 005 (OTHER) 100021 Incremental funding for base year $19,572 Reqn. 7213-1940 ACRN C5 TI 012 (OTHER) 100022 Incremental funding for base year $14,935 Reqn. 7219-1850 ACRN B6 Doc. No. N0002406WX30885 TI 014 (OTHER) 100023 Incremental funding for base year $14935 Reqn. 7219-1834 ACRN C6 Doc. No. N0002406WX21112 TI 014 (OTHER) 100024 Incremental funding for base year $840,000 Reqn. 7221-9021 ACRN C8 Doc. No. MIPR7HCRANE002 TI 016 (OTHER) 100025 Incremental funding for base year

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 4 of 166

FINAL 

$6400 Reqn. 7218-9941 ACRN C9 TI 013 (OTHER) 100026 Incremental funding for base year $10000 Reqn. 7233-5111 ACRN D1 TI 008 (OTHER) 100027 Incremental funding for base year $40000 Reqn. 7233-3780 ACRN D2 TI 016 (OTHER) 100028 Incremental funding for base year $15000 Reqn. 7233-3992 ACRN D3 DOC. NO. M9545006MPR6ET5 TI 011 (OTHER) 100029 Incremental funding for base year $136,175 Reqn. 7234-5277 ACRN D4 DOC. NO. M6785407MPAMG61 TI 011 (OTHER) 100030 Incremental funding for base year $13,925 Reqn. 7233-5112 ACRN D5 DOC. NO. M6785407RCAGH52 TI 012 (OTHER) 100031 Incremental funding for base year $25,000 Reqn. 7239-8672 ACRN D6 TI 006 (OTHER) 100032 Incremental funding for base year $50,000 Reqn. 7239-8678

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 5 of 166

FINAL 

ACRN D6 TI 007 (OTHER) 100033 Incremental funding for base year $1200 Reqn. 72570231 ACRN D7 TI 001 (OTHER) 100034 Incremental funding for base year $40000 Reqn. 72535503 ACRN D8 TI 004 (OTHER) 100035 Incremental funding for base year $14000 Reqn. 72431053 ACRN D9 DOC NO. M9545006MPR6AA8 TI 013 (OTHER) 100036 Incremental funding for base year $11856 Reqn. 72689300 ACRN E1 TI 006 (OTHER) 100037 Incremental funding for base year $65000 Reqn. 72678607 ACRN D2 TI 016 (OTHER) 100038 Incremental funding for base year $120000 Reqn. 72691391 ACRN E2 DOC NO. N0001407WX20811 TI 016 (OTHER) 100039 Incremental funding for base year $7000 Reqn. 72702671 ACRN D2 TI 015 (OTHER) 100040 Incremental

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 6 of 166

FINAL 

funding for base year $29644 Reqn. 72891395 ACRN E4 TI 005 (OTHER) 100041 Incremental funding for base year $ 0 deobligated Reqn. 72891408 ACRN E5 TI 012 (OTHER) 100042 Incremental funding for base year $5000 Reqn. 73101422 ACRN E6 TI 008 (OTHER) 100043 Incremental funding for base year $15,184 Reqn. 73442862 ACRN B4 DOC. NO. N0002403WX21309 TI 009 (OTHER) 100044 Incremental funding for base year $24,000 Reqn. 73442941 ACRN B3 DOC. NO. N0002403WX20307 TI 009 (OTHER) 100045 Incremental funding for base year $24,000 Reqn. 73442962 ACRN B5 DOC. NO. N0002405WX20656 TI 009 (OTHER) 100046 Incremental funding for base year $25,813 Reqn. 73442983 ACRN B6 DOC. NO. N0002406WX30885 TI 009 (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 7 of 166

FINAL 

100047 Incremental funding for base year $28,192 Reqn. 73407601 ACRN B4 DOC. NO. N0002403WX21309 TI 014 (OTHER) 100048 Incremental funding for base year $10,000 Reqn. 73542596 ACRN E8 TI 006 (OTHER) 100049 Incremental funding for base year $10,000 Reqn. 73542602 ACRN E8 TI 008 (OTHER) 100050 MOD 19 - DEOB $3,000 Incremental funding for base year $6,000 Reqn. 80170405 ACRN E9 TI 004 (OTHER) 1100 Engineering, 1.0 LO $3,037,870.64 Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year two (2) of the basic two-year period of performance (OTHER) 110001 Incremental funding for 1100 base year 2 $25,000 Reqn. 80350043 ACRN F4 TI 005 (OTHER) 110002 Incremental funding for 1100

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 8 of 166

FINAL 

base year 2 $5,000 Reqn. 80371370 ACRN F5 TI 005 (OTHER) 110003 Incremental funding for 1100 base year 2 $9,881 Reqn. 80453442 ACRN F4 TI 008 (OTHER) 110004 Incremental funding for 1100 base year 2 $20,000 Reqn. 80575695 ACRN E6 TI 008 (OTHER) 110005 Incremental funding for 1100 base year 2 $4,400 Reqn. 80478855 ACRN F6 TI 006 (OTHER) 110006 Incremental funding for 1100 base year 2 $15,400 Reqn. 80478856 ACRN F7 TI 006 (OTHER) 110007 Incremental funding for 1100 base year 2 $4,400 Reqn. 80478857 ACRN F8 TI 006 (OTHER) 110008 Incremental funding for 1100 base year 2 $4,400 Reqn. 80478858 ACRN F9 TI 006 (OTHER) 110009 Incremental funding for 1100 base year 2 $84,350 Reqn. 80910024 ACRN G1 TI 005 (OTHER) 110010 Incremental funding for 1100

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 9 of 166

FINAL 

base year 2 $45,000 Reqn. 80809044 ACRN G2 DOC NO. N6833508WX00303 TI 004 (OTHER) 110011 Incremental funding for 1100 base year 2 $15,000 Reqn. 80842341 ACRN G3 DOC NO MIPR8F324J7136 TI 013 (OTHER) 110012 Incremental funding for 1100 base year 2 $15,000 Reqn. 81025663 ACRN G4 TI 005 (OTHER) 110013 Incremental funding for 1100 base year 2 $14,300 Reqn. 81025664 ACRN F7 TI 006 (OTHER) 110014 Incremental funding for 1100 base year 2 $14,300 Reqn. 81025665 ACRN F8 TI 006 (OTHER) 110015 Incremental funding for 1100 base year 2 $24,000 Reqn. 81141305 ACRN G5 DOC NO N0002404WX20444 TI 009 (OTHER) 110016 Incremental funding for 1100 base year 2 $25,400 Reqn. 81141318 ACRN G6 DOC NO N0002406WX30498 TI 009 (OTHER) 110017 Incremental funding for 1100

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 10 of 166

FINAL 

base year 2 $110,000 Reqn. 81288561 ACRN G7 DOC NO F2BDED8056G008 (AA) OPAF TI 002 (OTHER) 110018 Incremental funding for 1100 base year 2 $27,000 Reqn. 81402523 ACRN G8 TI 006 (OTHER) 110019 Incremental funding for 1100 base year 2 $55,000 Reqn. 81570512 ACRN H2 TI 017 DOC NO. M9545007MP74287 (OTHER) 110020 Incremental funding for 1100 base year 2 $34,926 Reqn. 81653628 ACRN H1 TI 09 DOC NO. N0002406WX30885 (OTHER) 110021 Incremental funding for 1100 base year 2 $24,049 Reqn. 81653636 ACRN G6 TI 09 DOC NO.N0002406WX3049 8 (OTHER) 110022 Incremental funding for 1100 base year 2 $20,000 Reqn. 81653639 ACRN H3 TI 09 DOC NO. N0002407WX21667 (OTHER) 110023 Incremental funding for 1100 base year 2

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 11 of 166

FINAL 

$20,000 Reqn. 81728161 ACRN H7 TI 04 (OTHER) 110024 Incremental funding for 1100 base year 2 $1,400 Reqn. 81728151 ACRN H6 TI 04 (OTHER) 110025 Incremental funding for 1100 base year 2 $0 DEOBLIGATED ON MOD 25 Reqn. 81769318 ACRN H5 DOC. NO MIPR8G324J7252 TI 13 (OTHER) 110026 Incremental funding for 1100 base year 2 $876,091 Reqn. 82103459 ACRN H8 TI 016 (OTHER) 110027 Incremental funding for 1100 base year 2 $20,000 Reqn. 82252540 ACRN H9 TI 007 Doc No. N0001408WX20189 (OTHER) 110028 Incremental funding for 1100 base year 2 $80,000 Reqn. 82241755 ACRN J1 TI 002 Doc No. F2BDED6040G001 (OTHER) 110029 Incremental funding for 1100 base year 2 $27,520 Reqn. 82348409 ACRN J2 TI 006 (OTHER) 110030 Incremental

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 12 of 166

FINAL 

funding for 1100 base year 2 $6,880 Reqn. 82348402 ACRN J3 TI 006 (OTHER) 110031 Incremental funding for 1100 base year 2 $10,000 Reqn. 82348997 ACRN J5 TI 015 (OTHER) 110032 Incremental funding for 1100 base year 2 $41,376 Reqn. 82591448 ACRN J6 Doc. No. N0002406WX21112 TI 009 (OTHER) 110033 Incremental funding for 1100 base year 2 $24,000 Reqn. 82591417 ACRN B3 Doc. No. N0002403WX20307 TI 009 (OTHER) 110034 Incremental funding for 1100 base year 2 $16,000 Reqn. 82591436 ACRN B4 Doc. No. N0002403WX21309 TI 09 (OTHER) 110035 Incremental funding for 1100 base year 2 $48,000 Reqn. 82591442 ACRN B5 Doc. No. N0002405WX20656 TI 009 (OTHER) 110036 Incremental funding for 1100 base year 2 $16,000 Reqn. 82591455 ACRN C7 Doc. No. N0002406WX21267 TI 009 (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 13 of 166

FINAL 

110037 Incremental funding for 1100 base year 2 $8,000 Reqn. 82591462 ACRN J7 Doc. No. N0002408WX20896 TI 009 (OTHER) 110038 Incremental funding for 1100 base year 2 $17,400 Reqn. 82275051 ACRN F3 TI 011 (OTHER) 110039 Per Mod 29 Incremental funding for 1100 base year 2 $28,400 Reqn. 82497413 ACRN J8 Doc. No 8X8FMR02D1 TI 018 (OTHER) 110040 Incremental funding for 1100 base year 2 $37,000 Reqn. 82623449 ACRN J9 Doc. No. N0001408WX20924 TI 007 (OTHER) 110041 Incremental funding for 1100 base year 2 $4,015 Reqn. 82665841 ACRN K1 Doc. No. N0001908WX13828 TI 004 (OTHER) 110042 Incremental funding for 1100 base year 2 $65,000 (OTHER) 110043 De-Obligated Per Mod 31 Re-Obligated to CLIN 3100 (OTHER) 110044 Incremental funding for 1100 base year 2 $20,000 (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 14 of 166

FINAL 

110045 Incremental funding for 1100 base year 2 $10,000 (OTHER) 110046 Incremental funding for 1100 base year 2 $25,040 (OTHER) 110047 Incremental funding for 1100 base year 2 $104,864 (OTHER) 110048 Incremental funding for 1100 base year 2 $472,214. Per mod 42 SLIN 110048 (REQN 83117961) is deobligated by $59,600 for a new amount of $412,614 (OTHER) 110049 Incremental funding for 1100 base year 2 $20,000 (OTHER) 110050 Incremental funding for 1100 base year 2 $936 (OTHER) 110051 Incremental funding for 1100 base year 2 $45,000 (OTHER) 110052 Incremental funding for 1100 base year 2 $10,000 (OTHER) 110053 Incremental funding for 1100 base year 2 $77,623 (OTHER) 110054 Incremental funding for 1100 base year 2 $45,000 Mod 33 deleted this SLIN in entirety due to clerical error correction. (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 15 of 166

FINAL 

110055 Incremental funding for 1100 base year 2 $25,000 (OTHER) 110056 Incremental funding for 1100 base year 2 $80,000 (OTHER) 110057 Incremental funding for 1100 base year 2 $16,000 (OTHER) 110058 Incremental funding for 1100 base year 2 $114,305.64 (OTHER) 110059 Incremental funding for 1100 base year 2 $16,000 (OTHER) 110060 Incremental funding for 1100 base year 2 $15,000 (OTHER) 110061 Incremental funding for 1100 base year 2 $25,000 (OTHER) 110062 Incremental funding for 1100 base year 2 $40,000 (OTHER) 110063 Incremental funding for 1100 base year 2 $7,000 (OTHER) 110064 Incremental funding for 1100 base year 2 $58,000. TI 029 (OTHER) 1200 Engineering, 1.0 LO $9,376,050.09 Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Award Term One

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 16 of 166

FINAL 

(1) - Year three (3) of the period of performance (OTHER) 120001 Incremental funding for 1200 option year 1 (year 3) $100,000 (OTHER) 120002 Incremental funding for 1200 option year 1 (year 3) $26,000 (OTHER) 120003 Incremental funding for 1200 option year 1 (year 3) $50,000 (OTHER) 120004 Incremental funding for 1200 option year 1 (year 3) $88,692 (OTHER) 120005 Incremental funding for 1200 option year 1 (year 3) $31,000 (OTHER) 120006 Incremental funding for 1200 option year 1 (year 3) $50,000 (OTHER) 120007 Incremental funding for 1200 option year 1 (year 3) $20,000 (OTHER) 120008 Incremental funding for 1200 option year 1 (year 3) $81,355 (OTHER) 120009 Incremental funding for 1200 option year 1 (year 3) $30,000 (OTHER) 120010 Incremental funding for 1200 option year 1 (year 3) $35,000 (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 17 of 166

FINAL 

120011 Incremental funding for 1200 option year 1 (year 3) $25,000 (OTHER) 120012 Incremental funding for 1200 option year 1 (year 3) $25,000 (OTHER) 120013 Incremental funding for 1200 option year 1 (year 3) $25,000 (OTHER) 120014 Incremental funding for 1200 option year 1 (year 3) $10,000 (OTHER) 120015 Incremental funding for 1200 option year 1 (year 3) $80,000 (OTHER) 120016 Incremental funding for 1200 option year 1 (year 3) $40,000 (OTHER) 120017 Incremental funding for 1200 option year 1 (year 3) $142,695 (OTHER) 120018 Incremental funding for 1200 option year 1 (year 3) $20,000 (OTHER) 120019 Incremental funding for 1200 option year 1 (year 3) $40,000 (OTHER) 120020 Incremental funding for 1200 option year 1 (year 3) $15,000 (OTHER) 120021 Incremental funding for 1200 option year 1

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 18 of 166

FINAL 

(year 3) $22,000 (OTHER) 120022 Incremental funding for 1200 option year 1 (year 3) $171,250 (OTHER) 120023 Incremental funding for 1200 option year 1 (year 3) $96,050 (OTHER) 120024 Incremental funding for 1200 option year 1 (year 3) $50,000 (OTHER) 120025 Incremental funding for 1200 option year 1 (year 3) $159,894 (OTHER) 120026 Incremental funding for 1200 option year 1 (year 3) $95,000 (OTHER) 120027 Incremental funding for 1200 option year 1 (year 3) $15,000 (OTHER) 120028 Incremental funding for 1200 option year 1 (year 3) $5,000 (OTHER) 120029 Incremental funding for 1200 option year 1 (year 3) $25,000 (OTHER) 120030 Incremental funding for 1200 option year 1 (year 3) $66,000 (OTHER) 120031 Incremental funding for 1200 option year 1 (year 3) $45,000 (OTHER) 120032 Incremental

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 19 of 166

FINAL 

funding for 1200 option year 1 (year 3) $23,000 (OTHER) 120033 Incremental funding for 1200 option year 1 (year 3) $40,000 (OTHER) 120034 Incremental funding for 1200 option year 1 (year 3) $75,000 (OTHER) 120035 Incremental funding for 1200 option year 1 (year 3) $50,000 (OTHER) 120036 Incremental funding for 1200 option year 1 (year 3) $50,000 (OTHER) 120037 Incremental funding for 1200 option year 1 (year 3) $40,000 (OTHER) 120038 Incremental funding for 1200 option year 1 (year 3) $11,762 (OTHER) 120039 Incremental funding for 1200 option year 1 (year 3) $2,067.98 (OTHER) 120040 Incremental funding for 1200 option year 1 (year 3) $2,066.72 (OTHER) 120041 Incremental funding for 1200 option year 1 (year 3) $6,285.50 (OTHER) 120042 Incremental funding for 1200 option year 1 (year 3) $50,000 (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 20 of 166

FINAL 

120043 Incremental funding for 1200 option year 1 (year 3) $100,000 (OTHER) 120044 Incremental funding for 1200 option year 1 (year 3) $50,000 (WCF) 120045 Incremental funding for 1200 option year 1 (year 3) $22,000 (WCF) 120046 Incremental funding for 1200 option year 1 (year 3) $121,000. (RDT&E) 120047 Incremental funding for 1200 option year 1 (year 3) $186,000 (RDT&E) 120048 Incremental funding for 1200 option year 1 (year 3) $40,000 (WCF) 120049 Incremental funding for 1200 option year 1 (year 3) $200,000 (WCF) 120050 Incremental funding for 1200 option year 1 (year 3) $3,000 (WCF) 120051 Incremental funding for 1200 option year 1 (year 3) $90,000 (WCF) 120052 For administrative purposes this SLIN is deleted ($0.0 value) (OTHER) 120053 For

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 21 of 166

FINAL 

administrative purposes this SLIN is deleted ($0.0 value) (OTHER) 120054 Incremental funding for 1200 option year 1 (year 3) $20,905.00 (OTHER) 120055 Incremental funding for 1200 option year 1 (year 3) $99,750.00 (OTHER) 120056 Incremental funding for 1200 option year 1 (year 3) $99,750.00 (OTHER) 120057 Incremental funding for 1200 option year 1 (year 3) $53,733.00 (WCF) 120058 Incremental funding for 1200 option year 1 (year 3) $9,389.00 (WCF) 120059 Incremental funding for 1200 option year 1 (year 3) $29,692.00 (WCF) 120060 Incremental funding for 1200 option year 1 (year 3) $20,000.00 (MDA) 120061 Incremental funding for 1200 option year 1 (year 3) $10,000.00 (OTHER) 120062 Incremental funding for 1200 option year 1 (year 3) $2,500.00 (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 22 of 166

FINAL 

120063 Incremental funding for 1200 option year 1 (year 3) $99,750.00 (O&MN,N) 120064 Incremental funding for 1200 option year 1 (year 3) $27,325.00 (O&MN,N) 120065 Incremental funding for 1200 option year 1 (year 3) $47,017.00 (OPN) 120066 Incremental funding for 1200 option year 1 (year 3) $30,000.00 (RDT&E) 120067 Incremental funding for 1200 option year 1 (year 3) $40,000.00 (RDT&E) 120068 Incremental funding for 1200 option year 1 (year 3) $16,000.00 (SCN) 120069 Incremental funding for 1200 option year 1 (year 3) $24,600.00 (SCN) 120070 Incremental funding for 1200 option year 1 (year 3) $19,195.00 (SCN) 120071 Incremental funding for 1200 option year 1 (year 3) $34,512.00 (OPN) 120072 Incremental funding for 1200 option year 1 (year 3) $55,075.00 (RDT&E)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 23 of 166

FINAL 

120073 Incremental funding for 1200 option year 1 (year 3) $1,253.17 (WCF) 120074 For administrative purposes this SLIN is deleted ($0.0 value) (OTHER) 120075 Incremental funding for 1200 option year 1 (year 3) $90,000 (WCF) 120076 Incremental funding for 1200 option year 1 (year 3) $53,452 (WCF) 120077 Incremental funding for 1200 option year 1 (year 3) $40,942 (WCF) 120078 Incremental funding for 1200 option year 1 (year 3) $3,572 (WCF) 120079 Incremental funding for 1200 option year 1 (year 3) $530 (WCF) 120080 For administrative purposes this SLIN is deleted ($0.0 value) (OTHER) 120081 Incremental funding for 1200 option year 1 (year 3) $31,548 (O&MN,N) 120082 For administrative purposes this SLIN is deleted ($0.0 value) (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 24 of 166

FINAL 

120083 Incremental funding for 1200 option year 1 (year 3) $98,000 (O&MN,N) 120084 Incremental funding for 1200 option year 1 (year 3) $202,803.79 (OTHER) 120085 Incremental funding for 1200 option year 1 (year 3) $140,250 (O&MN,N) 120086 Incremental funding for 1200 option year 1 (year 3) $1,622,530.30 (OTHER) 120087 Incremental funding for 1200 option year 1 (year 3) $1,160,400 (OTHER) 120088 Incremental funding for 1200 option year 1 (year 3) $300,000 (RDT&E) 120089 Incremental funding for 1200 option year 1 (year 3) $155,000 (RDT&E) 120090 Incremental funding for 1200 option year 1 (year 3) $186,000 (OTHER) 120091 Incremental funding for 1200 option year 1 (year 3) $18,467.69 (OTHER) 120092 Incremental funding for 1200 option year 1 (year 3) $1,316.47 (WCF)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 25 of 166

FINAL 

120093 Incremental funding for 1200 option year 1 (year 3) $325,362 (OTHER) 120094 Incremental funding for 1200 option year 1 (year 3) $54,280 (OTHER) 120095 Incremental funding for 1200 option year 1 (year 3) $15,000 (OPN) 120096 Incremental funding for 1200 option year 1 (year 3) $169,110.47 (OTHER) 120097 For administrative purposes this SLIN is deleted ($0.0 value) (OTHER) 120098 Incremental funding for 1200 option year 1 (year 3) $1,119,921 (OTHER) 120099 Incremental funding for 1200 option year 1(year 3) $284,557. Per Mod 44 SLIN 120099 is deobligated in it's entirety. Money was supposed to be for ODC not Labor. ($0.0 value) (OTHER) 1201 CONTINUATION OF 1.0 LO $12,993,635.27 CLIN 1200. Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 26 of 166

FINAL 

the Statement of Work found in Section C. Award Term One (1) - Year three (3) of the period of performance (TBD) 120101 Incremental funding for 1200 option year 1 (year 3) $300,000 (RDT&E) 120102 Incremental funding for 1200 option year 1 (year 3) $4,000 (WCF) 120103 Incremental funding for 1200 option year 1 (year 3) $13,656 (WCF) 120104 Incremental funding for 1200 option year 1 (year 3) $24,000 (WCF) 120105 Incremental funding for 1200 option year 1 (year 3) $95,000 (WCF) 120106 Incremental funding for 1200 option year 1 (year 3) $98,700 (OTHER) 120107 Incremental funding for 1200 option year 1 (year 3) $1,814,352.75 (OTHER) 120108 Incremental funding for 1200 option year 1 (year 3) $53,777 (OTHER) 120109 Incremental funding for 1200 option year 1 (year 3) $30,000 (OTHER) 120110 Incremental

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 27 of 166

FINAL 

funding for 1200 option year 1 (year 3) $55,000 (OTHER) 120111 Incremental funding for 1200 option year 1 (year 3) $95,492.25 (OTHER) 120112 Incremental funding for 1200 option year 1 (year 3) $342,450 (OTHER) 120113 Incremental funding for 1200 option year 1 (year 3) $226,481.44 (OTHER) 120114 Incremental funding for 1200 option year 1 (year 3) $50,000 (OTHER) 120115 Incremental funding for 1200 option year 1 (year 3) $50,000 (OTHER) 120116 Incremental funding for 1200 option year 1 (year 3) $197,664.48 (WCF) 120117 Incremental funding for 1200 option year 1 (year 3) $39,046.93 (OTHER) 120118 Incremental funding for 1200 option year 1 (year 3) $50,000 (O&MN,N) 120119 Incremental funding for 1200 option year 1 (year 3) $10,000 (O&MN,N) 120120 Incremental funding for 1200

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 28 of 166

FINAL 

option year 1 (year 3) $16,000 (SCN) 120121 Incremental funding for 1200 option year 1 (year 3) $46,520 (OTHER) 120122 Incremental funding for 1200 option year 1 (year 3) $25,615.59 (PMC) 120123 Incremental funding for 1200 option year 1 (year 3) $90,000 (PMC) 120124 Incremental funding for 1200 option year 1 (year 3) $40,000 (OTHER) 120125 Incremental funding for 1200 option year 1 (year 3) $432,251.90 (OTHER) 120126 Incremental funding for 1200 option year 1 (year 3) $203,070 (OTHER) 120127 Incremental funding for 1200 option year 1 (year 3) $26,000 (OTHER) 120128 Incremental funding for 1200 option year 1 (year 3) $35,500 (OTHER) 120129 Incremental funding for 1200 option year 1 (year 3) $1,373,466.07 (OTHER) 120130 Incremental funding for 1200 option year 1 (year 3) $25,000

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 29 of 166

FINAL 

(WCF) 120131 Incremental funding for 1200 option year 1 (year 3) $25,007.52 (OTHER) 120132 Incremental funding for 1200 option year 1 (year 3) $274,752 (RDT&E) 120133 Incremental funding for 1200 option year 1 (year 3) $206,696 (RDT&E) 120134 Incremental funding for 1200 option year 1 (year 3) $30,000 (WCF) 120135 Incremental funding for 1200 option year 1 (year 3) $35,000 (PMC) 120136 Incremental funding for 1200 option year 1 (year 3) $75,000 (SCN) 120137 Incremental funding for 1200 option year 1 (year 3) $16,776 (WCF) 120138 Incremental funding for 1200 option year 1 (year 3) $154,408 (WCF) 120139 Incremental funding for 1200 option year 1 (year 3) $19,000 (WCF) 120140 Incremental funding for 1200 option year 1 (year 3) $76,000 (OPN) 120141 Incremental

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 30 of 166

FINAL 

funding for 1200 option year 1 (year 3) $750,000 (RDT&E) 120142 Incremental funding for 1200 option year 1 (year 3) $20,000 (O&MN,N) 120143 Incremental funding for 1200 option year 1 (year 3) $10,000 (OPN) 120144 Incremental funding for 1200 option year 1 (year 3) $95,000 (OTHER) 120145 Incremental funding for 1200 option year 1 (year 3) $1,300 (OTHER) 120146 Incremental funding for 1200 option year 1 (year 3) $46,000 (RDT&E) 120147 Incremental funding for 1200 option year 1 (year 3) $19,740 (O&MN,N) 120148 Incremental funding for 1200 option year 1 (year 3) $30,000 (WCF) 120149 Incremental funding for 1200 option year 1 (year 3) $40,000 (WCF) 120150 Incremental funding for 1200 option year 1 (year 3) $9,000 (WCF) 120151 Incremental funding for 1200 option year 1 (year 3) $10,000 (RDT&E)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 31 of 166

FINAL 

120152 Incremental funding for 1200 option year 1 (year 3) $25,000 (RDT&E) 120153 Incremental funding for 1200 option year 1 (year 3) $10,000 (OTHER) 120154 Incremental funding for 1200 option year 1 (year 3) $47,000 (O&MN,N) 120155 Incremental funding for 1200 option year 1 (year 3) $104,236 (OTHER) 120156 Incremental funding for 1200 option year 1 (year 3) $10,000 (OTHER) 120157 Incremental funding for 1200 option year 1 (year 3) $15,000 (O&MN,N) 120158 Incremental funding for 1200 option year 1 (year 3) $53,000 (OTHER) 120159 Incremental funding for 1200 option year 1 (year 3) $356,000 (OTHER) 120160 Incremental funding for 1200 option year 1 (year 3) $11,700 (OTHER) 120161 Incremental funding for 1200 option year 1 (year 3) $275,000 (OTHER) 120162 Incremental funding for 1200 option year 1

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 32 of 166

FINAL 

(year 3) $163,300 (OTHER) 120163 Incremental funding for 1200 option year 1 (year 3) $1,233,200 (OTHER) 120164 Incremental funding for 1200 option year 1 (year 3) $1,782 (WCF) 120165 Incremental funding for 1200 option year 1 (year 3) $941 (WCF) 120166 Incremental funding for 1200 option year 1 (year 3) $2,098.94 (WCF) 120167 Incremental funding for 1200 option year 1 (year 3) $43,358 (WCF) 120168 Incremental funding for 1200 option year 1 (year 3) $4,024.83 (OTHER) 120169 Incremental funding for 1200 option year 1 (year 3) $10,000 (OTHER) 120170 Incremental funding for 1200 option year 1 (year 3) $40,000 (WCF) 120171 Incremental funding for 1200 option year 1 (year 3) $43,000 (RDT&E) 120172 Incremental funding for 1200 option year 1 (year 3) $60,000 (OPN)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 33 of 166

FINAL 

120173 Incremental funding for 1200 option year 1 (year 3) $24,036.19 (WCF) 120174 Incremental funding for 1200 option year 1 (year 3) $28,000 (OTHER) 120175 Incremental funding for 1200 option year 1 (year 3) $123,287 (OTHER) 120176 Incremental funding for 1200 option year 1 (year 3) $30,000 (OTHER) 120177 Incremental funding for 1200 option year 1 (year 3) $41,059 (OPN) 120178 Incremental funding for 1200 option year 1 (year 3) $10,308 (OPN) 120179 Incremental funding for 1200 option year 1 (year 3) $10,000 (RDT&E) 120180 Incremental funding for 1200 option year 1 (year 3) $114,900 (OTHER) 120181 Incremental funding for 1200 option year 1 (year 3) $20,000 (O&MN,N) 120182 Incremental funding for 1200 option year 1 (year 3) $12,000 (O&MN,N) 120183 Incremental funding for 1200 option year 1 (year 3) $11,708

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 34 of 166

FINAL 

(WCF) 120184 Incremental funding for 1200 option year 1 (year 3) $25,782 (SCN) 120185 Incremental funding for 1200 option year 1 (year 3) $334,000 (RDT&E) 120186 Incremental funding for 1200 option year 1 (year 3) $50,000 (RDT&E) 120187 Incremental funding for 1200 option year 1 (year 3) $300,000 (PMC) 120188 Incremental funding for 1200 option year 1 (year 3) $60,000 (PMC) 120189 Incremental funding for 1200 option year 1 (year 3) $40,000 (OTHER) 120190 Incremental funding for 1200 option year 1 (year 3) $57,344 (OTHER) 120191 Incremental funding for 1200 option year 1 (year 3) $750,000 (RDT&E) 120192 Incremental funding for 1200 option year 1 (year 3) $50,000 (RDT&E) 120193 Incremental funding for 1200 option year 1 (year 3) $40,000 (WCF) 120194 Incremental funding for 1200

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 35 of 166

FINAL 

option year 1 (year 3) $50,588.38 (WCF) 120195 Incremental funding for 1200 option year 1 (year 3) $457,000 (RDT&E) 120196 Incremental funding for 1200 option year 1 (year 3) $32,000 (PMC) 120197 Incremental funding for 1200 option year 1 (year 3) $6,258 (PMC) For ODC Items: Item Supplies/Services Qty Unit Est. Cost ------ ----------------- --------- ---- ---------------- 3000 Other Direct 1.0 LO $119,527.00 Costs in Support of CLIN 1000. Year one (1) of the two-year basic period of performance (OTHER) 300001 Incremental funding for base year in the amount of $10,421 Reqn. 7130-7055 ACRN A4 Doc. No. F2VUG06342G001 TI 4042-03 (OTHER) 300002 Incremental funding for base year in the amount of $10,000 Reqn. 7130-7055 ACRN A5 Doc. No. F2VUG07099G002 TI 4042-03 (OTHER) 300003 Incremental funding for base year in the

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 36 of 166

FINAL 

amount of $2,000 Reqn. 7158-3882 ACRN A8 TI 0006 (OTHER) 300004 Incremental funding for base year in the amount of $4,000 Reqn. 7158-3863 ACRN A9 TI 0007 (OTHER) 300005 Incremental funding for base year $8,000 Reqn. 7179-1149 ACRN B7 Doc No. N0002405WX21682 TI 0009 (OTHER) 300006 Incremental funding for base year $2,000 Reqn. 71993982 ACRN C3 TI 005T1 (OTHER) 300007 Incremental funding for base year $4,213 Reqn. 7219-1855 ACRN C7 Doc. No. N0002406WX21267 TI 014 (OTHER) 300008 Incremental funding for base year $60,000 Reqn. 7221-9035 ACRN C8 Doc. No. MIPR7HCRANE002 TI 016 (OTHER) 300009 Incremental funding for base year $6756 Reqn. 72691400 ACRN E2 Doc. No. N0001407WX20811 TI 016 (OTHER) 300010 Incremental funding for base

