57
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P00018 12-Feb-2019 1300668882-995 N/A 6. ISSUED BY CODE N66604 7. ADMINISTERED BY (If other than Item 6) CODE S5111A NUWC, NEWPORT DIVISION 1176 Howell Street, Building 1258 Newport RI 02841-1708 [email protected] 401-832-2414 DCMA HAMPTON 2128 Pershing Avenue Fort Eustis VA 23604 SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Leidos, Inc. 11951 Freedom Drive Reston VA 20190-5640 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-14-D-7578 / N6660418F3002 10B. DATED (SEE ITEM 13) CAGE CODE 5UTE0 FACILITY CODE 03-Nov-2017 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [X] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). UNILATERAL: FAR 43.103 (b) 'Administrative Change' [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Andrew C Nagelhout, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Andrew C Nagelhout 12-Feb-2019 (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

6. ISSUED BY CODE N66604 (If other than Item 6) S5111A

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

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

P00018 12-Feb-2019 1300668882-995 N/A6.  ISSUED BY CODE N66604 7.  ADMINISTERED BY (If other than Item 6) CODE S5111A

NUWC, NEWPORT DIVISION

1176 Howell Street, Building 1258

Newport RI 02841-1708

[email protected] 401-832-2414

 

DCMA HAMPTON

2128 Pershing Avenue

Fort Eustis VA 23604

 

SCD: C

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

Leidos, Inc.    11951 Freedom Drive    Reston VA 20190-5640   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-14-D-7578 / N6660418F3002

    10B.  DATED (SEE ITEM 13)

CAGECODE

5UTE0 FACILITY CODE   03-Nov-2017

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[   ]The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers  [   ]   is extended, [   ]  is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers.  FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACEDESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of this amendmentyou 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 thisamendment, and is received prior to the opening hour and date specified.12.  ACCOUNTING AND APPROPRIATION DATA (If required)

  

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

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

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

date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). UNILATERAL: FAR 43.103 (b) 'Administrative Change'

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

[  ] D. OTHER (Specify type of modification and authority)  

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

SEE PAGE 2 

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

      Andrew C Nagelhout, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Andrew C Nagelhout 12-Feb-2019 

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

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

  

      1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

GENERAL INFORMATION

Distribution: KR, 01, DFAS-HQ0338, 1532/E. Wisniewski, 159/M. Snyder

NUWCDIVNPT Control#: 191201

NUWCDIVNPT Requisi on#: 1300668882-995

NUWCDIVNPT POC: Ashley Zannikos (See cover page for e-mail address and telephone number)

The purpose of this modifica on is to:

1. Change the Contrac ng Officer Representa ve

SECTION D –

1. Clause UW D-2-0001 MARK FOR INFORMATION (AUG 2017) is modified as follows:

Delete: Susan M. DelPriore (and corresponding contact information) Insert: E.Cheryl Wisniewski (and corresponding contact information) 

SECTION G –

1. Clause 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) is updatedas follows:

Delete: Susan M. DelPriore (and corresponding contact information) Insert: E.Cheryl Wisniewski (and corresponding contact information) 2.  Clause G10S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (NOV 2012) is updated asfollows:

Delete: Susan M. DelPriore (and corresponding contact information) Insert: E.Cheryl Wisniewski (and corresponding contact information) All other task order terms and conditions remain unchanged.The confirmed Task Order can be found in EDA and the SeaPort-e Portal.

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 2 of 2

 FINAL 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

7000 The Contractor shall provide NUWCDIVNPT Code 15 with support services inaccordance with the Statement of Work (not including SOW tasks 4.2.1,4.2.12, and 5.0)

$0.00

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

7100 J099 BASE YEAR LABOR; OM&N OPN(Fund Type - OTHER)

0.0 LH $0.00 $0.00 $0.00

7110 J099 OPTION 1 LABOR; OM&N OPNFMS (Fund Type - OTHER)

0.0 LH $0.00 $0.00 $0.00

Option

7120 J099 OPTION 2 LABOR; OM&N OPNFMS (Fund Type - OTHER)

0.0 LH $12,569.00 $0.00 $12,569.00

7121 Priced SLINs Associatedwith CLIN 7120.

$5,424,218.00

7121AA R425 AA $838,780.00 FY ofFunding: 2017; Type ofMoney: OPN; Customer Code:159; Sponsor: NAVSEA PMS401; TI#: TI-001, Rev. N/A.(OPN)

15141.0 LH $801,841.63 $36,938.37 $838,780.00

7121AB J099 AB $283,500.00 FY ofFunding: 2018; Type ofMoney: OMN; Customer Code:159; Sponsor: NAVSEA PMS401; TI#: TI-002, Rev. N/A.10 U.S.C. 2410(a) Authorityis hereby invoked. (O&MN,N)

5155.0 LH $270,923.73 $12,576.27 $283,500.00

7121AC J099 AC $90,000.00 FY ofFunding: 2018; Type ofMoney: OMN; Customer Code:159; Sponsor: IWS5; TI#:TI-003, Rev. N/A. (O&MN,N)

1635.0 LH $86,011.21 $3,988.79 $90,000.00

7121AD R425 AE $12,000.00 FY ofFunding: No Year Funds;Type of Money: FMS;Customer Code: 159;Sponsor: PEO IWS5; TI#:TI-004, Rev. N/A.(FMS Case #JA-P-NAP)

215.0 LH $11,475.48 $524.52 $12,000.00

7121AE J099 AF $419,120.00 FY ofFunding: 2018; Type ofMoney: O&MN; Customer Code:159; Sponsor: NAVSEAPMS401; TI#: TI-006, Rev.N/A. 2410(a) Authority ishereby invoked. (O&MN,N)

7620.0 LO $400,530.05 $18,589.95 $419,120.00

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 1 of 55

 FINAL 

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

7121AF J099 AG $30,000.00 FY ofFunding: No Year Funds;Type of Money: FMS;Customer Code: 1555;Sponsor: PEO IWS4; TI#:TI-005 (FMS Case #JA-P-LZC)

545.0 LH $28,670.40 $1,329.60 $30,000.00

7121AG J099 AH $270,000.00 FY ofFunding: 2017; Type ofMoney: OPN; Customer Code:159; Sponsor: PMS 401; TI#:TI-007 (OPN)

4900.0 LH $258,045.84 $11,954.16 $270,000.00

7121AH J099 AJ $90,000.00 FY ofFunding: 2018; Type ofFunds: OMN; Customer Code:1555; Sponsor: PEO IVS5;TI#: TI-008 (O&MN,N)

1635.0 LH $86,011.21 $3,988.79 $90,000.00

7121AJ J099 AK $199,239.00 FY ofFunding: 2018; Type ofFunds: OPN; Customer Code:159; Sponsor: PMS401; TI#:TI-009 (OPN)

3613.0 LH $190,424.63 $8,814.37 $199,239.00

7121AK J099 AL $180,000.00; FY ofFunding: 2018; Type ofMoney: OMN; Customer Code:1555; Sponsor: PEO IWS5;TI#: TI-010 10 U.S.C.2410(a) Authority is herebyinvoked. (O&MN,N)

3270.0 LH $172,022.42 $7,977.58 $180,000.00

7121AL J099 AM $460,000.00; FY ofFunding: 2017; Type ofMoney: OPN; Customer Code:159; Sponsor: NAVSEAPMS401; TI#: TI-011 (OPN)

8342.0 LH $439,648.64 $20,351.36 $460,000.00

7121AM J099 AN $583,380.00; FY ofFunding: 2018; Type ofMoney: OMN; Customer Code:159; Sponsor: PMS401; TI#:TI-013 U.S.C. 2410(a)Authority is herebyinvoked. (O&MN,N)

10304.0 LH $558,242.10 $25,137.90 $583,380.00

7121AN J099 AP $230,000.00; FY ofFunding: 2018; Type ofMoney: OPN; Customer Code:159; Sponsor: PMS401; TI#:TI-014 (OPN)

4170.0 LH $219,826.76 $10,173.24 $230,000.00

7121AP J099 AR $1,376,570.00; FY ofFunding: 2018; Type ofMoney: OPN; Customer Code:159; Sponsor: NAVSEAPMS401; TI#: TI-016 (OPN)

25025.0 LH $1,315,518.37 $61,051.63 $1,376,570.00

7121AQ J099 AS $361,629.00; FY ofFunding: 2018; Type ofMoney: OMN; Customer Code:1555; Sponsor: PEO IWS5;

6575.0 LH $345,588.46 $16,040.54 $361,629.00

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 2 of 55

 FINAL 

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

TI#: TI-015 *2410aauthority is herebyinvoked. (O&MN,N)

7130 J099 OPTION 3 LABOR; OM&N OPNFMS (Fund Type - OTHER)

0.0 LH $0.00 $0.00 $0.00

7131 Priced SLINs associatedwith CLIN 7130

$5,412,761.00

7131AA J099 AT $1,966,761.00, FY ofFunding: 2018, Type ofMoney: OPN, Sponsor: NAVSEAPMS401, Customer: 159, TI#:TI-017 (OPN)

35759.0 LH $1,878,557.28 $88,203.72 $1,966,761.00

7131AB J099 AU $503,882.00, FY ofFunding: 2018, Type ofMoney: OPN, Sponsor: NAVSEAPMS401, Customer: 159, TI#:TI-018 (OPN)

9161.0 LH $481,285.33 $22,596.67 $503,882.00

7131AC J099 AV $323,000.00, FY ofFunding: 2019, Type ofMoney: OMN, Sponsor: NAVSEAPMS401, Customer: 1532,TI#: TI-019, 10 U.S.C. 2410(a) authority is herebyinvoked. (O&MN,N)

5705.0 LH $308,927.96 $14,072.04 $323,000.00

7131AD J099 AX $670,278.00; FY ofFunding: 2019; Type ofMoney: O&MN; Sponsor:NAVSEA PMS401; Customer:159; TI#: TI-020; 10 U.S.C.2410 (a) is hereby invoked.(O&MN,N)

11842.0 LH $641,068.33 $29,209.67 $670,278.00

7131AE J099 AZ $1,078,840.00; FY ofFunding: 2019; Type ofMoney: OPN; Sponsor: NAVSEAPMS401; Customer Code: 159;TI#: TI-023; (OPN)

19615.0 LH $1,030,457.33 $48,382.67 $1,078,840.00

7131AF J099 BA $870,000.00 FY ofFunding: FY 2019, Type ofMoney: O&MN, Customer Code:1555, Sponsor: PEO IWS5,TI#: TI-021, 10 U.S.C.2410(a) Authority is herebyinvoked. (O&MN,N)

15370.0 LH $832,088.11 $37,911.89 $870,000.00

7140 J099 OPTION 4 LABOR; OM&N OPNFMS (Fund Type - OTHER)

72843.0 LH $2,678,233.80 $181,973.19 $2,860,206.99

Option

For Cost Type / NSP Items

7999 Contract Data Requirements Lists (CDRLs) for 7000 Series CLINs; NotSeparately Priced (NSP)

1.0 LO NSP

For FFP Items:

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 3 of 55

 FINAL 

Item PSC Supplies/Services Qty Unit Unit Price Total Price

8000 The Contractor shall provide NUWCDIVNPT Code 15with scheduled reporting in accordance with theStatement of Work (SOW) tasks 4.2.1, 4.2.12, and5.0

$0.00

8100 J099 BASE YEAR FFP LABOR; OM&N OPN (Fund Type - OTHER) 1.0 YR $0.00 $0.00

8110 J099 OPTION 5 FFP LABOR; OM&N OPN (Fund Type - OTHER) 1.0 YR $0.00 $0.00

Option

8120 J099 OPTION 6 FFP LABOR; AD $220,999.00 FY of Funding:2018; Type of Money: OMN; Customer Code: 159;Sponsor: NAVSEA PMS 401; TI#: N/A. 10 U.S.C.2410(a) Authority is hereby invoked. (O&MN,N)

1.0 YR $220,999.00 $220,999.00

8130 J099 OPTION 7 FFP LABOR; AY $229,722.00; FY ofFunding: 2019; Type of Money: O&MN; Sponsor:NAVSEA PMS401; Customer Code: 159; TI#: N/A; 10U.S.C. 2410 (a) is hereby invoked. (Fund Type -OTHER)

1.0 YR $229,722.00 $229,722.00

8140 J099 OPTION 8 FFP LABOR; OM&N OPN (Fund Type - OTHER) 1.0 YR $231,347.00 $231,347.00

Option

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 Prime and Subcontractor Travel and Materials (withburdens, no fee)

$0.00

9100 J099 BASE YEAR ODC; OM&N OPN FMS (Fund Type - OTHER) 1.0 LO $0.00

9110 J099 OPTION 1 ODC; OM&N OPN FMS (Fund Type - OTHER) 1.0 LO $0.00

Option

9120 J099 OPTION 2 ODC; OM&N OPN FMS (Fund Type - OTHER) 1.0 LO $118,458.00

9121 Priced SLINs Associated with CLIN 9120. $1,043,161.00

9121AA R425 AA $93,198.00 FY of Funding: 2017; Type of Money: OPN;Customer Code: 159; Sponsor: NAVSEA PMS 401; TI#: TI-001,Rev. N/A. (OPN)

1.0 LO $93,198.00

9121AB J099 AB $15,450.00 FY of Funding: 2018; Type of Money: OMN;Customer Code: 159; Sponsor: NAVSEA PMS 401; TI#: TI-002,Rev. N/A. 10 U.S.C. 2410(a) Authority is hereby invoked.(O&MN,N)

1.0 LO $15,450.00

9121AC J099 AC $10,000.00 FY of Funding: 2018; Type of Money: OMN;Customer Code: 159; Sponsor: IWS5; TI#: TI-003, Rev. N/A.(O&MN,N)

1.0 LO $10,000.00

9121AD R425 AE $50,000.00 FY of Funding: No Year Funds; Type of Money:FMS; Customer Code: 159; Sponsor: PEO IWS5; TI#: TI-004,Rev. N/A. (FMS Case #JA-P-NAP)

1.0 LO $50,000.00

9121AE J099 AF $46,000.00 FY of Funding: 2018; Type of Money: O&MN;Customer Code: 159; Sponsor: NAVSEA PMS401; TI#: TI-006,

1.0 LO $46,000.00

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 4 of 55

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost

Rev. N/A. 2410(a) Authority is hereby invoked. (O&MN,N)