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 37 of 166

FINAL 

year $4137 Reqn. 72702651 ACRN E3 Doc. No. N0001406WX21378 TI 015 (OTHER) 300011 Incremental funding for base year $8,000 Reqn. 73443003 ACRN E7 Doc. No. N0002404WX21433 TI 009 (OTHER) 3100 Other Direct 1.0 LO $331,916.00 Costs in Support of CLIN 1100. Year two (2) of the two-year basic period of performance (OTHER) 310001 Incremental funding for 3100 base 2 year $500 Reqn. 80318524 ACRN F1 TI 004 (OTHER) 310002 Incremental funding for 3100 base 2 year $4,937 Reqn. 80587516 ACRN F3 TI 011 (OTHER) 310003 Incremental funding for 3100 base 2 year $130,000 Reqn. 81330440 ACRN G9 DOC NO. M9545008RCR8BK4 (AA) TI 005 RDT&EN MUST BE EXPENDED BY 30 SEPT 2008 (OTHER) 310004 Incremental funding for 3100 base 2 year $3,000 Reqn. 81402536 ACRN G8 TI 006 (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 38 of 166

FINAL 

310005 Incremental funding for 3100 base 2 year $20,000 Reqn. 81288542 ACRN G7 DOC NO. F2BDED8056G008 (AA) OPAF TI 002 (OTHER) 310006 Incremental funding for 3100 base 2 year $8,000 Reqn. 81653643 ACRN H4 DOC NO.N0002404WX2044 4 (AD) TI 09 (OTHER) 310007 Incremental funding for 3100 base 2 year $250 Reqn. 81728158 ACRN H6 TI 04 (OTHER) 310008 Incremental funding for 3100 base 2 year $20,309 Reqn. 82103480 ACRN H8 TI 016 (OTHER) 310009 Incremental funding for 3100 base 2 year $2,000 Reqn. 82275052 ACRN J4 TI 011 (OTHER) 310010 Incremental funding for 3100 base 2 year $20,000 Reqn. 82241741 ACRN J1 TI 002 DOC No. F2BDED6040G001 (OTHER) 310011 Incremental funding for 3100 base 2 year $6,183 Reqn. 82390962 ACRN J5

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 39 of 166

FINAL 

TI 002 (OTHER) 310012 Incremental funding for 3100 base 2 year $9,000 Reqn. 82612761 ACRN K2 TI 018 (OTHER) 310013 Incremental funding for 3100 base 2 year $17,262. Per mod 42 SLIN 310013(REQN 83117963)is deobligated by $6,700 for a new amount of $10,562 (OTHER) 310014 Incremental funding for 3100 base 2 year $19,737 (OTHER) 310015 Incremental funding for 3100 base 2 year $33,000 (OTHER) 310016 Incremental funding for 3100 base 2 year $4,362 (OTHER) 310017 Incremental funding for 3100 base 2 year $3,076 (OTHER) 310018 Incremental funding for 3100 base 2 year $10,000. De-Obligated from 110043 and Re-Obligated to 3110018 (OTHER) 310019 Incremental funding for 3100 base 2 year $5,000 (OTHER) 310020 Incremental funding for 3100 base 2 year $5,000. Mod 33 deleted this SLIN in entirety due to clerical error

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 40 of 166

FINAL 

correction. (OTHER) 310021 Incremental funding for 3100 base 2 year $10,000 (OTHER) 310022 Incremental funding for 3100 base 2 year $7,000 (OTHER) 310023 Incremental funding for 3100 base 2 year $2,000 (OTHER) 310024 Incremental funding for 3100 base 2 year $3,000 (OTHER) 3200 Other Direct 1.0 LO $3,310,182.75 Costs in Support of CLIN 1200. Award Term One (1) - Year three (3) of the period of performance (OTHER) 320001 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,000 (OTHER) 320002 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $8,000 (OTHER) 320003 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $73,762 (OTHER) 320004 Material Other Direct Costs in

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 41 of 166

FINAL 

Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $17,965 (OTHER) 320005 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $15,000 (OTHER) 320006 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $5,000 (OTHER) 320007 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $3,000 (OTHER) 320008 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $6,000 (OTHER) 320009 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $73,000 (OTHER) 320010 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 42 of 166

FINAL 

the period of performance. $7,000 (OTHER) 320011 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $5,000 (OTHER) 320012 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $550 (OTHER) 320013 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $75,500 (OTHER) 320014 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $8,801 (OTHER) 320015 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,000 (OTHER) 320016 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,000 (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 43 of 166

FINAL 

320017 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $363,165 (OTHER) 320018 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $14,000 (OTHER) 320019 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $5,000 (OTHER) 320020 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,000 (OTHER) 320021 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $2,000 (OTHER) 320022 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $8,000 (OTHER) 320023 Material Other Direct Costs in Support of CLIN 1200. Award Term

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 44 of 166

FINAL 

year one (1) - Year three (3) of the period of performance. $49,300 (OTHER) 320024 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $76,300 (OTHER) 320025 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $24,675 (OTHER) 320026 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,000 (OTHER) 320027 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $4,310 (OTHER) 320028 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $412.50 (OTHER) 320029 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 45 of 166

FINAL 

$82.50 (OTHER) 320030 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $446.00 (OTHER) 320031 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $3,140 (OTHER) 320032 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $5,000 (WCF) 320033 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $6,000 (RDT&E) 320034 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $15,000 (WCF) 320035 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,000 (WCF) 320036 Material Other Direct Costs in

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 46 of 166

FINAL 

Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,000 (WCF) 320037 For administrative purposes this SLIN is deleted ($0.0 value) (OTHER) 320038 For administrative purposes this SLIN is deleted ($0.0 value) (OTHER) 320039 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,006.00 (PMC) 320040 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $20,000.00 (OTHER) 320041 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $6,000.00 (O&MN,N) 320042 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $15,000.00 $14,742.94 De-Obd

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 47 of 166

FINAL 

on MOD 59. (SCN) 320043 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $43,350.00 (WCF) 320044 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $6,266.00 (WCF) 320045 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $5,775.00 (WCF) 320046 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $1,000,000.00 (OTHER) 320047 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $34,000.00 (OTHER) 320048 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,000.00 (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 48 of 166

FINAL 

320049 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $25,000.00 (WCF) 320050 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $25,000.00 (WCF) 320051 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $26,154.00 (OTHER) 320052 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $250.00 (OTHER) 320053 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $470.00 (WCF) 320054 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $16,000.00 (OTHER) 320055 Material Other

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 49 of 166

FINAL 

Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $4,000.00 (WCF) 320056 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $19,281.75.00 (RDT&E) 320057 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $15,000.00 (RDT&E) 320058 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $5,000.00 (OTHER) 320059 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $50,000.00 (RDT&E) 320060 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $20,000.00 (WCF) 320061 Material Other Direct Costs in

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 50 of 166

FINAL 

Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $935.00 (WCF) 320062 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $1,000.00 (WCF) 320063 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $8,000.00 (OPN) 320064 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $20,000.00 (WCF) 320065 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $31,821.00 (WCF) 320066 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $3,000.00 (OTHER) 320067 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 51 of 166

FINAL 

the period of performance. $3,000.00 (OTHER) 320068 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $63,658.10 (WCF) 320069 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $11,000.00 (WCF) 320070 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $3,000.00 (OTHER) 320071 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $76,022.00 (OTHER) 320072 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $3,000.00 (PMC) 320073 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,000.00 (PMC)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 52 of 166

FINAL 

320074 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $1,447.00 (PMC) 320075 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $206,111 (OTHER) 320076 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $500 (OTHER) 320077 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $5,000 (WCF) 320078 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $22,890 (RDT&E) 320079 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $22,966 (RDT&E) 320080 Material Other Direct Costs in Support of CLIN

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 53 of 166

FINAL 

1200. Award Term year one (1) - Year three (3) of the period of performance. $5,000 (RDT&E) 320081 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $3,000 (WCF) 320082 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $5,000 (RDT&E) 320083 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $75,000 (OPN) 320084 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $3,000 (OPN) 320085 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,000 (WCF) 320086 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 54 of 166

FINAL 

performance. $5,000 (PMC) 320087 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $136,547 (WCF) 320088 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $5,000 (WCF) 320089 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $10,000 (O&MN,N) 320090 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $12,741 (PMC) 320091 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $15,000 (PMC) 320092 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $9,400 (WCF) 320093 Material Other

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 55 of 166

FINAL 

Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $7,259 (OTHER) 320094 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $90,000 (WCF) 320095 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $3,784.84 (RDT&E) 320096 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $5,000 (OTHER) 320097 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $5,651 (WCF) 320098 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) - Year three (3) of the period of performance. $47,350 (WCF) 320099 Material Other Direct Costs in Support of CLIN 1200. Award Term year one (1) -

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 56 of 166

FINAL 

Year three (3) of the period of performance. $71,025 (OTHER) 3201 Other Direct 1.0 LO $493,069.58 Costs in Support of CLIN 1201. (OTHER) 320101 Other Direct Costs in Support of CLIN 1201. $25,000 ACRN BB (WCF) 320102 Other Direct Costs in Support of CLIN 1201. $42,760.14 ACRN BA (WCF) 320103 Other Direct Costs in Support of CLIN 1201. $30,000 ACRN AW (OTHER) 320104 Other Direct Costs in Support of CLIN 1201. $100,000 ACRN AF (OTHER) 320105 Other Direct Costs in Support of CLIN 1201. $15,000 ACRN AF (OTHER) 320106 Other Direct Costs in Support of CLIN 1201. $15,000 ACRN AF (OTHER) 320107 Other Direct Costs in Support of CLIN 1201. $30,000 ACRN AZ (OTHER) 320108 Other Direct Costs in Support of CLIN 1201. $24,000 ACRN AZ (OTHER) 320109 Other Direct Costs in Support of CLIN 1201. $50,000 ACRN AD (RDT&E)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 57 of 166

FINAL 

320110 Other Direct Costs in Support of CLIN 1201. $13,795.22 ACRN AD (WCF) 320111 Other Direct Costs in Support of CLIN 1201. $7,260 ACRN AX (OTHER) 320112 Other Direct Costs in Support of CLIN 1201. $4,320 ACRN AX (OTHER) 320113 Other Direct Costs in Support of CLIN 1201. $5,000 ACRN AD (RDT&E) 320114 Other Direct Costs in Support of CLIN 1201. $6,000 ACRN Z4 (WCF) 320115 Other Direct Costs in Support of CLIN 1201. $10,000 ACRN S3 (RDT&E) 320116 Other Direct Costs in Support of CLIN 1201. $100,000 ACRN AD (RDT&E) 320117 Other Direct Costs in Support of CLIN 1201. $9,460.22 ACRN BU (WCF) 320118 Other Direct Costs in Support of CLIN 1201. $5,474 ACRN BV (RDT&E) 3500 Travel Other 1.0 LO $25,000.00 Direct Costs in Support of CLIN 1000. Year one (1) of the two-year basic period of performance (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 58 of 166

FINAL 

350001 Travel Other Direct Costs in Support of CLIN 1000. $5,000 REQN 7239-8677 ACRN D6 TI 0006 (OTHER) 350002 Travel Other Direct Costs in Support of CLIN 1000. $20,000 REQN 7239-8679 ACRN D6 TI 0007 (OTHER) 3600 Travel Other 1.0 LO $0.00 Direct Costs in Support of CLIN 1100. (OTHER) 3700 Travel Other 1.0 LO $0.00 Direct Costs in Support of CLIN 1200. Award Term One (1) - Year three (3) of the period of performance (OTHER) For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ ----------------- --------- ---- --------------- --------------- -------------- 4000 Engineering, 1.0 LO $4,209,744.67 Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Award Term Two (2) - Year four (4) of the period of performance (OTHER) 400001 Engineering, Technical and Management Support Services for information operations/electr onic warfare in

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 59 of 166

FINAL 

accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (O&MN,N) 400002 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (OTHER) 400003 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (O&MN,N) 400004 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (RDT&E) 400005 Engineering, Technical and Management Support Services for information operations/electr onic warfare in

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 60 of 166

FINAL 

accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (RDT&E) 400006 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (RDT&E) 400007 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (PMC) 400008 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (RDT&E) 400009 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 61 of 166

FINAL 

the Statement of Work found in Section C. Year four (4) of the period of performance (OPN) 400010 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (WCF) 400011 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (OTHER) 400012 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (OTHER) 400013 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 62 of 166

FINAL 

Section C. Year four (4) of the period of performance (OTHER) 400014 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (OTHER) 400015 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (WCF) 400016 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (OTHER) 400017 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 63 of 166

FINAL 

Year four (4) of the period of performance (RDT&E) 400018 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (O&MN,N) 400019 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (OTHER) 400020 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance $1,729,199 De0bligated $450,000 on MOD 61 (OTHER) 400021 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 64 of 166

FINAL 

the Statement of Work found in Section C. Year four (4) of the period of performance (SCN) 400022 Engineering, Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Year four (4) of the period of performance (OTHER) 4100 Engineering, 1.0 LO $0.00 $0.00 $0.00 Technical and Management Support Services for information operations/electr onic warfare in accordance with the Statement of Work found in Section C. Award Term Three (3) - Year five (5) of the period of performance (OTHER) For ODC Items: Item Supplies/Services Qty Unit Est. Cost ------ ----------------- --------- ---- ---------------- 6000 Other Direct 1.0 LO $895,535.00 Costs in Support of CLIN 4000. Award Term Two (2) - Year four (4) of the period of performance (OTHER) 600001 Other Direct Costs in Support of CLIN 4000. Award Term Two (2) - Year four (4) of the period of performance (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 65 of 166

FINAL 

600002 Other Direct Costs in Support of CLIN 4000. Award Term Two (2) - Year four (4) of the period of performance (O&MN,N) 600003 Other Direct Costs in Support of CLIN 4000. Award Term Two (2) - Year four (4) of the period of performance (O&MN,N) 600004 Other Direct Costs in Support of CLIN 4000. Award Term Two (2) - Year four (4) of the period of performance (OTHER) 600005 Other Direct Costs in Support of CLIN 4000. (RDT&E) 600006 Other Direct Costs in Support of CLIN 4000. (PMC) 600007 Other Direct Costs in Support of CLIN 4000. (RDT&E) 600008 Other Direct Costs in Support of CLIN 4000. (OPN) 600009 Other Direct Costs in Support of CLIN 4000. (OTHER) 600010 Other Direct Costs in Support of CLIN 4000. (OTHER) 600011 Other Direct Costs in Support of CLIN 4000. (OTHER) 600012 Other Direct Costs in Support

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 66 of 166

FINAL 

of CLIN 4000. (WCF) 600013 Other Direct Costs in Support of CLIN 4000. (RDT&E) 600014 Other Direct Costs in Support of CLIN 4000. (OTHER) 600015 Other Direct Costs in Support of CLIN 4000. (RDT&E) 600016 Other Direct Costs in Support of CLIN 4000. (OTHER) 600017 Other Direct Costs in Support of CLIN 4000. (OTHER) 6100 Other Direct 1.0 LO $0.00 Costs in Support of CLIN 4100. Award Term Three (3) - Year five (5) of the period of performance (OTHER) 6500 Travel Other 1.0 LO $0.00 Direct Costs in Support of CLIN 4000. Award Term year two (2) - Year four (4) of the period of performance (OTHER) 6600 Travel Other 1.0 LO $0.00 Direct Costs in Support of CLIN 4100. Award Term year three (3) - Year five (5) of the period of performance (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 67 of 166

FINAL 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

1.0 STATEMENT OF WORK

1.1 Scope.

This Statement of Work (SoW) sets forth the requirements for research and development, systems engineering, program management and modeling and simulation of software and control systems related to software engineering, acquisition, logistics support, technical and management support efforts for information operations/electronic warfare, special missions, strategic missions and attendant products. To this end, the sponsor is requesting a best industry practices effort related to systems, subsystems, components, equipment and integrated ordnance/electronics operations for development, production or maintenance processes under the cognizance of NAVSEA, NAVAIR, USMC and other services or agencies supported. This SOW is in accordance with but is not limited to the following functional areas as identified in the basic SeaPort-e contract 33.1 Research and Development, 3.3 Modeling, Simulation, Stimulation and Analysis Support, 3.6 Software Engineering, Development, Programming and Network Support, 3.8 Human Factors Engineering Support, and 3.16 Acquisition Logistics Support.

1.2 Background.

The Expeditionary Warfare Systems Division Code 606 of NSWC Crane serves a modern and sophisticated Navy as a recognized leader in diverse and highly technical product lines in the areas of electronics and electronic warfare. NSWC Crane is a multi-mission, multi-service product center with both a fleet support and industrial base mission. Our fleet support mission is performed in a joint, cross-service, and cross-platform environment when possible. The Expeditionary Warfare Systems Division comprises five Branches that include Systems Production and Installation, Systems Interoperability, Air Defense Systems, Command and Control Systems, and Tactical Software.

2.0 APPLICABLE DOCUMENTS

Unless otherwise specified, the revision level and date for each specification or standard cited within the solicitation/contract (including any specifications or standards cited in any drawing, handbook, or referenced specification or standard contained within this solicitation), shall be that listed in the Department of Defense Index of Specifications and Standards (DODISS) and supplement thereto. In the event of a conflict between the documents referenced herein and the contents of this SOW, the contents of this SOW shall prevail.

2.1 Military Specifications and Standards.

MIL-STD-961 Specifications, Types, and Forms

IEEE/EIA 12207.0 Standard for Information Technology-Software Life Cycle Processes

IEEE/EIA 12207.1 Guide for IAO/IEC 12207, Standard for Information Technology- Software Life Cycle Processes Life Cycle Data

IEEE/EIA 12207.2 Guide for ISO/IEC 12207, Standard for Information Technology- Software Life Cycle Processes-

MIL-HBDK-61A Configuration Management

MIL-STD-961 Specification Practices

MIL-STD-1472F Human Engineering Design Criteria for Military Systems,Equipment and Facilities

DOD-STD-2101 Classification of Characteristics

2.2 Other Government Documents

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 68 of 166

FINAL 

NAVSEAINST 3960.2D Test and Evaluation

NAVSEAINST 4000.6A Data Management Program

NAVSEAINST 4130.12A Configuration Management Policy and Guidance

DOD-D-5000.3 Test and Evaluation

NWSCCINST 5090.7 Control of Receipt of Materials/Items/Munitions with Chemical

Constituents of Environmental Concern

NAVWPNSUPPCENINST 5100.22 Center Occupational Safety and Health Manual

OPNAVINST 5102.1C Mishap Investigation and Reporting

DOD 5200.1-RCE-02 Information Security Program Regulation

SECNAVINST 5200.32 Management of Embedded Computer Resources in Department of the Navy Systems

DODINST 5200.28M ADP Security

DODINST 7041.3 Economic Analysis

DODINST 8020.1M Functional Process Improvement

DOD 5220.22M Industrial Security Manual for Safeguarding Classified Information

SECNAVINST 5233.1B DoN ADP Systems Documentation Standards

OPNAVINST 5239.1A CH 1 Department of the Navy Security program for ADP Systems

SECNAVINST 5370.2J CH 1 Standards of Conduct and Government Ethics

NAVWPNSUPCENINST 5370.3E CH 1 Standards of Conduct and Government Ethics

NAVSEAINST 5400.57B Delegation of Technical Responsibility and Authority To Engineering Agents

NAVWPNSUPPCENINST 5510.24A Information and Personnel Security Manual

NAVWPNSUPPCENINST 5530.5A Physical Security and Loss Prevention

NAVWPNSUPPCENINST 6200.1A Coffee Messes

NAVWPNSUPPCENINST 11210.1L Center Operations during Inclement Weather

NAVWPNSUPPCENINST 11300.1G Energy Conservation

NAVWPNSUPPCENINST 11320.2E Fire Protection Manual

NWSC Crane NOTE 12600 Observed Holidays and Closed Days

3.0 TASK REQUIREMENTS

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 69 of 166

FINAL 

3.1 Tactical Software

The Contractor shall perform, as specified in each Technical Instruction (TI), support including but not limited to, design, development, validation and verification, and post deployment support for the NSWC Crane Division, US Navy, US Marine Corps, US Air Force, US Army, US Special Operations Command, Homeland Security, and other DoD agencies. Programs/projects supported include but are not limited to, Target Location Designation & Hand Off System (TLDHS), Air Defense Communication Platform (ADCP), Predator Unmanned Aerial Vehicle, and SLQ32 Electronic Countermeasures. The contractor shall furnish all labor, material, facilities, and travel necessary to accomplish the efforts described by this SOW. The government shall have unlimited data and distribution rights to all processes, systems and equipment developed under this SOW. Data required from this contracting action shall be delivered in English with applicable numbering in English or metric units. The Government shall have unlimited rights to reproduce and use all submitted Contract Data Requirements List(s) (CDRL(s)).

3..1.1 The Contractor shall provide personnel with experience as described within this SoW in both development and coordination of concepts and requirements and application of current and emerging technologies as they apply to numerous programs in various life cycle stages. The Contractor shall provide personnel with technical expertise in computing architectures, communication protocols, software programming, hardware interfaces, weapons security, modeling and simulation, acquisition engineering, management support services and logistics support for systems, subsystems, components and equipment.

3.1.2 Oversight Support

The Contractor shall support sponsor oversight roles of relevant programs. The Contractor shall prepare announcements for meetings, agendas for the meetings and minutes of previous meetings. The purpose of meetings is to resolve identification and tracking issues, action item identification and tracking, briefing preparation and drafting of any required documentation or instructions.

3.1.3 Integrated Product Teams (IPT)/Workshops/Boards

The Contractor shall participate as a member of IPTs/Workshops/Boards, as well as develop agendas and announcements, coordinate facilities and maintain meeting records for the IPTs/Workshops/Boards. The Contractor shall prepare and distribute minutes of meetings.

3.1.4 Meeting Support

The Contractor shall prepare graphical materials, agendas, minutes, action item tracking and facilitation for internal and external meetings and briefings. The Contractor shall maintain program information files associated with these meetings and briefings in electronic format. This effort consists of planning meetings, coordinating schedules with participants, reserving existing meeting space; prepare agenda and/or briefing materials, ensuring that briefing materials and equipment are available, recording and publishing meeting minutes, and developing and maintaining an action item tracking system for specified projects.

3.1.5 Program Management Support

3.1.5.1 Management Process. The Contractor shall provide plans for Program Management, Contract Management and Operational Management of all assigned tasks. The Contractor shall provide program management support for software development and acquisition for C4I and electronic systems, subsystems, equipment and components. This support shall include, but not be limited to, tasks in planning, organizing, technical analysis and recommendations, and reporting. These tasks involve:

a. Tentative Operational Requirements Papers

b. Operational Requirements Papers

c. Development Options Papers

d. Work Unit Summaries

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 70 of 166

FINAL 

e. Work Assignment Summaries

f. System Concept Papers

g. Decision Coordinating Papers

h. Integrated Program Summaries

i. Critical Path Networks

j. Mission Needs Statements

k. Requirements Definitions

l. Systems Integration Concepts

m. Interoperability/Resolution Issues

n. Operational Capabilities-Based Documents

o. Financial management including financial analysis

p. Preparation of required monthly reports and messages

q. Drafting minutes of managers’ and other meetings

r. Research, analysis and reporting of program obligation rates

s. Preparation of analytic white papers on program issues

t. Preparation of graphical materials to aid understanding of program issues

u. Maintenance of historical files of program documentation

v. Preparation of Charters

3.1.5.2 Program Documentation and Schedules. The Contractor shall prepare documents

3.1.5.3 Earned Value Management System (EVMS). As required in a TI, the contractor shall develop and utilize an earned value management system that correlates cost and schedule performance with technical progress. Technical issues that arise shall be covered in terms of performance goals, exit criteria, schedule progress and cost impact. The EVMS used by the contractor must comply with the criteria provided in DoD 5000.2-R.

3.1.6 Software Design and Development

The Contractor shall provide software design, development and engineering support for software intensive systems and computer resources. The requirements may include, but are not be limited to:

3.1.6.1 Develop and demonstrate software to support systems and subsystems development and integration.

3.1.6.2 Develop, review and evaluate software program plans/documents to include but not be limited to requirements/contract requirements, system/ model specifications, and Independent Verification and Validation (IV&V) Plans.

3.1.6.3 Participate in and report on formal software reviews, software quality reviews, and design/test implementation reviews.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 71 of 166

FINAL 

3.1.6.4 Manage, coordinate and maintain hardware and software engineering environment that contains host computers, associated peripherals, and related devices and equipment.

3.1.6.5 Provide Software Acquisition analysis (Life cycle metrics, cost analysis and contractor cost evaluation)

3.1.6.6 Develop software requirements, analysis and validation and traceability.

3.1.6.7 Assess design development metrics.

3.1.6.8 Analyze development risks/mitigation plans

3.1.6.9 Provide Code design, analysis & documentation compliance.

3.1.7 System Integration

The Contractor shall perform System Integration to combine hardware and software components into an integrated subsystems and/or complete products. The Contractor shall conduct component assembly, subsystem or system level integration, and battlefield level integration for both hardware and software.

3.1.8 Software Test

3.1.8.1 Testing and Experimentation Process.

The Contractor shall design and develop testing processes that are based on documented requirements in order to ensure that the testing/experimentation efforts stay on schedule and budget. The tests conducted using these processes will provide correlation between performance measures and the project needs. Using these processes, the Contractor shall link test scenarios and experiments to the functional requirements to ensure traceability throughout the testing process. The Contractor shall maintain proper documentation of the metrics of the functional requirement.

3.1.8.2 Tests and Evaluation.

The Contractor shall provide test and evaluation (T&E) technical, and engineering expertise including:

3.1.8.2.1 Analyze system level verification requirements to verify that test definition, objectives, plans and acceptance criteria are sufficient to validate system requirements and operational needs.

3.1.8.2.2 Assist in oversight and provide independent representation of the project testing (unit, software integration, testing, system level testing).

3.1.8.2.3 Validate software test results are in compliance with test acceptance criteria.

3.1.8.2.4 Traceability analysis between test designs, cases, procedures, and execution results

3.1.8.2.5 Verify impact and sufficiency of regression testing

3.1.9 The Contractor shall perform software IV&V.

3.1.10 Software Safety

The Contractor shall review software safety documentation. Software Safety Critical Functions shall be identified and documented. The Contractor shall review any safety-related software documentation (PHA, flow diagrams, FMEA, fault trees, etc.) to ensure that safety considerations have been addressed.

3.1.11 Acquisition Engineering Support

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 72 of 166

FINAL 

The Contractor shall prepare software and hardware acquisition documentation for major systems, subsystem, equipment or component acquisition. The necessary Procurement Documentation Set (PDS) shall consist of the compilation of all documents, which encompass all relevant data necessary to establish and maintain CM of the item. The PDS shall include but not be limited to configuration listings, contract, MIPRs, Project Orders, Work Requests and all technical documentation defining the procurement item.

3.1.12 Modeling and Simulation Support

3.1.12.1 The Contractor shall provide engineering and scientific expertise in modeling and simulation, high-level architecture, distributed systems, technology, planning, development, verification and validation, and execution.

3.1.12.2 The Contractor shall develop an architecture description and generate specifications to enable modeling and simulation, ranging from physics-based models to geographically dispersed, distributed simulations. The Architecture shall be Portable Operating System Interface (POSIX) compliant and use open systems standards.

3.1.12.3 The Contractor shall investigate analyze and recommend an enabling infrastructure for modeling and simulation efforts. The Contractor shall address M&S systems, applications, communications, networks, standards, protocols, and information resource repositories. The infrastructure will be focused on interoperability, object and data models, interfaces, and standards.

3.1.12.4 The Contractor shall assist in the development of requirements and responsibilities for the management of Systems Modeling and Simulation. These requirements will address the organizational and financial issues that surround or drive the activities that employ modeling and simulation. Requirements and responsibilities will include the organizational relationship among developers, executors and users. The Contractor shall also develop an M&S Technology roadmap for evolving Systems-level M&S.

3.1.13 Human Factors.

The Contractor shall develop and demonstrate an Human Systems Integration (HSI) engineering effort that addresses the Human Engineering, Safety and Health, Maintainability, Personnel Survivability, Manpower, Personnel, Training, and Habitability of the system design. As required by the TI, the Contractor shall evaluate and annotate Government furnished HSI program plans, analysis reports, test plans./procedures, and other HSI related documentation. Evaluation shall be for compliance with MIL H 46855. The Contractor shall check engineering drawings for design compliance with MIL-STD-1472F (1), report discrepancies, and submit recommendations with supporting evidence for resolution. The Contractor shall attend HSI reviews and demonstrations, testing, and mockup/model reviews: record discrepancies; and formulate recommendations for resolution.

3.1.14 CMMI Certification. The contractor shall also be certified to Capability Maturity Model Integrated (CMMI) Level III for software development OR the contractor shall provide a plan to obtain Level III CMMI certification for this project or the Branch/Department of the Company specifically working on this project, within 12 months of contract award.

3.1.15 Quality Assurance.

3.1.15.1 Quality Conformance. The contractor shall have a Quality Management (QM) system in place that ensures conformance to contractual requirements and best manufacturing practices. Contractor shall provide and maintain a Quality Management Plan (QMP). The contractor shall be in compliance with ISO 9001 and 14001 or the equivalent of ISO.

3.1.15.2 The contractor shall assist, as appropriate, in the establishment and maintenance of a quality system to assure compliance with the requirements of individual TI’s issued under this TO. The contractor shall assist, as appropriate, in the establishment and maintenance of ISO 9000 and ISO 14000 processes and procedures related to the operation of the Program.

3.1.15.3 Quality Conformance Inspections and Tests. The contractor shall ensure that product assurance requirements are in the design, development and acquisition of production and test equipment and shall conduct quality conformance inspections in accordance with the requirements of individual projects and tasks as specified in a TI.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 73 of 166

FINAL 

4.0 GOVERNMENT FURNISHED INFORMATION (GFI)

Government furnished items shall be provided to the Contractor as required in support of the TO. As identified in a Technical Instruction (TI) the government will provide office space and equipment, forms, access to hardware, software and storage space as required protecting government documentation, etc.

5.0 DELIVERABLES

All data deliverable under this delivery order shall be in compliance with the format and guidance specified in the DoD 5000.2 series, as applicable, or a specified in the task description. All data deliverables shall be provided electronically to the Contracting Officer's Represtative (COR).

5.1 Data Item Status Report A001

Contractor’s progress, Status and Management Report. The Contractor shall prepare and submit a summary progress and status report on a monthly basis (NLT 15 Calendar DOM), which summarizes the events, problems, progress and status of overall contract management initiatives and issues for the subject period.

5.2 Data Item Contract Funds Status Report A002

Certification report. The Contractor shall provide a Monthly Labor Hours Report, which shall be due with and shall accompany Contractor’s invoice, to the Government Contracting Officer's Represtative (COR) that lists the following information for each Contractor employee assigned to the task and a summary for each tasking within the Task Order (TO).

a. Contractor’s full name

b. TO or Modification Number

c. Labor Category

d. Calendar dates of the report period.

e. Authorized Period of Performance, e.g., 10/1/2006 through 3/12/2007

f. Customer/Department

g. Contractor’s Manager/Task Leader/Resource Leader Full Name

h. Total “Authorized” Funding

i. Total “Cumulative to Date” Costs

j. Total “Current Reporting Period” Costs

k. Percent of Authorized Funding Expended to Date

l. Total “Authorized” Labor Hours

m. Total ”Cumulative to Date” Labor Hours

n. Total “Current Reporting Period” Labor Hours

o. Percent of Authorized Labor Hours Expended to Date

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 74 of 166

FINAL 

p. Unfunded Costs

q. Funded Costs

r. Balance of funded Dollars with Obligations

s. Summary of Events, Problems and Status of Task for Reporting Period

5.3 Data Item Conference Agenda/Minutes A003

As requested, the contractor shall provide Conference Agenda/Minutes. Report shall include Cover sheet identifying Contract, TO, TI and CDRL Numbers. Distribution Statement D and Export Control Warning apply. Minutes shall be submitted within 7 days after each meeting.

5.4 Data Item Presentation Material A004

As requested,the contractor shall provide Presentation material. Report shall include Cover sheet identifying Contract, TO, TI and CDRL Numbers. Distribution Statement D and Export Control Warning apply. Presentations shall be submitted with 7 days of government request.

5.5 Data Item Quality Assurance Plan (QAP) A005

As requested, the contractor shall provide Quality Assurance Plan (QAP). Report shall include Cover sheet identifying Contract, TO, TI and CDRL Numbers. Distribution Statement D and Export Control Warning apply. Report shall be submitted in accordance with Paragraph 3.15 of this document.

5.6 Data Item Technical Report/Study Services A006

As requested, the contractor shall provide various Technical Reports - Study/Services. Report shall include Cover sheet identifying Contract, TO, TI and CDRL Numbers. Distribution Statement D and Export Control Warning apply. Data shall be submitted within 7 days after completion of TI.

5.7 Data Item Performance Based Statement of Work A007

As requested, the contractor shall provide Performance Based Statement of Work (SOW). Report shall include Cover sheet identifying Contract, TO, TI and CDRL Numbers. Distribution Statement D and Export Control Warning apply. Data shall be submitted in accordance with paragraph 8.0 of this document.

5.8 Data Item Trip Report A008

The contractor shall provide a Trip Report within 14 days after completion of trip. Report shall include Cover sheet identifying Contract, TO, TI and CDRL Numbers. Distribution Statement D and Export Control Warning apply. Data shall be submitted in accordance with paragraph 6.13 of this document.

5.9 Funding Notification CDRL B011

The contractor shall provide a funding notification letter for the purpose of providing a visual management tool to assist with the tracking of expended funds. The Contractor is hereby required to provide this funding notification letter to the Requiring Technical Activity (RTA); Contracting Officer's Represtative (COR); and the Contracting Officer (KO) on a monthly basis. This sample document is also posted on the Contracting Division web site at: http://www.crane.navy.mil/acquisition/Funding%20Notification%20Letter%20Example%20visual%20chart_Jun%2009.doc

6.0 ON-SITE CONTRACTOR REQUIREMENTS.

The Contractor shall abide by applicable Government regulations and instructions while on Government facilities.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 75 of 166

FINAL 

The following requirements shall be applicable to Contractor personnel performing work at Government facilities.

6.1 Key Control.

The Contractor shall establish and implement methods of ensuring that all keys issued to the Contractor by the government are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractor by the government shall be duplicated. The Contractor shall develop procedures covering key control. Key control and accountability shall be in accordance with the key control requirements set forth in applicable regulations.

6.2 Security.

The work to be performed under this TO as delineated in the TO DD Form 254, involves access to, handling of and generation of classified material up to and including TOP SECRET. The Contractor shall appoint a Security Officer who shall (1) be responsible for all security aspects of the work performed under this TO, (2) assure compliance with all DOD and Service regulations regarding security and (3) assure compliance with any written instructions from the Security Officers of each Government facility. In the event that any individual tasking requires a higher level of clearance, a separate DD For 254 will be prepared and issued. The Contractor may be required to have access to live data during the performance of this TO. Any records and data or information the Contractor may have access to may be highly sensitive and confidential. The Contractor must not divulge any information about files, data processing activities or functions, user ids or passwords or any other knowledge that may be gained to anyone not authorized to have access to such information. It is the Contractor’s responsibility to ensure that all TO employees have proper authority. All classified material shall be processed and protected in accordance with the provisions of this performance work statement and all required instructions and directives in effect concerning the processing of classified material.

6.3 Release of Information.

All technical data provided to the Contractor shall be protected from the public. All other information relating to the items to be delivered and services to be performed under this TO may not be disclosed by any means without prior approval of the authorized representative of the Contracting Officer. Dissemination or public disclosure includes but is not limited to permitting access to such information by foreign nationals by any other person or entity or publication of technical or scientific papers or advertising or any other proposed public release. The Contractor shall provide adequate physical protection to such information so as to preclude access by any person or entity not authorized such access.

6.4 Privacy Act.

Under US Code Title 5, Section 552, information accessed in completing this TO is subject to the Privacy Act.

6.5 Identification Badges.

The Contractor shall be required to obtain identification badges from the Government for Contractor personnel to be located on Government property. The identification badge shall be visible at all times while employees are on Government property. The Contractor shall furnish all requested information required from the Government to facilitate issuance of identification badges and shall confirm to applicable regulations concerning the use and possession of the badges. The Contractor shall be responsible for ensuring that all identification badges issued to the Contractor personnel are returned to the appropriate government security personnel following the completion of the TO, relocation or termination of the employee issued an identification badge, or upon request by the Contracting Officer.

6.6 Investigations.

Contractor employees located on Government property shall cooperate with Government investigative agencies conducting criminal or administrative investigations.

6.7 Government Observations.

Government personnel, such as Inspector General or higher headquarters staff, are authorized to observe Contractor

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 76 of 166

FINAL 

operations. Efforts will be made to minimize the degree of disturbance on Contractor performance.

6.8 Accident Reporting.

The Contractor shall maintain an accurate record of and shall report all accidents to the COR.

6.9 Work Area Cleanliness.

The Contractor shall be responsible for the orderliness and cleanliness of all areas being used for office and storage. The space shall be clean and neat and free from fire hazards, unsanitary conditions and safety hazards.

6.10 Damage Reporting.

The Contractor shall maintain an accurate record of and shall report to the COR all damages to Government Furnished Equipment and Facilities as prescribed by OPNAVINST 5102.1.

6.11 Smoking Regulations.

Smoking on Government premises shall be in approved areas subject to each Government agency policy in accordance with NAVFAC P-1021.

6.12 Hours of Operation.

The following hours of operation shall apply to the Contractor’s on-site personnel and the Contractor’s liaison facility personnel.

6.12.1 Time of Performance. Normal duty hours for staff assigned to this effort fall between 0600 and 1800 hours during normal government workdays. The Contractor may be required to respond to an emergency and work outside of regular working hours to perform the work as required.

6.12.2 Closed Days. The Commander for each Government facility shall designate all closed days. Closed days are generally associated with holidays and/or inclement weather. The Contractor will not be allowed to work on Government facility during designated closed days, unless they are deemed to be essential personnel.

6.12.3 Inclement Weather. When the Government Agency is closed by the Commander because of inclement weather conditions, notification of the closing shall be broadcast over local radio and television stations

6.12.4 Holidays. A list of Government Agency observed holidays and/or closed days in conjunction with the holidays will be published at the beginning of each calendar year. Contractor employees will not be allowed to work on Government property on a holiday and/or closed day unless they ate deemed to be essential personnel.

6.13 Travel Requirements.

All travel shall be in accordance with the Joint Travel Regulations (JTR). The Contractor may be required to travel throughout the continental United States (CONUS) and to locations outside of CONUS. Trip duration will normally not exceed five to ten working days plus the required transit time. It is estimated that no more than 10 percent of the Contractor’s annual work hours charged against this TO will be needed to travel. The Contractor shall submit a trip report to the technical point of contact for all travel performed no later than two weeks after completion of each trip.

6.14 Travel Authorization.

Any travel undertaken by the Contractor for performance of tasking must have prior authorization by the Ordering Officer or COR.

6.15 Safety Requirements.

All TO personnel, shall on board any Government facility, shall conform to all portions of that Government facilities

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 77 of 166

FINAL 

Safety requirements.

6.16 AUTOMATIC DATA PROCESSING (ADP) MEDIA SECURITY LABELS.

All ADP media shall be affixed with the following applicable Standard Form (SF) labels pertaining to national security information: TOP SECRET Label (SF 706), SECRET Label (SF 707), CONFIDENTIAL Label (SF 708), CLASSIFIED Label (SF 709), UNCLASSIFIED Label (SF 710), or DATA DESCRIPTOR Label (SF 711). These non-removable security classification and control labels shall be affixed in a manner that will not adversely affect the operation of the medium or the equipment on which they are used. They shall be placed on the upper left corner of floppy disks or on cases of compact disks so they are conspicuous when inserted into sleeves and disk boxes. The labels shall also be utilized to mark containers used for storage of all kinds of ADP media, including hard disks that contain information.

6.17 Place of Performance.

Work in support of this effort shall require Contractor personnel at NSWC Crane IN, contractor’s off-site facility or other location mutually agreed upon. The primary place of performance is at NSWC Crane IN.

6.18 Period of Performance.

The initial award will result in a 2-year basic Period of Performance. The award will include 3 one-year award term periods. The total Period of Performance, including award term periods, is 5-years.

7.0 SPECIAL PROVISIONS

7.1 Personnel Requirements.

The contractor shall provide a list of key personnel, not to exceed (NTE) five (5) associated with their proposal. No substitutions to the key personnel identified shall be made except in accordance with the following:

7.2 Other Requirements

7.2.1 Contractor On-Site Representation. Due to Post-Deployment Support on operationally deployed systems, answers to questions and troubleshooting is often required to support the Fleet within 30 – 45 minutes. As directed by TI, the contractor shall provide full-time representatives on-site at NSWC Crane Division.

7.2.2 Contractor Response Time. The contractor shall respond to routine Technical point-of-contact (POC) request for support within 24 hours of the request. A response consists of contacting the requester either in person or by telephone. Satisfactory resolution by the contractor is required within the timeframe specified by the TPOC. The contractor shall also recognize that circumstances requiring shorter response time to include immediate response may occur

8.0 PERFORMANCE BASED SOW.

The SoW being utilized for this requirement is considered to be performance based. As required by Federal Acquisition Regulation (FAR) Part 37.601, the SoW describes the requirements in terms of results required rather than the methods of performance of the work, uses measurable performance standards and specifies procedures for reductions of fee and/or TO base years when the services do not meet the performance standards. The performance criteria, standards, and assessment methods anticipated for this effort are included in the following table:

Performance Criteria, Standards, and Assessment Methods

PERFORMANCE CRITERIA PERFORMANCE STANDARD (AQL) PERFORMANCE ASSESSMENT

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~Progress Reports as Contractor provide progress Random inspection

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 78 of 166

FINAL 

and customerprescribed by SOW reports complete and free of customer satisfactionparagraphs 5.1 & 5.2 errors in a timely manner questionnaire 95% of the time~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~Develop Artifacts as Contractor shall ensure all Random inspection and customerprescribed IAW process documents required by satisfaction questionnaireCMMI Level 3 as CMMI Level 3, as required byspecified in a TI a TI, are available for review and audit 95% of the time~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~All documents as Contractor shall ensure all Random inspection andprescribed by SOW documents are professional in customer satisfactionparagraphs 5.3, 5.4 appearance, free of questionnaire5.6 and 5.7 grammatical and typographical errors and depict accurate information~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~Quality of Service Quality of services meets or Random inspection and exceeds TO requirements 95% customer satisfaction of the time questionnaire~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~Customer Liaison Facilitates effective task Random inspection and performance meetings between Contractor and COR

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 79 of 166

FINAL 

SECTION D PACKAGING AND MARKING

All Applicable Clauses in accordance with Section D of Basic Contract

SECTION D PACKAGING AND MARKINGAll provisions and clauses in SECTION D of the basic contract apply to this task order, unless otherwise specified in this task order.DATA PACKAGING LANGUAGE (5503)All unclassified data shall be prepared for shipment in accordancewith best commercial practice.Classified reports, data, and documentation shall be prepared for shipment in accordance with National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated January 1995. MARKING OF REPORTS (NAVSEA) (SEP 1990) (5506)All reports delivered by the Contractor to the Government under this contract shall prominently show on the cover of the report:(1) name and business address of the Contractor(2) contract number(3) task order number(4) sponsor: ____________________________(Name of Individual Sponsor)____________________________(Name of Requiring Activity)____________________________(City and State)PROHIBITED PACKING MATERIALS (5512)The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non neutral material) is prohibited. In addition, loose fill polystyrene is prohibited for shipboard use.INSTRUCTIONS FOR MARKING DISTRIBUTION STATEMENT (5513)The Contractor shall comply with the instructions cited below for placement of the distribution statement associated with data. The applicable distribution statement is identified on each Contract Data Requirements List (DD Form 1423-1). The distribution statement shall be displayed conspicuously on technical documents so as to be recognized readily by receipts. The distribution statement shall appear on each front cover and title page of a report. If the technical document does not have a cover or title page, the applicable distribution statement shall be stamped or typed on the front page in a conspicuous position.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 80 of 166

FINAL 

SECTION E INSPECTION AND ACCEPTANCE

SECTION E INSPECTION AND ACCEPTANCEAll provisions and clauses in SECTION E of the basic contractapply to this task order, unless otherwise specified in this task order.INSPECTION AND ACCEPTANCE TERMSSupplies/services will be inspected/accepted at DESTINATION.INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA (5602)Inspection and acceptance of all data shall be as specified in the Contract Data Requirements List as described within the SOW. CLAUSES INCORPORATED BY REFERENCE52.246-5 Inspection of Services-Cost Reimbursement APR 1984

GOVERNMENT FURNISHED MATERIAL (NAVSEA) (MAY 1995)Government Furnished Material: When material is furnished by the Government, thecontractor's procedures shall include at least the following:(a) Examination upon receipt, consistent with practicality, to detect damage in transit;(b) Inspection for completeness and proper type;(c) Periodic inspection and precautions to assure adequate storage conditions and toguard against damage from handling and deterioration during storage;(d) Functional testing, either prior to or after installation, or both, as required bycontract to determine satisfactory operation;(e) Identification and protection from improper use or disposition; and(f) Verification of quantity.Damaged Government Furnished Material: The contractor shall report to the Governmentrepresentative any Government-furnished property found damaged, malfunctioning, orotherwise unsuitable for use. In event of damage or malfunction during or afterinstallation, the contractor shall determine and record probable cause and necessity forwithholding material from use.Bailed Property: The contractor shall, as required by the terms of the BailmentAgreement, establish procedures for the adequate storage, maintenance, and inspection ofbailed Government property. Records of all inspections and maintenance performed onbailed property shall be maintained. These procedures and records shall be subject toreview by the Government representative.[As used in the foregoing, the term "material" applies to Government-furnished equipmentto be installed in or furnished with the end item. The term "property" is Governmentequipment that is used in the fabrication or assembly of the end item, and

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 81 of 166

FINAL 

is notdelivered as part of the end item.]NOTE: Government representative means Contracting Officer

CLAUSES INCORPORATED BY REFERENCE

52.246-3 Inspection of Supplies-Cost Reimbursement MAY 2001 52.246-5 Inspection of Services-Cost Reimbursement APR 1984 252.246-7000 Material Inspection and Receiving Report MAR 2003

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 82 of 166

FINAL 

SECTION F DELIVERABLES OR PERFORMANCE

CLIN - DELIVERIES OR PERFORMANCE

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

1000 3/7/2007 - 3/6/2012

1100 3/7/2008 - 3/6/2012

1200 3/7/2009 - 3/6/2012

1201 3/7/2009 - 3/6/2012

3000 3/7/2007 - 3/6/2012

3100 3/7/2008 - 3/6/2012

3200 3/7/2009 - 3/6/2012

3201 2/5/2010 - 3/6/2012

3500 3/7/2007 - 3/6/2012

3600 3/7/2008 - 3/6/2012

3700 3/7/2009 - 3/6/2012

4000 3/7/2010 - 3/6/2012

4100 3/7/2011 - 3/6/2012

6000 3/7/2010 - 3/6/2012

6100 3/7/2011 - 3/6/2012

6500 3/7/2010 - 3/6/2012

6600 3/7/2011 - 3/6/2012

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 83 of 166

FINAL 

SECTION G CONTRACT ADMINISTRATION DATA

All provisions and clauses in SECTION G of the basic contract apply to this task order, unless otherwise specified in this task order.

Contracting Officer's Representative (COR)Savannah Quigley, Code CXLM300 Hwy 361, Bldg 3373Crane, IN 47522-5001 [email protected](812) 854-8200

Alternate Contracting Officer's Representative (ACOR)Nona Bradley, Code CXLM300 Hwy 361, Bldg 3373Crane, IN [email protected](812) 854-4343

SECURITY ADMINISTRATION (5806)The highest level of security required under this contract is TOP SECRET as designated on DD Form 254 attached hereto and made a part hereof. The Commander, Defense Security Service, Director of Industrial Security, Shelbyville Indiana, is designated Security Administrator for the purpose of administering all elements of military security hereunder.

INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICESInvoices for services rendered under this Contract shall be submitted electronically through Wide Area Work Flow – Receipt and Acceptance (WAWF).  The vendor shall self-register at the web site https://wawf.eb.mil.  Vendor training is available on the internet at https://wawftraining.eb.mil. Additional support can be accessed by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293).  Select the Cost Voucher within WAWF as the invoice type. The cost voucher prepares the interim voucher. Back up documentation (such as timesheets, cost breakdowns, etc.) can be included and attached to the invoice in WAWF.  Attachments created in any Microsoft Office product are attachable to the invoice in WAWF.  The following information regarding Naval Surface Warfare Center, Crane, Indiana is provided for completion of the invoice in WAWF:

PAY DODAAC: HQ0338WAWF Invoice Type: Cost VoucherIssue by DODAAC: N00164Admin DODAAC: S2101ADCAA DODAAC (if applicable): N/AOF AWARD Service Approver:  N00164Inspect by DODAAC: N/AService Acceptor DODAAC N00164LPO DODAAC: N/A

The contractor shall submit invoices for payment per contract terms. The contractor shall invoice per ACRN by SLIN (sub-contract line item number).

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 84 of 166

FINAL 

The Government shall process invoices for payment per contract terms. Payment is not to be pro-rated across ACRNs. ACRNs are to be paid in accordance with contractor's invoice.  After clicking the submit button a Notice or successful/unsuccessful submission screen will appear. This screen allows you to enter an additional e-mail notification address. You must click on the “Send More E-mail Notifications” link and add the e-mail address listed below for submittal of the acceptor:

Or e-mail the invoice to the following address: Contracting Officer's Representative (COR)Savannah Quigley, Code CXLM300 Hwy 361, Bldg 3373Crane, IN [email protected](812) 854-8200

Alternate Contracting Officer's Representative (ACOR)Nona Bradley, Code CXLM300 Hwy 361, Bldg 3373Crane, IN [email protected](812) 854-4343

Additional WAWF Information:  On the Miscellaneous Tab of the invoice in WAWF attach the cost breakdown for the cost voucher amount being submitted IAW the invoicing instructions.

CONTRACT ADMINISTRATION DATA LANGUAGE (5802)Enter below the address (street and number, city, county, state and zip code) of the Contractor’s facility which will administer the task order if such address is different from the address shown on the proposal.

Address:___________________________________________

Street & number ____________________________________

City & State ____________________________________

County ____________________________________

Zip Code ____________________________________ CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS) (JAN 2001)(a) Pursuant to FAR 42.1502, this task order is subject to DoD's Contractor Performance Assessment Rating System (CPARS). CPARS is an automated centralized information system accessible via the Internet that maintains reports of contractor performance for each contract/task order. CPARS is located at http://www.cpars.navy.mil/. Further information on CPARS is available at that web-site.

(b) Under CPARS, the Government will conduct annual evaluations of the contractor's performance. The contractor has thirty (30) days after the Government's evaluation is completed to comment on the evaluation. The opportunity to review and comment is limited to this time period and will not be extended. Failure to review the report at this time will not prevent the Government from using the report.

(c) The contractor may request a meeting to discuss the CPAR. The meeting is to be requested via e-mail to the CPARS Program Manager no later than seven days following receipt of the CPAR. A meeting will then be held during the contractor’s 30-day review period.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 85 of 166

FINAL 

(d) The CPARS system requires the Government to assign the contractor a UserID and password in order to view and comment on the evaluation. Provide the name(s) of at least one individual (not more than three) that will be assigned as your Defense Contractor Representative for CPARS. Name Phone E-mail Address (optional)

PURCHASING OFFICE REPRESENTATIVE:Jerry DagueCODE CXNM-SK, Bldg 64 NAVSURFWARCENDIV300 Highway 361Crane, IN  47522-5011 Telephone (812) 854-4771 e-mail: [email protected]

EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)(a)  As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout.  The term "residual dollar amount" shall include all money that would otherwise be owed to either part at the end of the contract except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded.  For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law.

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

Accounting DataSLINID PR Number Amount -------- ---------------------- --------------------- 100001 25000.00 LLA : A1 97X4930 NH1J 000 77777 0 00164 2F 000000 66R60 B668734 Reqn 7066-5061 Amt. for Performance $23,585 Amt. for Fixed Fee $ 1,415 BASE Funding 25000.00 Cumulative Funding 25000.00 MOD 01 100002 25000.00 LLA : A2 97X4930 NH1J 000 77777 0 00164 2F 000000 66R67 B874421 Incremental funding for CLIN 1000 Base Year Reqn. 7101-8987 ACRN A2 TI 4042-01 MOD 01 Funding 25000.00 Cumulative Funding 50000.00 MOD 02 100003 25000.00 LLA : A3 1761109 4640 310 67854 067443 2D 4640B2 45006MP64352

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 86 of 166

FINAL 

Standard Number: M9545006MP64352 Reqn. 7114-3864 ACRN A2 Doc. No. M9545006MP64352 TI 4042-01 MOD 02 Funding 25000.00 Cumulative Funding 75000.00 MOD 03 100004 342.00 LLA : A4 9770100 56SF SC7 52ST T4DT08 010000 59200 016402 667100 F67100 FSR 035812 PSR 90 7605 DSR 201626 Reqn. 7131-7546 ACRN A4 Doc. No. F2VUG06342G001 TI 4042-03 300001 10421.00 LLA : A4 9770100 56SF SC7 52ST T4DT08 010000 59200 016402 667100 F67100 FSR 035812 PSR 90 7605 DSR 201626 Reqn. 7131-7563 ACRN A4 Doc. No. F2VUG06342G001 TI 4042-03 300002 10000.00 LLA : A5 9770400 56SF SE7 52ST S100ST 000000 59200 046401 667100 F67100 FSR 035813 PSR 11 9075 DSR 220769 Reqn. 7130-7055 ACRN A5 Doc. No. F2VUG07099G002 TI 4042-03 MOD 03 Funding 20763.00 Cumulative Funding 95763.00 MOD 04 100005 40000.00 LLA : A6 97X4930 NH1J 000 77777 0 00164 2F 000000 66R60 B47DT66 Reqn. 7163-1102 ACRN A6 TI 004 100006 10000.00 LLA : A7 97X4930 NH1J 000 77777 0 00164 2F 000000 66R60 B664079 Reqn. 7171-2330 ACRN A7 TI 005 100007 18000.00 LLA : A8 97X4930 NH1J 000 77777 0 00164 2F 000000 66R62 B664030 Reqn. 7158-3868 ACRN A8 TI 006 100008 46000.00 LLA : A9 97X4930 NH1J 000 77777 0 00164 2F 00000 66R62 B664097 Reqn. 7158-3780 ACRN A9 TI 007 100009 50000.00 LLA : B1 97X4930 NH1J 000 77777 0 00164 2F 000000 66R60 B686352

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 87 of 166

FINAL 

Reqn. 7158-5010 ACRN B1 TI 008 300003 2000.00 LLA : A8 97X4930 NH1J 000 77777 0 00164 2F 000000 66R62 B664030 Reqn. 7158-3882 ACRN A8 TI 0006 300004 4000.00 LLA : A9 97X4930 NH1J 000 77777 0 00164 2F 00000 66R62 B664097 Reqn. 7158-3863 ACRN A9 TI 0007 MOD 04 Funding 170000.00 Cumulative Funding 265763.00 MOD 05 100010 24000.00 LLA : B2 1711711 A224 253 3PWML 0 068342 2D 000000 23151400203K (AA) Reqn. 7179-1098 ACRN B2 Doc. No. N0002403WX21607 TI 009 100011 24000.00 LLA : B3 1721711 A224 253 3PWML 0 068342 2D 000000 23166400203K (AA) Reqn. 7179-1120 ACRN B3 Doc. No. N0002403WX20307 TI 009 100012 16000.00 LLA : B4 1731711 A224 253 SJWML 0 068342 2D 000000 23163400202K (AB) Reqn. 7179-1122 ACRN B4 Doc. No. N0002403WX21309 TI 009 100013 24000.00 LLA : B5 1741711 1224 253 SJWML 0 068342 2D 000000 55685400203K (AA) Reqn. 7179-1129 ACRN B5 Doc. No. N0002405WX20656 TI 009 100014 40000.00 LLA : B6 176810 A2TC 252 SASWS 0 068342 2D 000000 TC0580000000 (AA) Reqn. 7179-1130 ACRN B6 Doc. No. N0002406WX30885 TI 009 300005 8000.00 LLA : B7 1751811 1317 253 SJWTL 0 068342 2D 000000 3015A400001G (AB) Reqn. 7179-1149 ACRN B7 Doc No N0002405WX21682 TI 0009 MOD 05 Funding 136000.00 Cumulative Funding 401763.00

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 88 of 166

FINAL 

MOD 06 100015 7400.00 LLA : B8 97X4930 NH1J 000 77777 0 000164 2F 000000 66R67B874470 Reqn. 71982645 ACRN B8 TI 001 100016 20000.00 LLA : B9 97X4930 NH1J 000 77777 0 000164 2F 000000 66R67B668245 Reqn. 71982281 ACRN B9 TI 013 100017 10000.00 LLA : C1 97X4930 NH1J 000 77777 0 000164 2F 000000 66R67B85P017 Reqn. 71982681 ACRN C1 TI 013 100018 9500.00 LLA : C2 A1 97X4930 NH1J 000 77777 0 00164 2F 000000 66R60 B668734 Reqn. 71982721 ACRN C2 TI 013 MOD 06 Funding 46900.00 Cumulative Funding 448663.00 MOD 07 100019 4000.00 LLA : C3 97X4930 NH1J 000 77777 0 000164 2F 000000 64R49B644044 Reqn. 71993897 ACRN C3 TI 005T1 300006 2000.00 LLA : C3 97X4930 NH1J 000 77777 0 000164 2F 000000 64R49B644044 Reqn. 71993982 ACRN C3 TI 005T1 MOD 07 Funding 6000.00 Cumulative Funding 454663.00 MOD 08 100020 40000.00 LLA : C4 97X4930 NH1J 000 77777 0 000164 2F 000000 66R60B664051 Reqn. 7206-8282 ACRN C4 TI 005 100021 19572.00 LLA : C5 97X4930 NH1J 000 77777 0 000164 2F 000000 66R62B82M701 Reqn. 7213-1940 ACRN C5 TI 012 MOD 08 Funding 59572.00 Cumulative Funding 514235.00 MOD 09

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 89 of 166

FINAL 

100022 14935.00 LLA : B6 1761810 A2TC 252 SASWS 0 068342 2D 000000 TC0580000000 (AA) Reqn. 7219-1850 ACRN B6 Doc. No. N0002406WX30885 TI 014 100023 14935.00 LLA : C6 1751811 1224 253 SJWML 0 068342 2D 000000 55688400203K (AB) Reqn. 7219-1834 ACRN C6 Doc. No. N0002406WX21112 TI 014 100024 840000.00 LLA : C8 2172020 0000 5E-5E22 P114034.00000 25FB S01021 CRN: MIPR7HCRANE002 MRRN: 9U767MN CITUPMUA MDEP: FL6P JONO: 79UPMO CMD Desig: L Reqn. 7221-9021 ACRN C8 Doc. No. MIPR7HCRANE002 TI 016 100025 6400.00 LLA : C9 97X4930. NH1J 000 77777 0 000164 2F 00000 66R67B663027 Reqn. 7218-9941 ACRN C9 TI 013 300007 4213.00 LLA : C7 1761811 1317 253 SJWTL 0 068342 2D 000000 23180400001G (AB) Reqn. 7219-1855 ACRN C7 Doc. No. N0002406WX21267 TI 014 300008 60000.00 LLA : C8 2172020 0000 5E-5E22 P114034.00000 25FB S01021 CRN: MIPR7HCRANE002 MRRN: 9U767MN CITUPMUA MDEP: FL6P JONO: 79UPMO CMD Desig: L Reqn. 7221-9035 ACRN C8 Doc. No. MIPR7HCRANE002 TI 016 MOD 09 Funding 940483.00 Cumulative Funding 1454718.00 MOD 10 100003 50000.00 LLA : A3 1761109 4640 310 67854 067443 2D 4640B2 45006MP64352 Standard Number: M9545006MP64352 Reqn. 7114-3864 ACRN A2 Doc. No. M9545006MP64352 TI 4042-01 100026 10000.00 LLA : D1 97X4930 NH1J 000 77777 0 000164 2F 000000 66R62 B82D62L Reqn. 7233-5111 ACRN D1 TI 008 100027 40000.00 LLA : D2 97X4930 NH1J 000 77777 0 000164 2F 000000 66R67B663041 Reqn. 7233-3780 ACRN D2

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 90 of 166

FINAL 

TI 016 100028 15000.00 LLA : D3 1761319 M4VC 250 67854 0 067443 2D C2106B 00006MPR6ET5 (AA) Reqn. 7233-3992 ACRN D3 DOC. NO. M9545006MPR6ET5 TI 011 100029 136175.00 LLA : D4 1771106 27A0 250 67854 0 067443 2D M67854 11AM7MPAMG61 (AA) Reqn. 7234-5277 ACRN D4 DOC. NO. M6785407MPAMG61 TI 011 100030 13925.00 LLA : D5 1771106 27A0 260 67854 0 067443 2D M67854 12AG7RCAGH52 (AA) Reqn. 7233-5112 ACRN D5 DOC. NO. M6785407RCAGH52 TI 012 MOD 10 Funding 265100.00 Cumulative Funding 1719818.00 MOD 11 100031 7239-8672 25000.00 LLA : D6 97X4930 NH1J 000 77777 0 000164 2F 000000 66R62B664098 100032 7239-8678 50000.00 LLA : D6 97X4930 NH1J 000 77777 0 000164 2F 000000 66R62B664098 350001 7239-8677 5000.00 LLA : D6 97X4930 NH1J 000 77777 0 000164 2F 000000 66R62B664098 350002 7239-8679 20000.00 LLA : D6 97X4930 NH1J 000 77777 0 000164 2F 000000 66R62B664098 MOD 11 Funding 100000.00 Cumulative Funding 1819818.00 MOD 12 100033 72570231 1200.00 LLA : D7 97X4930. NH1J 000 77777 0 000164 2F 000000 66R67B874486 100034 72535503 40000.00 LLA : D8 97X4930. NH1J 000 77777 0 000164 2F 000000 66R62B82J675 100035 72431053 14000.00 LLA : D9 1761319 M7KC 260 67854 0 067443 2D C2273B 00006MPR6AA8 Standard Number: M9545006MPR6AA8 (AA) MOD 12 Funding 55200.00 Cumulative Funding 1875018.00 MOD 13 100036 72689300 11856.00 LLA : E1 97X4930. NH1J 000 77777 0 000164 2F 000000 66R62B661220

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 91 of 166

FINAL 

100037 72678607 65000.00 LLA : D2 97X4930 NH1J 000 77777 0 000164 2F 000000 66R67B663041 100038 72691391 120000.00 LLA : E2 1761319 W3DK 000 RA353 0 068342 2D 000000 09467000ULP0 Standard Number: N0001407WX20811 (AA) 300009 72691400 6756.00 LLA : E2 1761319 W3DK 000 RA353 0 068342 2D 000000 09467000ULP0 Standard Number: N0001407WX20811 (AA) MOD 13 Funding 203612.00 Cumulative Funding 2078630.00 MOD 14 100039 72702671 7000.00 LLA : D2 97X4930 NH1J 000 77777 0 000164 2F 000000 66R67B663041 300010 72702651 4137.00 LLA : E3 1761319 W3DK 000 RA353 0 068342 2D 000000 09682000NCD0 Standard Number: N0001406WX21378 (AA) MOD 14 Funding 11137.00 Cumulative Funding 2089767.00 MOD 15 100040 72891395 29644.00 LLA : E4 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100B664107 100041 72891408 31485.00 LLA : E5 97X4930. NH1J 000 77777 0 000164 2F 000000 J71001664292 MOD 15 Funding 61129.00 Cumulative Funding 2150896.00 MOD 16 100042 73101444 5000.00 LLA : E6 97X4930. NH1J 000 77777 0 00164 2F 000000 J7100CW57900 MOD 16 Funding 5000.00 Cumulative Funding 2155896.00 MOD 17 100043 73442862 15184.00 LLA : B4 1731711 A224 253 SJWML 0 068342 2D 000000 23163400202K (AB) Standard Number: N0002403WX21309 (AB) 100044 73442941 24000.00 LLA : B3 1721711 A224 253 3PWML 0 068342 2D 000000 23166400203K (AA) Standard Number: N0002403WX20307 (AA) 100045 73442962 24000.00 LLA : B5 1741711 1224 253 SJWML 0 068342 2D 000000 55685400203K (AA) Standard Number: N0002405WX20656 (AA) 100046 73442983 25813.00

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 92 of 166

FINAL 

LLA : B6 1761810 A2TC 252 SASWS 0 068342 2D 000000 TC0580000000 (AA) Standard Number: N0002406WX30885 (AA) 100047 73407601 28192.00 LLA : B4 1731711 A224 253 SJWML 0 068342 2D 000000 23163400202K (AB) Standard Number: N0002403WX21309 (AB) 100048 73542596 10000.00 LLA : E8 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100B664011 100049 73542602 10000.00 LLA : E8 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100B664011 300011 73443003 8000.00 LLA : E7 1741711 1317 253 SJWTL 0 068342 2D 000000 3014A400001G Standard Number: N0002404WX21433 (AB) MOD 17 Funding 145189.00 Cumulative Funding 2301085.00 MOD 18 100041 72891408 (31485.00) LLA : E5 97X4930. NH1J 000 77777 0 000164 2F 000000 J71001664292 100050 6000.00 LLA : E9 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100B47FQ60 Reqn. No. 80170405 MOD 18 Funding -25485.00 Cumulative Funding 2275600.00 MOD 19 100050 (3000.00) LLA : E9 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100B47FQ60 Reqn. No. 80170405 110001 80350043 25000.00 LLA : F4 97X4930. NH1J 000 77777 0 000164 2F 000000 J7200CJ74335 110002 80371370 5000.00 LLA : F5 97X4930. NH1J 000 77777 0 000164 2F 000000 J7200CJ74336 110003 80453442 9881.00 LLA : F2 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100CW3C254 110004 80575695 20000.00 LLA : E6 97X4930. NH1J 000 77777 0 00164 2F 000000 J7100CW57900 110005 80478855 4400.00 LLA : F6 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100CJ74020 110006 80478856 15400.00 LLA : F7 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100CJ74033 110007 80478857 4400.00 LLA : F8 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100CJ74034