9121AF J099 AG $30,000.00 FY of Funding: No Year Funds; Type of Money:FMS; Customer Code: 1555; Sponsor: PEO IWS4; TI#: TI-005,Rev. N/A. (FMS Case #JA-P-LZC)

1.0 LO $30,000.00

9121AG J099 AH $30,000.00 FY of Funding: 2017; Type of Money: OPN;Customer Code: 159; Sponsor: PMS 401; TI#: TI-007 (OPN)

1.0 LO $30,000.00

9121AH J099 AJ $10,000.00 FY of Funding: 2018; Type of Funds: OMN;Customer Code: 1555; Sponsor: PEO IVS5; TI#: TI-008(O&MN,N)

1.0 LO $10,000.00

9121AJ J099 AK $50,000.00 FY of Funding: 2018; Type of Funds: OPN;Customer Code: 159; Sponsor: PMS401; TI#: TI-009 (OPN)

1.0 LO $50,000.00

9121AK J099 AL $20,000.00; FY of Funding: 2018; Type of Money: OMN;Customer Code: 1555; Sponsor: PEO IWS5; TI#: TI-010 10U.S.C. 2410(a) Authority is hereby invoked. (O&MN,N)

1.0 LO $20,000.00

9121AL J099 AM $120,000.00; FY of Funding: 2017; Type of Money: OPN;Customer Code: 159; Sponsor: NAVSEA PMS401; TI#: TI-011(OPN)

1.0 LO $120,000.00

9121AM J099 AN $45,000.00; FY of Funding: 2018; Type of Money: O&MN;Customer Code: 159; Sponsor: PMS401; TI#: TI-013 U.S.C.2410(a) Authority is hereby invoked. (O&MN,N)

1.0 LO $45,000.00

9121AN J099 AP $50,000.00; FY of Funding: 2018; Type of Money: OPN;Customer Code: 159; Sponsor: PMS401; TI#:TI-014 (OPN)

1.0 LO $50,000.00

9121AP J099 AQ $273,513.00; FY of Funding: 2018; Type of Money: O&MN;Customer Code: 159; Sponsor: PMS401; TI#: TI-012 U.S.C.2410(a) Authority is hereby invoked. (O&MN,N)

1.0 LO $273,513.00

9121AQ J099 AR $200,000.00; FY of Funding: 2018; Type of Money: OPN;Customer Code: 159; Sponsor: NAVSEA PMS401; TI#: TI-016(OPN)

1.0 LO $200,000.00

9130 J099 OPTION 3 ODC; OM&N OPN FMS (Fund Type - OTHER) 1.0 LO $91,479.00

9131 Priced SLINs associated with CLIN 9130 $1,125,378.00

9131AA J099 AT $218,530.00, FY of Funding: 2018, Type of Money: OPN,Sponsor: NAVSEA PMS401, Customer: 159, TI#: TI-017 (OPN)

1.0 LO $218,530.00

9131AB J099 AU $55,987.00, FY of Funding: 2018, Type of Money: OPN,Sponsor: NAVSEA PMS401, Customer: 159, TI#: TI-018 (OPN)

1.0 LO $55,987.00

9131AC J099 AV $10,000.00, FY of Funding: 2019, Type of Money: OMN,Sponsor: NAVSEA PMS401, Customer: 1532, TI#: TI-019, 10U.S.C. 2410 (a) authority is hereby invoked. (O&MN,N)

1.0 LO $10,000.00

9131AD J099 AW $596,861.00; FY of Funding: 2019; Type of Money: O&MN;Sponsor: NAVSEA PMS401; Customer Code: 159; TI#: TI-022;10 U.S.C. 2410 (a) is hereby invoked. (O&MN,N)

1.0 LO $596,861.00

9131AE J099 AX $54,000.00; FY of Funding: 2019; Type of Money: O&MN;Sponsor: NAVSEA PMS401; Customer: 159; TI#: TI-020; 10U.S.C. 2410 (a) is hereby invoked. (O&MN,N)

1.0 LO $54,000.00

9131AF J099 AZ $120,000.00; FY of Funding: 2019; Type of Money: OPN;Sponsor: NAVSEA PMS401; Customer Code: 159; TI#: TI-023;(OPN)

1.0 LO $120,000.00

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 5 of 55

 FINAL 

Item PSC Supplies/Services Qty Unit Est. Cost

9131AG J099 BA $70,000.00 FY of Funding: FY 2019, Type of Money: O&MN,Customer Code: 1555, Sponsor: PEO IWS5, TI#: TI-021, 10U.S.C. 2410(a) Authority is hereby invoked. (O&MN,N)

1.0 LO $70,000.00

9140 J099 OPTION 4 ODC; OM&N OPN FMS (Fund Type - OTHER) 1.0 LO $1,010,755.08

Option

FEE TABLE (JUL 2012) 

Labor CLIN Fee Rate Per Hour * Fee Percentage*     7100 and 7101 Priced SLINs Not Applicable Not Applicable

7110 and 7111 Priced SLINs Not Applicable Not Applicable

7120 and 7121 Priced SLINs $2.44 5.04%7130 and 7131 Priced SLINs $2.47 5.05%7140 and 7141 Priced SLINs $2.49 5.06%

 *In the event of any inconsistency between the above table and the CLIN pricing, the CLIN pricing shall takeprecedence. The following Clauses are incorporated by Full Text: HQ B-2-0007    LIMITATION OF COST OR LIMITATION OF FUNDS LANGUAGE (NAVSEA) The clause entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF FUNDS" (FAR 52.232-22), asappropriate, shall apply separately and independently to each separately identified estimated cost. HQ B-2-0015     PAYMENTS OF FEE(S) (LEVEL OF EFFORT – (ALTERNATE 1) (NAVSEA) (MAY 2010) (a)  For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" incost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed-fee type contracts for level of effort type contracts. (b)  The Government shall make payments to the Contractor, subject to and in accordance with the clause in thiscontract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable.  Such paymentsshall be submitted by and payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLECOST AND PAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the "FIXED FEE" or"INCENTIVE FEE" clause, as applicable, and shall be paid fee at the hourly rate(s) specified above per man-hourperformed and invoiced.  Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in thiscontract.  In no event shall the Government be required to pay the Contractor any amount in excess of the fundsobligated under this contract. HQ B-2-0020     TRAVEL COSTS – ALTERNATE I (NAVSEA) (DEC 2005) (a)  Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs inaccordance with FAR 31.205-46.  The costs to be reimbursed shall be those costs accepted by the cognizant DCAA. (b)  Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in andaround the worksite, and from the worksite to the Contractor's facility. (c)  Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR 31.205-35;however, Contracting Officer approval shall be required prior to incurring relocation expenses and travel costs incidentto relocation.(d)  The Contractor shall not be reimbursed for the following daily local travel costs:               (i)  travel at U.S. Military Installations where Government transportation is available,

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 6 of 55

 FINAL 

              (ii)  travel performed for personal convenience/errands, including commuting to and from work, and             (iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for theContractor's or employee's convenience. HQ B-2-0023    CONTRACT SUMMARY FOR PAYMENT OFFICE (COST/FIXED PRICE) (FEB 1997) This contract includes the following mixture of cost type and fixed price line items: Item                           Type* *CPFF - Cost Plus Fixed Fee CR – Cost Reimbursement

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 7 of 55

 FINAL 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORK (SOW)  1.0       BACKGROUND  The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) is the Navy's full-spectrumresearch, development, test and evaluation, engineering, fleet support, maintenance, and life-cyclesustainability center for Towed Systems (Arrays and Handlers) and Sensors (Critical Transducers andHull Sensors).  Program Office for Submarine Acoustic Systems (PMS401) tasks the NUWCDIVNPT to serve asTechnical Direction Agent (TDA) and In-Service Engineering Agent (ISEA) for Towed Systems andSensors.  PMS401 also established and certified NUWCDIVNPT as the Towed Array HandlingEquipment (TAHE) Facility to provide overhaul, repair and refurbishment support for Handling Systemsand Equipment. Program Executive Office for Integrated Warfare Systems (PEO IWS5B & PEO IWS4) tasksNUWCDIVNPT to provide engineering support for the TB-37 Multi-Function Towed Array (MFTA), TB-37MFTA FMS, and AN/SQR-19 programs. Program Office for Maritime Surveillance Systems (PMS485) tasks NUWCDIVNPT to provideengineering support for the TL-29A program. 2.0       SCOPE The Contractor shall provide facilities services and engineering services for intermediate levelmaintenance and operational support of towed systems for the systems in Section 2.1. The Contractorshall perform Towed Array Installations and Removals, provide Configuration Management and AssetManagement services, perform Failure Analysis, conduct Fleet Organizational-Level (O-Level) training,and provide Shipping, Transportation and Handling services. The Contractor shall also maintainGovernment-furnished spare parts. The Contractor shall perform the tasks and deliver documentsidentified in Section 4.0 of the SOW. In order to perform this tasking, the Contractor shall travel to various Fleet and Government facilities andplatforms as defined in the individual Technical Instructions (TIs). 2.1       Applicable Systems 2.1.1    AN/SQR-19 Series Towed Array SONAR systems2.1.2    TB-16 Series Towed Array SONAR systems2.1.3    TB-23 Series Towed Array SONAR systems2.1.4    TB-34 Series Towed Array SONAR systems2.1.5    TB-37 Series Towed Array SONAR systems2.1.6    TB-29A Series Towed Array SONAR systems2.1.7    TL-29 Series Towed Array SONAR systems2.1.8    OA-9070 Series Handling systems2.1.9    OK-276 Series Handling systems2.1.10  OK-410 Series Handling systems2.1.11  OK-542 Series Handling systems2.1.12  OK-634 Series Handling systems2.1.13  Emergent Towed Arrays and Towed Array Handling systems2.1.14  Towed Array SONAR systems and Handling systems associated support and test equipment 2.2       Applicable Sponsors 2.2.1    PEO-IWS5, Program Executive Office for Integrated Warfare Systems2.2.2    PMS 401, Program Office for Submarine Acoustic Systems2.2.2    PMS 485, Program Office for Maritime Surveillance Systems 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 8 of 55

 FINAL 

2.3       Applicable Requiring department This contract/task order is applicable to the Sensors and SONAR Department (Code 15), Sensors &Arrays Division (Code 153), and Director of Programs (Code 159) of the Naval Undersea Warfare CenterDivision Newport, RI. 2.4       Applicable Colors of Money Funding types to be used under this contract include:

·         Other Procurement, Navy (OPN)·         Operations and Maintenance, Navy (OMN)·         Foreign Military Sales (FMS)

 3.0       APPLICABLE DOCUMENTS The latest version of the following government documents are provided as directives for performing thework required under this Statement of Work. 

  Document Name Applicable SOW Tasks

3.1 NUWCDIVNPTINST 5500.4B Change 2Security Manual

All Sections

3.2 NUWCDIVNPTINST 5090.3D – Hazardous 4.1, 4.2.2, 4.2.3, 4.2.5, 4.2.6,Materials Control Program 4.2.7, 4.2.9, 4.2.10, 4.2.11

3.3 NUWCDIVNPTINST 5100-5B Occupational 4.1, 4.2.2, 4.2.3, 4.2.6, 4.2.9,Safety and Health (OSH) Program 4.2.10, 4.2.11

3.4 OPNAVINST 5100 Series – Navy SafetyPrecautions

4.1, 4.2.3, 4.2.5

3.5 DoD 5200.01, Vol 3 DoD Information SecurityProgram: Protection of Classified Information

4.1, 4.2.3, 4.2.5

3.6 DoD 5200.01, Vol 4 DoD Information SecurityProgram: Controlled Unclassified Information(CUI)

4.1, 4.2.3, 4.2.5

3.7 DoD 5230.24 Distribution Statements on 4.2.1, 4.2.3, 4.2.6, 4.2.7, 4.2.8,Technical Documents 4.2.11, 5.0

3.8 Technical Manual; Organizational andIntermediate Level Operation/Maintenance forDeployable Array Working Group TypeOA-9070B/BQQ; Pub No. SE325-CF-MMM-A10

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.9 Technical Manual; Operating, Troubleshooting,Maintenance, Inspection, and InstallationInstructions with Illustrated Parts Breakdown forReelable Towed Handling System TypeOK-276A/BQ, OK-276()/BQ andOK-418/BQ; Organization Intermediate and DepotLevels; Pub No. SE325-CB-MMA-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 9 of 55

 FINAL 

3.10 Technical Manual; Technical Manual Operation,Troubleshooting, Maintenance, Inspection, andInstallation Instructions with Illustrated PartsBreakdown Reelable Towed Array HandlingSystem TypeOK-276B/BQ; Pub No. S9595- AQ-IEM-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.11 Technical Manual; Intermediate LevelMaintenance for Thinline Towed BodyTB-29A/BQ; Pub No. SE394-AT-MMI-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.12 Technical Manual; Description, Operation,Installation, and Maintenance Instructions forTowed Sonar, Handling and Stowage Gear(OK-276T); Pub No. SE300-BF-MMA-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.13 Technical Manual; Intermediate LevelOperation/Maintenance for Deployable ArrayWorking Group TypeOA-9070A/BQQ; Pub No. SE325- CF-MMI-A10

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.14 Maintenance Manual; Organizational Level,Operation/Maintenance for Deployable ArrayWorking Group Type OA-9070A/BQQ Pub No.SE325-CF-MMO-A10

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.15 Maintenance Manual for Towed Array Handlingand Stowage Group (Thin Line) Type OK-634/BSY;Operation, Functional Description,Troubleshooting, Maintenance, Parts List, andInstallation; Pub No. S9595-AL-MMA-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.16 Technical Manual; Operation and MaintenanceInstructions with Illustrated Parts Breakdown forTowed BodyTB-34/BQ; Intermediate Level; Pub No. TB-34/BQSE394-A1-IEM-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.17 Technical Manual; Operation and MaintenanceInstructions Array Module Test Set TS-4442/BQPart Number 8045600; Pub. No. SE398-QA-MMM-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.18 Technical Manual; Operation and MaintenanceInstructions with Illustrated Parts Breakdown forTowed BodyTB-16G/BQ; Intermediate Level; Pub No. SE394-

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 10 of 55

 FINAL 

AY-IEM-010

3.19 Technical Manual; Operation and MaintenanceInstructions with Illustrated Parts Breakdown forTowed BodyTB-16E/BQ and TB-16F/BQ; Intermediate Level;Pub No. SE394-AG-IEM-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.20 Technical Manual; Operating, Troubleshooting,Maintenance, Inspection, and InstallationInstructions with Illustrated Parts Breakdown forReelable Towed Array Handling System TypeOK-276C/BQ; Pub No. S9595- AK-MMA-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.21 Technical Manual; Operating, Troubleshooting,Maintenance, Inspection, and InstallationInstructions with Illustrated Parts Breakdown forReelable Towed Array Handling System TypeOK-276C/BQ (SSN 23 ONLY);Organizational Intermediate, and Depot Levels;Pub No. S9595-AA-MMA-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.22 Technical Manual: Organizational, Intermediateand Depot Level Maintenance Manual forDeployable, Array Working Group,OA-9070E/BQQ; Pub. No. S9595- AP-IEM-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.23 Maintenance Instructions for Towed BodyTB-23/BQ; Pub No. SE321-AD-MMM-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.24 Technical Manual; Description, Operation, andMaintenance for OK-542A/BQ Thinline HandlingEquipment (I-level); Pub. No. S9595-AE-MMI-A10

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.25 Technical Manual; Description, Operation, andMaintenance for OK-542A/BQ Thinline HandlingEquipment (O-level); Pub No. S9595-AE-MMO-A10

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.26 Technical Manual; Description, Operation, andMaintenance for OK-542/BQ Thinline HandlingEquipment (I-level); Pub No.