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 93 of 166

FINAL 

110008 80478858 4400.00 LLA : F9 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100CJ74036 310001 80318524 500.00 LLA : F1 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100B47FQ60 310002 80587516 4937.00 LLA : F3 97X4930. NH1J 000 77777 0 000164 2F 000000 J7200CJ78157 MOD 19 Funding 90918.00 Cumulative Funding 2366518.00 MOD 20 110009 80910024 84350.00 LLA : G1 97X4930. NH1J 000 77777 0 000164 2F 000000 J7500CG40139 110010 80809044 45000.00 LLA : G2 97X4930 NH2A 252 77777 0 050120 2F 000000 WC2218WX0030 Standard Number: N6833508WX00303 (AB) 110011 80842341 15000.00 LLA : G3 2182093 0000 5U 5U01 231000.00000 2512 JDJT MIPR8F324J7136 J7ZI 81 S12193 Standard Number: MIPR8F324J7136 (AA) MOD 20 Funding 144350.00 Cumulative Funding 2510868.00 MOD 21 110012 81025663 15000.00 LLA : G4 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100CJ79527 110013 81025664 14300.00 LLA : F7 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100CJ74033 110014 81025665 14300.00 LLA : F8 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100CJ74034 110015 81141305 24000.00 LLA : G5 1711711 6210 253 3PWGL 0 068342 2D 000000 23170400001C Standard Number: N0002404WX20444 (AA) 110016 81141318 25400.00 LLA : G6 1761810 A2CG 253 SASWS 0 068342 2D 000000 CG0040000000 Standard Number: N0002406WX30498 (AA) MOD 21 Funding 93000.00 Cumulative Funding 2603868.00 MOD 22 110017 81288561 110000.00 LLA : G7 5783080 178 4750 83710F 000000 00000 27423F 503000 F03000 FSR 016862 PSR 583112 DSR 009607 Standard Number: F2BDED8056G008 (AA) 110018 81402523 27000.00 LLA : G8 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100CJ74051

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 94 of 166

FINAL 

310003 81330440 130000.00 LLA : G9 1781319 M7KC 250 67854 0 067443 2D C2274D 8RCR8BK41222 Standard Number: M9545008RCR8BK4 (AA) RDT&EN MUST BE EXPENDED BY 30 SEPT 2008 310004 81402536 3000.00 LLA : G8 97X4930. NH1J 000 77777 0 000164 2F 000000 J7100CJ74051 310005 81288542 20000.00 LLA : G7 5783080 178 4750 83710F 000000 00000 27423F 503000 F03000 FSR 016862 PSR 583112 DSR 009607 Standard Number: F2BDED8056G008 (AA) MOD 22 Funding 290000.00 Cumulative Funding 2893868.00 MOD 23 110019 81570512 55000.00 LLA : H2 1771109 4640 310 67854 067443 2D 4640B5 45007MP74287 Standard Number: M9545007MP74287 (AA) 110020 81653628 34926.00 LLA : H1 1761810 A2TC 253 SASWS 0 068342 2D 000000 TC0560000000 Standard Number: N0002406WX30885 (AC) 110021 81653636 24049.00 LLA : G6 1761810 A2CG 253 SASWS 0 068342 2D 000000 CG0040000000 Standard Number: N0002406WX30498 (AA) 110022 81653639 20000.00 LLA : H3 1771811 1388 310 SJWCL 0 068342 2D 000000 20101400001A Standard Number: N0002407WX21667 (AB) 310006 81653643 8000.00 LLA : H4 1711711 6210 253 3PWGL 0 068342 2D 000000 23170400001D Standard Number: N0002404WX20444 (AD) MOD 23 Funding 141975.00 Cumulative Funding 3035843.00 MOD 24 110023 81728161 20000.00 LLA : H7 H5 97X4930. NH1J 000 77777 0 000164 2F 000000 J7500CW68027 110024 81728151 1400.00 LLA : H6 97X4930. NH1J 000 77777 0 000164 2F 000000 J7500CW4CV03 110025 81769318 75000.00 LLA : H5 2182093 0000 5U 5U01 232000.00000 2512 JDJT MIPR8G324J7252 J7ZO 81 S12193 Standard Number: MIPR8G324J7252 (AA) 310007 81728158 250.00 LLA : H6 97X4930. NH1J 000 77777 0 000164 2F 000000 J7500CW4CV03 MOD 24 Funding 96650.00 Cumulative Funding 3132493.00 MOD 25

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 95 of 166

FINAL 

110025 81769318 (75000.00) LLA : H5 2182093 0000 5U 5U01 232000.00000 2512 JDJT MIPR8G324J7252 J7ZO 81 S12193 Standard Number: MIPR8G324J7252 (AA) MOD 25 Funding -75000.00 Cumulative Funding 3057493.00 MOD 26 110026 876091.00 LLA : H8 21 8 2035 0000 5E-5E22 5280955.50610 25FB/2516 S01021 CRN MIPR8CRANEKTR01 JONO 8 9UBM4 CC 9U0000 Standard Number: MIPR8CRANEKTR01 (AA) Reqn. No. 82103459 310008 20309.00 LLA : H8 21 8 2035 0000 5E-5E22 5280955.50610 25FB/2516 S01021 CRN MIPR8CRANEKTR01 JONO 8 9UBM4 CC 9U0000 Standard Number: MIPR8CRANEKTR01 (AA) Reqn. No. 82103480 MOD 26 Funding 896400.00 Cumulative Funding 3953893.00 MOD 27 110027 20000.00 LLA : H9 1781319 W232 000 RA309 0 068342 2D 000000 00002000TET0 Req No. 82252540 Doc No. N0001408WX20189 (AA) 110028 80000.00 LLA : J1 5763080 176 4750 834012 000180 00000 27434F 503000 FSR 003484 PSR 314665 DSR 663 681 Req No. 82241755 MIPR No. F2BDED6040G001 110029 27520.00 LLA : J2 97X4930 NH1J 000 77777 0 000164 2F 000000 J7300CJ74051 Req No. 82348409 110030 6880.00 LLA : J3 97X4930 NH1J 000 77777 0 000164 2F 000000 J7300CJ74050 Req. No 82348402 110031 10000.00 LLA : J5 J4 97X4930 NH1J 000 77777 0 000164 2F 000000 J7200CJ78332 Req. No. 82348997 310009 2000.00 LLA : J4 97X4930 NH1J 000 77777 0 000164 2F 000000 J7200CJ78332 Req. No. 82275052 310010 20000.00 LLA : J1 5763080 176 4750 834012 000180 00000 27434F 503000 FSR 003484 PSR 314665 DSR 663 681 Req. No. 82241741 MIPR No. F2BDED6040G001 (AA) 310011 6183.00 LLA : J5 97X4930 NH1J 000 77777 0 000164 2F 000000 J7500CJ78126 Req. No. 82390962

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 96 of 166

FINAL 

MOD 27 Funding 172583.00 Cumulative Funding 4126476.00 MOD 28 110032 82591448 41376.00 LLA : J6 1751811 1224 312 SJWML 0 068342 2D 000000 55688400203A Standard Number: N0002406WX21112 (AA) 110033 82591417 24000.00 LLA : B3 1721711 A224 253 3PWML 0 068342 2D 000000 23166400203K (AA) Standard Number: N0002403WX20307 (AA) 110034 82591436 16000.00 LLA : B4 1731711 A224 253 SJWML 0 068342 2D 000000 23163400202K (AB) Standard Number: N0002403WX21309 (AB) 110035 82591442 48000.00 LLA : B5 1741711 1224 253 SJWML 0 068342 2D 000000 55685400203K (AA) Standard Number: N0002405WX20656 (AA) 110036 82591455 16000.00 LLA : C7 1761811 1317 253 SJWTL 0 068342 2D 000000 23180400001G (AB) Standard Number: N0002406WX21267 (AB) 110037 82591462 8000.00 LLA : J7 1781811 1317 253 SJWTY 0 068342 2D 000000 23181400001G Standard Number: N0002408WX20896 (AB) 110038 82275051 17400.00 LLA : F3 97X4930. NH1J 000 77777 0 000164 2F 000000 J7200CJ78157 110039 82497413 28400.00 LLA : J8 21 8 2020 6X-6X18 42212300000 25AB S01021 88XFMR/8X8FMR02D1/8X7017 Standard Number: 8X8FMR02D1 (AA) 110040 82623449 37000.00 LLA : J9 1781319 W3TP 000 RA309 0 068342 2D 000000 02223000MFC0 Standard Number: N0001408WX20924 (AA) 110041 82665841 4015.00 LLA : K1 1761506 U1CW 310 00019 0 050120 2D 000000 A00000014189 Standard Number: N0001908WX13828 (AA) 310012 82612761 9000.00 LLA : K2 97X4930 NH1J 000 77777 0 000164 2F 000000 J7300CJ74357 MOD 28 Funding 249191.00 Cumulative Funding 4375667.00 MOD 29 110039 82497413 (28400.00) LLA : J8 21 8 2020 6X-6X18 42212300000 25AB S01021 88XFMR/8X8FMR02D1/8X7017 Standard Number: 8X8FMR02D1 (AA) MOD 29 Funding -28400.00 Cumulative Funding 4347267.00 MOD 30

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 97 of 166

FINAL 

110042 65000.00 LLA : K3 2182093 0000 5U 5U01 232000.00000 2512 JDJT MIPR8G324J7252 J7ZO 81 S12193 Standard Number: MIPR8G324J7252 (AA) Reqn No. 83241566 110043 10000.00 LLA : K3 2182093 0000 5U 5U01 232000.00000 2512 JDJT MIPR8G324J7252 J7ZO 81 S12193 Standard Number: MIPR8G324J7252 (AA) Reqn No. 83241571 110044 20000.00 LLA : K4 K2 97X4930 NH1J 000 77777 0 000164 2F 000000 J7000CJ79058 Reqn No. 83241542 110045 10000.00 LLA : K5 5783080 178 4750 834012 000000 00000 27434F 503000 FSR 016976 PSR 583554 DSR 006 989 Standard Number: F2BDED8233G001 (AA) Reqn No. 82959402 110046 25040.00 LLA : K6 1771506 U1CW 310 00019 0 050120 2D 000000 A00000014697 Standard Number: N0001908WX13848 Reqn No. 83179326 110047 104864.00 LLA : K7 1791319 M7KC 260 67854 067443 2D C2273G 9RCR9AL311J6 Standard Number: M9545009RCR9AL3 Reqn No. 83179023 110048 472214.00 LLA : K8 1791319 W232 000 RA309 0 068342 2D 000000 00907000IP20 Standard Number: N0001409WX20432 Reqn No. 83117961 110049 20000.00 LLA : K9 97X4930 NH1J 000 77777 0 000164 2F 000000 J7300DJ79003 Reqn No. 83262448 110050 936.00 LLA : L3 1771506 U1CW 310 00019 0 050120 2D 000000 A00000014661 Standard Number: N0001908WX13844 Reqn No. 83303514 310013 17262.00 LLA : K8 1791319 W232 000 RA309 0 068342 2D 000000 00907000IP20 Standard Number: N0001409WX20432 Reqn No. 83117963 310014 19737.00 LLA : K7 1791319 M7KC 260 67854 067443 2D C2273G 9RCR9AL311J6 Standard Number: M9545009RCR9AL3 Reqn No. 83179027 310015 33000.00 LLA : L1 97X4930 NH1J 000 77777 0 000164 2F 000000 J7200DJ79006 Reqn No. 83241532 310016 4362.00 LLA : L2 97X4930 NH1J 000 77777 0 000164 2F 000000 J7000CJ79058 Reqn No. 83241564 310017 3076.00

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 98 of 166

FINAL 

LLA : G2 97X4930 NH2A 252 77777 0 050120 2F 000000 WC2218WX0030 Standard Number: N6833508WX00303 Reqn No. 83303508 MOD 30 Funding 805491.00 Cumulative Funding 5152758.00 MOD 31 110043 (10000.00) LLA : K3 2182093 0000 5U 5U01 232000.00000 2512 JDJT MIPR8G324J7252 J7ZO 81 S12193 Standard Number: MIPR8G324J7252 (AA) Reqn No. 83241571 110051 45000.00 LLA : L4 1791319 W232 000 RA309 0 068342 2D 000000 00077000TET0 Standard Number: N0001409WX20197 Reqn No. 83315097 310018 10000.00 LLA : K3 2182093 0000 5U 5U01 232000.00000 2512 JDJT MIPR8G324J7252 J7ZO 81 S12193 Standard Number: MIPR8G324J7252 (AA) Reqn No. 83241571 310019 5000.00 LLA : L4 1791319 W232 000 RA309 0 068342 2D 000000 00077000TET0 Standard Number: N0001409WX20197 Reqn No. 83315099 MOD 31 Funding 50000.00 Cumulative Funding 5202758.00 MOD 32 110052 10000.00 LLA : L5 1761811 1317 252 SJWTL 0 068342 2D 000000 23180400001A Standard Number: N0002406WX21267 (AA) Reqn No. 90120157 110053 77623.00 LLA : L6 17771810 A2CG 312 SASWS 0 068342 2D 000000 CG0040000010 Standard Number: N0002407WX30774 (AB) Reqn No. 90120153 110054 45000.00 LLA : L7 97X4930 NH1J 000 77777 0 000164 2F 000000 J7400DJ74006 Reqn No. 83655828 110055 25000.00 LLA : L8 1791804 8RZ3 253 SASLM 0 068342 2D 000000 000310000000 Standard Number: N0002409WX70377 (AA) Reqn No. 83595343 110056 80000.00 LLA : L9 1781109 4640 310 67854 067443 2D 4640SX 9MP8482611O5 Standard Number: M9545009MP84826 (AA) Reqn No. 90141879 110057 16000.00 LLA : M1 97X4930 NH1J 000 77777 0 000164 2F 000000 J7000DJ71056 Reqn No. 90152216 110058 114305.64

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 99 of 166

FINAL 

LLA : M2 97X4930 NH1J 000 77777 0 000164 2F 000000 J7300DJ72011 Reqn No. 90152197 310020 5000.00 LLA : L7 97X4930 NH1J 000 77777 0 000164 2F 000000 J7400DJ74006 Reqn No. 83655816 310021 10000.00 LLA : L9 1781109 4640 310 67854 067443 2D 4640SX 9MP8482611O5 Reqn No. 90141895 MOD 32 Funding 382928.64 Cumulative Funding 5585686.64 MOD 33 110054 (45000.00) LLA : L7 97X4930 NH1J 000 77777 0 000164 2F 000000 J7400DJ74006 Reqn No. 83655828 110059 16000.00 LLA : M3 5783080 178 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 016862 PSR 583112 DSR 303856 Standard Number: F2BDED8266G002 (AA) Reqn No. 90362644 110060 15000.00 LLA : M4 97X4930 NH1J 000 77777 0 000164 2F 000000 J5000DJ5D079 Reqn No. 90341405 110061 25000.00 LLA : M5 97X4930 NH1J 000 77777 0 000164 2F 000000 J5000DJ5D019 Reqn No. 90341409 110062 40000.00 LLA : M6 97X4930 NH1J 000 77777 0 000164 2F 000000 J5000DJ5D087 Reqn No. 90341413 110063 7000.00 LLA : M7 1781109 4631 310 67854 067443 2D 463117 9RC848 6511Q8 Standard Number: M9545009RC84865 (AA) Reqn No. 90279043 310020 (5000.00) LLA : L7 97X4930 NH1J 000 77777 0 000164 2F 000000 J7400DJ74006 Reqn No. 83655816 310022 7000.00 LLA : M5 97X4930 NH1J 000 77777 0 000164 2F 000000 J5000DJ5D019 Reqn No. 90341412 310023 2000.00 LLA : M6 97X4930 NH1J 000 77777 0 000164 2F 000000 J5000DJ5D087 Reqn No. 90341422 310024 3000.00 LLA : M7 1781109 4631 310 67854 067443 2D 463117 9RC848 6511Q8 Standard Number: M9545009RC84865 (AA) Reqn No. 90279050

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 100 of 166

FINAL 

MOD 33 Funding 65000.00 Cumulative Funding 5650686.64 MOD 34 110064 58000.00 LLA : M8 97X4930 NH1J 000 77777 0 000164 2F 000000 G1200DG6L042 Reqn No. 90500275 MOD 34 Funding 58000.00 Cumulative Funding 5708686.64 MOD 35 120001 100000.00 LLA : M9 1781319 M7KC 250 67854 067443 2D C22749 9RCR8GD512L2 Standard Number: M9545009RCR8GD5 (AA) Reqn No. 90583998 120002 26000.00 LLA : L4 1791319 W232 000 RA309 0 068342 2D 000000 00077000TET0 Standard Number: N0001409WX20197 (AA) Reqn No. 90615791 120003 50000.00 LLA : M9 1781319 M7KC 250 67854 067443 2D C22749 9RCR8GD512L2 Standard Number: M9545009RCR8GD5 (AA) Reqn No. 90615756 MOD 35 Funding 176000.00 Cumulative Funding 5884686.64 MOD 36 120004 88692.00 LLA : N1 1791106 27A0 250 67854 067443 2D M67854 9RCPH83712BK Standard Number: M6785409RCPH837 (AA) Reqn No. 90850003 120005 31000.00 LLA : N2 1791106 27M0 250 67856 067443 2D M30407 9RC3R0303RDN Standard Number: M3040709RC3R030 (AA) Reqn No. 90701478 120006 50000.00 LLA : L4 1791319 W232 000 RA309 0 068342 2D 000000 00077000TET0 Standard Number: N0001409WX20197 (AA) Reqn No. 90775569 120007 20000.00 LLA : N3 97X4930 NH1J 000 77777 0 000164 2F 000000 J7400DJ74012 Reqn No. 90798126 120008 81355.00 LLA : N1 1791106 27A0 250 67854 067443 2D M67854 9RCPH83712BK Standard Number: M6785409RCPH837 (AA) Reqn No. 90849858 320001 10000.00 LLA : M9 1781319 M7KC 250 67854 067443 2D C22749 9RCR8GD512L2 Standard Number: M9545009RCR8GD5 (AA) Reqn No. 90585063 320002 8000.00

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 101 of 166

FINAL 

LLA : N2 1791106 27M0 250 67856 067443 2D M30407 9RC3R0303RDN Standard Number: M3040709RC3R030 (AA) Reqn No. 90711849 320003 73762.00 LLA : N5 97X4930 NH1J 000 77777 0 000164 2F 000000 J7000DW30471 Reqn No. 90849611 320004 17965.00 LLA : N1 1791106 27A0 250 67854 067443 2D M67854 9RCPH83712BK Standard Number: M6785409RCPH837 (AA) Reqn No. 90849867 MOD 36 Funding 380774.00 Cumulative Funding 6265460.64 MOD 37 120009 30000.00 LLA : N6 97X4930. NH1J 000 77777 0 000164 2F 000000 J7000DJ76018 REQN. NO. 9089-1152 TI 039 120010 35000.00 LLA : N7 97X4930. NH1J 000 77777 0 000164 2F 000000 G6100 DG6L021 REQN. NO. 9091-2438 TI 034 120011 25000.00 LLA : N8 97X4930. NH1J 000 77777 0 000164 2F 000000 G6100 DG6L019 REQN. NO. 9091-2465 TI 038 120012 25000.00 LLA : N9 97X4930. NH1J 000 77777 0 000164 2F 000000 G6100 DG6L027 REQN. NO. 9091-2471 TI 037 120013 25000.00 LLA : P1 97X4930. NH1J 000 77777 0 000164 2F 000000 G6100 DG6L095 REQN. NO. 9091-2529 TI 036 120014 10000.00 LLA : P2 97X4930. NH1J 000 77777 0 000164 2F 000000 G6100 DG37232 REQN. NO. 9091-2532 TI 033 120015 80000.00 LLA : P3 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000 DJ5D099 REQN. NO. 9091-2729 TI 026 120016 40000.00 LLA : P4 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000 DJ5D021 REQN. NO. 9091-2735 TI 027 320005 15000.00 LLA : N7 97X4930. NH1J 000 77777 0 000164 2F 000000 G6100 DG6L021 REQN. NO. 9091-2461 TI 034

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 102 of 166

FINAL 

320006 5000.00 LLA : N8 97X4930. NH1J 000 77777 0 000164 2F 000000 G6100 DG6L019 REQN. NO. 9091-2468 TI 038 320007 3000.00 LLA : P3 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000 DJ5D099 REQN. NO. 9091-2733 TI 026 320008 6000.00 LLA : P4 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000 DJ5D021 REQN. NO. 9091-2736 TI 027 MOD 37 Funding 299000.00 Cumulative Funding 6564460.64 MOD 38 120017 142695.00 LLA : N5 97X4930 NH1J 000 77777 0 000164 2F 000000 J7000DW30471 Reqn No. 90849591 120018 20000.00 LLA : P5 5783080 178 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 016862 PSR 583112 DSR 157481 Standard Number: F2BDED9062G006 (AA) Reqn No. 90901974 120019 40000.00 LLA : P6 5793080 179 4750 83710F 000000 000000 27423F 503000 F03000 ALD AA FSR 018196 PSR 408124 DSR 023016 Standard Number: F2BDED9041G002 (AA) Reqn No. 91111503 120020 15000.00 LLA : P7 5783080 178 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 016862 PSR 583 112 DSR 263686 Standard Number: F2BDED8226G001 (AA) Reqn No. 91143324 120021 22000.00 LLA : P8 97X4930 NH1J 000 77777 0 000164 2F 000000 J7400DJ74014 Reqn No. 91217569 120022 171250.00 LLA : P9 97X4930. AA3A 65 0000 MAAV00001NZ 001AA 25BB 00 S02M54 55A00 MIPR9GDAV75427 S121 26 Reqn No. 91185171 120023 96050.00 LLA : Q2 97X4930 NH1J 000 77777 0 000164 2F 000000 G4700CG40139 Reqn No. 91248003 120024 50000.00 LLA : Q3 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6L054 Reqn No. 91279953 120025 159894.00 LLA : Q4 97X4930 AA3A 65 0000 MAAV00001NZ 001AA 25BB 00 R03PKE 55A00 MIPR9GDAV75428 S1212 6 Standard Number: MIPR9GDAV75428 (AA)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 103 of 166

FINAL 

Reqn No. 91258680 320009 73000.00 LLA : P5 5783080 178 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 016862 PSR 583112 DSR 157481 Standard Number: F2BDED9062G006 (AA) Reqn No. 90901756 320010 7000.00 LLA : P6 5793080 179 4750 83710F 000000 000000 27423F 503000 F03000 ALD AA FSR 018196 PSR 408124 DSR 023016 Standard Number: F2BDED9041G002 (AA) Reqn No. 91111512 320011 5000.00 LLA : P7 5783080 178 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 016862 PSR 583 112 DSR 263686 Standard Number: F2BDED8226G001 (AA) Reqn No. 91143336 320012 550.00 LLA : Q1 97X4930 NH1J 000 77777 0 000164 2F 000000 J7500DJ3BR26 Reqn No. 91195866 320013 75500.00 LLA : P9 97X4930. AA3A 65 0000 MAAV00001NZ 001AA 25BB 00 S02M54 55A00 MIPR9GDAV75427 S121 26 Reqn No. 91185203 320014 8801.00 LLA : N1 1791106 27A0 250 67854 067443 2D M67854 9RCPH83712BK Standard Number: M6785409RCPH837 (AA) Reqn No. 91270164 320015 10000.00 LLA : Q3 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6L054 Reqn No. 91279969 MOD 38 Funding 896740.00 Cumulative Funding 7461200.64 MOD 39 120026 95000.00 LLA : Q5 1781109 4640 310 67854 067443 2D 464003 9MP8494411S4 Standard Number: M9545009MP84944 (AA) Reqn No. 91331803 120027 15000.00 LLA : Q6 5783080 178 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 016862 PSR 583112 DSR 002019 Standard Number: F2BDED8056G007 (AA) Reqn No. 91342643 120028 5000.00 LLA : P7 5783080 178 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 016862 PSR 583112 DSR 263686 Standard Number: F2BDED8226G001 (AA) Reqn No. 91342744 120029 25000.00 LLA : Q7 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6L083 Reqn No. 91393741

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 104 of 166

FINAL 

320016 10000.00 LLA : Q6 5783080 178 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 016862 PSR 583112 DSR 002019 Standard Number: F2BDED8056G007 (AA) Reqn No. 91342652 320017 363165.00 LLA : P7 5783080 178 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 016862 PSR 583112 DSR 263686 Standard Number: F2BDED8226G001 (AA) Reqn No. 91342748 MOD 39 Funding 513165.00 Cumulative Funding 7974365.64 MOD 40 120030 66000.00 LLA : Q8 2192020 0000 5E-5E22 135197 00000 2516 S01021 CRN MIPR9CRANEKTR01 JONO 99USUA CC 9U0000 Standard Number: MIPR9CRANEKTR01 (AA) Reqn No. 91499118 120031 45000.00 LLA : Q9 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6M063 Reqn No. 91530011 120032 23000.00 LLA : P2 97X4930. NH1J 000 77777 0 000164 2F 000000 G6100 DG37232 Reqn No. 91540608 120033 40000.00 LLA : R1 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6L008 Reqn No. 91540648 120034 75000.00 LLA : P4 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000 DJ5D021 Reqn No. 91615058 120035 50000.00 LLA : R2 1791109 4650 310 67854 067443 2D 4650B9 9RC94339116U Standard Number: M9545009RC94339 (AA) Reqn No. 91678021 120036 50000.00 LLA : R2 1791109 4650 310 67854 067443 2D 4650B9 9RC94339116U Standard Number: M9545009RC94339 (AA) Reqn No. 91678023 120037 40000.00 LLA : R2 1791109 4650 310 67854 067443 2D 4650B9 9RC94339116U Standard Number: M9545009RC94339 (AA) Reqn No. 91678025 120038 11762.00 LLA : L4 1791319 W232 000 RA309 0 068342 2D 000000 00077000TET0 Standard Number: N0001409WX20197 (AA) Reqn No. 91678034 120039 2067.98 LLA : R3 97X4930 AA3A 65 0000 MAAF00001NZ001AA 25BB 00 R12M48 55A00 MIPR9HDAV75472 S12126 Standard Number: MIPR9HDAV75472 (AA) Reqn No. 91637058

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 105 of 166

FINAL 

120040 2066.72 LLA : R4 97X4930 AA3A 65 0000 MAAF00001NZ001AA 25BB 00 R12M48 55A00 MIPR9HDAV75473 S12126 Standard Number: MIPR9HDAV75473 (AA) Reqn No. 91637067 120041 6285.50 LLA : R5 97X4930 AA3A 65 0000 MAAF00001NZ001AA 25BB 00 S01C30 58000 MIPR9JDAV75432 S12126 Standard Number: MIPR9JDAV75432 Reqn No. 91637066 120042 50000.00 LLA : R8 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6L137 Reqn No. 91699009 120043 100000.00 LLA : L9 1781109 4640 310 67854 067443 2D 4640SX 9MP8482611O5 Standard Number: M9545009MP84826 (AA) Reqn No. 91677909 320018 14000.00 LLA : Q8 2192020 0000 5E-5E22 135197 00000 2516 S01021 CRN MIPR9CRANEKTR01 JONO 99USUA CC 9U0000 Standard Number: MIPR9CRANEKTR01 (AA) Reqn No. 91499109 320019 5000.00 LLA : Q9 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6M063 Reqn No. 91530015 320020 10000.00 LLA : R1 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6L008 Reqn No. 91540654 320021 2000.00 LLA : R2 1791109 4650 310 67854 067443 2D 4650B9 9RC94339116U Standard Number: M9545009RC94339 (AA) Reqn No. 91678028 320022 8000.00 LLA : R2 1791109 4650 310 67854 067443 2D 4650B9 9RC94339116U Standard Number: M9545009RC94339 (AA) Reqn No. 91678031 320023 49300.00 LLA : R3 97X4930 AA3A 65 0000 MAAF00001NZ001AA 25BB 00 R12M48 55A00 MIPR9HDAV75472 S12126 Standard Number: MIPR9HDAV75472 (AA) Reqn No. 91635975 320024 76300.00 LLA : R4 97X4930 AA3A 65 0000 MAAF00001NZ001AA 25BB 00 R12M48 55A00 MIPR9HDAV75473 S12126 Standard Number: MIPR9HDAV75473 (AA) Reqn No. 91635984 320025 24675.00 LLA : R6 97X4930 AA3A 65 0000 MAAF00001NZ001AA 25BB 00 S01M81 55A00 MIPR9JDAV07431 S12126 Standard Number: MIPR9JDAV07431 (AA) Reqn No. 91635927 320026 10000.00 LLA : R5 97X4930 AA3A 65 0000 MAAF00001NZ001AA 25BB 00 S01C30 58000 MIPR9JDAV75432 S12126 Standard Number: MIPR9JDAV75432 (AA) Reqn No. 91635963

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 106 of 166

FINAL 

320027 4310.00 LLA : R7 97X4930 AA3A 65 0000 MAAF00001NZ S12126 001AA 25BB 00 S03M48 5P000 MIPR9JDAV7543 3 Standard Number: MIPR9JDAV75433 (AA) Reqn No. 91635977 320028 412.50 LLA : R3 97X4930 AA3A 65 0000 MAAF00001NZ001AA 25BB 00 R12M48 55A00 MIPR9HDAV75472 S12126 Standard Number: MIPR9HDAV75472 (AA) Reqn No. 91637060 320029 82.50 LLA : R4 97X4930 AA3A 65 0000 MAAF00001NZ001AA 25BB 00 R12M48 55A00 MIPR9HDAV75473 S12126 Standard Number: MIPR9HDAV75473 (AA) Reqn No. 91637069 320030 446.00 LLA : R7 97X4930 AA3A 65 0000 MAAF00001NZ S12126 001AA 25BB 00 S03M48 5P000 MIPR9JDAV7543 3 Standard Number: MIPR9JDAV75433 (AA) Reqn No. 91637073 320031 3140.00 LLA : R7 97X4930 AA3A 65 0000 MAAF00001NZ S12126 001AA 25BB 00 S03M48 5P000 MIPR9JDAV7543 3 Standard Number: MIPR9JDAV75433 (AA) Reqn No. 91637071 MOD 40 Funding 768848.20 Cumulative Funding 8743213.84 MOD 41 120044 91897517 50000.00 LLA : R9 97X4930 NH1J 000 77777 0 000164 2F 000000 J7300DJ71193 120045 91823608 22000.00 LLA : S1 97X4930 NH3S 000 77777 0 065236 2F 000000 B09WX00241AG Standard Number: N6523609WX00241 (AA) 120046 91699238 121000.00 LLA : S2 9780400 5103 007024007009 2700025240 001 2520 S33189 Standard Number: SP10010800326 Note: With regards to SLIN 120046 ACRN S2, 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The Contractor may continue to invoice after this date, but only for work performed during this 365 day period. 120047 91688703 186000.00 LLA : S3 1791319 M7KC 250 67854 067443 2D C2273D 00009RCR9DE5 Standard Number: M9545009RCR9DE5 (AA) Note: With regards to SLIN 120047 ACRN S3, 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The Contractor may continue to invoice after this date, but only for work performed during this 365 day period. 120048 91908194 40000.00 LLA : S4 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6L042 120049 91907863 200000.00 LLA : S5 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6L144 120050 91918283 3000.00

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 107 of 166

FINAL 

LLA : S6 97X4930 NH1J 000 77777 0 000164 2F 000000 G4700DG40199 120051 91918279 90000.00 LLA : S7 97X4930 NH1J 000 77777 0 000164 2F 000000 G4700DG40198 320032 91823611 5000.00 LLA : S1 97X4930 NH3S 000 77777 0 065236 2F 000000 B09WX00241AG Standard Number: N6523609WX00241 (AA) 320033 91688705 6000.00 LLA : S3 1791319 M7KC 250 67854 067443 2D C2273D 00009RCR9DE5 Standard Number: M9545009RCR9DE5 320034 91908197 15000.00 LLA : S5 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6L144 320035 91908192 10000.00 LLA : S8 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6L028 320036 91908195 10000.00 LLA : S4 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100DG6L042 MOD 41 Funding 758000.00 Cumulative Funding 9501213.84 MOD 42 110048 (59600.00) LLA : K8 1791319 W232 000 RA309 0 068342 2D 000000 00907000IP20 Standard Number: N0001409WX20432 Reqn No. 83117961 120054 92022562 20905.00 LLA : T2 9780400 56SF SE8 52SN 12313A 000000 59100 076404 667100 F67100 FSR 023783 PSR 36 9490 DSR 128936 Standard Number: F2VUE29134G001 (AA) 120055 92022564 99750.00 LLA : T3 9780400 56SF SE8 52SN 12325A 000000 59100 076404 667100 F67100 FSR 023878 PSR 36 9869 DSR 676075 Standard Number: F2VUE29134G002 (AA) 120056 92022565 99750.00 LLA : T4 9780400 56SF SE8 52SN 12304B 000000 59100 076404 667100 F67100 FSR 023759 PSR 11 4992 DSR 365180 Standard Number: F2VUE29134G003 (AA) 120057 92170988 53733.00 LLA : S1 97X4930 NH3S 000 77777 0 065236 2F 000000 B09WX00241AG Standard Number: N6523609WX00241 (AA) 120058 92171012 9389.00 LLA : S1 97X4930 NH3S 000 77777 0 065236 2F 000000 B09WX00241AG Standard Number: N6523609WX00241 (AA) 120059 92171029 29692.00 LLA : S1 97X4930 NH3S 000 77777 0 065236 2F 000000 B09WX00241AG Standard Number: N6523609WX00241 (AA) 120060 92171211 20000.00 LLA :

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 108 of 166

FINAL 

T5 97X4930. NH1J 000 77777 0 000164 2F 000000 G6400DG6L042 120061 92181997 10000.00 LLA : P6 5793080 179 4750 83710F 000000 000000 27423F 503000 F03000 ALD AA FSR 018196 PSR 408124 DSR 023016 Standard Number: F2BDED9041G002 (AA) 120062 92182001 2500.00 LLA : P6 5793080 179 4750 83710F 000000 000000 27423F 503000 F03000 ALD AA FSR 018196 PSR 408124 DSR 023016 Standard Number: F2BDED9041G002 (AA) 120063 92192102 99750.00 LLA : T6 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00 Standard Number: N0002409WX02641 (AA) Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 120064 92192106 27325.00 LLA : M4 97X4930 NH1J 000 77777 0 000164 2F 000000 J5000DJ5D079 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 120065 92192108 47017.00 LLA : P4 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000 DJ5D021 120066 92192109 30000.00 LLA : T7 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5D152 120067 92192110 40000.00 LLA : T8 1791319 K4TY 253 FA603 0 068342 6E 000000 031550000010 Standard Number: N0002509WX06204 (AA) 120068 92222865 16000.00 LLA : T9 1771811 1388 253 SJWCL 0 068342 2D 000000 20101400001B Standard Number: N0002407WX21667 (AA) 120069 92243959 24600.00 LLA : B5 1741711 1224 253 SJWML 0 068342 2D 000000 55685400203K (AA) Standard Number: N0002405WX20656 (AA) 120070 92243982 19195.00 LLA : C6 1751811 1224 253 SJWML 0 068342 2D 000000 55688400203K (AB) Standard Number: N0002406WX21112 (AB) 120071 92243989 34512.00 LLA : U2 1791810 A2CG 253 SASWS 0 068342 2D 000000 CG0040000000 Standard Number: N0002409WX30575 (AA) 120072 92245318 55075.00 LLA : K7 1791319 M7KC 260 67854 067443 2D C2273G 9RCR9AL311J6 Standard Number: M9545009RCR9AL3 (AA) 310013 (6700.00) LLA : K8 1791319 W232 000 RA309 0 068342 2D 000000 00907000IP20 Standard Number: N0001409WX20432 Reqn No. 83117963 320039 92085760 10006.00

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 109 of 166

FINAL 

LLA : U1 1771109 4631 310 67854 067443 2D 463117 9RC74D3911Q8 Standard Number: M9545009RC74D39 (AA) 320040 92182000 20000.00 LLA : P6 5793080 179 4750 83710F 000000 000000 27423F 503000 F03000 ALD AA FSR 018196 PSR 408124 DSR 023016 Standard Number: F2BDED9041G002 (AA) 320041 92192107 6000.00 LLA : M4 97X4930 NH1J 000 77777 0 000164 2F 000000 J5000DJ5D079 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 320042 92233251 15000.00 LLA : J6 1751811 1224 312 SJWML 0 068342 2D 000000 55688400203A Standard Number: N0002406WX21112 (AA) MOD 42 Funding 723899.00 Cumulative Funding 10225112.84 MOD 43 120073 91960250 1253.17 LLA : T1 97X4930. AA3A 65 0000 MAAF00001NZ 001AA 25BB 00 R03M48 55A00 MIPR9KDAV57437 S121 26 Standard Number: MIPR9KDAV57437 (AA) 120075 92267841 90000.00 LLA : S7 97X4930 NH1J 000 77777 0 000164 2F 000000 G4700DG40198 120076 92372247 53452.00 LLA : U3 97X4930 NH1J 000 77777 0 00164 2F 00000 G6500DG6L054 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 120077 92447738 40942.00 LLA : U4 97X4930 NH1J 000 77777 0 00164 2F 000000 G1200DG6L136 120078 92447746 3572.00 LLA : U5 97X4930 NH1J 000 77777 0 00164 2F 000000 G1200DG6L039 120079 92458371 530.00 LLA : U6 97X4930 NH1J 000 77777 0 00164 2F 000000 G6100DG6M024 120081 92479363 31548.00 LLA : U8 97X4930 NH1J 000 77777 0 00164 2F 000000 G6500DG6M039 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 120083 92371762 98000.00 LLA : U9 1791106 27A0 250 67854 067443 2D M67854 9RCPHF3912BK Standard Number: M6785409RCPHF39 (AA) 120084 92403869 202803.79 LLA : V1 5793080 179 6045 874972 5002 000000 000 659900 Standard Number: NMM09600503 (AA)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 110 of 166

FINAL 

120085 92393621 140250.00 LLA : T6 1791804 8C6C 253 SAS05 0 068342 2D 000000 16CY0SWE0Y00 Standard Number: N0002409WX02641 (AA) Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 120086 92403864 1622530.30 LLA : V2 5793080 179 6045 874971 5002 000000 00 659900 Standard Number: NMM09600501 (AA) 120087 92403867 1160400.00 LLA : V3 5793400 309 6045 1009KE 04 92498F 592 659900 Standard Number: NMM09600502 120088 92371753 300000.00 LLA : V4 1781319 M7KC 250 67854 067443 2D C22749 9RCR8GR912L2 Standard Number: M9545009RCR8GR9 (AA) 120089 92371743 155000.00 LLA : V4 1781319 M7KC 250 67854 067443 2D C22749 9RCR8GR912L2 Standard Number: M9545009RCR8GR9 (AA) 120090 92371801 186000.00 LLA : U9 1791106 27A0 250 67854 067443 2D M67854 9RCPHF3912BK Standard Number: M6785409RCPHF39 (AA) 120091 92403861 18467.69 LLA : V5 5793080 179 6045 874974 5001 000000 000 659900 Standard Number: NMM09600505 (AA) 120092 92403892 1316.47 LLA : V6 97X4930 NH1J 000 77777 0 00164 2F 000000 J7000DJ79112 120093 92371941 325362.00 LLA : V7 5793400 309 6045 1009IR 04 92498F 592 659900 Standard Number: NMM09600524 (AA) 120094 92393649 54280.00 LLA : V8 9790100 8MSQ 252 SA9DE 0 068342 2D 000000 3Q7ED0000ED0 Standard Number: N0002409WX02668 (AA) Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 120095 92245000 15000.00 LLA : V9 1781810 A2CG 253 SASWS 0 068342 2D 000000 CG0040000000 Standard Number: N0002408WX30885 (AA) 120096 92222646 169110.47 LLA : W1 1781109 4640 310 67854 067443 2D 4640SX 9MP8482611O5 Standard Number: M9545009MP84826 (AA) 120098 92403981 1119921.00 LLA : W2 2182035 0000 5F 5F22 P52860165197 2516 S01021 MIPR8LDAVMP180 87SMP1 Standard Number: MIPR8LDAVMP180 (AA) 120099 92403987 284557.00 LLA : W2 2182035 0000 5F 5F22 P52860165197 2516 S01021 MIPR8LDAVMP180 87SMP1

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 111 of 166

FINAL 

Standard Number: MIPR8LDAVMP180 (AA) 120101 92405024 300000.00 LLA : S3 1791319 M7KC 250 67854 067443 2D C2273D 00009RCR9DE5 Standard Number: M95450009RCR9DE5 (AA) 120102 92447734 4000.00 LLA : W4 97X4930 NH1J 000 77777 0 00164 2F 000000 G50006G53107 120103 92361318 13656.00 LLA : W5 97X4930 NH3S 000 77777 0 065236 2F 000000 B09WX00241AG Standard Number: N6523609WX00241 (AA) 120104 92598623 24000.00 LLA : X5 97X4930 NH1J 000 77777 0 000164 2F 000000 G6400DG6L005 120105 92598802 95000.00 LLA : X6 97X4930 NH1J 000 77777 0 000164 2F 000000 G6400DG6L130 120106 92611319 98700.00 LLA : X7 5793600 299 6045 695893 4002 000000 000 659900 Standard Number: NMM09600548 (AA) 120107 92652334 1814352.75 LLA : CJ 5793600 299 6045 695917 4001 000000 000 659900 Standard Number: NMM09600568 (AA) 120108 92652882 53777.00 LLA : X9 5793400 309 6045 1009PD 04 92498F 592 659900 Standard Number: NMM09600591 (AA) 120109 92652865 30000.00 LLA : X9 5793400 309 6045 1009PD 04 92498F 592 659900 Standard Number: NMM09600591 (AA) 120110 92652881 55000.00 LLA : X9 5793400 309 6045 1009PD 04 92498F 592 659900 Standard Number: NMM09600591 (AA) 120111 92663381 95492.25 LLA : CJ 5793600 299 6045 695917 4001 000000 000 659900 Standard Number: NMM09600568 (AA) 120112 92663547 342450.00 LLA : V7 5793400 309 6045 1009IR 04 92498F 592 659900 Standard Number: NMM09600599 (AA) 120113 92663482 226481.44 LLA : V7 5793400 309 6045 1009IR 04 92498F 592 659900 Standard Number: NMM09600598 (AA) 120114 92675461 50000.00 LLA : Y1 2192093 0000 5U 5U04 314000.00 2512 81NTJMJDJT MIPR9K783J5146 NTJM81 S12193 Standard Number: MIPR9K783J5146 (AA) 120115 92675473 50000.00 LLA : Y1 2192093 0000 5U 5U04 314000.00 2512 81NTJMJDJT MIPR9K783J5146 NTJM81 S12193 Standard Number: MIPR9K783J5146 (AA) 120116 92698193 197664.48 LLA :

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 112 of 166

FINAL 

X7 97X4930. AA3A 65 0000 MAAF00001NZ 001AA 25BB 00 S02M54 5R000 MIPR9LDAV75443 S121 26 Standard Number: MIPR9LDAV75443 (AA) 120117 92698303 39046.93 LLA : X8 1771109 4190 310 67854 067443 2D 4190B2 45007MP74610 Standard Number: M9545007MP74610 (AA) 320043 91960127 43350.00 LLA : T1 97X4930. AA3A 65 0000 MAAF00001NZ 001AA 25BB 00 R03M48 55A00 MIPR9KDAV57437 S121 26 Standard Number: MIPR9KDAV57437 (AA) 320044 92447742 6226.00 LLA : W6 97X4930 NH1J 000 77777 0 00164 2F 000000 G1200DG6L135 320045 92447744 5775.00 LLA : U5 97X4930 NH1J 000 77777 0 00164 2F 000000 G1200DG6L039 320046 92393707 1000000.00 LLA : V5 5793080 179 6045 874974 5001 000000 000 659900 Standard Number: NMM09600505 (AA) 320047 92371804 34000.00 LLA : U9 1791106 27A0 250 67854 067443 2D M67854 9RCPHF3912BK Standard Number: M6785409RCPHF39 (AA) 320048 92361588 10000.00 LLA : V7 5793400 309 6045 1009IR 04 92498F 592 659900 Standard Number: NMM09600524 (AA) 320049 92393652 25000.00 LLA : W7 97X4930 NH1J 000 77777 0 00164 2F 000000 J5000DJ50106 320050 92393657 25000.00 LLA : W8 97X4930 NH1J 000 77777 0 000164 2F 000000 J5000DJ5D078 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 320051 92393646 26154.00 LLA : W9 9780400 56SF SE8 52SN 12304B 000000 59100 076404 667100 F67100 FSR 023759 PSR 11 4992 DSR 365180 Standard Number: F2VUE29134G003 (AA) 320052 92393642 250.00 LLA : X1 9780400 56SF SE8 52SN 12325A 000000 59100 076404 667100 F67100 FSR 023878 PSR 36 9869 DSR 676075 Standard Number: F2VUE29134G002 (AA) 320053 92382846 470.00 LLA : W5 97X4930 NH3S 000 77777 0 065236 2F 000000 B09WX00241AG Standard Number: N6523609WX00241 (AA) 320054 92371787 16000.00 LLA : U9 1791106 27A0 250 67854 067443 2D M67854 9RCPHF3912BK Standard Number: M6785409RCPHF39 (AA) 320055 92372260 4000.00 LLA : U3 97X4930 NH1J 000 77777 0 00164 2F 00000 G6500DG6L054 Note: 801 Authority is applicable. The Contractor may incur costs for work

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 113 of 166

FINAL 

performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 320056 92371758 19281.75 LLA : V4 1781319 M7KC 250 67854 067443 2D C22749 9RCR8GR912L2 Standard Number: M9545009RCR8GR9 (AA) 320057 92371751 15000.00 LLA : V4 1781319 M7KC 250 67854 067443 2D C22749 9RCR8GR912L2 Standard Number: M9545009RCR8GR9 (AA) 320058 92233085 5000.00 LLA : X2 5793600 299 6045 695128 2002 000000 000 659900 Standard Number: NMM09600313 (AA) 320059 92405051 50000.00 LLA : S3 1791319 M7KC 250 67854 067443 2D C2273D 00009RCR9DE5 Standard Number: M9545009RCR9DE5 (AA) 320060 92447710 20000.00 LLA : X3 97X4930 NH1J 000 77777 0 000164 2F 000000 G4700DG40197 320061 92361323 935.00 LLA : W5 97X4930 NH3S 000 77777 0 065236 2F 000000 B09WX00241AG Standard Number: N6523609WX00241 (AA) 320062 92479366 1000.00 LLA : U8 97X4930 NH1J 000 77777 0 00164 2F 000000 G6500DG6M039 Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 320063 92542841 8000.00 LLA : X4 1781810 H1HM 310 SAS92 0 068342 2D 000000 HM0020000000 Standard Number: N0002408WX30547 (AB) 320064 92598942 20000.00 LLA : X6 97X4930 NH1J 000 77777 0 000164 2F 000000 G6400DG6L130 320065 92599300 31821.00 LLA : X5 97X4930 NH1J 000 77777 0 000164 2F 000000 G6400DG6L005 320066 92663543 3000.00 LLA : V7 5793400 309 6045 1009IR 04 92498F 592 659900 Standard Number: NMM09600598 (AA) 320067 92663554 3000.00 LLA : V7 5793400 309 6045 1009IR 04 92498F 592 659900 Standard Number: NMM09600599 (AA) 320068 92698187 63658.10 LLA : X7 97X4930. AA3A 65 0000 MAAF00001NZ 001AA 25BB 00 S02M54 5R000 MIPR9LDAV75443 S121 26 Standard Number: MIPR9LDAV75443 (AA) 320069 92698191 11000.00 LLA : X7 97X4930. AA3A 65 0000 MAAF00001NZ 001AA 25BB 00 S02M54 5R000 MIPR9LDAV75443 S121 26 Standard Number: MIPR9LDAV75443 (AA)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 114 of 166

FINAL 

320070 92708383 7896.00 LLA : CQ 2192020 0000 22 2010 13519700000 252G VAWG S23185 MIPR9MCRAJX187 JXODRA W6GCAA Standard Number: MIPR9MCRAJX187 (AA) MOD 43 Funding 11019733.59 Cumulative Funding 21244846.43 MOD 44 120099 92403987 (284557.00) LLA : W2 2182035 0000 5F 5F22 P52860165197 2516 S01021 MIPR8LDAVMP180 87SMP1 Standard Number: MIPR8LDAVMP180 (AA) 120118 92458483 50000.00 LLA : U7 1791804 8U5N 253 SAS05 0 068342 2D 000000 45N32SWE0320 Standard Number: N0002409WX00344 (AA) Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 120119 92458485 10000.00 LLA : U7 1791804 8U5N 253 SAS05 0 068342 2D 000000 45N32SWE0320 Standard Number: N0002409WX00344 (AA) Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 120120 92222847 16000.00 LLA : B3 1721711 A224 253 3PWML 0 068342 2D 000000 23166400203K (AA) Standard Number: N0002403WX20307 (AA) 120121 92721903 46520.00 LLA : Y4 9790100 8MSN 253 SAS07 0 068342 2D 000000 3WUEEL000EE0 Standard Number: N0002409WX01543 (AA) Note: 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. 320071 92732722 76022.00 LLA : W2 2182035 0000 5F 5F22 P52860165197 2516 S01021 MIPR8LDAVMP180 87SMP1 Standard Number: MIPR8LDAVMP180 (AA) MOD 44 Funding -86015.00 Cumulative Funding 21158831.43 MOD 45 120122 25615.59 LLA : L9 1781109 4640 310 67854 067443 2D 4640SX 9MP8482611O5 Standard Number: M9545009MP84826 (AA) Reqn. No. 92815375 120123 90000.00 LLA : L9 1781109 4640 310 67854 067443 2D 4640SX 9MP8482611O5 Standard Number: M9545009MP84826 (AA) Reqn. No. 92815467 320072 3000.00 LLA : L9 1781109 4640 310 67854 067443 2D 4640SX 9MP8482611O5 Standard Number: M9545009MP84826 (AA) Reqn. No. 92815448

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 115 of 166

FINAL 

320073 10000.00 LLA : L9 1781109 4640 310 67854 067443 2D 4640SX 9MP8482611O5 Standard Number: M9545009MP84826 (AA) Reqn. No. 92815453 320074 1447.00 LLA : Y2 97X4930 NH1J 000 77777 0 00164 2F 000000 J7400CJ78236 Reqn. No. 92735081 MOD 45 Funding 130062.59 Cumulative Funding 21288894.02 MOD 46 120124 40000.00 LLA : P6 5793080 179 4750 83710F 000000 000000 27423F 503000 F03000 ALD AA FSR 018196 PSR 408124 DSR 023016 Standard Number: F2BDED9041G002 (AA) Reqn. No. 92920207 120125 432251.90 LLA : Y3 5793080 179 6045 874984 5003 000000 000 659900 Standard Number: NMM09600586 (AA) Reqn. No. 92961883 120126 203070.00 LLA : Y3 5793080 179 6045 874984 5003 000000 000 659900 Standard Number: NMM09600592 (AA) Reqn. No. 92961891 120127 26000.00 LLA : P6 5793080 179 4750 83710F 000000 000000 27423F 503000 F03000 ALD AA FSR 018196 PSR 408124 DSR 023016 Standard Number: F2BDED9041G002 (AA) Reqn. No. 93013281 120128 35500.00 LLA : Y6 2192035 0000 95D 5D07 52809555061 31EA MIPR9ANWCHF301 99HYEW 9HZZZZ S28043 Standard Number: MIPR9ANWCHF301 (AA) Reqn. No. 93065704 120129 1373466.07 LLA : Y7 5793080 179 6045 874981 5002 000000 000 659900 Standard Number: NMM09600580 (AA) Reqn. No. 92961854 120130 25000.00 LLA : Y8 97X4930 NH1J 000 77777 0 00164 2F 000000 G6100FG6F021 Reqn. No. 93098397 120131 25007.52 LLA : Y9 97X4930 NH1J 000 77777 0 00164 2F 000000 J5400FJ5B081 Reqn. No. 93235001 120132 274752.00 LLA : Z1 5793600 299 6045 695948 6002 000000 000 659900 Standard Number: NMM10600024 (AA) Reqn. No. 93212598 120133 206696.00 LLA : Z2 5793600 299 6045 695947 6002 000000 000 659900 Standard Number: NMM10600025 (AA)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 116 of 166

FINAL 

Reqn. No. 93212545 320075 206111.00 LLA : Y5 97X4930 NH1J 000 77777 0 00164 2F 000000 J7500DJ78147 Reqn. No. 92941003 320076 500.00 LLA : Y6 2192035 0000 95D 5D07 52809555061 31EA MIPR9ANWCHF301 99HYEW 9HZZZZ S28043 Standard Number: MIPR9ANWCHF301 (AA) Reqn. No. 93065708 320077 5000.00 LLA : Y8 97X4930 NH1J 000 77777 0 00164 2F 000000 G6100FG6F021 Reqn. No. 93098398 320078 22890.00 LLA : Z1 5793600 299 6045 695948 6002 000000 000 659900 Standard Number: NMM10600024 (AA) Reqn. No. 93212581 320079 22966.00 LLA : Z2 5793600 299 6045 695947 6002 000000 000 659900 Standard Number: NMM10600025 (AA) Reqn. No. 93212525 320080 5000.00 LLA : Z3 97X4930 NH1J 000 77777 0 00164 2F 000000 J5700FJ5D051 Reqn. No. 93278086 MOD 46 Funding 2904210.49 Cumulative Funding 24193104.51 MOD 47 120134 30000.00 LLA : Z8 97X4930 NH2A 251 77777 0 050120 2F 000000 A00000297120 Standard Number: N0042110RX00009 (AA) Reqn. No. 93277927 120135 35000.00 LLA : Z9 1701109 4190 310 67854 067443 2D 419003 0RC0416511S0 Standard Number: M6785410RC04165 (AA) Reqn. No. 93442682 120136 75000.00 LLA : J6 1751811 1224 312 SJWML 0 068342 2D 000000 55688400203A Standard Number: N0002406WX21112 (AA) Reqn. No. 93387345 120137 16776.00 LLA : AA 97X4930 NH1J 000 77777 0 000164 2F 000000 C3100 S2SSC14 Reqn. No. 93509457 120138 154408.00 LLA : AB 97X4930.AA3A 65 0000 MAAV0000IND 001AA 25BB 00 Z5WMEQ 5R000 MIPR9LDAV75443 S1212 6 Standard Number: MIPR9LDAV75443 (AB) Reqn. No. 93498430 120139 19000.00 LLA : Y8 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100FG6F021 Reqn. No. 93500829

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 117 of 166

FINAL 

120140 76000.00 LLA : AC 1701810 H1HM 253 SAS92 0 068342 2D 000000 HM8300000000 Standard Number: N0002410WX30440 (AA) Reqn. No. 93499204 320081 93418691 3000.00 LLA : Z4 97X4930. NH1J 000 77777 0 000164 2F 000000 J5700FJ5D064 In support of TI 026. 320082 93418704 5000.00 LLA : Z5 97X4930. NH1J 000 77777 0 000164 2F 000000 J5700FJ5D051 In support of TI 027. Note: The Contractor may incur costs for work performed against this SLIN through 30 SEP 2010. 320083 93418724 75000.00 LLA : Z6 1781810 K7X7 000 01519 068894 2D 000000 00008RCH0074 Standard Number: N6921808RCH0074 (AA) In support of TI 027. Note: The Contractor may incur costs for work performed against this SLIN through 30 SEP 2010. 320084 93418741 3000.00 LLA : Z7 97X4930. NH1J 000 77777 0 000164 2F 000000 J5700FJ5D057 In support of TI 045. 320085 10000.00 LLA : Z8 97X4930 NH2A 251 77777 0 050120 2F 000000 A00000297120 Standard Number: N0042110RX00009 (AA) Reqn. No. 93278041 320086 5000.00 LLA : Z9 1701109 4190 310 67854 067443 2D 419003 0RC0416511S0 Standard Number: M6785410RC04165 (AA) Reqn. No. 93442712 320087 136547.00 LLA : AB 97X4930.AA3A 65 0000 MAAV0000IND 001AA 25BB 00 Z5WMEQ 5R000 MIPR9LDAV75443 S1212 6 Standard Number: MIPR9LDAV75443 (AB) Reqn. No. 93498661 MOD 47 Funding 643731.00 Cumulative Funding 24836835.51 MOD 48 120141 93565265 750000.00 LLA : AD 1701319 M7KC 251 67854 067443 2D C2273D 0RCR0AK2171S Standard Number: M6785410RCR0AK2 (AA) Funding in Support of TI-024 (Labor) Note: With regards to SLIN 120141 ACRN AD), funds expire on 30 September 2011. The contractor may continue to invoice after this date, but only for work performed up through and Including 30 September 2011. 120142 00063483 20000.00 LLA : AE 1701804 60CT 252 57007 068892 2D XIQ002 570070IQ372Q Standard Number: N5700710WXIQ002 (AA) Funding in Support of TI-042 (Labor) Note: With regards to SLIN 120142 (ACRN AE), funds expire on 30 September 2010. The contractor may continue to invoice after this date, But only for work performed up through and including 30 September 2010. 120143 00063465 10000.00 LLA :

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 118 of 166

FINAL 

Z6 1781810 K7X7 000 01519 068894 2D 000000 00008RCH0074 Standard Number: N6921808RCH0074 (AA) Funding in Support of TI-027I (Labor) 120144 00051754 95000.00 LLA : AF 5703400 300 6045 100907 04 92498F 584 659900 Standard Number: NMM40600112 (AA) Funding in Support of TI-054 (Labor) SLIN 120144 (ACRN AF) 120145 93649771 1300.00 LLA : AF 5703400 300 6045 100907 04 92498F 584 659900 Standard Number: NMM40600112 (AA) Funding in Support of TI-047 (Labor) SLIN 120145 (ACRN AF) 120146 93628049 46000.00 LLA : AG 9790400 56SF SE9 52ST 17383A 000000 59200 026401 667100 F67100 FSR 027508 PSR 69 5279 DSR 289143 Funding in Support of TI-016 (Labor) SLIN 120146 (ACRN AG) MIPR F2VUG09342G001 (AA) 120147 93628201 19740.00 LLA : AH 97X4930. NH1J 000 77777 0 00164 2F 000000 J70000GJ7L01 Funding in Support of TI-018 (Labor) Note: With regards to SLIN 120147 (ACRN AH), funds expire on 30 September 2010. The contractor may continue to invoice after this date, But only for work performed up through and including 30 September 2010. 120148 00041321 30000.00 LLA : AJ 97X4930. NH1J 000 77777 0 00164 2F 000000 B7DC07B731BT Funding in Support of TI-042 (Labor) Note: With regards to SLIN 120148 (ACRN AJ) 120149 93577265 40000.00 LLA : AK 97X4930. NH1J 000 77777 0 00164 2F 000000 G70006G614MS Funding in Support of TI-042 (Labor) 120150 00053261 9000.00 LLA : AL 97X4930. NH1J 000 77777 0 00164 2F 000000 G6500DG37232 Funding in Support of TI-033 (Labor) SLIN 120150 (ACRN AL) 120151 00080341 10000.00 LLA : AM 97X4930. NH1J 000 77777 0 00164 2F 000000 G6400FG6D011 Funding in Support of TI-034 (Labor) Note: With regards to SLIN 120151 (ACRN AM), funds expire on 30 September 2010. The contractor may continue to invoice after this date, But only for work performed up through and including 30 September 2010. 120152 00063582 25000.00 LLA : AN 97X4930. NH1J 000 77777 0 00164 2F 000000 J80000GJ8V17 Funding in Support of TI-002 (Labor) 320088 00053281 5000.00 LLA : AP 97X4930. NH1J 000 77777 0 00164 2F 000000 J5700F5D065 Funding in Support of TI-027 (ODC) 320089 00063686 10000.00 LLA : AQ 97X4930. NH1J 000 77777 0 00164 2F 000000 J70000GJ7001 Funding in Support of TI-042 (ODC) Note: With regards to SLIN 320089 (ACRN AQ), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 119 of 166

FINAL 

320090 00063647 12741.00 LLA : AR 97X4930. NH1J 000 77777 0 00164 2F 000000 J70000GJ7H40 Funding in Support of TI-042 (ODC) 320091 00063682 15000.00 LLA : AS 97X4930. NH1J 000 77777 0 00164 2F 000000 J70000GJ7H80 Funding in Support of TI-042 (ODC) 320092 00123802 9400.00 LLA : AK 97X4930. NH1J 000 77777 0 00164 2F 000000 G70006G614MS Funding in Support of TI-042 (ODC) With regards to SLIN 320092 (ACRN AK) 320093 00063685 7259.00 LLA : AT 97X4930. NH1J 000 77777 0 00164 2F 000000 J7000FJ77A00 Funding in Support of TI-042 (ODC) MOD 48 Funding 1115440.00 Cumulative Funding 25952275.51 MOD 49 120153 10000.00 LLA : AU 97X4930. NH1J 000 77777 0 00164 2F 000000 J7000FJ7HB05 Reqn. No. 00272034 120154 47000.00 LLA : AV 1701804 8RZE 253 SASLM 0 068342 2D 000000 002010000000 Standard Number: N0002410WX70390 (AA) Reqn. No. 00198447 120155 104236.00 LLA : AW 1701106 27A0 252 67854 067443 2D M67854 0RCAGBG911CH Standard Number: M6785410RCAGBG9 (AA) Reqn. No. 00213885 120156 10000.00 LLA : AX 5703080 170 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 024617 PSR 518317 DSR 204466 Standard Number: F2BDED0013G003 (AA) Reqn. No. 00337402 120157 15000.00 LLA : AY 97X4930. NH1J 000 77777 0 000164 2F 000000 J5700FJ5D058 Reqn. No. 00349563 120158 53000.00 LLA : AF 5703400 300 6045 100907 04 92498F 584 659900 Standard Number: NMM10600112 (AA) Reqn. No. 00349580 120159 356000.00 LLA : AF 5703400 300 6045 100907 04 92498F 584 659900 Standard Number: NMM10600112 (AA) Reqn. No. 00349590 120160 11700.00 LLA : AF 5703400 300 6045 100907 04 92498F 584 659900 Standard Number: NMM10600112 (AA) Reqn. No. 00349600

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 120 of 166

FINAL 

120161 275000.00 LLA : AF 5703400 300 6045 100907 04 92498F 584 659900 Standard Number: NMM10600112 (AA) Reqn. No. 00349610 120162 163300.00 LLA : AZ 5703400 300 6045 10090V 04 92498F 584 659900 Standard Number: NMM10600168 (AA) Reqn. No. 0349667 120163 1233200.00 LLA : AZ 5703400 300 6045 10090V 04 92498F 584 659900 Standard Number: NMM10600168 (AA) Reqn. No. 00349677 120164 1782.00 LLA : BA 97X4930 AA3A 65 0000 MAAV00001NZ 001AA 25BB 00 R01MX9 55A00 MIPR0CDAV75414 S1212 6 Standard Number: MIPR0CDAV75414 (AA) Reqn. No. 00199562 120165 941.00 LLA : BB 97X4930 AA3A 65 0000 MAAV0000IND 001AA 25BB 00 Z5WMEQ 42000 MIPR0DDAV75416 S1212 6 Standard Number: MIPR0DDAV75416 (AA) Reqn. No. 00215283 120166 2098.94 LLA : BC 97X4930 AA3A 65 0000 MAAV00001NZ 001AA 25BB 00 Z5WMEQ 5R000 MIPR0DDAV75419 S1212 6 Standard Number: MIPR0DDAV75419 (AA) Reqn. No. 00272352 120167 43358.00 LLA : S1 97X4930 NH3S 000 77777 0 065236 2F 000000 B09WX00241AG Standard Number: N6523609WX00241 (AA) Reqn. No. 00157841 120168 4024.83 LLA : L9 1781109 4640 310 67854 067443 2D 4640SX 9MP8482611O5 Standard Number: M9545009MP84826 (AA) Reqn. No. 00350011 120169 10000.00 LLA : BF 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100FG6N011 Reqn. No. 00350253 120170 40000.00 LLA : Y8 97X4930 NH1J 000 77777 0 000164 2F 000000 G6100FG6F021 Reqn. No. 00350261 120171 43000.00 LLA : BG 9700400 8CSN 253 SAS07 0 068342 2D 159180 2939B0000000 Standard Number: N0002410WX11613 (AA) Reqn. No. 00392109 120172 60000.00 LLA : BH 97X4930 NH1J 000 77777 0 000164 2F 000000 G6000FG6D014 Reqn. No. 00392708 120173 24036.19 LLA : BJ 97X4930 NH1J 000 77777 0 000164 2F 000000 Q00006Q01403