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 11 of 55

 FINAL 

S9595-AE-MMI-010

3.27 Technical Manual; Description, Operation, andMaintenance for OK-542/BQ Thinline HandlingEquipment (O-level); Pub No.S9595-AE-MMO-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.28 Description, Operation, and Maintenance Manualfor Portable Towed Array Test Set; Pub No.SE398-BB-MMI-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.29 Technical Manual; Operation and MaintenanceInstructions for Array Module Test Set TB-23 PartNumber 8007300; Pub. No. ST870-AB-MMI-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.30 Technical Manual; Multi-Function Towed Array(MFTA) Intermediate Maintenance Activity (IMA)Operations and Maintenance Manual; Pub. No.S2151-AJ-OMP-010

4.2.2, 4.2.3, 4.2.4, 4.2.6, 4.2.7

3.31 Limited Life Components Life Restrictions andCalibration Periods

4.2.2, 4.2.5

3.32 SSN688 Class Ships Systems Manual (SSM) –S9SSN-W4-SSM-NP0/(U)688CLV6P3B12:  Operating Instructions (OI)Sections:  OI637-10(OK-276A,OK-276( ) & OK-418),OI637-11 (OA-9070), OI637-11A(OA-9070A), OI637-11B (OA-9070B)

4.2.3

3.33 SSN774 Class Ships Systems Manual (SSM) –S9SSN-ZQ-SSM-SK0/(U)774V6P3:  Operating Instructions (OI)Section: OI637-10 (OK-276B)

4.2.3

3.34 SSN774 Class Ships Systems Manual (SSM) –S9SSN-ZQ-SSM-SL0/(U)774V6P3:  Operating Instructions (OI)

4.2.3

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 12 of 55

 FINAL 

Section: OI637-11  (OA-9070E)

3.35 SSN21-22 Ships Systems Manual (SSM) –S9SSN-AW-SSM-QK0/(U)21CLV6P3B10:  Operating Instructions (OI)Sections: OI637-10 (OK-276C), OI637-11 (OK-634)

4.2.3

3.36 SSN23 Ships Systems Manual (SSM) – S9SSN-AY-SSM-QK0/(U)SSN23V6P3B10:  Operating Instructions (OI)Sections:  OI637-10 (OK-276A), OI637-11(OK-634)

4.2.3

3.37 SSBN Class Ships Systems Manual (SSM) –S9SSB-X9-SSM-RQ0/(N) 726V6P3B13:Operating Instructions (OI) Sections: OI637-10A(OK-542 Series), OI637-10B (OK-276T)

4.2.3

3.38 SSGN Class Ships Systems Manual (SSM)– S9SSG-AA-SSM-ZC0/(U)SSGNV6P3:Operating Instructions (OI) Section: OI637-10(OK-542 Series)

4.2.3

3.39 SSGN Class Ships Systems Manual (SSM)– S9SSG-AA-SSM-ZD0/(U)SSGNV6P3:Operating Instructions (OI) Section: OI637-10A(OK-276T)

4.2.3

3.70 Naval Ships' Technical Manual (NSM) Chapter300, 302, 310 and 320

4.2.3

3.41 MSEC Technical Memorandum TM-1008– Ancillary Towed-Array Telemetry Error and NoiseDetection System User’s Manual

4.2.3

3.42 OA-0970 Series Deployable Array Working GroupOrganizational Level Operation and MaintenanceCourse; Pub No. A-130-0087

4.2.8

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 13 of 55

 FINAL 

3.43 OK-276 Series Deployable Array Handling SystemOrganizational Level Maintenance Course; PubNo. A-130-0089

4.2.8

3.44 OK-542 Series Deployable Array Handling SystemOrganizational Level Operation and MaintenanceCourse; Pub. No.A-130-0091

4.2.8

3.45 OA-9070E Deployable Array Working GroupOrganizational Level Operation and MaintenanceCourse; Pub No. A-130-0390

4.2.8

3.46 Curriculum Outline Instruction for OA-9070 SeriesDeployable Array Working Group OrganizationalLevel Operation and Maintenance Course; COIA-130-0087

4.2.8

3.47 Curriculum Outline Instruction for OK-276 SeriesDeployable Array Working Group OrganizationalLevel Operation and Maintenance Course; COIA-130-0089

4.2.8

3.48 Curriculum Outline Instruction for OK-542 SeriesThinline Handling System Organizational LevelOperation and Maintenance Course; COIA-130-0091

4.2.8

3.49 Curriculum Outline Instruction for OA-9070EDeployable Array Working Group Operation andMaintenance Course; COI A-130-0390

4.2.8

3.50 Personnel Performance Profile, Table F0029,Towed Sonar Array Handling Equipment(Equipment Level); Rev C F0029-1/F0029-2

4.2.8

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 14 of 55

 FINAL 

3.51 DLAD 52.247-9012, Requirements of WoodPackaging Material (WPM)

4.2.9, 4.2.10

3.52 Code of Federal Regulation (CFR) Title 49 -Transportation

4.2.9, 4.2.10

3.53 Code of Federal Regulation (CFR) Title 40, Section260 – Protection of Environment, HazardousWaste Management; General

4.2.9, 4.2.10

3.54 Federal Hazardous Material TransportationLaw 

4.2.9, 4.2.10 

 4.0        REQUIREMENTS The work in this task order SOW falls within the scope of the basic Seaport-E Statement of Workparagraphs 3.9, 3.10, 3.17, 3.18, 3.19, and 3.20.  The Contractor shall perform the tasks in section 4.0 inaccordance with Technical Instructions (TIs), Applicable Documents (Section 3.0) using GovernmentFurnished Information (Section 6.0) for the systems identified in Section 2.1. 4.1 FACILITIES SERVICES The Contractor shall establish and maintain eight (8) principal Intermediate MaintenanceActivity (IMA) support facilities, seven of which shall be located within a 15-mile radius of thefollowing naval submarine ports and the eighth located at Yokohama North Dock Japan:a. New London, CTb. Norfolk, VAc. Kings Bay, GAd. San Diego, CAe. Bangor, WAf. Pearl Harbor, HI (The facility will be Government-furnished)g. Guam, Marianas Islands (The facility will be Government-furnished)h. Yokohama North Dock, Japan (The facility will be Government-furnished) 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 15 of 55

 FINAL 

Each facility shall include, as a minimum, the following capabilities: a.         Capability to handle and store classified material to the Secret level (except for Guam andJapan, which operate at Unclassified level). b.         Maintenance of a bonded, secure warehouse with security monitoring c.         Capacity to maintain and store all arrays and the Towed Array Handler/Transporter (TAH/T) in aprotected, climate controlled and secure environment. d.         Maintenance of a Government Property Control system approved by DCMA. e.         Capabilities to collect, store, and dispose of hazardous material in compliance with Federal andlocal requirements. f.          Availability of a dedicated truck capable of towing the TAH/T and a dedicated fork lift at each IMAsite. g.         Ability to ship Government property using Government Bill of Lading (GBL) authority under theElectronic Transportation Acquisition (ETA) system (for all locations except Pearl Harbor, Guam, andJapan).  For Pearl Harbor, Guam, and Japan locations, coordination with the Military Airlift Command(AMC) for shipping is required. h.         High-speed internet capability. The Contractor shall maintain a minimum of one facility for the Vibration Isolation Module (VIM)recertification site of the TB-16 and TB-23 VIM modules. 4.2        ENGINEERING AND PROCESS ENGINEERING SERVICES The Contractor shall provide the following services for submarine and surface ship towed systems:conduct and participation in technical meetings, towed array refurbishment/build process services, fieldservices, configuration management, asset management, maintenance and calibration of supportequipment and test equipment, failure analysis, Fleet organizational-level training, transportation andhandling services, and repair parts services. 4.2.1     Program Review Meetings The Contractor shall conduct IMA Program Status Reviews (PSRs) three times per year and IMAManagers Technical Meetings two times per year. The Government will provide a schedule for themeetings (GFI 6.1). The purpose of the PSR is to address IMA programmatic status (e.g. task orderstatus, financial performance, administrative items/issues, etc.) The purpose of the IMA ManagersTechnical meeting is to report on technical status updates from each of the IMA site managers, and anyrelevant technical issues. The Contractor shall conduct the PSRs via teleconference.  The Contractorshall conduct the IMA Managers Technical Meetings at an IMA location, one on the east coast and oneon the west coast. The Contractor shall participate in monthly Asset Management Teleconferences to provide IMA statusinformation (array on-hand inventory array requirements, asset shortfalls, etc) and discuss other topicspertinent to the array community. The Government will provide a schedule for the teleconferences (GFI6.1). The Contractor shall submit meeting agendas, presentation material, and meeting data minutes asidentified in paragraph 4.2.12. 4.2.2     Towed Array Refurbishment and Build Process Services The Contractor shall conduct the necessary analysis, disassembly and assembly, minorrepair/replacement, calibration, recertification and testing needed to refurbish and build towed arrays. 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 16 of 55

 FINAL 

For incoming arrays (arrays removed from a submarine or surface ship, or received from another IMA),the Contractor shall provide the following refurbishment and build process services: a.         Visual inspectionsb.         Electrical testsc.         Removal and replacement of modules which meets failure criteria, exceeds Time on Hull (TOH)or service life requirements as specified in associated Array technical manualsd.         Fault verification and isolation,e.         Repair of minor cuts and abrasions in the tow cable jacket and the array module hose,f.          TB-16 and TB-23 VIM recertification testing in accordance with the Towed Array TechnicalManual requirements.  Update Towed Array Management System (TAMS) with Recertification test datag.         Additional maintenance actions identified in the technical manualsh.         Document technical work performed on applicable IMA Quality Forms For outgoing arrays (arrays to be delivered to a submarine or surface ship), the Contractor shall providethe following refurbishment/build process services: a.         Visual inspectionsb.         Electrical testsc.         Inspect and clean all module couplings and connectorsd.         Filling and bleeding the modulese.         Pressure checksf.          Assembly of modules into a complete arrayg.         Check-out of array after completion of maintenance,h.         Additional maintenance actions identified in the technical manualsi.          Document technical work performed on applicable IMA Quality Forms 4.2.3     Towed Array Installations and Removals The Contractor shall provide intermediate level maintenance services at alternate U.S. facilities andoverseas sites via schedules (GFI 6.2) as a result of emerging CASREPs. The Contractor shall provide the following Services: a.         Removal and replacement of tow cables and pendant cablesb.         Removal and reinstallation of complete arraysc.         In-field visual inspectionsd.         In-field repair of minor cuts and abrasions in the tow cable jacket and the array module hose,e.         Additional in-field maintenance actions identified in all the technical manuals.f.          Provide on-the-job training where the Contractor notices deficiencies. Assistance under this taskis limited to immediate need only. A situation concerning the immediate safety of any personnel orimmediate potential damage to equipment during the install or removal process of an array systemconstitutes an immediate need.  This training shall not be a substitute for training identified in paragraph4.2.8. The Government will provide logistical support services in the form of cranes, barges, and small boats insupport of task 4.2.3. The Contractor shall provide trip reports for all work performed in paragraph 4.2.3 in accordance withCDRL A004.  For any visits out of homeport (i.e. the port where a ship is primarily based), if the boat wasleft in an Out of Commission (OOC) status, the Contractor shall provide a trip report when the contractorcompletes the repair. NOTE: When immediate need training takes place the Contractor shall provide a report indicating thefollowing: location, type of training provided, number of personnel trained, length of training, and anypertinent comments to the Government and the Training Logistics Element Manager. The Contractorshall deliver the report in accordance with CDRL A004. 4.2.4     Configuration Management 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 17 of 55

 FINAL 

The Contractor shall establish a Configuration Management Program to ensure the following: a.         Technical documentation is under change control and is maintained;b.         Retrofit of approved engineering changes is accomplished on affected material in accordancewith approved Engineering Change Proposals (ECP);c.         Changed articles are appropriately marked or identified;d.         Change accomplishment is recorded;e.         Towed arrays loaded are compatible with the receiving ship’s handling and inboard processingsystem;f.          Review Engineering Change Proposals (ECPs) and Engineering Change Instructions (ECIs)(GFI 6.3) for the purpose of assessing IMA impact. 4.2.5     Asset Management Services The Contractor shall update the PMS401 Towed Array Management System (TAMS) database with thecurrent status and life-cycle tracking of all program assets and report on inventory status.  Thedatabases shall be updated within one (1) business day of a status change.  Updates shall include thefollowing data: a.         IMA inventory control,b.         Replenishment analysis and planning,c.         Failure analysis data,d.         ECP retro-fit status,e.         Configuration identification and status accounting,f.          Array and module history/usage datag.         Updates to UID database The Contractor shall maintain (update) an item’s record in the Item Unique Identification (IUID) Registryat each IMA. The Contractor shall track and replace components with limited life.  Limited life components and theirlife expectancies are subject to change (GFI 6.4).  The Contractor shall use data from the Towed ArrayManagement System (TAMS) to track the following elements for all limited life components: a.         Part number and serial numberb.         Age of component (from date of manufacturer delivery)c.         Date of last component recertificationd.         Date next recertification is duee.         Identification of components which have exceeded installation life The Contractor shall ship components to the appropriate recertification site. The Contractor shall track components requiring periodic calibration.  Modules requiring calibration aswell as calibration periods are subject to change and the Government will provide them as GFI (GFI6.4).  The Contractor shall use data from the Towed Array Management System (TAMS) to track the followingelements for all components requiring calibration: a.         Part number and serial numberb.         Date of last component calibrationc.         Date next calibration is dued.         Identification of components with an expired calibration date The Contractor shall manage distribution of towed array assets to ensure IMA inventory levels supportFleet requirements.  The Contractor shall coordinate shipping of towed array components that are readyfor shipment from the array depot facilities to the designated IMA. 4.2.6     Support Equipment and Test Equipment Services 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 18 of 55