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 121 of 166

FINAL 

Reqn. No. 00392575 120174 28000.00 LLA : BK 97X4930 NH1J 000 77777 0 000164 2F 000000 J70000GJ701V Reqn. No. 00392720 320094 90000.00 LLA : BC 97X4930 AA3A 65 0000 MAAV00001NZ 001AA 25BB 00 Z5WMEQ 5R000 MIPR0DDAV75419 S1212 6 Standard Number: MIPR0DDAV75419 (AA) Reqn. No. 00272209 320095 3784.84 LLA : S3 1791319 M7KC 250 67854 067443 2D C2273D 00009RCR9DE5 Standard Number: M9545009RCR9DE5 (AA) Reqn. No. 00283366 320096 5000.00 LLA : AU 97X4930. NH1J 000 77777 0 00164 2F 000000 J7000FJ7HB05 Reqn. No. 00261096 320097 5651.00 LLA : S1 97X4930 NH3S 000 77777 0 065236 2F 000000 B09WX00241AG Standard Number: N6523609WX00241 (AA) Reqn. No. 00158098 320098 47350.00 LLA : BD 97X4930 AA3A 65 0000 MAAV00001NZ 001AA 25BB 00 S01M49 55A00 MIPR0CDAV75413 S1212 6 Standard Number: MIPR0CDAV75413 (AA) Reqn. No. 00199581 320099 71025.00 LLA : BE 97X4930 AA3A 65 0000 MAAV00001NZ 001AA 25BB 00 R01MX8 55A00 MIPR0CDAV75412 S1212 6 Standard Number: MIPR0CDAV75412 (AA) Reqn. No. 00199601 320101 25000.00 LLA : BB 97X4930 AA3A 65 0000 MAAV0000IND 001AA 25BB 00 Z5WMEQ 42000 MIPR0DDAV75416 S1212 6 Standard Number: MIPR0DDAV75416 (AA) Reqn. No. 00213841 320102 42760.14 LLA : BA 97X4930 AA3A 65 0000 MAAV00001NZ 001AA 25BB 00 R01MX9 55A00 MIPR0CDAV75414 S1212 6 Standard Number: MIPR0CDAV75414 (AA) Reqn. No. 00199402 320103 30000.00 LLA : AW 1701106 27A0 252 67854 067443 2D M67854 0RCAGBG911CH Standard Number: M6785410RCAGBG9 (AA) Reqn. No. 00213910 320104 100000.00 LLA : AF 5703400 300 6045 100907 04 92498F 584 659900 Standard Number: NMM10600112 (AA) Reqn. No. 00349595 320105 15000.00 LLA : AF 5703400 300 6045 100907 04 92498F 584 659900 Standard Number: NMM10600112 (AA) Reqn. No. 00349604

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 122 of 166

FINAL 

320106 15000.00 LLA : AF 5703400 300 6045 100907 04 92498F 584 659900 Standard Number: NMM10600112 (AA) Reqn. No. 00349628 320107 30000.00 LLA : AZ 5703400 300 6045 10090V 04 92498F 584 659900 Standard Number: NMM10600168 (AA) Reqn. No. 00349686 320108 24000.00 LLA : AZ 5703400 300 6045 10090V 04 92498F 584 659900 Standard Number: NMM10600168 (AA) Reqn. No. 00349692 320109 50000.00 LLA : AD 1701319 M7KC 251 67854 067443 2D C2273D 0RCR0AK2171S Standard Number: M6785410RCR0AK2 (AA) Reqn. No. 00359988 320110 13795.22 LLA : BJ 97X4930 NH1J 000 77777 0 000164 2F 000000 Q00006Q01403 Reqn. No. 00392623 MOD 49 Funding 3104043.16 Cumulative Funding 29056318.67 MOD 50 120175 123287.00 LLA : AX 5703080 170 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 024617 PSR 518317 DSR 204466 Standard Number: F2BDED0013G003 (AA) Reqn. No. 00415244 120176 30000.00 LLA : BL 97X4930 NH1J 000 77777 0 00164 2F 000000 J7300FJ7HC30 Reqn. No. 00533163 320111 7260.00 LLA : AX 5703080 170 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 024617 PSR 518317 DSR 204466 Standard Number: F2BDED0013G003 (AA) Reqn. No. 00415247 320112 4320.00 LLA : AX 5703080 170 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 024617 PSR 518317 DSR 204466 Standard Number: F2BDED0013G003 (AA) Reqn. No. 00490843 MOD 50 Funding 164867.00 Cumulative Funding 29221185.67 MOD 51 120177 41059.00 LLA : V9 1781810 A2CG 253 SASWS 0 068342 2D 000000 CG0040000000 Standard Number: N0002408WX30885 (AA) Reqn. No. 00601289 Note: With regards to SLIN 120177 (ACRN V9), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 123 of 166

FINAL 

120178 10308.00 LLA : BM 1781810 A2TC 310 SASWS 0 068342 2D 000000 TC0560000000 Standard Number: N0002408WX30658 (AA) Reqn. No. 00601361 Note: With regards to SLIN 120178 (ACRN BM), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 120179 10000.00 LLA : AD 1701319 M7KC 251 67854 067443 2D C2273D 0RCR0AK2171S Standard Number: M6785410RCR0AK2 (AA) Reqn. No. 00601382 120180 114900.00 LLA : BN 5703080 170 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 024617 PSR 518317 DSR 253397 Standard Number: F2BDED0047G002 (AA) Reqn. No. 00611743 120181 20000.00 LLA : BP 1701804 KU2N 253 FA678 N 068342 2D 04B2N0 910NX25310NX Standard Number: N0002510WX1053W (AA) Reqn. No. 00611690 120182 12000.00 LLA : BP 1701804 KU2N 253 FA678 N 068342 2D 04B2N0 910NX25310NX Standard Number: N0002510WX1053W (AA) Reqn. No. 00611684 Note: With regards to SLIN 120182 (ACRN BP), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 320113 5000.00 LLA : AD 1701319 M7KC 251 67854 067443 2D C2273D 0RCR0AK2171S Standard Number: M6785410RCR0AK2 (AA) Reqn. No. 00601422 320114 6000.00 LLA : Z4 97X4930. NH1J 000 77777 0 000164 2F 000000 J5700FJ5D064 Reqn. No. 00611677 MOD 51 Funding 219267.00 Cumulative Funding 29440452.67 MOD 52 120183 11708.00 LLA : AA 97X4930 NH1J 000 77777 0 000164 2F 000000 C3100 S2SSC14 Reqn. No. 00640901 120184 25782.00 LLA : J6 1751811 1224 312 SJWML 0 068342 2D 000000 55688400203A Standard Number: N0002406WX21112 (AA) Reqn. No. 00601321 120185 334000.00 LLA : AD 1701319 M7KC 251 67854 067443 2D C2273D 0RCR0AK2171S Standard Number: M6785410RCR0AK2 (AA) Reqn. No. 00625318 120186 Reqn. No. 00628004 50000.00

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 124 of 166

FINAL 

LLA : S3 1791319 M7KC 250 67854 067443 2D C2273D 00009RCR9DE5 Standard Number: M9545009RCR9DE5 (AA) Funding in support of TI-062. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification, or through the end date of the period of performance for CLIN 1000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 120187 300000.00 LLA : BQ 1791109 6438 310 67854 067443 2D 6438S8 0RC96C92123U Standard Number: M6785410RC96C92 (AA) Reqn. No. 00641301 120188 60000.00 LLA : BR 97X4930 NH1J 000 77777 0 00164 2F 000000 J7400FJ74S00 Reqn. No. 00683201 Note: With regards to SLIN 120188 (ACRN BR), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 120189 40000.00 LLA : BS 97X4930 NH1J 000 77777 0 00164 2F 000000 J70000GJ7V04 Reqn. No. 00641341 120190 57344.00 LLA : BT 1701106 27A0 252 67854 067443 2D M67854 0RCS5BW211CH Standard Number: N6785410RCS5BW2 (AA) Reqn. No. 00697315 Note: With regards to SLIN 120190 (ACRN BT), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 120191 750000.00 LLA : AD 1701319 M7KC 251 67854 067443 2D C2273D 0RCR0AK2171S Standard Number: M6785410RCR0AK2 (AA) Reqn. No. 00641144 120192 50000.00 LLA : BG 9700400 8CSN 253 SAS07 0 068342 2D 159180 2939B0000000 Standard Number: N0002410WX11613 (AA) Reqn. No. 00641381 120193 40000.00 LLA : AA 97X4930 NH1J 000 77777 0 000164 2F 000000 C3100 S2SSC14 Reqn. No. 00683109 120194 50588.38 LLA : BU 97X4930 NH1J 000 77777 0 000164 2F 000000 G60006G614MS Reqn. No. 00710484 120195 457000.00 LLA : BV 1701319 M7KC 250 67854 067443 2D C2270N 0RCR0BO311IE Standard Number: M6785410RCR0BO3 (AA) Reqn. No. 00710688 120196 32000.00 LLA : BQ 1791109 6438 310 67854 067443 2D 6438S8 0RC96C92123U Standard Number: M6785410RC96C92 (AA) Reqn.No. 00708321 320115 Reqn. No. 00628025 10000.00 LLA : S3 1791319 M7KC 250 67854 067443 2D C2273D 00009RCR9DE5 Standard Number: M9545009RCR9DE5 (AA)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 125 of 166

FINAL 

Funding in support of TI-062. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification, or through the end date of the period of performance for CLIN 1000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 320116 100000.00 LLA : AD 1701319 M7KC 251 67854 067443 2D C2273D 0RCR0AK2171S Standard Number: M6785410RCR0AK2 (AA) Reqn. No. 00641147 320117 9460.22 LLA : BU 97X4930 NH1J 000 77777 0 000164 2F 000000 G60006G614MS Reqn. No. 00710486 320118 5474.00 LLA : BV 1701319 M7KC 250 67854 067443 2D C2270N 0RCR0BO311IE Standard Number: M6785410RCR0BO3 (AA) REqn. No. 00710743 MOD 52 Funding 2383356.60 Cumulative Funding 31823809.27 MOD 53 120197 6258.00 LLA : S1 97X4930 NH3S 000 77777 0 065236 2F 000000 B09WX00241AG Standard Number: N6523609WX00241 (AA) Reqn. No. 00840324 Note: With regards to SLIN 120197 (ACRN S1), funds expire on 30 March 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 March 2010. MOD 53 Funding 6258.00 Cumulative Funding 31830067.27 MOD 54 400001 45000.00 LLA : BW 97X4930 NH1J 000 77777 0 000164 2F 000000 G6500DG6L131 Reqn. No. 00922783 Note: With regards to SLIN 400001 (ACRN BW), funds expire on 30 December 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 December 2010. 400002 68614.00 LLA : BN 5703080 170 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 024617 PSR 518317 DSR 253397 Standard Number: F2BDED0047G002 (AA) Reqn. No. 00968064 400003 23585.22 LLA : BX 97X4930. NH1J 000 77777 0 000164 2F 000000 W20000GW2015 Reqn. No. 00953591 Note: With regards to SLIN 400003(ACRN BX), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 400004 41000.00 LLA : BY 97X4930 NH1J 000 77777 0 000164 2F 000000 G6400FG6D025 Reqn. No. 00768508 400005 10000.00 LLA : BZ 97X4930 NH1J 000 77777 0 000164 2F 000000 G6400FG6D028

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 126 of 166

FINAL 

Reqn. No. 00768524 Note: With regards to SLIN 400005(ACRN BZ), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 400006 40000.00 LLA : AD 1701319 M7KC 251 67854 067443 2D C2273D 0RCR0AK2171S Standard Number: M6785410RCR0AK2 (AA) Reqn. No. 00825521 400007 27500.00 LLA : Z9 1701109 4190 310 67854 067443 2D 419003 0RC0416511S0 Standard Number: M6785410RC04165 (AA) Reqn. No. 00823154 600001 20000.00 LLA : BN 5703080 170 4750 83710F 000000 00000 27423F 503000 F03000 ALD AA FSR 024617 PSR 518317 DSR 253397 Standard Number: F2BDED0047G002 (AA) Reqn. No. 00968102 600002 15701.22 LLA : BX 97X4930. NH1J 000 77777 0 000164 2F 000000 W20000GW2015 Reqn. No. 00953604 Note: With regards to SLIN 600002 (ACRN BX), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 600003 10000.00 LLA : CA 1701804 8B2B 253 SAS07 0 068342 2D 000000 12B4RUSE04R0 Standard Number: N0002410WX00529 (AA) Reqn. No. 00753421 Note: With regards to SLIN 600003(ACRN CA), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 600004 25000.00 LLA : AF 5703400 300 6045 100907 04 92498F 584 659900 Standard Number: NMM10600112 (AA) Reqn. No. 00051756 Note: With regards to SLIN 600004(ACRN AF), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 600005 10000.00 LLA : AD 1701319 M7KC 251 67854 067443 2D C2273D 0RCR0AK2171S Standard Number: M6785410RCR0AK2 (AA) Reqn. No. 00825532 600006 2500.00 LLA : Z9 1701109 4190 310 67854 067443 2D 419003 0RC0416511S0 Standard Number: M6785410RC04165 (AA) Reqn. No. 00823161 MOD 54 Funding 338900.44 Cumulative Funding 32168967.71 MOD 55 400008 97000.00 LLA : CB 5703600 290 6045 695217 9002 000000 000 659900 Standard Number: NMM10600329 (AA) Reqn. No. 01138281 400009 7717.22 LLA :

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 127 of 166

FINAL 

CC 97X4930 NH1J 000 77777 0 00164 2F 000000 G51000GG5252 Reqn. No. 01127182 400010 5000.00 LLA : CD 97X4930 NH1J 000 77777 0 00164 2F 000000 G51006G53107 Reqn. No. 01127204 400011 01100847 500000.00 LLA : AZ 5703400 300 6045 10090V 04 92498F 584 659900 Standard Number: NMM10600402 (AA) Funding in support of TI-057. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of modification 55, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 400012 315000.00 LLA : AZ 5703400 300 6045 10090V 04 92498F 584 659900 Standard Number: NMM10600402 (AA) Reqn. No. 01100923 Note: With regards to SLIN 400012(ACRN AZ), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 400013 1000000.00 LLA : AZ 5703400 300 6045 10090V 04 92498F 584 659900 Standard Number: NMM10600402 (AA) Reqn. No. 01100942 Note: With regards to SLIN 400013(ACRN AZ), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 400014 67400.00 LLA : AZ 5703400 300 6045 10090V 04 92498F 584 659900 Standard Number: NMM10600402 (AA) Reqn. No. 01100945 Note: With regards to SLIN 400014(ACRN AZ), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 400015 15463.22 LLA : CE 97X4930 NH1J 000 77777 0 00164 2F 000000 C22006C02315 Reqn. No. 01168902 600007 3000.00 LLA : CB 5703600 290 6045 695217 9002 000000 000 659900 Standard Number: NMM10600329 (AA) Reqn. No. 01138303 600008 14201.22 LLA : CC 97X4930 NH1J 000 77777 0 00164 2F 000000 G51000GG5252 Reqn. No. 01127222 600009 01100922 25000.00 LLA : AZ 5703400 300 6045 10090V 04 92498F 584 659900 Standard Number: NMM10600402 (AA) Funding in support of TI-057. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of modification 55, or through the end date of the period of performance for CLIN 6000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 600010 12000.00 LLA : AZ 5703400 300 6045 10090V 04 92498F 584 659900

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 128 of 166

FINAL 

Standard Number: NMM10600402 (AA) Reqn. No. 01100941 Note: With regards to SLIN 600010 (ACRN AZ), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 600011 150000.00 LLA : AZ 5703400 300 6045 10090V 04 92498F 584 659900 Standard Number: NMM10600402 (AA) Reqn. No. 01100943 Note: With regards to SLIN 600011 (ACRN AZ), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 600012 31362.30 LLA : CF 97X4930 NH1J 000 77777 0 00164 2F 000000 C22007B51400 Reqn. No. 01168889 MOD 55 Funding 2243143.96 Cumulative Funding 34412111.67 MOD 56 400016 161067.00 LLA : CG 1701106 27A0 251 67854 067443 2D M67854 0RCATAZ512CH Standard Number: M6785410RCATAZ5 (AA) Reqn. No. 01407493 Note: With regards to SLIN 400016(ACRN CG), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. MOD 56 Funding 161067.00 Cumulative Funding 34573178.67 MOD 57 400017 46235.00 LLA : CH 5703600 290 6045 695071 9072 000000 000 659900 Standard Number: NMM10600220 (AA) Reqn. No. 01473803 600013 3765.00 LLA : CH 5703600 290 6045 695071 9072 000000 000 659900 Standard Number: NMM10600220 (AA) Reqn. No. 01473804 MOD 57 Funding 50000.00 Cumulative Funding 34623178.67 MOD 58 400018 54000.00 LLA : CK 1701804 8RZ3 253 SASLM 0 068342 2D 000000 002590000000 Standard Number: N0002410WX70758 (AA) Reqn. No. 01627830 Note: With regards to SLIN 400018(ACRN CK), funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. MOD 58 Funding 54000.00 Cumulative Funding 34677178.67 MOD 59 320042 92233251 (14742.94) LLA :

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 129 of 166

FINAL 

J6 1751811 1224 312 SJWML 0 068342 2D 000000 55688400203A Standard Number: N0002406WX21112 (AA) 400019 01723241 48000.00 LLA : CL 5703400 300 6045 200215 01 34312F 584 659900 Standard Number: NMM10600484 (AA) Funding in support of TI 066 Note: 10 U.S.C. 2410a Authority does not apply. Funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. 400020 01802681 1729199.00 LLA : CM 9700100 56SA 0 SJ 8616 012415 UR00025GYX06500MIPR0HZGBA08BB ZGBA00 S31129 Standard Number: MIPR0HZGBA08BB (AA) Funding in support of TI058. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of modification 59, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 400021 02025322 14742.94 LLA : J6 1751811 1224 312 SJWML 0 068342 2D 000000 55688400203A Standard Number: N0002406WX21112 (AA) Funding in support of TI009 600014 01802743 91010.50 LLA : CM 9700100 56SA 0 SJ 8616 012415 UR00025GYX06500MIPR0HZGBA08BB ZGBA00 S31129 Standard Number: MIPR0HZGBA08BB (AA) Funding in support of TI 058. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of modification 59, or through the end date of the period of performance for CLIN 6000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. MOD 59 Funding 1868209.50 Cumulative Funding 36545388.17 MOD 60 600015 02163002 2330.47 LLA : CN 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000FJ5T010 Funding in support of TI-048. Note: 10 U.S.C. 2410a Authority does not apply. Funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010. MOD 60 Funding 2330.47 Cumulative Funding 36547718.64 MOD 61 400020 01802681 (450000.00) LLA : CM 9700100 56SA 0 SJ 8616 012415 UR00025GYX06500MIPR0HZGBA08BB ZGBA00 S31129 Standard Number: MIPR0HZGBA08BB (AA) Funding in support of TI058. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of modification 59, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 600016 02539473 450000.00 LLA : CM 9700100 56SA 0 SJ 8616 012415 UR00025GYX06500MIPR0HZGBA08BB ZGBA00 S31129 Standard Number: MIPR0HZGBA08BB (AA) Funding in support of TI 058 Note: 10 U.S.C. 2410a Authority does not apply. Funds expire on 30 September 2010. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2010.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 130 of 166

FINAL 

MOD 61 Funding 0.00 Cumulative Funding 36547718.64 MOD 62 Funding 0.00 Cumulative Funding 36547718.64 MOD 63 400022 10561473 338769.33 LLA : CP 9710100 56SA 1 SJ-8616 012415. UR000 252B X06500 MIPR1EZGBA0690 ZGBA S31129 Standard Number: MIPR1EZGBA0690 (AA) Funding in support of TI-058. Note: 10 U.S.C. 2410a Authority does not apply. Funds expire on 30 September 2011 or on the expire date of CLIN 4000, which ever comes first. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2011 or on the expire date of CLIN 4000, which ever comes first. 600017 10613203 9021.67 LLA : CP 9710100 56SA 1 SJ-8616 012415. UR000 252B X06500 MIPR1EZGBA0690 ZGBA S31129 Standard Number: MIPR1EZGBA0690 (AA) Funding in support of TI-058. Note: 10 U.S.C. 2410a Authority does not apply. Funds expire on 30 September 2011 or on the expire date of CLIN 6000, which ever comes first. The contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2011 or on the expire date of CLIN 6000, which ever comes first. MOD 63 Funding 347791.00 Cumulative Funding 36895509.64 MOD 64 Funding 0.00 Cumulative Funding 36895509.64 MOD 65 Funding 0.00 Cumulative Funding 36895509.64 MOD 66 Funding 0.00 Cumulative Funding 36895509.64 MOD 67 100004 (117.75) LLA : A4 9770100 56SF SC7 52ST T4DT08 010000 59200 016402 667100 F67100 FSR 035812 PSR 90 7605 DSR 201626 Reqn. 7131-7546 ACRN A4 Doc. No. F2VUG06342G001 TI 4042-03 MOD 67 Funding -117.75 Cumulative Funding 36895391.89

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 131 of 166

FINAL 

SECTION H SPECIAL CONTRACT REQUIREMENTS

SECTION H SPECIAL CONTRACT REQUIREMENTS

Conformance with the Environmental Management System

The Contractor shall perform work under this contract, at the installation or at the Contractor site, consistent with the policy and objectives identified in the installation's Environmental Management System (EMS) and applicable rules and regulations provided to the contractor as Government Furnished Information (GFI). The Contractor shall perform work in a manner that conforms to objectives and targets, environmental programs and operational controls identified by the EMS. The Contractor shall provide monitoring and measurement information as required by the EMS coordinator (Environmental Protection Manager) to address environmental performance relative to environmental, energy, and transportation management goals.

In the event an EMS nonconformance or environmental noncompliance associated with the contracted services, tasks, or actions occurs, the Contractor shall be responsible for coordinating with the installation's Environmental Protection office on proposed corrective and/or preventive actions and for completing all corrective/preventive actions as required by the EMS coordinator or the Environmental Protection Office. In addition, the Contractor shall ensure its employees are aware of their roles and responsibilities under the EMS and Environmental laws and regulations, and how these EMS roles and responsibilities affect work performed under the contract.

The Contractor shall be responsible for ensuring their employees receive applicable environmental and occupational health and safety training, and maintain regulatory-required specific training for the type of work to be conducted. All Contractor personnel, and their subcontractor personnel, performing tasks that have the potential to cause an environmental impact shall be competent on the basis of appropriate education, training or experience. Upon contract award, the Government will provide EMS Awareness and Environmental Awareness training on CD to the Contractor. The contractor shall provide the EMS coordinator with all training records required by the EMS coordinator or the Environmental Protection Office (including but not limited to EMS training, waste water treatment certifications, asbestos certifications, etc.) for all contractor personnel and subcontractor personnel within 30 days prior to performance or at time of contract award whichever comes first and annually thereafter. The installation EMS Coordinator will retain associated records.

MANDATORY REQUIREMENTS

COMPRESSED WORK SCHEDULE. The contractor shall be permitted to utilize a compressed work schedule for NSA/NSWC Crane contractor employees in accordance with Timekeeping, Payroll, and Labor Distribution Policy and Procedures, NSWCCRANEINST 7410.14B 057 issued 23 Jan 2008. A compressed work

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 132 of 166

FINAL 

The following are mandatory requirements that must be met for anofferor to be considered eligible for the order and must be maintainedthrough the life of the order:1. The contractor’s facility supporting this requirement must be cleared at the TOP SECRET level for both processing and storage.2. Execution of Task Order awarded by Large Business Concerns must demonstrate that at least 30% of the total dollars amount awarded, represents subcontract awards to Small Business Concerns. Of the 30%, 70% must be meaningful labor requiring Expeditionary Warfare expertise and skills. This information shall be reported by the successful offeror in their self assessment for the Award Term Plan. GOVERNMENT FURNISHED PROPERTY (PERFORMANCE) (SEP 1990)(NAVSEA 5252.245-9108)The Government will provide only that property set forth below,notwithstanding any term or condition of this contract to thecontrary. Upon Contractor's written request to the cognizant Contracting Officer's Representative (COR), via the cognizant Procuring Contract Office (NSWC Crane), the Government will furnish the following for use in the performance of this contract:*To be identified upon issuance of Technical Instruction (TI).

schedule allows a starting time between the hours of 0600 and 0830 for eight of the ten workdays (nine hours per day), and between 0630 and 0900 for one of the ten workdays (eight-hour day), with a stopping time between the hours of 1500 and 1800. The contractor's full-time employee shall adhere to the same number of hours each day for eight of the ten workdays (nine hours per day) during a biweekly pay period and for one eight-hour day during the same biweekly pay period. The contractor's full-time employee is required to work 80 hours in a biweekly pay period and this work must be scheduled for fewer than 10 work days in a biweekly pay period. In some cases, a contractor employee may be required to remain on a non-compressed work schedule or to adjust contractor employee work hours (arrival and departure time) to accommodate the needs of the organization that they support. The contractor may be required to respond to an emergency requirement and work outside of regular working hours to perform the work. Exceptions to the compressed schedule may exist and the contractor will be notified by the COR of any permanent or temporary exceptions.

TECHNICAL INSTRUCTIONS (MAY 1993) (NAVSEA 5252.242-9115)(a) Performance of the work hereunder shall be subject to writtentechnical instructions/technical direction letters signed by theContracting Officer's Representative (COR) specified in Section G of this contract. As used herein, technical instructions/technical direction letters aredefined to include the following:(1) Directions to the Contractor which suggest pursuit ofcertain lines of inquiry, shift work emphasis, fill indetails or otherwise serve to accomplish the contractualstatement of work.(2) Guidelines to the Contractor which assist in theinterpretation of drawings, specifications or technicalportions of work description.(b) Technical instructions must be within the general scope of workstated in the contract. Technical instructions may not be used to:(1) assign additional work under the contract; (2) direct a changeas defined in the "CHANGES" clause of this contract; (3) increase

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 133 of 166

FINAL 

or decrease the contract price or estimated contract amount(including fee), as applicable, the level of effort, or the timerequired for contract performance; or (4) change any of the terms,conditions or specifications of the contract.(c) If, in the opinion of the Contractor, any technicalinstruction/technical direction letters calls for effort outsidethe scope of the contract or is inconsistent with this requirement,the Contractor shall notify the Procuring Contracting Officer(NSWC Crane) in writing within ten (10) working days after thereceipt of any such instruction. The Contractor shall not proceedwith the work affected by the technical instruction/technical directionletter unless and until the Contractor is notified by the ProcuringContracting Officer (NSWC Crane) that the technicalinstruction/technical direction letter is within the scope of thiscontract.(d) Nothing in the foregoing paragraph shall be construed to excuse theContractor from performing that portion of the contractual work statement,which is not affected by the disputed technical instruction/technicaldirection letter.

H20S INSURANCE - WORK ON A GOVERNMENT INSTALLATION The following types of insurance are required in accordance with theclause entitled, Insurance - Work On A Government Installation (FAR 52.228-5), and shall be maintained in the minimum amounts shown: (1) Comprehensive General Liability: $200,000 per person and $500,000per accident for bodily injury.(2) Automobile Insurance: $200,000 per person and $500,000 peraccident for bodily injury and $20,000 per accident for propertydamage.(3) Standard Workmen's Compensation and Employer's Liability Insurance(or, where maritime employment is involved, Longshoremen's and HarborWorker's Compensation Insurance) in the minimum amount of $100,000.

ALLOTMENT OF FUNDS (MAY 1993) (NAVSEA 5252.232-9104) (a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216 8) or "INCENTIVE FEE" (FAR 52.216 10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232 22), the CLINs/SLINs covered thereby, and the period of performance for which it is estimated the allotted amount(s) will cover are as follows: *SEE SECTION F & G

H30S LIMITATION OF LIABILITY - INCREMENTAL FUNDING (JUN 2004) This task order is incrementally funded and the amount currentlyavailable for payment hereunder is limited to ** inclusive offee, profit and all other charges. The clause entitled, Limitation ofFunds (FAR 52.232-22), applies. The Government is not obligated to

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 134 of 166

FINAL 

reimburse the Contractor for costs incurred in excess of this amountunless additional funds are made available and are incorporated as amodification to this task order. ** To be completed at time of award and upon execution of eachincremental funding modification. See General Information

H81S TRAVEL COSTS AND RESPONSIBILITIES(a) Performance under this task order may require travel by contractorpersonnel. If travel, domestic or overseas, is required, the Contractorshall be responsible for making all needed arrangements for his personnel.This includes, but is not limited to, medical examinations; immunizations;passports, visas, etc. and security clearances. If any work will takeplace on a U.S. Navy vessel, the Contractor shall obtain boardingauthorization for all contractor personnel from the Commanding Officerof the vessel. Authorization shall be obtained prior to boarding.

(b) The Government will reimburse the Contractor for allowable travelcosts incurred by the Contractor in performance of the task order inaccordance with FAR subpart 31.2 or 31.3 as applicable. H83S SERVICE CONTRACT ACT WAGE DETERMINATION (JUN 2004)

The applicable Service Contract Act Wage Determinations by theSecretary of Labor are provided as attachments in Section J.

HC25S ACCESS TO GOVERNMENT SITE (JUN 2004)

(a) Contractor personnel shall comply with all current badging andsecurity procedures required to gain access to any Government site.The Contractor shall ensure that Contractor personnel employed on anyGovernment site become familiar with and obey Activity regulations.Contractor personnel shall not enter restricted areas unless required todo so and until cleared for such entry. The Contractor shall requestpermission to interrupt any activity roads or utility services in writinga minimum of 15 calendar days prior to the date of interruption.Contractor personnel shall bear personal protective equipment indesignated areas.

All contractor equipment shall be conspicuously marked foridentification.

The contractor shall strictly adhere to Federal Occupational Safetyand Health Agency (OSHA) Regulations, Environmental Protection Agency(EPA) Regulations, and all applicable state and local requirements.

HG10S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (JUN 2004)

(a) Except as specified in subparagraph (b) below, no order, statement,or conduct of any Government personnel who visit the Contractor'sfacilities or in any other manner communicates with Contractor personnelduring the performance of this task order shall constitute a changeunder the Changes clause of this task order.

(b) The Contractor shall not comply with any order, direction or requestof Government personnel unless it is issued in writing and signed by the

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 135 of 166

FINAL 

Contracting Officer, or is pursuant to specific authority otherwiseincluded as a part of this task order.

(c) The Contracting Officer is the only person authorized to approvechanges in any of the requirements of this task order and,notwithstanding provisions contained elsewhere in this task order, thesaid authority remains solely the Contracting Officer's. In the eventthe contractor effects any change at the direction of any person otherthan the Contracting Officer, the change will be considered to have beenmade without authority and no adjustment will be made in the task orderprice to cover any increase in charges incurred as a result thereof.

HP10S OPTION TO EXTEND THE TERM OF THE TASK ORDERThis task order is renewable at the prices stated in Section B ofthe Contractor's proposal, at the option of the Government. TheContracting Officer shall give written notice, to the Contractor,of Award Term I renewal within 730 days from effective date of taskorder award, within 1,095 days from effective date of task order awardfor Award Term II renewal, and within 1,460 days from effective date oftask order award for Award Term III. Such a preliminary notice of intentto renew shall not be deemed to commit the Government to renewals. If theGovernment exercises these options for renewal, the task order as renewedshall be deemed to include this option provision however, the totalduration of this task order, including the exercise of any options underthis clause, shall not exceed 60 months.

SUBSTITUTION OF PERSONNEL (SEP 1990) (NAVSEA 5252.237-9106)(a) The Contractor agrees that a partial basis for award of this task order is the list of key personnel proposed. Accordingly, the Contractor agrees to assign to this task order those key persons whose resumes were submitted with the proposal necessary to fulfill the requirements of the task order. No substitution shall be made without prior notification to and concurrence of the Contracting Officer in accordance with this requirement.(b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to be replaced. The Contracting Officer shall be notified in writing of any proposed substitution at least forty five (45) days, or ninety (90) days if a security clearance is to be obtained, in advance of the proposed substitution. Such notification shall include: (1) an explanation of the circumstances necessitating the substitution; (2) a complete resume of the proposed substitute; and (3) any other information requested by the Contracting Officer to enable him/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided the partial basis for award.