 FINAL 

The Contractor shall maintain, calibrate, repair and refurbish Towed Systems Support and TestEquipment. The Contractor shall perform dockside handler refurbishment.  At a minimum, refurbishment shall includethe following: a.         Sandblast, prime and paint with marine quality enamel topcoatb.         Replace relief and remote relief valvesc.         Replace flow control valvesd.         Install flange modification kite.         Replace filtersf.          Replace hydraulic fluidg.         Rebuild electronic control unith.         Provide necessary cables The Contractor shall repair any other items found to be non-functioning. The Contractor shall maintain, calibrate, repair/refurbish, and report status of intermediate-levelGovernment-furnished support and test equipment.  A list of support and test equipment will be providedin Government Furnished Property (GFP) listing.  The contractor shall provide a report of these activitiesto the Government in accordance with CDRL A005. 4.2.7     Failure Analysis The Contractor shall perform engineering investigations to assess system performance and potentialproblems, conduct failure isolation to the degree possible without destroying the asset, and assess theimpact of modifications and changes on the towed arrays, handling systems, and ancillary equipment.The Contractor shall collect fleet failure data in sufficient detail to allow accurate failure analysis byGovernment personnel.  The contractor shall discuss this data, both historical and current, at failureanalysis meetings scheduled by the Government.  The Government will provide a schedule for themeeting (GFI 6.1). The Contractor shall provide a report of the results of these activities to the Government in accordancewith CDRL A009. 4.2.8     Fleet Organizational-Level Training The Contractor shall conduct on-site, Fleet Organizational training to submarine or surface shippersonnel and authorized civilian personnel on the operation and maintenance of the towed systems andancillary equipment (GFI 6.5).  The Contractor shall provide computer resources for conduct of thetraining. The Contractor shall conduct Organizational level training courses for towed systems as follows:The Contractor shall develop and maintain training course curriculum and training materials.  In addition,the contractor will maintain a student database.  Course curriculum development shall provide Navypersonnel with array/handler theory, operations, array physical and electronic characteristics, faultisolation procedures, and removal/replacement procedures. The Contractor shall develop and maintain an Instructor Qualification/Certification program.  The programshall provide specific requirements for instructor qualification, certification process, and reportingrequirements.  The Training Logistics Element Manager, (NUWCDIVKPT), shall review and approve theInstructor Qualification/Certification program. The Contractor shall conduct training sessions at its or Navy designated sites identified by thedesignated Training Logistics Element Manager.  The Contractor shall conduct Organization Levelcourses using curriculum provided by the Course Curriculum Authority (CCA), and associatedGovernment Furnished Equipment (GFE).  The courses shall provide Navy personnel with array/handlertheory, operations, array physical and electronic characteristics, fault isolation procedures, and removalreplacement procedures.  The courses shall also include theory and operation of any required supportand test equipment supporting array operations and maintenance. Upon completion of each course, the Contractor shall provide each trainee a Certificate of Completion.

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 19 of 55

 FINAL 

The Contractor shall provide a list of attendees and copies of student critique forms to the TrainingLogistics Element Manager.  Additionally, any curriculum change recommendations, or applicablecomments received during the course shall be forwarded to the Training Logistics Element Manager forconsideration.  The contractor shall submit a Training Course Completion Report including these resultsin accordance with CDRL A006. 4.2.9     Shipping Services The Contractor shall provide shipping crates for long distance and overseas shipping of materials forwhich no standard shipping container exists.  Containers shall be compliant with DLAD 52.247-9012,Requirements of Wood Packaging Material (WPM). The Contractor shall maintain an adequate inventoryof GFE and Contractor manufactured shipping containers. 4.2.10   Transportation and Handling Services The Contractor shall ship items from each IMA site including the following elements: a.         Shipping of arrays in accordance with international, federal, and local requirements (ApplicableDocuments 3.0);b.         Compliance with DLAD 52.247-9012, Requirements of Wood Packaging Material (WPM).c.         Tagging shipments with Radio-Frequency Identification (RFID) markings as applicable The Contractor shall ship equipment by Commercial Bill of Lading (CBL).  All shipments made using normalshipping methods (i.e. truck, air or military transport) and using non-contract funds shall be processedwithout approval from customer.  The Contractor shall obtain approval via written communication fromthe Contracting Officer Representative (COR) before using contract funds for commercial shipments tosupport emergent fleet needs.   All material shipped or used in support of Government programs shall bedocumented via a DD 1149 shipping document.  The Contractor shall collect and submit copies of theDD 1149s monthly to the Government by attaching them to the Report of Receipts, Inventory,Adjustments, and Shipments of Government property as identified in paragraph 4.2.12. The Contractor shall use Line of Accounting (LOA) Transportation Acquisition codes (TAC) for shipmentmovements in accordance with Clause G40S. 4.2.11   Repair Parts Services The Contractor shall inventory, store, and ship Government-furnished repair parts in accordance with theprovisions outlined in Part 45.5 of the Federal Acquisition Regulation (FAR) and update the Towed ArrayManagement System (TAMS). The Contractor shall make recommendations for procurement of piece parts, consumable items, andincidental material for maintenance and repair of the towed systems and related support and testequipment. The Contractor shall provide proposed repair parts list in accordance with CDRL A007. 4.2.12   Periodic Reporting The Contractor shall submit meeting agendas, presentation material, and meeting data minutes inaccordance with CDRLs A001, A002, and A003 respectively. The Contractor shall deliver Report of Receipts, Inventory, Adjustments, and Shipments of Governmentproperty in accordance with CDRL A008. 5.0        PROGRESS REPORTS The Contractor shall submit Monthly Progress and Financial Reports IAW Clause C16S.  These reportsshall document the technical and financial status. 6.0        GOVERNMENT FURNISHED INFORMATION

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 20 of 55

 FINAL 

   Document Title Applicable SOW Tasks6.1 Schedules – Program, Meeting, and Travel

(at facilities, at sea and dockside)4.2.1

6.2 Schedules – Towed Array Installation andRemoval

4.2.3

6.3 ECPs and ECIs 4.2.46.4 Limited Life Components Life Restrictions

and Calibration Periods4.2.5

6.5 Schedule – Course training and location 4.2.8 7.0        QUALITY SURVEILLANCE & PERFORMANCE STANDARDS The Government will conduct quality surveillance via various methods including formal and informalmeetings, review of technical reports, review of monthly progress reports, and review of deliverables.The Government will evaluate contractor performance in the areas of technical quality, responsiveness,timeliness and cost. Technical quality will be evaluated against the performance standards defined inapplicable documents and GFI in Section 6.0 against the acceptable quality levels identified in thePerformance Requirements Summary (PRS) Table. The Government will evaluate responsiveness basedupon the Government experience interacting with the Contractor during performance. The Governmentwill evaluate timeliness based on the Contractor’s ability to meet CDRL schedules with minimal variance. The Government will evaluate cost based upon the Contractor’s ability to manage to the negotiatedcosts. The following Clauses are incorporated by Full Text: CONTRACTOR MANPOWER REPORTING REQUIREMENT The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required forperformance of services provided under this contract for the Naval Undersea Warfare Center Division,Newport, RI (N66604) via a secure data collection site. The contractor is required to completely fill in allrequired data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs willbe for the labor executed during the period of performance during each Government fiscal year (FY),which runs October 1 through September 30. While inputs may be reported any time during the FY, alldata shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. HQ C-1-0001     - DATA REQUIREMENTS (NAVSEA) (SEP 1992) The data to be furnished hereunder shall be prepared in accordance with the Contract DataRequirements List, DD Form 1423, Exhibit(s) A, attached hereto. HQ C-2-0012 CONFIGURATION MANAGEMENT (NAVSEA) (APR 2004) (a)        Baseline Definition - For configuration control purposes, all contractual documentation in effect atthe time of contract award shall constitute the Contract Baseline which shall be considered incorporatedin the baseline documentation. (b)        General Requirement - (1) The Contractor shall maintain a Configuration Control Program toassure that all detail level work being performed under this contract is in compliance with appropriatebaseline documentation. The Contractor shall prepare a Configuration Management Plan in accordancewith the requirements of the contract for approval by the Government. (2) Whenever a situation arises wherein the Contractor cannot comply with a baseline document, orwhenever intent of such documentation is significantly changed by detail level documentation, theContractor shall submit change documents to modify baseline documents to resolve the conflict or toallow non-compliance. Whenever the cost of implementing a proposed change is less than the threshold

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 21 of 55

 FINAL 

requiring certified cost or pricing data, the Contractor shall provide documentation explaining the natureof related costs as shown on the change document. Whenever the contract cost changes by an amountgreater than the threshold requiring certified cost or pricing data, the Contractor shall complete such costand pricing data as the Contracting Officer shall require detailing all related costs, and attach it to thechange document. Requirements for cost and pricing data shall be determined by the gross amount ofthe change unless otherwise directed by the contracting officer. Change documentation shall besubmitted to the Contracting Officer in accordance with the Contract Data Requirements List (CDRL),and as described in paragraphs (c) through (f) below. (c)        Engineering Change Proposals (ECPs) - ECPs shall be prepared in accordance with theapproved configuration management plan and the requirements of the contract. DI-CMAN-80639Capproved 30 Sep 2000 and MIL-HDBK-61A of 7 Feb 2001 apply. An ECP should be submitted wheneverthe detail level physical configuration, material quality, operational or functional performance ofequipment or installed systems will not be in compliance with baseline design related documents(Specifications, Contract Drawings, etc.), and a change to the baseline document is considered anappropriate means of resolving a design-related issue. Documentation shall be developed in sufficientdetail to enable Government review and evaluation of the merits of the proposed change, including costand scheduling impact, ship class impact, and consequences if disapproved. All existing drawings andtechnical manuals impacted by the change shall be listed along with a brief narrative explanation ofneeded changes to incorporate the ECP if approved. Weight and moment data incidental to the changeshall be provided. The Contractor shall also prepare applicable baseline document insert sheets, withspecific word changes or proposed re-write, to facilitate baseline documentation changes. (d)        Non-Engineering Change Proposals (NECPs) - An NECP should be submitted whenevernecessary to document administrative, procedural, scheduling, or documentation changes that do notdirectly impact the physical configuration of the equipment. The NECP shall explain the nature of theproblem, identify the applicable baseline document (i.e., Contract Data Requirement List (CDRL),Contract Clause, etc.) and provide a detailed explanation justifying the proposed course of action desiredto resolve the problem. Insert sheets for applicable documents shall also be attached to facilitate changeaction in the event the Non-Engineering Change Proposal (NECP) is approved. (e)        Deviations and Waivers - In the event that a baseline design-related document requirementcannot be met, and a change to the baseline document is considered inappropriate, the Contractor shallsubmit a Request for Deviation (RFD) or Request for Waiver (RFW), as applicable. DI-CMAN-80640Capproved 30 Sep 2000 and MIL-HDBK-61A of 7 Feb 2001 apply. The explanation of "need for deviation"should provide detailed justification and consequences of approval, to include technical details explainingthe degree of non-compliance or effect on ship equipment or system operation constraints. In a similarmanner, a waiver shall document an "as built" configuration that departs from baseline documentationand should include any proposed corrections or modifications to better meet the intent of the baselinedocument. (f)         Equitable Adjustments for Change Documentation Preparations - For its effort expended inpreparing ECPs, NECPs, Deviations and Waivers, the Contractor shall receive equitable adjustmentunder the following circumstances: (1)        In the event the Contractor, on its own initiative, and without written request from the ContractingOfficer, develops a change document that is later disapproved by the Government, the Contractor shallbear the cost of this effort. (2)        To avoid such loss, and at its option, the Contractor may submit a "preliminary" document thatoutlines intent, but without detailed supporting documentation and request the Contracting Officer'sapproval for expenditure of effort to complete the detailed supporting documentation. In the event theContracting Officer denies this request, the Contractor will bear the cost of development of the"preliminary" document, and shall make no further effort to complete detailed supporting documentation. (3)        In the event the Contracting Officer approves the Contractor's request to develop supportingdocumentation, the Contractor shall be equitably compensated for its effort for both the "preliminary" and"final" documentation, regardless of whether or not the change document is later approved. (4)        In the event the Contracting Officer requests in writing that the Contractor develop change

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 22 of 55

 FINAL 

documentation, the effort expended by the Contractor in developing such documentation shall be subjectto equitable adjustment, regardless of whether or not the change document is later approved. (5)        In the event the Contractor, on its own initiative, and without written request from theGovernment, develops a change document that is later approved by the Contracting Officer, the cost ofdeveloping such documentation shall be incorporated in the contract modification that implements thechange. (6)        Failure to agree to such equitable adjustment in contract price shall constitute a dispute, andshall be adjudicated in accordance with the requirements of the clause entitled "DISPUTES" (FAR52.233-1). (g)        Any cost reduction proposal submitted pursuant to the clause entitled "VALUE ENGINEERING"(FAR 52.248-1) shall be submitted as a Code V Engineering Change Proposal (VECP). DI-CMAN-80639C approved 30 Sep 2000 and MIL-HDBK-61A of 7 Feb 2001 apply. Information required by the"VALUE ENGINEERING" clause shall also be submitted as part of the change request. HQ C-2-0032     INFORMATION AND DATA FURNISHED BY THE GOVERNMENT - ALTERNATE II(NAVSEA)(SEP 2009) (a)        NAVSEA Form 4340/2 or Schedule C, as applicable, Government Furnished Information,attached hereto, incorporates by listing or specific reference, all the data or information which theGovernment has provided or will provide to the Contractor except for (1)        The specifications set forth in Section C, and (2)        Government specifications, including drawings and other Government technical documentationwhich are referenced directly or indirectly in the specifications set forth in Section C and which areapplicable to this contract as specifications, and which are generally available and provided toContractors or prospective Contractors upon proper request, such as Federal or Military Specifications,and Standard Drawings, etc. (b)        Except for the specifications referred to in subparagraphs (a)(1) and (2) above, the Governmentwill not be obligated to provide to the Contractor any specification, drawing, technical documentation orother publication which is not listed or specifically referenced in NAVSEA Form 4340/2 or Schedule C, asapplicable, notwithstanding anything to the contrary in the specifications, the publications listed orspecifically referenced in NAVSEA Form 4340/2 or Schedule C, as applicable, the clause entitled"GOVERNMENT PROPERTY" (FAR 52.245-1) or "GOVERNMENT PROPERTY INSTALLATIONOPERATION SERVICES " (FAR 52.245-2), as applicable, or any other term or condition of this contract. (c)(1) The Contracting Officer may at any time by written order: (i)         delete, supersede, or revise, in whole or in part, data listed or specifically referenced in NAVSEAForm 4340/2 or Schedule C, as applicable; or (ii)         add items of data or information to NAVSEA Form 4340/2 or Schedule C, as applicable; or (iii)        establish or revise due dates for items of data or information in NAVSEA Form 4340/2 orSchedule C, as applicable. (2)        If any action taken by the Contracting Officer pursuant to subparagraph (c)(1) immediately abovecauses an increase or decrease in the costs of, or the time required for, performance of any part of thework under this contract, the contractor may be entitled to an equitable adjustment in the contractamount and delivery schedule in accordance with the procedures provided for in the "CHANGES" clauseof this contract.HQ C-2-0051     SPECIFICATIONS AND STANDARDS (NAVSEA) (AUG 1994) (a)        Definitions. (i)         A "zero-tier reference" is a specification, standard, or drawing that is cited in the contract

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 23 of 55

 FINAL 

(including its attachments). (ii)         A "first-tier reference" is either: (1) a specification, standard, or drawing cited in a zero-tierreference, or (2) a specification cited in a first-tier drawing. (b)        Requirements. All zero-tier and first-tier references, as defined above, are mandatory for use. All lower tier referencesshall be used for guidance only. HQ C-2-0059     UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (AUG 1994) If, during the performance of this or any other contract, the contractor believes that any contract containsoutdated or different versions of any specifications or standards, the contractor may request that all of itscontracts be updated to include the current version of the applicable specification or standard. Updatingshall not affect the form, fit or function of any deliverable item or increase the cost/price of the item to theGovernment. The contractor should submit update requests to the Procuring Contracting Officer withcopies to the Administrative Contracting Officer and cognizant program office representative for approval.The contractor shall perform the contract in accordance with the existing specifications and standardsuntil notified of approval/disapproval by the Procuring Contracting Officer. Any approved alternatespecifications or standards will be incorporated into the contract. C16S    COST AND PERFORMANCE REPORTING (OCT 2012) (a)        The Contractor agrees to upload the Contractor's Funds and Man-hour Expenditure Reports inthe Electronic Cost Reporting and Financial Tracking (eCRAFT) System and submit the Contractor’sPerformance Report on the day and for the same timeframe the contractor submits an invoice into WideArea Workflow(WAWF). Compliance with this requirement is a material requirement of this contract. Failure to complywith this requirement may result in contract termination. (b)        The Contractor's Funds and Man-hour Expenditure Report reports contractor expenditures forlabor, materials, travel, subcontractor usage, and other contract charges. (c)        The Contractor's Performance Report indicates the progress of work and the status of theprogram and of all assigned tasks. It informs the Government of existing or potential problem areas. (1)        Access: a)         eCRAFT:  Reports are uploaded through the Electronic Cost Reporting and Financial Tracking(eCRAFT) System Periodic Report Utility (EPRU). The EPRU spreadsheet and user manual can beobtained at:   http://www.navsea.navy.mil/nuwc/newport/contracts/default.aspx under eCRAFTinformation. The eCRAFT e-mail address for report submission is:  [email protected]. If youhave problems uploading reports, please see the Frequently Asked Questions at the site address above. b)         WAWF: See Section G – Clause 252.232-7006 and HQ G-2-0009. (2)        Format: a)         eCRAFT: Data shall be reported in a format acceptable to the Electronic Cost Reporting andFinancial Tracking System (eCraft) as defined in the EPRU manual. b)         Contractor’s Performance Report: The pages shall be sequentially numbered.  All attachmentsshall be identified and referenced in the text of the report. The report shall be prepared in the contractor'sformat and shall be legible and suitable for reproduction. Electronic submission is mandatory. (3)        Scope and Content. Costs incurred under this contract/task order are to be segregated at thelowest level of performance, either task, subtask or Technical Instruction (TI), rather than on a total taskcontract/order basis. 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 24 of 55

 FINAL 

a)         eCRAFT: Supporting documentation in eCRAFT shall include summaries of work charged duringthe period covered. b)         Contractor’s Performance Report: (i)         Provide a front cover sheet that indicates the contractor's name and address, the contractnumber, the system or program nomenclature, the report date, the reporting period, the report title and aserial number for the report, the security classification, the name and address of the person whoprepared the report, and the name of the issuing Government activity (Naval Undersea Warfare CenterDivision, Newport). (ii)         Report contract schedule status. Describe the progress made against milestones during thereporting period. (iii)        Report any significant changes to the contractor's organization or methods of operation, to theproject management network, or to the milestone chart, including the addition/deletion of anysubcontractors and key personnel. (iv)        Report problem areas affecting technical, scheduling, or cost elements. Provide background andrecommendations for solutions. Report results (positive or negative) obtained related to previouslyidentified problem areas, with conclusions and recommendations. (v)        Report all trips and significant results. This shall be a full breakdown, including locations, namesof the people who travelled, and costs. (vi)        Report all significant communications and any commitments made thereby.  Include allnon-contractual communications, such as technical instructions, e-mails, telephone conversations, etc. (vii)       Report Engineering Change Proposal (ECP) status. Identify all ECPs by status, i.e., proposed,approved and implemented. (viii)      Report plans for activities during the following reporting period. (ix)        Include appendices for any necessary tables, references, photographs, illustrations, charts, etc. (4)        Submission and Approval: a)         The contractor shall submit their reports on the same day and for the same timeframe thecontractor submits an invoice into WAWF. The amounts shall be same. eCRAFT Approval will beindicated by e-mail notification from eCraft. b)         Distribution Statement. Distribution Statement B: Distribution to U.S. Government agencies only;Proprietary Information; (date data generated). Other requests for this document shall be referred toNUWCDIVNPT Code 59. (d)        The contractor shall not provide other funds, man-hour, or status reporting without the priorwritten approval of the contracting officer. C25S   ACCESS TO GOVERNMENT SITE (AUG 2016) (a)        Contractor personnel shall comply with all current badging and security procedures required togain access to any Government site. Access to Naval Undersea Warfare Center Division, Newport sitesmay only be gained by obtaining a badge (either permanent or temporary) from the security office.Compliance with SECNAV M-5510.30, Section 9-20, FACILITY ACCESS DETERMINATION (FAD)PROGRAM is specifically required. Badges shall be issued only after completion of SF85P available at:https://www.opm.gov/forms/standard-forms/ Contractor personnel requiring a Common Access Card, access to controlled unclassified information(CUI) and/or user level access to DoN or DoD networks and information systems, system security andnetwork defense  systems, or to system resources providing visual access and/or ability to input, delete

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 25 of 55

 FINAL 

or otherwise manipulate sensitive information without control to identify and deny sensitive information,are required to have a favorably adjudicated NACLC. The Contractor shall ensure that Contractor personnel employed on any Government site becomefamiliar with and obey Activity regulations. Contractor personnel shall not enter restricted areas unlessrequired to do so and until cleared for such entry.  The Contractor shall request permission to interruptany activity roads or utility services in writing a minimum of 15 calendar days prior to the date ofinterruption. Contractor personnel shall wear personal protective equipment in designated areas. Allcontractor equipment shall be conspicuously marked for identification. The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA)Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and localrequirements. (b)        The contractor shall ensure that each contractor employee reads the pamphlet entitled,“Occupational Safety and Health Information for Contractors” prior to commencing performance at anyNUWCDIVNPT site. This document is available under “Contractor Safety Information” at:http://www.navsea.navy.mil/Home/WarfareCenters/NUWCNewport/ContactUs/VisitorInformation.aspx (c)        The contractor shall ensure that each contractor employee reads the document entitled, “NUWCDivision Newport Environmental Policy” prior to commencing performance at any NUWCDIVNPT site.This document is available at: http://www.navsea.navy.mil/Home/WarfareCenters/NUWCNewport/ContactUs/VisitorInformation.aspx (d)        The contractor shall ensure that each contractor employee who is resident at any NUWCDIVNPTsite completes ISO 14001 Awareness training within 30 days of commencing performance at that site.This training is available on the ISO 14001 webpage on the NUWCDIVNPT Intranet and is also availableon the NUWC Division Newport Internet site.  This document is available at: http://www.navsea.navy.mil/Home/WarfareCenters/NUWCNewport/ContactUs/VisitorInformation.aspx (e)        The contractor shall remove from the Government site any individual whose presence is deemedby the Commander, NUWCDIVNPT, to be contrary to the public interest or inconsistent with the bestinterests of national security. (f)         The contractor shall perform in accordance with the following, as applicable: i.          OSHA 29 CFR1910 General Industry Standard ii.          OPNAV Instruction 5100.23 (series) Navy Safety and Occupational Health Program Manual iii.         NUWCDIVNPT 5100.5 (series) Occupational Safety and Health iv.         NUWCDIVNPT 5100.16 (series) Compressed Air Safety v.         NUWCDIVNPT Emergency Action Guidelines vi.         NAVFAC P307 – NAVFAC: Management of Weight Handling Equipment vii.        NUWCDIVNPTINST 5090.3 (series) Hazardous Materials Control Program (g)        Prior to commencing any work that falls under the following areas, the contractor shall provide tothe Contracting Officer’s Representative (COR) (if no COR is assigned provide to the NUWCDIVNPTSafety Office Attn: Carol Bernier), on company letterhead, a complete listing of all qualified and trainedemployees who will perform the work: i.          Permit required Confined Space Program ii.          Control of Hazardous Energy (Lock out / Tag out) iii.         Respiratory Protection

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 26 of 55

 FINAL 

 iv.         Walking-Working Surfaces, Fall Protection Program and Scaffolding (h)        The contractor shall follow the posted provisions of the building’s Emergency Action Plan (EAP)for any mishap, incident, or emergency situation. (i)         The contractor shall report unsafe work conditions and safety hazards to their supervisor, theCOR, and the NUWC Safety Office. (j)The contractor shall notify the COR and the NUWCDIVNPT Safety Office as soon as practicable, uponlearning that a mishap (injury / property damage) has occurred during the performance of work atNUWCDIVNPT. C26S   INFORMATION ASSURANCE – UNCLASSIFIED DOD INFORMATION ON NON-DODINFORMATION SYSTEMS (JUL 2012) (a)        The Contractor shall ensure that unclassified DoD information it receives or produces in supportof DoD activities is protected according to the information safeguards described in DoD Instruction8582.01– Security of Unclassified DoD Information on Non-DoD Information Systems, which is available at thefollowing web address: http://www.dtic.mil/whs/directives/corres/pdf/858201p.pdf (b)        Upon request by the Government, the Contractor shall provide documentation demonstrating thesafeguards the contractor has implemented to ensure the security of unclassified DoD Information. (c)        Contractor personnel that have not been briefed on DoD Instruction 8582.01 – Security ofUnclassified DoD Information on Non-DoD Information Systems shall be denied access contractorsystems that contain unclassified DoD information. (d)        Subcontracts. If the Contractor issues any subcontracts in which the subcontractor will haveaccess to unclassified DoD information, the Contractor shall include this clause. 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 27 of 55

 FINAL 

SECTION D PACKAGING AND MARKING

The following Clauses are incorporated by Full Text: HQ D-1-0001    DATA PACKAGE LANGUAGE Data to be delivered by Integrated Digital Environment (IDE) or other electronic media shall be asspecified in the contract. All unclassified data to be shipped shall be prepared for shipment in accordance with best commercialpractice. Classified reports, data, and documentation shall be prepared for shipment in accordance with NationalIndustrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated 28 February 2006. HQ D-2-0006    MARKING AND PACKING LIST(S) (NAVSEA) (NOV 1996)  (a) Marking. Shipments, shipping containers and palletized unit loads shall be marked in accordance withbest commercial practice. (b) Packing List(s). A packing list (DD Form 250 Material Inspection and Receiving Report may be used)identifying the contents of each shipment, shipping container or palletized unit load shall be provided bythe Contractor with each shipment. When a contract line item identified under a single stock numberincludes an assortment of related items such as kit or set components, detached parts or accessories,installation hardware or material, the packing list(s) shall identify the assorted items. Where assortment of related items is included in the shipping container, a packing list identifying thecontents shall be furnished. (c) Master Packing List. In addition to the requirements in paragraph (b) above, a master packing listshall be prepared where more than one shipment, shipping container or palletized unit load comprise thecontract line item being shipped. The master packing list shall be attached to the number one containerand so identified. (d) Part Identification. All items within the kit, set, installation hardware or material shall be suitablysegregated and identified within the unit pack(s) or shipping container by part number and/or nationalstock number. HQ D-2-0007    MARKING AND PACKING LIST(S) - ALTERNATE I (NAVSEA) (APR 2015) (a) Marking. Shipments, shipping containers and palletized unit loads shall be marked in accordance withMIL-STD-129R dated 18 February 2014. (b) Packing List(s). A packing list (DD Form 250 Material Inspection and Receiving Report may be used)identifying the contents of each shipment, shipping container or palletized unit load shall be provided bythe Contractor with each shipment in accordance with the above cited MIL-STD. When a contract lineitem identified under a single stock number includes an assortment of related items such as kit or setcomponents, detached parts or accessories, installation hardware or material, the packing list(s) shallidentify the assorted items. Where DD Form 1348-1 or DD Form 1348-1A is applicable and anassortment of related items is included in the shipping container, a packing list identifying the contentsshall be furnished. (c) Master Packing List. In addition to the requirements in paragraph (b) above, a master packing listshall be prepared where more than one shipment, shipping container or palletized unit load comprise thecontract line item being shipped. The master packing list shall be attached to the number one containerand so identified. (d) Part Identification. All items within the kit, set, installation hardware or material shall be suitablysegregated and identified within the unit pack(s) or shipping container by part number and/or nationalstock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items.