952.222-0001 – PROHIBITION AGAINST HUMAN TRAFFICKING, INHUMANE LIVING CONDITIONS, AND WITHHOLDING OF EMPLOYEE PASSPORTS (JUL 2010)  

(a)       All contractors (“contractors” refers to both prime contractors and all subcontractors at all tiers) are reminded of the prohibition contained in Title 18, United States Code, Section 1592, against knowingly destroying, concealing, removing, confiscating, or possessing any actual or purported passport or other immigration document, or any other actual or purported government identification document, of another person, to prevent or restrict or to attempt to prevent or restrict, without lawful authority, the person’s liberty to move or travel, in order to maintain the labor or services of that person,

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 136 of 166

FINAL 

952.223-0001 – REPORTING KIDNAPPINGS, SERIOUS INJURIES AND DEATHS (JUL 2010)

when the person is or has been a victim of a severe form of trafficking in persons. (b)      Contractors are also required to comply with the following provisions: (1)   Contractors shall only hold employee passports and other identification documents discussed above for the shortest period of time reasonable for administrative processing purposes. (2)   Contractors shall provide all employees with a signed copy of their employment contract, in English as well as the employee’s native language that defines the terms of their employment/compensation. (3)   Contractors shall not utilize unlicensed recruiting firms, or firms that charge illegal recruiting fees. (4)   Contractors shall be required to provide adequate living conditions (sanitation, health, safety, living space) for their employees.  Fifty square feet is the minimum acceptable square footage of personal living space per employee.  Upon contractor’s written request, contracting officers may grant a waiver in writing in cases where the existing square footage is within 20% of the minimum, and the overall conditions are determined by the contracting officer to be acceptable.  A copy of the waiver approval shall be maintained at the respective life support area. (5)   Contractors shall incorporate checks of life support areas to ensure compliance with the requirements of this Trafficking in Persons Prohibition into their Quality Control program, which will be reviewed within the Government’s Quality Assurance process. (6)   Contractors shall comply with international laws regarding transit/exit/entry procedures, and the requirements for work visas.  Contractors shall follow all Host Country entry and exit requirements, including requirements for visas and work permits.   (c)       Contractors have an affirmative duty to advise the Contracting Officer if they learn of their employees violating the human trafficking and inhumane living conditions provisions contained herein.  Contractors are advised that contracting officers and/or their representatives will conduct random checks to ensure contractors and subcontractors at all tiers are adhering to the law on human trafficking, humane living conditions and withholding of passports. (d)      The contractor agrees to incorporate the substance of this clause, including this paragraph, in all subcontracts under his contract.

(End of Clause)

 

Contractors shall notify the Contracting Officer, as soon as practicable, whenever employee kidnappings, serious injuries or deaths occur.

 

Report the following information:

Contract Number

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 137 of 166

FINAL 

952.225-0001 – ARMING REQUIREMENTS AND PROCEDURES FOR PERSONAL SECURITY SERVICES CONTRACTORS AND FOR REQUESTS FOR PERSONAL PROTECTION (AUG 2010)

Contract Description & Location

Company Name

Reporting party:

Name

Phone number

e-mail address

Victim:

Name

Gender (Male/Female)

Age

Nationality

Country of permanent residence

Incident:

Description

Location

Date and time

Other Pertinent Information

(End of Clause)

(a)       General. Contractor and its subcontractors at all tiers that require arming under this contract agree to obey all laws, regulations, orders, and directives applicable to the use of private security personnel in Iraq and Afghanistan, including U.S. CENTCOM, United States Forces – Iraq (USF -I) and United States Forces – Afghanistan (USFOR -A) Commander orders, instructions and directives. Contractors will ensure that all employees, including employees at any tier of subcontracting relationships, who will seek individual authorization to be armed under the provisions of this contract (requests for blanket authorization for groups or organizations will not be approved), comply with the contents of this clause and with the requirements set forth in the following:

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 138 of 166

FINAL 

(1)   DODI 3020.50, Private Security Contractors (PSCs) Operating in Contingency Operations;(2)   DODI 3020.41, Program Management for Acquisition and Operational Contract Support in Contingency Operations;(3)   DFARS 252.225 -7040, Contractor Personnel Supporting a Force Deployed Outside the United States;(4)   Class Deviation 2007-O0010, Contractor Personnel in the United States Central Command Area of Responsibility(5)   USFOR-A, FRAGO 09 -206, Outlines Management of Armed Contractors and Private Security Companies Operating in the Combined Joint Operating Area - Afghanistan (CJOA-A)(6)   USF-I OPORD 10-01, Annex C, Appendix 13(7)   U.S. CENTCOM Message, USCENTCOM Policy and Delegation of Authority for Personal Protection and Contract Security Service Arming of DoD Civilian Personnel and Contractors for Iraq and Afghanistan, dated 23 Dec 2005(8)   U.S. CENTCOM Message, Modification to USCENTCOM Civilian and Contractor Arming Policy and Delegation of Authority for Iraq and Afghanistan, dated 07 Nov 2006(9)   U.S. CENTCOM Message, Modification 3 to USCENTCOM Civilian and Contractor Arming Policy and Delegation of Authority in Iraq and Afghanistan, dated 09 Jun 2009 (b)      Required Government Documentation. An O -6 or GS -15 (or above) from the unit requesting the contractor security shall provide a description of the following to the arming approval authority via the contracting officer representative (COR) in sponsoring each individual request for arming (under paragraph (c) below: (1)   The specific location where the PSC employee will operate;(2)   The persons and/or property that require protection;(3)   The anticipated threat;(4)   The requested weapon type(s), including serial number when possible;(5)   The reason current security/police forces are unable to provide adequate protection; and(6)   Verification, under paragraph (e) below, that background checks have been conducted and that no records were found of convictions or other acts that should be known to the arming authority. (c)       Required Contractor Documentation. Contractors and their subcontractors at all tiers that require arming approval shall provide to the arming approval authority via the COR consistent documentation (signed and dated by the employee and employer as applicable) for each of their employees who will seek authorization to be armed under the contract as follows: (1)   Weapons Qualification/Familiarization. All employees must meet the weapons qualification requirements on the requested weapon(s) established by any DoD or other U.S. government agency, Law of Armed Conflict (LOAC); Rules for the Use of Force (RUF), as defined in the U.S. CENTCOM Policy, dated 23 December 2005; and distinction between the above-prescribed RUF and the Rules of Engagement (ROE), which are applicable only to military forces. (2)   Completed DD Form 2760 (or equivalent documentation) for each armed employee, indicating that the employee is not otherwise prohibited under U.S. law from possessing the required weapon or ammunition.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 139 of 166

FINAL 

(3)   Written acknowledgement by the individual of the fulfillment of training responsibilities and the conditions for the authorization to carry firearms. This document includes the acknowledgement of the distinctions between the ROE applicable to military forces and RUF that control the use of weapons by DoD civilians, DoD contractors and PSCs. (4)   Written acknowledgement signed by both the armed employee and by a representative of the employing company that use of weapons could subject both the individual and company to U.S. and host nation prosecution and civil liability. (5)   A copy of the contract between the contractor ’s company and the U.S. Government that verifies the individual’s employment and addresses the need to be armed. (6)   One (1) copy of a business license from the Iraqi or Afghani Ministry of Trade or Interior. (7)   One (1) copy of a license to operate as a PSC (or a temporary operating license) from the Ministry of Interior. (d)      The contractor will submit to the COR a communications plan that, at a minimum, sets forth the following: (1)   The contractor ’s method of notifying military forces and requesting assistance where hostilities arise, combat action is needed or serious incidents have been observed; (2)   How relevant threat information will be shared between contractor security personnel and U.S. military forces; and (3)   How the contractor will coordinate transportation with appropriate military authorities. (e)       Prior to requesting arming approval, the contractor will submit to the COR an acceptable plan for accomplishing background checks on all contractor and subcontractor employees who will be armed under the contract. The contractor shall, at a minimum, perform the following (which will be specifically addressed in its plan and which will be documented and furnished to the COR upon completion): (1)   Use one or more of the following sources when conducting the background checks: Interpol, FBI, Country of Origin Criminal Records, Country of Origin U.S. Embassy Information Request, CIA records, and/or any other records available; (2)   Verify with USF -I or USFOR -A, as applicable, that no employee has been barred by any commander within Iraq or Afghanistan; and (3)   All local nationals and third country nationals will voluntarily submit to full biometric enrollment in accordance with theater biometric policies within 60 days of their arming request. While biometric collection and screening is voluntary, CORs will immediately notify the arming approval authority of any individuals who do not meet this requirement and any arming authorization will be revoked until all requirements are met. (f)       Penalties for Non-Compliance. Failure of contractor or subcontractor employee(s) to comply with the laws, regulations, orders, and rules (including those specified herein)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 140 of 166

FINAL 

governing the use of force, training, arming authorization, and incident reporting requirements may result in the revocation of weapons authorization for such employee(s). Where appropriate, such failure may also result in the total revocation of weapons authorization for the contractor (or subcontractor) and sanctions under the contract, including termination. (g)      Criminal and Civil Liability. Arming of contractor or subcontractor employees under this contract may subject the contractor, its subcontractors, and persons employed by the same, to the civil and criminal jurisdiction of the U.S. and Host Nation. “Host Nation” refers to the nation or nations where services under this contract are performed. (h)      Lapses in Training or Authorization. Failure to successfully retrain an employee who has been properly authorized to be armed under this contract within twelve (12) months of the last training date will constitute a lapse in the employee ’s authorization to possess and carry the weapon. All unauthorized employees will immediately surrender their weapon and authorization letter to the contractor and will remain unarmed until such time as they are retrained and newly approved by the arming authority. Additionally, the arming authority ’s authorization letter is valid for a maximum of twelve (12) months from the date of the prior letter (unless authorization is earlier invalidated by a lapse in training). (i)        Authorized Weapon & Ammunition Types. Unless DCDRUSCENTCOM (or a designee) expressly provides otherwise, all arming requests and authorizations for contractor or subcontractor employees under this contract shall be limited to U.S. Government -approved weapons and ammunition. Notwithstanding Host Nation laws or regulations that would allow use of heavier weapons by contract security/PSC, all DoD security service / PSC contractors must have weapons approved by DCDRUSCENTCOM (or a designee) before use. This restriction applies to all weapons in the possession of contractor employees, even if such weapons are required for personal protection. The following weapons and ammunition are currently authorized by the U.S. Government for use in Iraq and Afghanistan: (1)   The M9, M4, M16, or equivalent (e.g. .45 CAL, AK-47). (2)   The M9 or equivalent sidearm will be the standard personal protection weapon unless other weapons are specifically requested and approved. (3)   U.S. government Ball ammunition is the standard approved ammunition. (j)        Requirements for Individual Weapons Possession. All employees of the contractor and its subcontractors at all tiers who are authorized to be armed under this contract must: (1)   Possess only those U.S. Government -approved weapons and ammunition for which they are qualified under the training requirements of section (c) and subsequently authorized to carry; (2)   Carry weapons only when on duty or at a specific post (according to their authorization); (3)   Not conceal any weapons, unless specifically authorized; (4)   Carry proof of authorization to be armed. Employees not possessing such proof will be deemed unauthorized and must surrender their weapon to their employer; and

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 141 of 166

FINAL 

(5)   IAW USCENTCOM G.O. #1, consumption of alcohol in Iraq or Afghanistan is prohibited. In the event of a suspension or an exception to G.O. #1, employees shall not consume any alcoholic beverage while armed or within eight (8) hours of the next work period when they will be armed. There are no circumstances under which a person will be authorized to consume any alcoholic beverage when armed for personal protection. (k)      Weapons/Equipment Restrictions and Responsibilities. Unless otherwise provided, the U.S. Government will not provide any weapons or ammunition to contractors, their subcontractors, or any employees of the same. The Contractor will provide all weapons and ammunition to those employees that will be armed under the contract. The contractor and its subcontractors at all tiers will also provide interceptor body armor, ballistic helmets, and the Nuclear, Biological, and Chemical (NBC) protective masks to those employees that require such equipment in the performance of their duties. (l)        Rules for the Use of Force (RUF). In addition to the RUF and ROE training referenced in paragraph (c), the contractor and its subcontractors at all tiers will monitor and report all activities of its armed employees that may violate the RUF and/or otherwise trigger reporting requirements as serious incidents. Prompt reporting demonstrates a desire by the contractor and its subcontractors to minimize the impact of any violations and, therefore, will be given favorable consideration. Violations of the RUF include, though are not limited to: (1)   Taking a direct part in hostilities or combat actions, other than to exercise self -defense; (2)   Failing to cooperate with Coalition and Host Nation forces; (3)   Using deadly force, other than in self -defense where there is a reasonable belief of imminent risk of death or serious bodily harm; (4)   Failing to use a graduated force approach; (5)   Failing to treat the local civilians with humanity or respect; and (6)   Detaining local civilians, other than in self-defense or as reflected in the contract terms. (m)    Retention and Review of Records. The Contractor and all subcontractors at all tiers shall maintain records on weapons training, LOAC, RUF and the screening of employees for at least six (6) months following the expiration (or termination) of the contract. The Contractor and its subcontractors at all tiers shall make these records available to the Contracting Officer or designated representative, at no additional cost to the government, within 72 hours of a request. (n)      Contractor Vehicles. Vehicles used by contractor and subcontractor personnel in the course of their security duties shall not be painted or marked to resemble U.S./Coalition or host nation military and police force vehicles. (o)      Quarterly Reporting. The prime contractor will report quarterly (i.e. NLT 1 January, 1 April, 1 July and 1 October for each quarter of the calendar year) to the Contracting Officer responsible for this contract, and any other organization designated by the Contracting

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 142 of 166

FINAL 

952.225-0002 – ARMED PERSONNEL INCIDENT REPORTS (SEP 2010)

952.225-0003 – FITNESS FOR DUTY AND MEDICAL/DENTAL CARE LIMITATIONS (NOV 2010)

Officer, the following information under this contract: (1)   The total number of armed civilians and contractors; (2)   The names and contact information of its subcontractors at all tiers; and (3)   A general assessment of the threat conditions, adequacy of force numbers, and any problems that might require a change to force levels. Note: this information is in addition to the information the contractor promises to immediately provide under the communications plan referenced at paragraph (d).

(End of Clause)

(a)       All contractors and subcontractors in the United States Forces -Iraq (USF -I) or United States Forces -Afghanistan (USFOR -A) theater of operations shall comply with and shall ensure that their personnel supporting USF -I or USFOR-A forces are familiar with and comply with all applicable orders, directives, and instructions issued by the respective USF -I or USFOR-A Commanders relating to force protection and safety. (b)      IRAQ: Contractors shall provide an initial report of all weapons firing incidents or any other serious incidents they or their contractors are involved in to USF -I Contractor Operations Cell (CONOC) as soon as practical, but not later than 4 hours after the incident. The contractor and its subcontractors at all tiers shall submit a written report to CONOC, the Contracting Officer (KO) within 96 hours of the incident. Interim reports shall be submitted between the initial and final report, when necessary to the CONOC at [email protected] DSN 318-435-2369, UK# 0044 203 286 9851 or 0044 203 239 5894 or Skype: USFICONOC (c)       AFGHANISTAN: Contractors shall immediately report all incidents and use of weapons through their Contracting Officers Representative (CORs) who will notify the Contracting Officer. Contracting Officers are responsible to notify the SCO -A Chief of Operations and the SAR @ USFOR -A (SAR SHIFT DIRECTOR, DSN: 318 -237-1761) Information should include: the name of the company, where the incident occurred, time when the incident occurred, a brief description of the events leading up to the incident, and a point of contact for the company. The PARC -A Chief of Operations in coordination with the SAR will issue guidance for further reporting requirements. (d)      Contractors shall provide first aid and request MEDEVAC of injured persons, and remain available for U.S. or Coalition response forces, based upon the situation. In the event contractor personnel are detained by U.S. or Coalition Forces, prolonged detention due to lack of proper identification can be alleviated by contractor personnel possessing on their person information that includes the contractor ’s name, the contract number, a contractor management POC, and the phone number of the CONOC/ SAR Watch.

(End of Clause)

(a)       The contractor shall perform the requirements of this contract notwithstanding the fitness for duty of

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 143 of 166

FINAL 

 

deployed employees, the provisions for care offered under this section, and redeployment of individuals determined to be unfit.  Contractor personnel who deploy for multiple tours, for more than 12 months total must be re-evaluated for fitness to deploy.  An examination will remain valid for 15 months from the date of the physical.  The contractor bears the responsibility for ensuring all employees are aware of the conditions and medical treatment available at the performance location. The contractor shall include this information and requirement in all subcontracts with performance in the theater of operations (b)      The contractor shall not deploy an individual with any of the following conditions unless approved by the appropriate CENTCOM Service Component (ie. ARCENT, AFCENT, etc.) Surgeon: Conditions which prevent the wear of personal protective equipment, including protective mask, ballistic helmet, body armor, and chemical/biological protective garments; conditions which prohibit required theater immunizations or medications; conditions or current medical treatment or medications that contraindicate or preclude the use of chemical and biological protective’s and antidotes; diabetes mellitus, Type I or II, on pharmacological therapy; symptomatic coronary artery disease, or with myocardial infarction within one year prior to deployment, or within six months of coronary artery bypass graft, coronary artery angioplasty, or stenting; morbid obesity (BMI >/= 40); dysrhythmias or arrhythmias, either symptomatic or requiring medical or electrophysiological control; uncontrolled hypertension, current heart failure, or automatic implantable defibrillator; therapeutic anticoagulation; malignancy, newly diagnosed or under current treatment, or recently diagnosed/treated and requiring frequent subspecialist surveillance, examination, and/or laboratory testing; dental or oral conditions requiring or likely to require urgent dental care within six months’ time, active orthodontic care, conditions requiring prosthodontic care, conditions with immediate restorative dentistry needs, conditions with a current requirement for oral-maxillofacial surgery; new onset (< 1 year) seizure disorder, or seizure within one year prior to deployment; history of heat stroke; Meniere’s Disease or other vertiginous/motion sickness disorder, unless well controlled on medications available in theater; recurrent syncope, ataxias, new diagnosis (< 1year) of mood disorder, thought disorder, anxiety, somatoform, or dissociative disorder, or personality disorder with mood or thought manifestations; unrepaired hernia; tracheostomy or aphonia; renalithiasis, current; active tuberculosis; pregnancy; unclosed surgical defect, such as external fixeter placement; requirement for medical devices using AC power; HIV antibody positivity; psychotic and bipolar disorders. (Reference:  Mod 10 to USCENTCOM Individual Protection and Individual/Unit Deployment Policy, Tab A: Amplification of the Minimal Standards of Fitness for Deployment to the CENTCOM AOR).                                                               (c)       In accordance with military directives (DoDI 3020.41, DoDI 6000.11, CFC FRAGO 09-1038, DoD PGI 225.74), resuscitative care, stabilization, hospitalization at Level III (emergency) military treatment facilities and assistance with patient movement in emergencies where loss of life, limb or eyesight could occur will be provided.  Hospitalization will be limited to emergency stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system.   (d)      Routine and primary medical care is not authorized.  Pharmaceutical services are not authorized for routine or known, routine prescription drug needs of the individual.  Routine dental care, examinations and cleanings are not authorized. (e)       Notwithstanding any other provision of the contract, the contractor shall be liable for any and all medically-related services or transportation rendered.   To view reimbursement rates that will be charged for services at all DoD deployed medical facilities please go to the following website:  http://comptroller.defense.gov/rates/fy2011.html (change fiscal year as applicable).

(End of Clause)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 144 of 166

FINAL 

952.225-0004 – COMPLIANCE WITH LAWS AND REGULATIONS (JUL 2010)

 

(a)       The Contractor shall comply with, and shall ensure that its employees and its subcontractors and their employees, at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal or DoD regulations, and Central Command orders and directives applicable to personnel in Iraq and Afghanistan, including but not limited to USCENTCOM, Multi-National Force and Multi-National Corps operations and fragmentary orders, instructions, policies and directives.(b)      Contractor employees shall particularly note all laws, regulations, policies, and orders restricting authority to carry firearms, rules for the use of force, and prohibiting sexual or aggravated assault.  Contractor employees are subject to General Orders Number 1, as modified from time to time, including without limitation, their prohibition on privately owned firearms, alcohol, drugs, war souvenirs, pornography and photographing detainees, human casualties or military security measures. (c)       Contractor employees may be ordered removed from secure military installations or the theater of operations by order of the senior military commander of the battle space for acts that disrupt good order and discipline or violate applicable laws, regulations, orders, instructions, policies, or directives.  Contractors shall immediately comply with any such order to remove its contractor employee.  (d)      Contractor employees performing in the USCENTCOM Area of Responsibility (AOR) may be subject to the jurisdiction of overlapping criminal codes, including, but not limited to, the Military Extraterritorial Jurisdiction Act (18 U.S.C. Sec. 3261, et al) (MEJA), the Uniform Code of Military Justice (10 U.S.C. Sec. 801, et al)(UCMJ), and the laws of the Host Nation.  Non-US citizens may also be subject to the laws of their home country while performing in the USCENTCOM AOR.  Contractor employee status in these overlapping criminal jurisdictions may be modified from time to time by the United States, the Host Nation, or by applicable status of forces agreements. (e)       Under MEJA, a person who engages in felony misconduct outside the United States while employed by or accompanying the Armed Forces is subject to arrest, removal and prosecution in United States federal courts.  Under the UCMJ, a person serving with or accompanying the Armed Forces in the field during a declared war or contingency operation may be disciplined for a criminal offense, including by referral of charges to a General Court Martial.  Contractor employees may be ordered into confinement or placed under conditions that restrict movement within the AOR or administratively attached to a military command pending resolution of a criminal investigation. (f)       Contractors shall immediately notify military law enforcement and the Contracting Officer if they suspect an employee has committed an offense.  Contractors shall take any and all reasonable and necessary measures to secure the presence of an employee suspected of a serious felony offense.  Contractors shall not knowingly facilitate the departure of an employee suspected of a serious felony offense or violating the Rules for the Use of Force to depart Iraq or Afghanistan without approval from the senior U.S. commander in the country.

(End of Clause)

952.225-0005 – MONTHLY CONTRACTOR CENSUS REPORTING (JUL 2010)

Contractor shall provide monthly employee census information to the Contracting Officer, by province,

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 145 of 166

FINAL 

 

for this contract. Information shall be submitted either electronically or by hard-copy. Information shall be current as of the 25th day of each month and received by the Contracting Officer no later than the first day of the following month. The following information shall be provided for each province in which work was performed: (1)      The total number (prime and subcontractors at all tiers) employees.(2)      The total number (prime and subcontractors at all tiers) of U.S. citizens.(3)      The total number (prime and subcontractors at all tiers) of local nationals (LN).(4)      The total number (prime and subcontractors at all tiers) of third-country nationals (TCN).(5)      Name of province in which the work was performed.(6)      The names of all company employees who enter and update employee data in theSynchronized Predeployment & Operational Tracker (SPOT) IAW DFARS 252.225-7040 or DFARS DOD class deviation 2007-O0010.

(End of Clause)

952.225-0009 – MEDICAL SCREENING AND VACCINATION REQUIREMENTS FOR THIRD COUNTRY NATIONALS OR LOCALLY HIRED EMPLOYEES OPERATING IN THE CENTCOM AREA OF RESPONSIBILITY (AOR) (NOV 2010)

(a)       Contractors, and subcontractors at any tier shall ensure and provide satisfactory evidence that all locally hired employees, including Local National (LN), Third Country National (TCN), and U.S. employees, working on bases have been screened for and do not currently have active tuberculosis (TB).  (1)   Contractors may initially utilize a testing method of either a chest x-ray or TB skin test (TST), depending on the originating country a contracted employee. (i)           Chest x-rays (CXR's), symptom survey, and Body Mass Index (BMI) shall be taken, and TSTs administered within 12 months prior to the start of deployment/employment.  Contractors are required to bring in a physical copy of the pre-employment CXR film as it is the only way to verify interval changes should an active case of TB occur. (A) Third Country Nationals (TCNs) and Local Nationals (LNs) cannot be screened with the TST.  They need the pre-employment screening with a quality CXR, Body Mass Index (BMI) and symptom survey (B)  Small-Risk Nationals (SRNs), those with less than 25 TB cases per 100,000 persons annually (mostly expats from Europe and US), can be screened via the TST.   (ii)         Annual re-screening for TCNs, and LNs will be performed with a CXR conducted by the Contractors medical provider or local economy provider, who will look for interval changes from prior CXR’s and review any changes in the symptom survey.  (iii)       SRN’s do not require annual TB re-screening.  However, for a TB contact investigation, a TST or Interferon Gamma Release Assay (IGRA) is required. (iv)       For a contact investigation, all personnel with a positive TST or IGRA will be evaluated for potential active TB with a symptom screen, exposure history, BMI, and CXR.  All cases of suspected or confirmed active TB must be reported to the theater Preventive Medicine (PM) physician and/or TB

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 146 of 166

FINAL 

Consultant as soon as possible.  TB reporting is required within 24 hours to the PM POC.  Contact tracing, and medical coding have specific requirements.  All Small-Risk National (SRN) contract personnel are required to be MEDEVAC’d out of theater, at the contractor’s expense, for treatment of active TB, after consultation with the Theater PM or TB Consultant at the USF-I Surgeon’s office.  For SRN personnel, the contractor is responsible for management and compliance with all prescribed public health actions. (v)         Screening may be performed either by a licensed medical provider from the local economy or by the contractors’ licensed medical staffs.  Contractors shall maintain medical screening documentation and make it available to the Contracting Officer upon request.  (2)   TB screening and documentation is a requirement prior to receiving badges to work in the Iraq Joint Operations Area.  A copy of the TB screening documentation shall be provided to the responsible Base Operations Center (BOC) prior to issuance of base access badges.  (b)      Contractor employees, including subcontractors at any tier, who work in positions where they are working in food service,  water and ice production facilities, shall have current Typhoid and Hepatitis “A” (full series) immunizations in accordance with the Centers for Disease Control and Prevention guidelines (e.g. typhoid vaccination booster is required every 2 years), in addition to the required TB tests.    The contractor medical provider must complete a pre-placement examination to include a stool sample test for ova and parasites, and annual medical screening form or equivalent for food service, ice and water production workers. (c)       Proof of individual employee vaccinations shall be provided to the Contracting Officer and COR showing that their employees and their subcontractor employees at any tier have received the above vaccinations.  The contractor shall maintain their employees’ vaccination records for examination by the Contracting Officer.  The contractor shall ensure that their subcontractors at any tier maintain their respective employees’ vaccination records for examination by the Contracting Officer. (d)      The contractor is responsible for management and compliance with all prescribed public health actions regarding TB in the contracted personnel.  The contractor also bears the responsibility of ensuring that adequate health management for TB (screening / diagnosis / treatment / isolation) is available at the contractor’s chosen health care provider for their contracted and subcontracted personnel. NOTE:  Contractors are reminded of the requirement to comply with their contract and all regulatory guidance (DoD Instructions/Regulations, Federal Acquisition Regulation/Defense Federal Acquisition Regulation Supplement, and FRAGO’s) as applicable regarding Medical Screening and Vaccination Requirements.  

(End of Clause)

952.225-0011 – GOVERNMENT FURNISHED CONTRACTOR SUPPORT (JUL 2010)

The following is a summary of the type of support the Government will provide the contractor, on an “as-available” basis. In the event of any discrepancy between this summary and the description of services in the Statement of Work, this clause will take precedence.

U.S. Citizens Accompanying the Force

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 147 of 166

FINAL 

952.225-0013 – CONTRACTOR HEALTH AND SAFETY (NOV 2010)

X         APO/FPO/MPO/Postal Services X         DFACs X         Mil Issue Equip0   Authorized Weapon X        Excess Baggage X         MILAIR

X              Billeting 0         Fuel Authorized X         MWR

X        CAAF X         Govt Furnished Meals X         Resuscitative Care

X        Controlled Access Card (CAC)/ID Card X         Military Banking X        Transportation0         Commissary 0        Military Clothing 0 All0 Dependents Authorized X         Military Exchange 0 None

Third-Country National (TCN) Employees

0 APO/FPO/MPO/Postal Services 0 DFACs 0 Mil Issue Equip0 Authorized Weapon 0 Excess Baggage 0 MILAIR0 Billeting 0 Fuel Authorized 0 MWR0 CAAF 0 Govt Furnished Meals 0 Resuscitative Care0 Controlled Access Card (CAC)/ID Card 0 Military Banking 0 Transportation0 Commissary 0 Military Clothing 0 All0 Dependents Authorized 0 Military Exchange ·          None

Local National (LN) Employees

                                                                                          

0 APO/FPO/MPO/Postal Services 0 DFACs 0 Mil Issue Equip0 Authorized Weapon 0 Excess Baggage 0 MILAIR0 Billeting 0 Fuel Authorized 0 MWR0 CAAF 0 Govt Furnished Meals 0 Resuscitative Care0 Controlled Access Card (CAC)/ID Card 0 Military Banking 0 Transportation0 Commissary 0 Military Clothing 0 All0 Dependents Authorized 0 Military Exchange ·          None

(End of Clause)

 

(a) Contractors shall comply with all National Electrical Code (NEC 2008), Specifications as outlined, and MIL Standards and Regulations. All infrastructure to include, but not limited to, living quarters, showers, and restrooms shall be installed and maintained in compliance with these standards and must be properly supported and staffed to ensure perpetual Code compliance, prevent hazards and to quickly correct any hazards to maximize safety of those who use or work at the infrastructure (NEC Table 352.20). Specifically, the use of magnetic ballasts in lighting for new construction or replacement of existing magnetic ballasts during refurbishment, alterations or upgrades with new magnetic ballasts is prohibited. The government has the authority to enter and inspect contractor employee living quarters at any

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 148 of 166

FINAL 

time to ensure the prime contractor is complying with safety compliance standards outlined in the 2008 National Electric Code (NEC).

(b) The contractor shall correct all deficiencies within a reasonable amount of time of contractor becoming aware of the deficiency either by notice from the government or a third party, or discovery by the contractor. Further guidance on mandatory compliance with NFPA 70: NEC 2008 can be found on the following link http://www.nfpa.org.