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 28 of 55

 FINAL 

 HQ D-2-0008    MARKING OF REPORTS (NAVSEA)(SEP 1990) All reports delivered by the Contractor to the Government under this contract shall prominently show onthe cover of the report:          (1) name and business address of the Contractor         (2) contract number         (3) contract dollar amount         (4) whether the contract was competitively or non-competitively awarded         (5) sponsor: ___________________________________________________                            (Name of Individual Sponsor)                             ___________________________________________________                             (Name of Requiring Activity)                             ___________________________________________________                             (City and State) UW D-2-0001     MARK FOR INFORMATION (AUG 2017) (a) The Contract shall include the following “Mark For” information clearly marked on all packages (oritems themselves if they are not packaged) delivered under this contract/order:  Mark For: Receiving Officer, Naval Station Newport47 Chandler StreetNewport, RI  02841-1716NUWC Division, Newport Code 1532 – E. Cheryl Wisniewski  Task Order #: N66604-18-F-3002 (b) The contractor shall also include in each package delivered (or affixed to the item itself if it is notpackaged) a packing slip which lists the items included by Contract Line Item Number (e.g., 0001, 0002).

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 29 of 55

 FINAL 

SECTION E INSPECTION AND ACCEPTANCE

The following Clauses are incorporated by Reference: 52.246-5     INSPECTION OF SERVICES – COST-REIMBURSEMENT (APR 1984) 52.246-5     INSPECTION OF SERVICES – FIXED PRICE (AUG 1996) 252.246-7000     MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2008) The following Clauses are incorporated by Full Text: HQ E-1-0001     INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA Inspection and acceptance of all data shall be as specified on the attached Contract Data RequirementsList(s), DD Form 1423. HQ E-1-0007     INSPECTION AND ACCEPTANCE LANGUAGE FOR LOE SERVICES Item(s)  7000 - Inspection and acceptance shall be made by the Contracting Officer’s Representative(COR) or a designated representative of the Government.

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 30 of 55

 FINAL 

SECTION F DELIVERABLES OR PERFORMANCE

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

   

7100 11/9/2015 - 11/8/2016

7120 11/9/2017 - 11/8/2018

7121AA 11/9/2017 - 11/8/2018

7121AB 11/9/2017 - 11/8/2018

7121AC 11/9/2017 - 9/30/2018

7121AD 12/1/2017 - 11/8/2018

7121AE 1/24/2018 - 11/8/2018

7121AF 2/2/2018 - 11/8/2018

7121AG 2/2/2018 - 11/8/2018

7121AH 2/15/2018 - 11/8/2018

7121AJ 2/16/2018 - 11/8/2018

7121AK 3/21/2018 - 11/8/2018

7121AL 3/21/2018 - 11/8/2018

7121AM 5/18/2018 - 11/8/2018

7121AN 5/18/2018 - 11/8/2018

7121AP 6/12/2018 - 11/8/2018

7121AQ 6/12/2018 - 11/8/2018

7130 11/9/2018 - 11/8/2019

7131AA 11/9/2018 - 11/8/2019

7131AB 11/9/2018 - 11/8/2019

7131AC 11/9/2018 - 11/8/2019

7131AD 12/20/2018 - 11/8/2019

7131AE 1/15/2019 - 11/8/2019

7131AF 2/1/2019 - 11/8/2019

8100 11/9/2015 - 11/8/2016

8120 11/9/2017 - 11/8/2018

8130 12/20/2018 - 11/8/2019

9100 11/9/2015 - 11/8/2016

9120 11/9/2017 - 11/8/2018

9121AA 11/9/2017 - 11/8/2018

9121AB 11/9/2017 - 11/8/2018

9121AC 11/9/2017 - 9/30/2018

9121AD 12/1/2017 - 11/8/2018

9121AE 1/24/2018 - 11/8/2018

9121AF 2/9/2018 - 11/8/2018

9121AG 2/2/2018 - 11/8/2018

9121AH 2/15/2018 - 11/8/2018

9121AJ 2/16/2018 - 11/8/2018

9121AK 3/21/2018 - 11/8/2018

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 31 of 55

 FINAL 

9121AL 3/21/2018 - 11/8/2018

9121AM 5/18/2018 - 11/8/2018

9121AN 5/18/2018 - 11/8/2018

9121AP 5/18/2018 - 11/8/2018

9121AQ 6/12/2018 - 11/8/2018

9130 11/9/2018 - 11/8/2019

9131AA 11/9/2018 - 11/8/2019

9131AB 11/9/2018 - 11/8/2019

9131AC 11/9/2018 - 11/8/2019

9131AD 12/20/2018 - 11/8/2019

9131AE 12/20/2018 - 11/8/2019

9131AF 1/15/2019 - 11/8/2019

9131AG 2/1/2019 - 11/8/2019

The following Clauses are incorporated by Full Text: HQ F-1-0003  PERFORMANCE LANGUAGE FOR LOE SERVICES The Contractor shall perform the work described in SECTION C, at the level of effort specified inSECTION B, as follows: 

CLIN Funding TypeBase orOption #

PerformancePeriod

7100 & 9100 Not Applicable Not Applicable Not Applicable

7110 & 9110 Not Applicable Not Applicable Not Applicable

7120 & 9120 OMN, OPN, FMS Option 2 11/09/17 - 11/08/18

7130 & 9130 OMN,OPN, FMS     Option 3     11/09/18 - 11/08/19

7140 & 9140 OMN, OPN, FMS Option 4 11/09/19 - 11/08/20*

8100 Not Applicable Not Applicable Not Applicable

8110 Not Applicable Not Applicable Not Applicable

8120 OMN, OPN Option 6 11/09/17 - 11/08/18

8130 OMN, OPN Option 7 11/09/18 - 11/08/19*

8140 OMN, OPN Option 8 11/09/19 - 11/08/20*

 * If option is exercised  NOTE:  The option periods of performance are estimated and projected for planning purposes. However, if the option is not exercised prior to the beginning of the option's projected performance periodas outlined in the schedule, upon receipt of funds, the contracting officer will bilaterally modify theschedule.  The option's performance timeframe shall be adjusted to correlate to the time framecommensurate with the exercise of the option for a period not to exceed 12 months. The overall Periodof Performance of task orders N00178-04-D-4079-N417 and N66604-18-F-3002 shall not exceed five (5)years from the effective date of task order N00178-04-D-4079-N417. HQ F-2-0003     DATA DELIVERY LANGUAGE FOR SERVICES ONLY PROCUREMENTS All data to be furnished under this contract shall be delivered prepaid to the destination(s) and at thetime(s) specified on the Contract Data Requirements List(s), DD Form 1423. 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 32 of 55

 FINAL 

F30S     PLACE OF PERFORMANCE (APR 2005) Work will be performed at NUWCDIVNPT, contractor site, other site as identified by and called out in thetechnical instructions.

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 33 of 55

 FINAL 

SECTION G CONTRACT ADMINISTRATION DATA

The following Clauses are incorporated by Full Text: 252.232-7006     WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause— “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifiesa unit, activity, or organization. “Document type” means the type of payment request or receiving report available for creation in WideArea WorkFlow (WAWF). “Local processing office (LPO)” is the office responsible for payment certification when paymentcertification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor paymentrequests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission ofPayment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall—           (1) Have a designated electronic business point of contact in the System for Award Managementat https://www.acquisition.gov; and           (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures forself-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-BasedTraining Course and use the Practice Training Site before submitting payment requests through WAWF.Both can be accessed by selecting the “Web Based Training” link on the WAWF home page athttps://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, ElectronicData Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submittingpayment requests and receiving reports in WAWF for this contract/order:           (1) Document type. The Contractor shall use the following document type(s).                      7000 & 9000 series CLINs: Cost Voucher                     8000 series CLINs: Invoice and Receiving Report Combo Note: If a “Combo” document type is identified but not supportable by the Contractor’s business systems,an “Invoice” (stand-alone) and “Receiving Report” (stand-alone) document type may be used instead.)           (2) Inspection/acceptance location. The Contractor shall select the followinginspection/acceptance location(s) in WAWF, as specified by the contracting officer.                     NOT APPLICABLE           (3) Document routing. The Contractor shall use the information in the Routing Data Table belowonly to fill in applicable fields in WAWF when creating payment requests and receiving reports in thesystem. Routing Data Table*                   

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 34 of 55

 FINAL 

7000 & 9000 Series CLINs 8000 series CLINs

Field Name in WAWF Data to be entered in WAWF Data to be entered in WAWF

Pay Official DoDAAC  HQ0338 HQ0338

Issue By DoDAAC  N66604 N66604

Admin DoDAAC S5111A S5111A

Inspect By DoDAAC  Not Applicable Not Applicable

Ship To Code  Not Applicable Not Applicable

Ship From Code  Not Applicable Not Applicable

Mark For Code  Not Applicable Not Applicable

Service Approver (DoDAAC)  N66604 N66604

Service Acceptor (DoDAAC)  Not Applicable Not Applicable

Accept at Other DoDAAC  Not Applicable Not Applicable

LPO DoDAAC  Not Applicable Not Applicable

DCAA Auditor DoDAAC  HAA47B HAA47B

Other DoDAAC(s)  Not Applicable Not Applicable

            (4) Payment request and supporting documentation. The Contractor shall ensure a paymentrequest includes appropriate contract line item and subline item descriptions of the work performed orsupplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, asdefined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.           (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the“Send Additional Email Notifications” field of WAWF once a document is submitted in the system.                     [email protected] (g) WAWF point of contact.                    (1) The Contractor may obtain clarification regarding invoicing in WAWF from the followingcontracting activity’s WAWF point of contact.                    Jerry Palmer at 401-832-4964 or [email protected]           (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. HQ G-2-0009    SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING(NAVSEA) (SEP 2012) (a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable,at the lowest level of performance, either at the technical instruction (TI), subline item number (SLIN), orcontract line item number (CLIN) level, rather than on a total contract/TO basis, and to submit invoicesreflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) forinvoices shall include summaries of work charged during the period covered as well as overallcumulative summaries by individual labor categories, rates, and hours (both straight time and overtime)invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, orCLIN level. For other than firm fixed price subcontractors, subcontractors are also required to providelabor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a costbreakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted beforesubmission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryptioncode information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR).Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 35 of 55

 FINAL 

cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic DataInterchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification tothe CO and COR on the same date they submit the invoice in WAWF. No payments shall be due if thecontractor does not provide the CO and COR email notification as required herein. G10S    CONTRACTUAL AUTHORITY AND COMMUNICATIONS (NOV 2012) (a) Functions: The Procuring Contracting Officer (PCO) for this contract is identified on the basiccontract. Only the PCO can change the basic contract, and the PCO maintains primacy over the contractand all its task orders. The Contracting Officer of this Task Order is a warranted Ordering Officer of theNaval Undersea Warfare Center Division Newport. The Government reserves the right to administrativelytransfer authority over this task order from the individual named below to another Contracting Officer atany time. (b) Authority: The Contracting Officer is the only person authorized to approve changes in any of therequirements of this task order and, notwithstanding provisions contained elsewhere in this task order,the said authority remains solely the Contracting Officer's. The Contractor shall not comply with anyorder, direction or request of Government personnel - that would constitute a change - unless it is issuedin writing and signed by the Contracting Officer. No order, statement, or conduct of any Governmentpersonnel who visit the Contractor's facilities or in any other manner communicates with Contractorpersonnel during the performance of this task order shall constitute a change under the Changes clauseof this task order and no adjustment will be made in the task order price to cover any increase in chargesincurred as a result thereof. Therefore, in no event will any understanding, agreement, modification,change order, or other matter deviating from the terms of the basic contract or this task order betweenthe contractor and any other person be effective or binding on the Government. If, in the opinion of thecontractor, an effort outside the existing scope of this task order is requested, the contractor shallpromptly notify the Contracting Officer in writing. No action shall be taken by the contractor unless theContracting Officer or basic contract PCO has issued a formal modification. (c) The Contracting Officer is: Name: Andrew C. NagelhoutTelephone: Commercial 401-832-3844; DSN 432-3844Fax Commercial: 401-832-4820; DSN: 432-4820Email: [email protected] (d) Ombudsman for the Naval Undersea Warfare Center Division, Newport, RI, is: Name: Stephen StewartTelephone Commercial: 401-832-7372; DSN: 432-7372Fax Commercial: 401-832-4820; DSN: 432-4820Email:  [email protected] (e) The Contracting Officer’s Representative (COR) for this task order is: Name:  E. Cheryl WisniewskiCode: 1532Mailing Address:  Naval Undersea Warfare Center Division, Newport, 1176 Howell Street, Newport, RI 02841 Telephone: Commercial 401-832-8213; DSN 432-8213The COR is responsible for those specific functions assigned in the COR Appointment Letter. (f) The Contractor's Representative is: Name: Cassandra AltieriTitle: Sr. Administrator ContractsMailing Address: 7636 Wayside Ave., Delaware, OH 43015

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 36 of 55

 FINAL 

Email: [email protected]: (614) 625-5093Fax: N/A G11S     CONTRACT ADMINISTRATION FUNCTIONS (SERVICES) (MAR 2011) (a) The cognizant Administrative Contracting Office for this task order is identified in Block 6 on page oneof this task order. (b) TASK ORDER ACO DELEGATED FUNCTIONS.  The task order Administrative Contracting Officer(ACO) is delegated the following functions: (1) All functions of FAR 42.302(a) except (3), (40), (44), (45), (46), (47), (51), (59), (62), (63), (64), and(70). (2) The function of FAR 42.302(b)(6). (c) If the task order ACO identifies a contract administration problem, the remedy for which is notcovered by the above, the task order ACO shall request the Contracting Officer to delegate additionalfunctions as necessary.  The Contracting Officer may delegate authority by letter. G14S     CONTRACTOR'S SENIOR TECHNICAL REPRESENTATIVE (AUG 2005) The contractor's senior technical representative, point of contact for performance under this contract is: Name: Darrell GriffinTitle: Sr. Program ManagerMailing Address: Leidos, 221 Third Street, Building A, Newport RI 02840Email: [email protected]: 401-848-4605Fax: N/A 252.204-0001 Line Item Specific: Single Funding. (SEP 2009) The payment office shall make payment using the ACRN funding of the line item being billed.G40S Transportation Accounting Codes (TAC) The following Transportation Accounting Codes (TAC) are applicable to this task order. NZ2F (effective 10/1/18 to 9/30/19) - Assigned to all shipments thathave at least one (1) piece of 2F COG. This is also used for TB-37 shipments to NATSC.   NSDB (effective 10/1/18 to 9/30/19) - This is used for all other TB-37 shipments. NSN material. If theshipmentalso includes piece parts, NZSC is still used. There must be 2F COG material included in the shipment. NU7H (effective 10/1/18 to 9/30/19) - This is used for non-2F COGmaterial (such as piece parts, PTATS, etc.) that has a final destination of the East Coast (including IMAKings Bay). NHTK (effective 10/1/18 to 9/30/19) - This is used for non-2F COG material that has a final destination ofthe West Coast (including japan, Bayview, IMA Pearl Harbor and Guam). 

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------7121AA 130066888200001 838780.00  LLA : 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 37 of 55

 FINAL 

AA 1771810 H2SE 251 SB401 0 050120 2D 000000 A00004163174  7121AB 130067740900001 283500.00  LLA : AB 1781804 8D4D 257 SB401 0 050120 2D 000000 A00004242688  7121AC 130067762800001 90000.00  LLA : AC 1781804 8D4D 257 WS050 0 050120 2D 000000 A00004242424  8120 130067775200001 220999.00  LLA : AD 1781804 8D4D 257 SB401 0 050120 2D 000000 A00004242935  9121AA 130066888200002 93198.00  LLA : AA 1771810 H2SE 251 SB401 0 050120 2D 000000 A00004163174 N0002417WX05495 ACRN: AA  9121AB 130067740900002 15450.00  LLA : AB 1781804 8D4D 257 SB401 0 050120 2D 000000 A00004242688  9121AC 130067762800002 10000.00  LLA : AC 1781804 8D4D 257 WS050 0 050120 2D 000000 A00004242424   BASE Funding 1551927.00 Cumulative Funding 1551927.00  MOD P00001  7121AD 130068024900001 12000.00  LLA : AE 97-11X8242 2862 000 74622 0 065916 2D PJAH44 715660010NAP  9121AD 130068024900002 50000.00  LLA : AE 97-11X8242 2862 000 74622 0 065916 2D PJAH44 715660010NAP   MOD P00001 Funding 62000.00 Cumulative Funding 1613927.00  MOD P00002 Funding 0.00 Cumulative Funding 1613927.00  MOD P00003  7121AE 130069125000001 419120.00  LLA : AF 1781804 8D4D 257 SB401 0 050120 2D 000000 A00004357072  9121AE 130069125000002 46000.00  LLA : AF 1781804 8D4D 257 SB401 0 050120 2D 000000 A00004357072   MOD P00003 Funding 465120.00 Cumulative Funding 2079047.00  MOD P00004  7121AF 130068090100001 30000.00  LLA : AG 97-11X8242 2862 000 74622 0 065916 2D PJAS44 507560010LZC  7121AG 130069398100001 270000.00  LLA : 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 38 of 55

 FINAL 

AH 1771810 H2SE 257 SB401 0 050120 2D 000000 A00004375091  9121AF 130068090100002 30000.00  LLA : AG 97-11X8242 2862 000 74622 0 065916 2D PJAS44 507560010LZC  9121AG 130069398100002 30000.00  LLA : AH 1771810 H2SE 257 SB401 0 050120 2D 000000 A00004375091   MOD P00004 Funding 360000.00 Cumulative Funding 2439047.00  MOD P00005  7121AH 130069253900001 90000.00  LLA : AJ 1781804 8D4D 257 WS050 0 050120 2D 000000 A00004365908  9121AH 130069253900002 10000.00  LLA : AJ 1781804 8D4D 257 WS050 0 050120 2D 000000 A00004365908   MOD P00005 Funding 100000.00 Cumulative Funding 2539047.00  MOD P00006  7121AJ 130069640500001 199239.00  LLA : AK 1781810 H2SE 257 SB401 0 050120 2D 000000 A00004393298  9121AJ 130069640500002 50000.00  LLA : AK 1781810 H2SE 257 SB401 0 050120 2D 000000 A00004393298   MOD P00006 Funding 249239.00 Cumulative Funding 2788286.00  MOD P00007  7121AK 130069968900001 180000.00  LLA : AL 1781804 8D4D 257 WS050 0 050120 2D 000000 A00004420746  7121AL 130070227400001 460000.00  LLA : AM 1771810 H2SE 257 SB401 0 050120 2D 000000 A00004439451  9121AK 130069968900002 20000.00  LLA : AL 1781804 8D4D 257 WS050 0 050120 2D 000000 A00004420746  9121AL 130070227400002 120000.00  LLA : AM 1771810 H2SE 257 SB401 0 050120 2D 000000 A00004439451   MOD P00007 Funding 780000.00 Cumulative Funding 3568286.00  MOD P00008 Funding 0.00 Cumulative Funding 3568286.00  MOD P00009  7121AM 130071248800001 583380.00  

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 39 of 55

 FINAL 

LLA : AN 1781804 8D4D 257 SB401 0 050120 2D 000000 A00004516127  7121AN 130071330000001 230000.00  LLA : AP 1781810 H2SE 251 SB401 0 050120 2D 000000 A00004522583  9121AM 130071248800002 45000.00  LLA : AN 1781804 8D4D 257 SB401 0 050120 2D 000000 A00004516127  9121AN 130071330000002 50000.00  LLA : AP 1781810 H2SE 251 SB401 0 050120 2D 000000 A00004522583  9121AP 130070902100001 273513.00  LLA : AQ 1781804 8D4D 257 SB401 0 050120 2D 000000 A00004491176   MOD P00009 Funding 1181893.00 Cumulative Funding 4750179.00  MOD P00010  7121AP 130071895200001 1376570.00  LLA : AR 1781810 H2SE 251 SB401 0 050120 2D 000000 A00004556313  7121AQ 130071886900001 361629.00  LLA : AS 1781804 8D4D 257 WS050 0 050120 2D 000000 A00004556275  9121AQ 130071895200002 200000.00  LLA : AR 1781810 H2SE 251 SB401 0 050120 2D 000000 A00004556313   MOD P00010 Funding 1938199.00 Cumulative Funding 6688378.00  MOD P00011 Funding 0.00 Cumulative Funding 6688378.00  MOD P00012  7131AA 130074335000001 1966761.00  LLA : AT 1781810 H2SE 251 SB401 0 050120 2D 000000 A00004709230  7131AB 130074340100001 503882.00  LLA : AU 1781810 H2SE 251 SB401 0 050120 2D 000000 A00004709273  9131AA 130074335000002 218530.00  LLA : AT 1781810 H2SE 251 SB401 0 050120 2D 000000 A00004709230  9131AB 130074340100002 55987.00  LLA : AU 1781810 H2SE 251 SB401 0 050120 2D 000000 A00004709273   MOD P00012 Funding 2745160.00 Cumulative Funding 9433538.00  MOD P00013 Funding 0.00 Cumulative Funding 9433538.00  MOD P00014 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 40 of 55

 FINAL 

 7131AC 130074985800001 323000.00  LLA : AV 1791804 8D4D 257 SB401 0 050120 2D 000000 A00004772159  9131AC 130074985800002 10000.00  LLA : AV 1791804 8D4D 257 SB401 0 050120 2D 000000 A00004772159   MOD P00014 Funding 333000.00 Cumulative Funding 9766538.00  MOD P00015  7131AD 130075676800001 670278.00  LLA : AX 1791804 8D4D 257 SB401 0 050120 2D 000000 A00004827634  8130 130075700200001 229722.00  LLA : AY 1791804 8D4D 257 SB401 0 050120 2D 000000 A00004825711  9131AD 130075742000001 596861.00  LLA : AW 1791804 8D4D 257 SB401 0 050120 2D 000000 A00004830592  9131AE 130075676800002 54000.00  LLA : AX 1791804 8D4D 257 SB401 0 050120 2D 000000 A00004827634   MOD P00015 Funding 1550861.00 Cumulative Funding 11317399.00  MOD P00016  7131AE 130075918300001 1078840.00  LLA : AZ 1791810 H2SE 251 SB401 0 050120 2D 000000 A00004841328  9131AF 130075918300002 120000.00  LLA : AZ 1791810 H2SE 251 SB401 0 050120 2D 000000 A00004841328   MOD P00016 Funding 1198840.00 Cumulative Funding 12516239.00  MOD P00017  7131AF 130075737600001 870000.00  LLA : BA 1791804 8D4D 257 WS050 0 050120 2D 000000 A00004829243  9131AG 130075737600002 70000.00  LLA : BA 1791804 8D4D 257 WS050 0 050120 2D 000000 A00004829243   MOD P00017 Funding 940000.00 Cumulative Funding 13456239.00  MOD P00018 Funding 0.00 Cumulative Funding 13456239.00 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 41 of 55

 FINAL 

SECTION H SPECIAL CONTRACT REQUIREMENTS

The following Clauses are incorporated by Full Text:

5252.202-9101    ADDITIONAL DEFINITIONS (MAY 1993)

As used throughout this contract, the following terms shall have the meanings set forth below:

(a) DEPARTMENT - means the Department of the Navy.

(b) REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR) - All references to the FARin this contract shall be deemed to also reference the appropriate sections of the Defense FARSupplement (DFARS), unless clearly indicated otherwise.

(c) REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSEACQUISITION REGULATION - All references in this document to either the Armed ServicesProcurement Regulation (ASPR) or the Defense Acquisition Regulation (DAR) shall be deemed to bereferences to the appropriate sections of the FAR/DFARS.

5252.216-9122     LEVEL OF EFFORT - ALTERNATE 1 (MAY 2010)

(a)  The Contractor agrees to provide the total level of effort specified in the next sentence inperformance of the work described in Sections B and C of this contract.  The total level of effort for theperformance of this contract shall be 268,440 total man-hours of direct labor, including subcontractordirect labor for those subcontractors specifically identified in the Contractor's proposal as having hoursincluded in the proposed level of effort.

(b)  Of the total man-hours of direct labor set forth above, it is estimated that  0 (Zero)  man-hours areuncompensated effort.

Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week withoutadditional compensation for such excess work.  All other effort is defined as compensated effort.  If no effortis indicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shallnot be counted in fulfillment of the level of effort obligations under this contract.

(c)  Effort performed in fulfilling the total level of effort obligations specified above shall only include effortperformed in direct support of this contract and shall not include time and effort expended on such things as(local travel to and from an employee's usual work location), uncompensated effort while on travel status,truncated lunch periods, work (actual or inferred) at an employee's residence or other non-work locations(except as provided in paragraph (i) below), or other time and effort which does not have a specific anddirect contribution to the tasks described in Sections B and C.

(d)  The level of effort for this contract shall be expended evenly over the period of performance.  It isunderstood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technicalobjective, provided such fluctuation does not result in the use of the total man-hours of effort prior to theexpiration of the term hereof, except as provided in the following paragraph.

(e)  If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct laborto such an extent that the total man-hours of effort specified above would be used prior to the expiration ofthe term, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required,the probable benefits which would result, and an offer to undertake the acceleration at no increase in theestimated cost or fee together with an offer, setting forth a proposed level of effort, cost breakdown, andproposed fee, for continuation of the work until expiration of the term hereof.  The offer shall provide that thework proposed will be subject to the terms and conditions of this contract and any additions or changesrequired by then current law, regulations, or directives, and that the offer, with a written notice of acceptanceby the Contracting Officer, shall constitute a binding contract.  The Contractor shall not accelerate any effortuntil receipt of such written approval by the Contracting Officer.  Any agreement to accelerate will be

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 42 of 55

 FINAL 

formalized by contract modification.

(f)  The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of directlabor such that the total man-hours of effort specified in paragraph (a) above would be used prior to theexpiration of the term.  This order shall specify the acceleration required and the resulting revised term.  TheContractor shall acknowledge this order within five days of receipt.

(g)  The Contractor shall provide and maintain an accounting system, acceptable to the AdministrativeContracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort(compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of thiscontract.  The Contractor shall indicate on each invoice the total level of effort claimed during the periodcovered by the invoice, separately identifying compensated effort and uncompensated effort, if any.

(h)  Within 45 days after completion of the work under each separately identified period of performancehereunder, the Contractor shall submit the following information in writing to the Contracting Officer withcopies to the cognizant Contract Administration Office and to the DCAA office to which vouchers aresubmitted:  (1) the total number of man-hours of direct labor expended during the applicable period; (2) abreakdown of this total showing the number of man-hours expended in each direct labor classification andassociated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor'sestimate of the total allowable cost incurred under the contract for the period.  Within 45 days aftercompletion of the work under the contract, the Contractor shall submit, in addition, in the case of a costunderrun; (5) the amount by which the estimated cost of this contract may be reduced to recover excessfunds.  All submissions shall include subcontractor information.

(i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental tocontract performance, the Contractor may perform up to 10% of the hours at an alternative worksite,provided the Contractor has a company-approved alternative worksite plan.  The primary worksite is thetraditional “main office” worksite. An alternative worksite means an employee’s residence or a telecommutingcenter.  A telecommuting center is a geographically convenient office setting as an alternative to anemployee’s main office. The Government reserves the right to review the Contractor’s alternative worksiteplan. In the event performance becomes unacceptable, the Contractor will be prohibited from counting thehours performed at the alternative worksite in fulfilling the total level of effort obligations of the contract.Regardless of work location, all contract terms and conditions, including security requirements and laborlaws, remain in effect.  The Government shall not incur any additional cost nor provide additional equipmentfor contract performance as a result of the Contractor’s election to implement an alternative worksite plan.

(j) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OFFUNDS or LIMITATION OF COST clauses, as applicable, the period of performance may be extended andthe estimated cost may be increased in order to permit the Contractor to provide all of the man-hours listedin paragraph (a) above. The contractor shall continue to be paid fee for each man-hour performed inaccordance with the terms of the contract.

NOTE: The total level of effort identified in paragraph (a) pertains only to performance of task orderN66604-18-F-3002. The total combined level of effort for the performance of task order N66604-18-F-3002and task order N00178-04-D-4079-N417 shall be 464,477 total man-hours of direct labor, includingsubcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal ashaving hours included in the proposed level of effort. 5252.227-9113    GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (APR 2015)

(a) The Contractor shall participate in the appropriate interchange of the Government-Industry DataExchange Program (GIDEP) in accordance with GDIEP PUBLICATION 1 dated April 2008. Data entered isretained by the program and provided to qualified participants. Compliance with this requirement shall notrelieve the Contractor from complying with any other requirement of the contract.

(b) The Contractor agrees to insert paragraph (a) of this requirement in any subcontract hereunderexceeding $500,000.00. When so inserted, the word "Contractor" shall be changed to "Subcontractor".