(End of Clause)

952.225-0016 – CONTRACTOR DEMOBILIZATION (NOV 2010) (a)  Full demobilization of contractors and subcontractor(s) in the Iraq/Afghanistan Combined/Joint Operations Area (CJOA) is critical to Responsible Drawdown. The prime contractor is  required to submit a demobilization plan to the Contracting Officer a minimum of 30 days prior to the end of the contract performance period or when requested by the Contracting Officer.  The demobilization plan shall address, as a minimum, the following procedures detailed below.  The procedures outline specific guidance to ensure a timely and responsible exit from Iraq.  Prime contractors are responsible and accountable to ensure their subcontractor(s) at all tiers comply with responsible and timely exit from Iraq immediately following contract performance completion or termination. (1)    Exit from Iraq:  The prime contractor shall follow the exit guidance issued by the United States (U.S.) Embassy Baghdad and shall ensure subcontractor(s) at all tiers also follow the exit procedures.  The prime contractor is responsible to remain cognizant of Iraqi laws regarding exit from Iraq.  Currently, all foreigners traveling out of Iraqi airports via commercial air transportation must have exit visas.  Department of Defense, U.S. Forces-Iraq, Letters of Authorization (LOAs), and/or Embassy Badges are no longer the accepted means of exiting Iraq.  All U.S. citizens and foreign national contractors must obtain an Iraqi exit sticker before departing the country.  The exit sticker may be obtained from selected police stations or Ministry of Interior (MOI) offices.  It is the prime contractor’s responsibility to ensure that the most recent exit procedures are followed and to ensure that subcontractor(s) at all tiers are in compliance with exit procedures.  Assistance for this procedure may be obtained by e-mailing [email protected] or phone 240-553-0581, ext 2782 or ext 2092. (2)   Letter of Authorization (LOA): The prime contractor is responsible for demobilizing its workforce, including subcontractor employees at all tiers, and all contractor owned and subcontractor owned equipment out of theater as part of the prime contractor’s exit strategy.  This exit strategy must include reasonable timeframes starting with the end of the contract performance period and not exceeding 30 days.  The Contracting Officer has the authority to extend selected LOAs up to, but not exceeding 30 calendar days after the contract completion date to allow the prime contractor to complete demobilization of its workforce and contractor owned equipment, as well as subcontractor(s) workforce and owned equipment, out of the Iraq/Afghanistan CJOA.  The prime contractor shall notify the Contracting Officer a minimum of 30 days prior to the end of the contract period to request up to a 30-day extension of selected LOAs beyond the contract completion date to complete demobilization.  The request shall include at a minimum: (i)        the name of each individual requiring a new LOA; (ii)      the number of days for the LOA (no more than 30 calendar days); and

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 149 of 166

FINAL 

 (iii)    justification for the request (e.g., what function the individual(s) will be performing during the demobilization period). The Contracting Officer may request additional information for an LOA extension.  Any LOA extension granted beyond the contract completion date shall not exceed 30 days and the contractor is not entitled to additional compensation for this period.  If approved by the contracting officer, this is a no cost extension of an employee’s LOA due to demobilization and in no way is an extension of the contract performance period. (3)   Badging:  The prime contractor is responsible to ensure all employee badges, including subcontractor employees at all tiers, are returned to the local Access Control Badging Office for de-activation and destruction.  The prime contractor shall submit a Badge Termination Report to ensure each record is flagged and the badge is revoked.  If a prime and/or subcontractor employee’s badge is not returned, the prime contractor shall submit a Lost, Stolen or Unrecovered Badge Report to the appropriate Access Control Badging Office.  Contractor employees in possession of a Common Access Card (CAC) shall be responsible for turning in the CAC upon re-deployment through a CONUS Replacement Center in the U.S. Failure to return employee badges in a timely manner may result in delay of final payment.(4)   Contractor Controlled Facility Space:  If the prime contractor has entered into a Memorandum of Understanding with the Installation Mayor or Garrison for site space, buildings, facilities, and/or Containerized Housing Units (CHU) to house prime and/or subcontractor employees (at all tiers), the prime contractor is responsible to notify the Installation Mayor or Garrison Commander of intent to vacate at least 90 calendar days prior to the end of the contract performance period.  All United States Government (USG) provided property in the prime contractor’s possession must be returned to the USG in satisfactory condition.  The prime contractor is responsible and liable for any and all damages to USG property caused by prime and/or subcontractor employees, and shall be further liable for all cleanup, clearing, and/or environmental remediation expenses incurred by the USG in returning prime contractor and/or subcontractor facilities including surrounding site to a satisfactory condition, including expenses incurred in physically moving property, trash, and refuse from such premises, removing/ remediating hazardous wastes on the premises, and repairing structures, buildings, and facilities used by the prime contractor and/or subcontractor.  The prime contractor shall provide notification to the Installation Mayor or Garrison Commander to perform an inspection of all facilities as soon as practicable, but no more than 30 days, after the end of the contract period.  If damages are discovered, the prime contractor shall make the necessary repairs.  The prime contractor shall notify the Installation Mayor or Garrison Commander for re-inspection of the facilities upon completion of the repairs.  If the Installation Mayor or Garrison Commander inspects the property, site space, buildings, facilities, and/or CHUs and finds they have not been properly cleaned, cleared, and/or environmentally remediated, or if the prime contractor fails to repair  any damages within 30 calendar days after the end of the contract performance period, the final contract payment shall be reduced by the amount of the specified damages/repairs or the expenses incurred by the USG to properly clean, clear, and/or environmentally remediate the premises.  (5)   Government Furnished Equipment/Materials:  The prime contractor is responsible to return all USG furnished equipment, as defined in Federal Acquisition Regulation (FAR) Part 45, clauses 52.245-1, 52.245-2, and 52.245-5, if included in the contract.  Prime contractors who are not in compliance with the FAR, Defense Federal Acquisition Regulation Supplement, Department of Defense Directives and Instructions, United States Forces-Iraq (USF-I) FRAGO’s, United States Forces-Afghanistan (USFOR-A) FRAGOs, policies, or procedures will be responsible and liable for damages to the

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 150 of 166

FINAL 

TASK ORDER RATESThe following rates have been approved for this task order:

Award Term ClauseIn addition to the terms set forth elsewhere in the Task Order (TO), the contractor may earn an extension or reduction to the TO period from a minimum of 1 to a maximum of 5 years on the basis of performance

government property.  The prime contractor may apply for a “relief of responsibility” from the Contracting Officer anytime during the contract performance period.  A joint inventory shall be conducted of the equipment by the prime contractor, USG representative, and the Contracting Officer or their representative, within 10 calendar days after the end of the contract performance period.  The prime contractor shall report lost, damaged or destroyed property immediately to the Contracting Officer, but no later than the joint inventory at the end of the contract period.  If the prime contractor fails to report lost, damaged or destroyed equipment or materials during the contract performance period, the prime contractor shall be responsible for the replacement and/or repair of the equipment or materials.  The replaced equipment shall be new, of the same quality, and shall perform at the same functional level as the missing piece of equipment.  If the prime contractor fails to repair and/or replace damaged or missing equipment, the final payment shall be reduced by the appropriate amount of the specified damages or cost to replace missing equipment with new. (6)   Synchronized Predeployment Operational Tracker (SPOT):  The prime contractor is responsible to close out the deployment of personnel, including subcontractor employees at all tiers, at the end of the contract completion period and to release the personnel from the prime contractor’s company in the SPOT database.  The release of employee information must be accomplished no more than 30 calendar days after the end of the contract completion date. (7)   Accountability of Prime and Subcontractor Personnel:  Whether specifically written into the contract or not, it is the expectation of the USG that for any persons brought into Iraq for the sole purposes of performing work on USG contracts, contract employers will return employees to their point of origin/home country once the contract is completed or their employment is terminated for any reason.  If the prime contractor fails to re-deploy an employee, or subcontractor employee at any tier, the USG shall notify the U.S. Embassy Baghdad, to take appropriate action.  Failure by the prime contractor to re-deploy its personnel, including subcontractor personnel at any tier, at the end of the contract completion date, could result in the contractor being placed on the Excluded Parties List System (EPLS) and not be allowed to propose on future U.S. contracts anywhere in the world. (b)      CENTCOM Contracting Command (C3) and external agencies will utilize all available contracting remedies to guarantee compliance with demobilization requirements.  Such actions include, but are not limited to withholding payment, issuing a cure notice, issuing a negative Contractor Performance Assessment Reporting System (CPARS) evaluation, reduction of award fee, debarment, reimbursement of U.S. Government expenses, and/or any other legal remedy available to a contracting officer.  The USG reserves the right to withhold payment from the prime contractor not in compliance with the above procedures included herein.  Additionally, the Contracting Officer shall document all unresolved contractor compliance issues in CPARS, which shall have an adverse past performance affect on future contracts with the USG, anywhere in the world.

(End of Clause)

Fixed Fee: on Prime Direct Labor Cost

Fixed Fee: on Team Subcontractor Labor Cost

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 151 of 166

FINAL 

during the evaluation periods. The contractor is evaluated during the first year of performance, but extensions or reductions start in the second year. The first evaluation period will be from date of award through six months following the date of award with subsequent evaluations being conducted every year thereafter. If the contractor scores 15 or more points in the first year of the basic ordering period (year 1), the contractor keeps both years 1 and 2. If contractor scores 25 or higher points in the second year of the basic ordering period (year 2), the contractor earns the first award-term year (year 3). If contractor earns 25 or higher points in the first award-term year (year 3), the contractor earns the second award-term (year 4), and if contractor earns 25 or higher points in the second award-term year (year 4), the contractor earns the third award-term (year 5.) The TO period may also be reduced on the basis of the contractor's performance against the stated performance parameters. If contractor scores less than 15 points in the first year of the basic ordering period (year 1), the contractor will loose the second year of the basic ordering period (year 2). EVALUATION PERIOD POINTS EARNED BASE YEAR (BY) AWARD-TERM YEAR (ATY) EARNEDMonths 1 – 6 0 – 14 BY 1 Only Months 1 – 6 15 – 30 BY’s 1 and 2 Months 7 – 18 0 – 24 BY’s 1 and 2 Only Months 7 – 18 25 – 30 BY’s 1 & 2 and ATY 3 Months 19 – 30 0 – 24 BY’s 1 & 2 and ATY 3 OnlyMonths 19 – 30 25 – 30 BY’s 1 & 2 and ATY’s 3 & 4Months 30 – 42 0 – 24 BY’s 1 & 2 and ATY’s 3 & 4 Only Months 30 – 42 25 – 30 BY’s 1 & 2 and ATY’s 3, 4 & 5

Points are awarded during each year of the TO on the basis of how the contractor has performed against the predetermined criteria. The TO period is then extended or reduced to reflect this assessment. The time specified for period of evaluation will insure the Government has sufficient time to solicit and award a new task order should the contractor not earn an award term.(a) Award Term. The award-term concept is an incentive that permits extension of the TO period beyond the base period of performance for superior performance or reduction of the TO period of performance because of poor performance.(b) Term Points. Points are earned during each evaluation period on the basis of the contractor's performance. Contractor must earn 25 in any single basic ordering period award year or subsequently awarded award-term year for an additional one-year term extension. Contractor earning less than 15 points in the first year of the basic ordering period (year 1) will loose the second year of the basic ordering period (year 2.)

(c) Monitoring of Performance. The contractor’s performance will be continually monitored by the performance monitors whose findings are reported to the Award-Term Review Board (ATRB). The ATRB

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 152 of 166

FINAL 

recommends an award term to the Term Determining Official (TDO), who makes the final decision on the award-term amount on the basis of the contractor's performance during the award-term evaluation period.(d) Award-Term Plan. The evaluation criteria, the associated points, and the associated award-term extensions or reductions are specified in the award-term plan.(e) Modification of Award-Term Plan. Changes may be made to the award-term plan at any time during TO performance, provided that both parties agree to them. If agreement cannot be reached on changes, the initial award-term plan remains in effect.(f) Self-Evaluation. The contractor will submit to the CO, within 5 working days after the end of each award-term evaluation period, a brief written self-evaluation of its performance for that period. This self-evaluation shall be limited to 5 pages. It will be used in the ATRB's evaluation of the contractor's performance during this period.(g) Disputes. Decisions regarding the award term, including—but not limited to— the amount of the award term, if any; the methodology used to calculate the award term; calculation of the award term; the supplier's entitlement to the award term; and the nature and success of the contractor's performance, are made by the TDO. These decisions are final and are not subject to dispute.

(h) Award-Term Extension. The TO period may be modified to reflect the TDO decision. The total TO ordering period, including extensions under this clause, will not exceed 5 years, or the time remaining on the contractor’s SeaPort-e contract, including exercised award-terms. The award-term provision must be included in the solicitation and resulting TO. If at any time the contract period does not extend more than two years from the TDO decision, the operation of the award-term provision will cease and the ordering period will not extend beyond the term set at that time. Award Term Plan1.0 INTRODUCTION This is the basis for evaluating of the contractor's performance and for presenting an assessment of that performance to the term-determining official (TDO). The evaluation for the number of term points to be awarded will begin at the start of the contract.Award-term contracting is effective when performance metrics are objective, a long-term business relationship is of value to the government and to the contractor, and the expected outcomes are known up-front. The specific criteria and procedures used for assessing the contractor's performance and for determining the award term earned are described herein. All TDO decisions regarding the award-term points—including, but not limited to, the number of points, if any; the methodology used to calculate the points; the calculation of the points; the contractor's entitlement to the points: and the nature and success of the contractor's performance—are final and not subject to dispute.The award term will be provided to the supplier through unilateral contract modifications based upon points earned as determined by the TDO. 2.0 ORGANIZATION The award-term organization includes the TDO and an Award-Term Review Board (ATRB) consisting of a chairperson, the contracting officer, a recorder, other functional area participants, advisory members, and the performance monitors. 3.0 RESPONSIBILITIES

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 153 of 166

FINAL 

a. Term-Determining Official. The TDO approves the award-term plan and any significant changes to it. The TDO reviews the recommendations of the ATRB, considers all pertinent data, and determines the earned award-term points for each evaluation period. The TDO appoints the ATRB chairperson.b. Award-Term Review Board Chairperson. The ATRB chairperson chairs the meetings of the ATRB and appoints the non-mandatory members of the board and the performance monitors. The ATRB chairperson briefs the TDO on recommended earned term amounts and the contractor's overall performance and recommends award-term plan changes to the TDO.c. Award-Term Review Board. ATRB members review performance monitors' evaluation of the contractor's performance, consider all information from pertinent sources, prepare interim performance reports, and arrive at the earned award-term points recommendation to be presented to the TDO. The ATRB will also recommend changes to this plan. An initial assessment of the contractor’s performance will be done after the first six months. Subsequent evaluations will be conducted every year thereafter.d. ATRB Recorder. The ATRB recorder is responsible for coordinating the administrative actions required by the performance monitors, the ATRB, and the TDO.e. Contracting Officer (CO). The CO is the liaison between contractor and government personnel. Subsequent to the TDO decision, the CO evaluates the award-term points available and modifies the contract period of performance, if necessary, to reflect the decision.f. Performance Monitors. Performance monitors maintain written records of the contractor's performance in their assigned evaluation areas so that a fair and accurate evaluation is obtained. Monitors prepare interim and end-of-period evaluation reports as directed by the ATRB. 4.0 AWARD-TERM PROCESSESa. Available Award-Term Points. The earned award-term points will be based on the contractor's performance during each evaluation period. Contractor must earn adequate positive points (e.g., +25 each year) for a one-year term extension, while contractor’s failing to accumulate minimum positive points in the first year of the basic ordering period (e.g., +15) results in a one-year reduction in the basic ordering period.b. Evaluation Criteria. If the CO does not give specific notice in writing to the contractor of any change to the evaluation criteria prior to the start of a new evaluation period, then the same criteria listed for the preceding period will be used in the following award-term evaluation period. Modifications to the plan shall take effect in the next evaluation period.c. Interim Evaluation Process. Interim evaluations will be conducted at least every six months. At the discretion of the TDO, interim evaluationsmay take place more frequently (e.g., at major milestones). The ATRB recorder notifies ATRB members and performance monitors 14 calendar days before the midpoint of the evaluation period. Performance monitors submit their evaluation reports to the ATRB 21 calendar days after this notification. The ATRB determines the interim evaluation results and notifies the contractor of the strengths and weaknesses for the current evaluation period. The CO may also issue letters at any other time when it is deemed necessary to highlight areas of government concern.d. End-of-Period Evaluations. The ATRB recorder notifies ATRB members and performance monitors 14 calendar days before the end of the evaluation period. The contractor presents its self-assessment

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 154 of 166

FINAL 

to the CO within five working days after the end of the evaluation period. This written assessment of the contractor's performance throughout the evaluation period may also contain any information that could be reasonably expected to assist the ATRB in evaluating its performance. The self-assessment may not exceed 5 pages. Performance monitors submit their evaluation reports to the ATRB 14 calendar days after the end of the evaluation period. The ATRB forwards copies to the contractor. The performance monitors provide oral presentations to the ATRB 21 days after the end of evaluation period. The contractor is then given an opportunity to address the performance monitor evaluations. The ATRB prepares its evaluation report and recommendation regarding earned or unearned award-term points. The ATRB briefs the evaluation report, and recommendation to the TDO within 30 calendardays after the end of the evaluation period. The TDO determines the overall award-term points for the evaluation period within 45 calendar days after each evaluation period. The TDO letter informs the contractor of the earned award-term points for the evaluation period. Upon the contractor’s earning of sufficient award term-points, the CO issues a contract modification within 15 calendar days after the TDO's decision is made authorizing an award extension or reduction based on the earned or unearned award-term points. 5.0 AWARD-TERM PLAN CHANGE PROCEDURE Proposed changes to the award-term plan will be bilateral. If either party desires a change to the award-term plan and a mutual agreement cannot be reached, the original award-term plan will remain in effect

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 155 of 166

FINAL 

SECTION I CONTRACT CLAUSES

52.222-2 Payment for Overtime Premiums. (July 1990)

Note: All the provisions and clauses of SECTION I of the basic contract apply to this task order unless otherwise specified. 52.204-10 Reporting Executive Compensation and First -Tier Subcontract Awards (Jul 2010)

52.222-41 Service Contract Act (1965)  

HQ-C-2-0014 CONTRACTOR'S PROPOSAL (NAVSEA) (SEP 1990)

(a) Performance of this contract by the Contractor shall be conducted and performed in accordance with detailed obligations to which the Contractor committed itself in Proposal N00024-07-R-3032 dated 28 February 2007  in response to NSWC Crane Solicitation No. N00024-07-R-3032.

(b) The technical volume(s) of the Contractor's proposal is incorporated by reference and hereby made subject to the provisions of the "ORDER OF PRECEDENCE" (FAR 52.215-08) clause of this contract. Under the "ORDER OF PRECEDENCE" clause, the technical volume of the Contractor's proposal referenced herein is hereby designated as item (f) of the clause following "The specifications" in order of precedence.

 

(a) The use of overtime is authorized under this contract if the overtime premium does not exceed $109,285.95for the period of 07 July to 31 December 2010;

or the overtime premium is paid for work—

 

(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature;

 

(2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection, operation of utilities, or accounting;

 

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or

 

(4) That will result in lower overall costs to the Government.

 

(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall—

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 156 of 166

FINAL 

52.228-3 – WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT) (APR 1984)

The Contractor shall

 

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime;

 

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

 

(3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identification of each affected contract; and

 

(4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel. 

(a)    provide, before commencing performance under this contract, such workers' compensation insurance or security as the Defense Base Act (42 U.S.C. 1651, et seq.) requires and

 (b)  continue to maintain it until performance is completed. The Contractor shall insert, in all subcontracts under this contract to which the Defense Base Act applies, a clause similar to this clause (including this sentence) imposing upon those subcontractors this requirement to comply with the Defense Base Act.

(End of clause)

252.225-7040 – CONTRACTOR PERSONNEL AUTHORIZED TO ACCOMPANY ARMED FORCES DEPLOYED OUTSIDE THE UNITED STATES (JUL 2009)

(a)    Definitions. As used in this clause—

Combatant Commander means the commander of a unified or specified combatant command established in accordance with 10 U.S.C. 161.

Designated operational area means a geographic area designated by the combatant commander or subordinate joint force commander for the conduct or support of specified military operations.

Law of war means that part of international law that regulates the conduct of armed hostilities. The law of war encompasses all international law for the conduct of hostilities binding on the United States or its individual citizens, including treaties and international agreements to which the United States is a party, and applicable customary international law.

Subordinate joint force commander means a sub-unified commander or joint task force commander.

(b)   General.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 157 of 166

FINAL 

(1)   This clause applies when Contractor personnel are authorized to accompany U.S. Armed Forces deployed outside the United States in —

(i) Contingency operations;

(ii) Humanitarian or peacekeeping operations; or

(iii) Other military operations or military exercises, when designated by the Combatant Commander.

(2)   Contract performance in support of U.S. Armed Forces deployed outside the United States may require work in dangerous or austere conditions. Except as otherwise provided in the contract, the Contractor accepts the risks associated with required contract performance in such operations.

(3)   Contractor personnel are civilians accompanying the U.S. Armed Forces.

 (i) Except as provided in paragraph (b)(3)(ii) of this clause, Contractor personnel are only authorized to use deadly force in self-defense.

 (ii) Contractor personnel performing security functions are also authorized to use deadly force when such force reasonably appears necessary to execute their security mission to protect assets/persons, consistent with the terms and conditions contained in their contract or with their job description and terms of employment.

 (iii) Unless immune from host nation jurisdiction by virtue of an international agreement or international law, inappropriate use of force by contractor personnel authorized to accompany the U.S. Armed Forces can subject such personnel to United States or host nation prosecution and civil liability (see paragraphs (d) and (j)(3) of this clause).

 (4)   Service performed by Contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106 note.

 (c)    Support.

  (1)(i)  The Combatant Commander will develop a security plan for protection of Contractor personnel in locations where there is not sufficient or legitimate civil authority, when the Combatant Commander decides it is in the interests of the Government to provide security because—

(A) The Contractor cannot obtain effective security services;

 (B)  Effective security services are unavailable at a reasonable cost; or

 (C)  Threat conditions necessitate security through military means.

 (ii) The Contracting Officer shall include in the contract the level of protection to be provided to Contractor personnel.

 (iii) In appropriate cases, the Combatant Commander may provide security through military means, commensurate with the level of security provided DoD civilians.

(2)(i)   Generally, all Contractor personnel authorized to accompany the U.S. Armed Forces in the designated operational area are authorized to receive resuscitative care, stabilization, hospitalization at level III military treatment facilities, and assistance with patient movement in emergencies where loss of life, limb, or eyesight could occur. Hospitalization will be limited to stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 158 of 166

FINAL 

 (ii) When the Government provides medical treatment or transportation of Contractor personnel to a selected civilian facility, the Contractor shall ensure that the Government is reimbursed for any costs associated with such treatment or transportation.

 (iii) Medical or dental care beyond this standard is not authorized unless specified elsewhere in this contract.

(3) Unless specified elsewhere in this contract, the Contractor is responsible for all other support required for its personnel engaged in the designated operational area under this contract.

 (4) Contractor personnel must have a letter of authorization issued by the Contracting Officer in order to process through a deployment center or to travel to, from, or within the designated operational area. The letter of authorization also will identify any additional authorizations, privileges, or Government support that Contractor personnel are entitled to under this contract.

 (d)      Compliance with laws and regulations .

(1)   The Contractor shall comply with, and shall ensure that its personnel authorized to accompany U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(1) of this clause are familiar with and comply with, all applicable --

 (i) United States, host country, and third country national laws;

 (ii) Provisions of the law of war, as well as any other applicable treaties and international agreements;

 (iii) United States regulations, directives, instructions, policies, and procedures; and

 (iv) Orders, directives, and instructions issued by the Combatant Commander, including those relating to force protection, security, health, safety, or relations and interaction with local nationals.

(2)   The Contractor shall institute and implement an effective program to prevent violations of the law of war by its employees and subcontractors, including law of war training in accordance with paragraph (e)(1)(vii) of this clause.

 (e)       Pre-deployment requirements.

(1)   The Contractor shall ensure that the following requirements are met prior to deploying personnel authorized to accompany U.S. Armed Forces. Specific requirements for each category may be specified in the statement of work or elsewhere in the contract.

(i)        All required security and background checks are complete and acceptable.

(ii)      All deploying personnel meet the minimum medical screening requirements and have received all required immunizations as specified in the contract. The Government will provide, at no cost to the Contractor, any theater-specific immunizations and/or medications not available to the general public.

(iii)    Deploying personnel have all necessary passports, visas, and other documents required to enter and exit a designated operational area and have a Geneva Conventions identification card, or other appropriate DoD identity credential, from the deployment center. Any Common Access Card issued to deploying personnel shall contain the access permissions allowed by the letter of authorization issued in accordance with paragraph (c)(4) of this clause.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 159 of 166

FINAL 

 (iv)    Special area, country, and theater clearance is obtained for personnel. Clearance requirements are in DoD Directive 4500.54, Official Temporary Duty Abroad, and DoD 4500.54 -G, DoD Foreign Clearance Guide. Contractor personnel are considered non -DoD personnel traveling under DoD sponsorship.

(v)      All personnel have received personal security training. At a minimum, the training shall --

(A) Cover safety and security issues facing employees overseas;

 (B)  Identify safety and security contingency planning activities; and

 (C)  Identify ways to utilize safety and security personnel and other resources appropriately.

 (vi)    All personnel have received isolated personnel training, if specified in the contract, in accordance with DoD Instruction 1300.23, Isolated Personnel Training for DoD Civilian and Contractors.

(vii)  Personnel have received law of war training as follows:

(A) Basic training is required for all Contractor personnel authorized to accompany U.S. Armed Forces deployed outside the United States. The basic training will be provided through—

(1)      A military-run training center; or

(2)      A Web-based source, if specified in the contract or approved by the Contracting Officer.

(B)  Advanced training, commensurate with their duties and responsibilities, may be required for some Contractor personnel as specified in the contract.

 (2)   The Contractor shall notify all personnel who are not a host country national, or who are not ordinarily resident in the host country, that --

 (i)        Such employees, and dependents residing with such employees, who engage in conduct outside the United States that would constitute an offense punishable by imprisonment for more than one year if the conduct had been engaged in within the special maritime and territorial jurisdiction of the United States, may potentially be subject to the criminal jurisdiction of the United States in accordance with the Military Extraterritorial Jurisdiction Act of 2000 (18 U.S.C. 3621, et seq.);

(ii)      Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal jurisdiction also extends to conduct that is determined to constitute a war crime when committed by a civilian national of the United States;

(iii)    Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of U.S. diplomatic, consular, military or other U.S. Government missions outside the United States (18 U.S.C. 7(9)); and

(iv)    In time of declared war or a contingency operation, Contractor personnel authorized to accompany U.S. Armed Forces in the field are subject to the jurisdiction of the Uniform Code of Military Justice under 10 U.S.C. 802(a)(10).

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 160 of 166

FINAL 

(f) Processing and departure points. Deployed Contractor personnel shall—

 (1)   Process through the deployment center designated in the contract, or as otherwise directed by the Contracting Officer, prior to deploying. The deployment center will conduct deployment processing to ensure visibility and accountability of Contractor personnel and to ensure that all deployment requirements are met, including the requirements specified in paragraph (e)(1) of this clause;

 (2)   Use the point of departure and transportation mode directed by the Contracting Officer; and

(3)   Process through a Joint Reception Center (JRC) upon arrival at the deployed location. The JRC will validate personnel accountability, ensure that specific designated operational area entrance requirements are met, and brief Contractor personnel on theater -specific policies and procedures.

(g) Personnel data.

(1)   The Contractor shall enter before deployment and maintain data for all Contractor personnel that are authorized to accompany U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(1) of this clause. The Contractor shall use the Synchronized Predeployment and Operational Tracker (SPOT) web -based system, at http://www.dod.mil/bta/products/spot.html, to enter and maintain the data.

(2)   The Contractor shall ensure that all employees in the database have a current DD Form 93, Record of Emergency Data Card, on file with both the Contractor and the designated Government official. The Contracting Officer will inform the Contractor of the Government official designated to receive this data card.

(h) Contractor personnel.

(1)   The Contracting Officer may direct the Contractor, at its own expense, to remove and replace any Contractor personnel who jeopardize or interfere with mission accomplishment or who fail to comply with or violate applicable requirements of this contract. Such action may be taken at the Government's discretion without prejudice to its rights under any other provision of this contract, including the Termination for Default clause.

(2)   The Contractor shall have a plan on file showing how the Contractor would replace employees who are unavailable for deployment or who need to be replaced during deployment. The Contractor shall keep this plan current and shall provide a copy to the Contracting Officer upon request. The plan shall --

(i)        Identify all personnel who are subject to military mobilization;

 (ii)      Detail how the position would be filled if the individual were mobilized; and

(iii)    Identify all personnel who occupy a position that the Contracting Officer has designated as mission essential.

(3)   Contractor personnel shall report to the Combatant Commander or a designee, or through other channels such as the military police, a judge advocate, or an inspector general, any suspected or

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 161 of 166

FINAL 

alleged conduct for which there is credible information that such conduct --

(i)        Constitutes violation of the law of war; or

(ii)      Occurred during any other military operations and would constitute a violation of the law of war if it occurred during an armed conflict.

(i) Military clothing and protective equipment.

(1)   Contractor personnel are prohibited from wearing military clothing unless specifically authorized in writing by the Combatant Commander. If authorized to wear military clothing, Contractor personnel must—

 (i)        Wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable from military personnel, consistent with force protection measures; and

(ii)      Carry the written authorization with them at all times.

(2)   Contractor personnel may wear military -unique organizational clothing and individual equipment (OCIE) required for safety and security, such as ballistic, nuclear, biological, or chemical protective equipment.

(3)   The deployment center, or the Combatant Commander, shall issue OCIE and shall provide training, if necessary, to ensure the safety and security of Contractor personnel.

(4)   The Contractor shall ensure that all issued OCIE is returned to the point of issue, unless otherwise directed by the Contracting Officer.

(j) Weapons.  

 (1)   If the Contractor requests that its personnel performing in the designated operational area be authorized to carry weapons, the request shall be made through the Contracting Officer to the Combatant Commander, in accordance with DoD Instruction 3020.41, paragraph 6.3.4.1 or, if the contract is for security services, paragraph 6.3.5.3. The Combatant Commander will determine whether to authorize in -theater Contractor personnel to carry weapons and what weapons and ammunition will be allowed.

(2)   If the Contracting Officer, subject to the approval of the Combatant Commander, authorizes the carrying of weapons--

(i)        The Contracting Officer may authorize the Contractor to issue Contractor -owned weapons and ammunition to specified employees; or

(ii)      The Regional Security Officer may issue Government -furnished weapons and ammunition to the Contractor for issuance to specified Contractor employees.

(3)   The Contractor shall ensure that its personnel who are authorized to carry weapons --

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 162 of 166

FINAL 

(i)        Are adequately trained to carry and use them --

(A) Safely;

(B)  With full understanding of, and adherence to, the rules of the use of force issued by the Combatant Commander; and

(C)  In compliance with applicable agency policies, agreements, rules, regulations, and other applicable law;

(ii)      Are not barred from possession of a firearm by 18 U.S.C. 922; and

(iii)    Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use, safety, and accountability of weapons and ammunition.

(4)   Whether or not weapons are Government -furnished, all liability for the use of any weapon by Contractor personnel rests solely with the Contractor and the Contractor employee using such weapon.

(5)   Upon redeployment or revocation by the Combatant Commander of the Contractor's authorization to issue firearms, the Contractor shall ensure that all Government -issued weapons and unexpended ammunition are returned as directed by the Contracting Officer.

(k) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or equipment necessary to perform the contract in the designated operational area.

(l) Purchase of scarce goods and services . If the Combatant Commander has established an organization for the designated operational area whose function is to determine that certain items are scarce goods or services, the Contractor shall coordinate with that organization local purchases of goods and services designated as scarce, in accordance with instructions provided by the Contracting Officer.

(m) Evacuation.

(1) If the Combatant Commander orders a mandatory evacuation of some or all personnel, the Government will provide assistance, to the extent available, to United States and third country national Contractor personnel.

(2) In the event of a non-mandatory evacuation order, unless authorized in writing by the Contracting Officer, the Contractor shall maintain personnel on location sufficient to meet obligations under this contract.

(n) Next of kin notification and personnel recovery.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 163 of 166

FINAL 

(1) The Contractor shall be responsible for notification of the employee-designated next of kin in the event an employee dies, requires evacuation due to an injury, or is isolated, missing, detained, captured, or abducted.

(2) In the case of isolated, missing, detained, captured, or abducted Contractor personnel, the Government will assist in personnel recovery actions in accordance with DoD Directive 3002.01E, Personnel Recovery in the Department of Defense.

(o) Mortuary affairs . Mortuary affairs for Contractor personnel who die while accompanying the U.S. Armed Forces will be handled in accordance with DoD Directive 1300.22, Mortuary Affairs Policy.

(p) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting Officer may, at any time, by written order identified as a change order, make changes in the place of performance or Government-furnished facilities, equipment, material, services, or site. Any change order issued in accordance with this paragraph (p) shall be subject to the provisions of the Changes clause of this contract.

(q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all subcontracts when subcontractor personnel are authorized to accompany U.S. Armed Forces deployed outside the United States in—

(1) Contingency operations;

(2) Humanitarian or peacekeeping operations; or

(3) Other military operations or military exercises, when designated by the Combatant Commander.

(End of clause)

252.225-7997 – ADDITIONAL REQUIREMENTS AND RESPONSIBILITIES RELATING TO ALLEGED CRIMES BY OR AGAINST CONTRACTOR PERSONNEL IN IRAQ AND AFGHANISTAN (DEVIATION 2010-O0014) (AUG 2010)

(a)       The Contractor shall report to the appropriate investigative authorities, identified in paragraph (c) below, any alleged offenses under —

(1)   The Uniform Code of Military Justice (chapter 47 of title 10, United States code) (applicable to contractors serving with or accompanying an armed force in the field during a declared war or a contingency operation); or

(2)   The Military Extraterritorial Jurisdiction Act (chapter 212 of title 18, United States Code).

(b)      The Contractor shall provide to all contractor personnel who will perform work on a contract in Iraq or Afghanistan, before beginning such work, information on the following:

(1)   How and where to report an alleged crime described in paragraph (a) of this clause.

(2)   Where to seek victim and witness protection and assistance available to contractor personnel in connection with an alleged offense described in paragraph (a) of this clause.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 164 of 166

FINAL 

(c)    The appropriate investigative authorities to which suspected crimes shall be reported include the following officials—

(i) US Army Criminal Investigations Division at http://www.cid.army.mil/reportacrime.html;

(ii) Air Force Office of Special Investigations at http://www.osi.andrews.af.mil/library/factsheets/factsheet.asp?id=14522;

(iii) Navy Criminal Investigative Service at http://www.ncis.navy.mil/Pages/publicdefault.aspx; or

(iv) To the command of any supported military element or the command of any base.

(d)      Personnel seeking whistleblower protection from reprisals for reporting criminal acts shall seek guidance through the DoD Inspector General hotline at (800) 424 -9098 or www.dodig.mil/HOTLINE/index.html.  Personnel seeking other forms of victim or witness protections should contact the nearest military law enforcement office.

(End of clause)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 165 of 166

FINAL 

SECTION J LIST OF ATTACHMENTS

Attachment 1 - DOL Wage Determination (05-2183 Rev 10)

Attachment 2 - REV DD 254; Dec 2007

Exhibit 1 Customer Satisfaction Survey

Attachment_3_Funding_Notification_Letter_Example

Attachment_4_Funding_Notification_CDRL_B011

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC02

AMENDMENT/MODIFICATION NO. 67

PAGE 166 of 166

FINAL