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 43 of 55

 FINAL 

(c) GIDEP materials, software and information are available without charge from:

            GIDEP Operations Center            P.O. Box 8000            Corona, CA 92878-8000

            Phone: (951) 898-3207            Fax: (951) 898-3250            Internet: http://www.gidep.org 

5252.237-9106 SUBSTITUTION OF PERSONNEL (SEP 1990) (a) The Contractor agrees that a partial basis for award of this contract is the list of key personnelproposed. Accordingly, the Contractor agrees to assign to this contract those key persons whoseresumes were submitted with the proposal necessary to fulfill the requirements of the contract. Nosubstitution shall be made without prior notification to and concurrence of the Contracting Officer inaccordance with this requirement. (b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of theperson to be replaced. The Contracting Officer shall be notified in writing of any proposed substitution atleast forty-five (45) days, or ninety (90) days if a security clearance is to be obtained, in advance of theproposed substitution. Such notification shall include: (1) an explanation of the circumstancesnecessitating the substitution; (2) a complete resume of the proposed substitute; and (3) any otherinformation requested by the Contracting Officer to enable him/her to judge whether or not the Contractoris maintaining the same high quality of personnel that provided the partial basis for award. 5252.242-9115    TECHNICAL INSTRUCTIONS (APR 2015)

(a) Performance of the work hereunder may be subject to written technical instructions signed by theContracting  Officer and Contracting Officer's Representative specified in Section G of this contract. As usedherein, technical instructions are defined to include the following:

        (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fillin details or otherwise serve to accomplish the contractual statement of work.

        (2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technicalportions of work description.

(b) Technical instructions must be within the general scope of work stated in the contract. Technicalinstructions may not be used to: (1) assign additional work under the contract; (2) direct a change as definedin the "CHANGES" clause of this contract; (3) increase or decrease the contract price or estimated contractamount (including fee), as applicable, the level of effort, or the time required 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 technical instruction calls for effort outside the scope of thecontract or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writingwithin ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed withthe work affected by the technical instruction unless and until the Contractor is notified by the ContractingOfficer that the technical instruction is within the scope of this contract.

(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing thatportion of the contractual work statement which is not affected by the disputed technical instruction.

5252.245-9108 GOVERNMENT-FURNISHED PROPERTY (PERFORMANCE) (APR 2015) The Government will provide only that property identified in an Attachment # 2a and 2b to Section J

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 44 of 55

 FINAL 

notwithstanding any term or condition of this contract to the contrary. Upon Contractor's written requestto the cognizant Technical Program Manager, via the cognizant Contract Administration Office, theGovernment will furnish the identified government property for use in the performance of this contract.H24S     PROHIBITION ON TELECOMMUNICATIONS (OCT 2006) The contractor is expressly prohibited from purchasing any telecommunication devices (i.e. satellitetelephones, cell phones, pagers, blackberry, two way radios, walkie-talkies, etc. or any associatedaccessories) without the written approval of the contracting officer on an item by item basis. H81X     TRAVEL RESPONSIBILITIES (OCT 2011)

There may be situations where contractor employees and government employees travel together ingovernment vehicles, or in vehicles rented by the government under the terms of the U.S. Car RentalAgreement (currently available at ( http://www.defensetravel.dod.mil/Docs/CarRentalAgreement.pdf ) thegovernment has with various rental car companies. In such situations, contractor employees may only bepassengers (not drivers) in such vehicles. If a contractor employee is a passenger in a governmentvehicle or a vehicle rented by the government, it would be on a "no additional cost to the government"basis. If a contractor employee is a passenger in a government vehicle, the contractor shall indemnifyand hold the government harmless from all liability resulting from personal injury or death or damage toproperty which may occur as a result of such joint travel. When a contractor is a passenger in a vehiclerented by the government, liability would be limited to the terms set out in the U.S. Car RentalAgreement in effect at the time of any incident. H83S    SERVICE CONTRACT ACT WAGE DETERMINATION (AUG 2008) The applicable Service Contract Act Wage Determinations by the Secretary of Labor are provided below

Wage Determination #: Area: Effective Date:2015-5635 Revision: 9 California, San Diego 07/27/20182015-4111 Revision: 9 Connecticut, New London 07/24/20182015-4555 Revision: 6 Florida, Brevard 07/11/20182015-4535 Revision: 10 Florida, Broward 07/11/20182015-4551 Revision: 8 Florida, Lake 07/03/20182015-4515 Revision: 9 Georgia, Camden 07/03/20182015-5693 Revision: 7 Guam, Statewide 07/30/20182015-5691 Revision: 7 Hawaii, Hawaii 07/30/20182015-5511 Revision: 6 Idaho, Idaho 07/30/20182015-4011 Revision: 8 Maine, York 07/03/20182015-4233 Revision: 11 Pennsylvania, Philadelphia 07/11/20182015-4341 Revision: 10 Virginia, Norfolk 08/02/20182015-5545 Revision: 8 Washington, Clallam 07/03/20182015-5551 Revision: 8 Washington, Grays Harbor & Mason 07/03/20182015-5545 Revision: 8 Washington, Jefferson 07/03/20182015-5525 Revision: 7 Washington, Kitsap 08/07/2018

 The above Wage Determinations (WD) can be accessed from the following website: http://www.wdol.gov/ Choose “Selecting WDs” from the menu. After choosing the appropriate area, answer the “prompts” asfollows (these answers are applicable to this solicitation): 1. Were these services previously performed at this locality under an SCA-Covered contract?  YES 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 45 of 55

 FINAL 

2. Are any of the employees performing work subject to a CBA?  NO 3. Are the contract services to be performed listed below as Non-Standard Services? NO4. Were these services previously performed under an SCA wage determination that ends in an evennumber? Example: 1994-2104; or 1994-2114.  NO The site will provide the appropriate WD.

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 46 of 55

 FINAL 

SECTION I CONTRACT CLAUSES

The following clauses are incorporated by reference in this task order. Applicable clausesincorporated by reference in the basic MAC contract also apply. a. FAR: 52.203-3    Gratuities (APR 1984) 52.203-5    Covenant Against Contingent Fees (MAY 2014) 52.203-6    Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.203-7    Anti-Kickback Procedures (MAY 2014) 52.203-13    Contractor Code of Business Ethics and Conduct (OCT 2015) 52.203-17  Contractor Employee Whistleblower Rights and Requirements to Inform Employees ofWhistleblower Rights (APR 2014) 52.204-2    Security Requirements (AUG 1996) 52.204-9    Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-10    Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) 52.204-13    System for Award Management Maintenance (JUL 2013) 52.209-6    Protecting the Government Interest When Subcontracting with Contractors Debarred,                 Suspended, or Proposed for Debarment (OCT 2015) 52.215-23    LIMITATIONS ON PASS-THROUGH CHARGES (OCT 2009) 52.219-8    Utilization of Small Business Concerns (Oct 2014) 52.219-14  Limitations on Subcontracting (Nov 2011) 52.222-3    Convict Labor (JUN 2003) 52.222-17   Nondisplacement of Qualified Workers (MAY 2014) 52.222-19    Child Labor - Cooperation with Authorities and Remedies (JAN 2014) 52.222-21    Prohibition of Segregated Facilities (APR 2015) 52.222-26    Equal Opportunity (APR 2015) 52.222-35    Equal Opportunity for Veterans (OCT 2015) 52.222-36    Affirmative Action for Workers with Disabilities (JUL 2014) 52.222-37    Employment Reports on Veterans (OCT 2015) 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 47 of 55

 FINAL 

52.222-40    Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41    Service Contract Act of 1965 (MAY 2014) 52.222-50   Combating Trafficking in Persons (MAR 2015) 52.222-54    Employment Eligibility Verification (OCT 2015) 52.223-3    Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-5    Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18    Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.225-13   Restriction on Certain Foreign Purchases (Jun 2008) 52.225-25    Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification (OCT2015) 52.227-1    Authorization and Consent (DEC 2007) 52.227-2    Notice and Assistance Regarding Patent and Copyright Infringement (DEC 2007) 52.227-3 -- Patent Indemnity (APR 1984) 52.227-11    Patent Rights -- Ownership by the Contractor (MAY 2014) 52.232-1  Payments (APR 1984) 52.232-18   Availability of Funds (Apr 1984) 52.232-19   Availability of Funds for the Next Fiscal Year (Apr 1984) 52.232-20    Limitation of Cost (APR 1984) 52.232-22    Limitation of Funds (APR 1984) 52.232-39   Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-3   Alternate I  Protest After Award (JUN 1985) 52.233-4   Applicable Law For Breach Of Contract Claim (OCT 2004) 52.237-2    Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.237-3   Continuity of Services (Jan 1991) 52.242-1  Notice of Intent to Disallow Costs (Apr 1984) 52.243-1 Changes- Fixed Price (Aug 1987) Alternate III (Apr 1984) 52.244-6    Subcontracts for Commercial Items (JUL 2013) 

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 48 of 55

 FINAL 

52.246-23    Limitation of Liability (FEB 1997) 52.246-25    Limitation of Liability - Services (FEB 1997) 52.249-2  Termination for Convenience of the Government (Fixed-Price) (Apr 2012) 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984) 52.251-1    Government Supply Sources (APR 2012)  b. DFARs:  252.201-7000    Contracting Officer's Representative (DEC 1991)  252.203-7000    Requirements Relating to Compensation of Former DoD Officials (SEP 2011)  252.203-7003    Agency Office of the Inspector General (DEC 2012)  252.203-7005    Representation Relating to Compensation of Former DoD Officials (NOV 2011)  252.204-7000    Disclosure of Information (AUG 2013)  252.204-7003    Control of Government Personnel Work Product (APR 1992)  252.204-7004 Alternate A    System for Award Management (FEB 2014)  252.204-7005    Oral Attestation of Security Responsibilities (NOV 2001)  252.222-7006    Restrictions on the Use of Mandatory Arbitration Agreements (DEC 2010)  252.227-7013    Rights in Technical Data--Noncommercial Items (FEB 2014)  252.227-7016    Rights in Bid or Proposal Information (JAN 2011)  252.227-7017    Identification and Assertion of Use, Release, or Disclosure Restrictions (JAN 2011)  252.227-7019    Validation of Asserted Restrictions--Computer Software (SEP 2011)  252.227-7025    Limitations on the Use or Disclosure of Government-Furnished Information Markedwith                         Restrictive Legends (MAY 2013)  252.227-7028    Technical Data or Computer Software Previously Delivered to the Government (JUN1995)  252.227-7030    Technical Data--Withholding of Payment (MAR 2000)  252.227-7037    Validation of Restrictive Markings on Technical Data (JUN 2013)  252.227-7038    Patent Rights—Ownership by the Contractor (Large Business) (JUN 2012)  252.227-7039    Patents -- Reporting of SUbject Inventions (APR 1990)  252.231-7000    Supplemental Cost Principles (DEC 1991)

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 49 of 55

 FINAL 

  252.235-7010    Acknowledgment of Support and Disclaimer (MAY 1995)  252.235-7011    Final Scientific or Technical Report (JAN 2015)  252.245-7001    Tagging, Labeling, and Marking of Government-Furnished Property (APR 2012)  252.245-7002    Reporting Loss of Government Property (APR 2012)  252.245-7003    Contractor Property Management System Administration (APR 2012)  252.245-7004    Reporting, Reutilization, and Disposal (MAR 2015)  252.246-7000     Material Inspection and Receiving Report (Mar 2008) The following Clauses are incorporated by Full Text: 52.209-9    Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (a) The Contractor shall update the information in the Federal Awardee Performance and IntegrityInformation System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting therequired information in the System for Award Management database at https://www.acquisition.gov .  (b) As required by section 3010 of the Supplemental Appropriations Act, 2010 (Pub. L. 111-212), allinformation posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publiclyavailable. FAPIIS consists of two segments -      (1) The non-public segment, into which Government officials and the Contractor post information whichcan only be viewed by -              (i) Government personnel and authorized users performing business on behalf of the Government;or              (ii) The Contractor, when viewing data on itself; and      (2) The publicly-available segment, to which all data in the non-public segment of FAPIIS is automaticallytransferred after a waiting period of 14 calendar days, except for -              (i) past performance review required by subpart 42.15;              (ii) information that was entered prior to April 15, 2011; or              (iii) information that is withdrawn during the 14-calendar-day waiting period by the Governmentofficial who posted it in accordance with paragraph (c)(1) of this clause.  (c) The Contractor will receive notification when the Government posts new information to the Contractor’srecord.      (1) If the Contractor asserts in writing within 7 calendar days, to the Government official who posted theinformation, that some of the information posted to the non-public segment of FAPIIS is covered by adisclosure exemption under the Freedom of Information Act, the Government official who posted theinformation must within 7 calendar days remove the posting from FAPIIS and reslve the issue in accordancewith agency Freedom of Information procedures, prior to reposting the releasable information. The

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 50 of 55

 FINAL 

Contractor must cite 52.209-9 and request removal within the 7 calendar days of the posting to FAPIIS.      (2) The Contractor will also have an opportunity to post comments regarding information that has beenposted by the Government. The comments will be retained as long as the associated information is retained,i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractorrevises them.      (3) As require by section 3010 of Pub. L. 111-212, all information posted in FAPIIS on or after April 15,2011, except past performance reviews, will be publicly available.  (d) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom ofInformation Act procedures, including, where appropriate, procedures promulgated under E.O. 12600.     52.217-9     Option to Extend the Term of the Contract (MAR 2000) (NAVSEA VARIATION) (SEP 2009) (a)  The Government may extend the term of this contract by written notice(s) to the Contractor within theperiods specified below.  If more than one option exists the Government has the right to unilaterally exerciseany such option whether or not it has exercised other options. 7000 and 9000 series CLINs   

OptionNo.

CLIN Fund TypeExercise Date –No Later Than 

1 7110 & 9110 Not Applicable Not Applicable

2 7120 & 9120 OM&N, FMS, & OPN 02/15/2018

3     7130 & 9130 OM&N, FMS, & OPN 02/15/2019

4         7140 & 9140 OM&N, FMS, & OPN 02/15/2020

 8000 series CLINs 

 Option No.  CLIN Fund TypeExercise Date-No Later Than 

5  8110  Not Applicable  Not Applicable6  8120  OM&N  02/15/20187  8130  OM&N  02/15/20198  8140  OM&N  02/15/2020

 (b)  If the Government exercises this option, the extended contract shall be considered to include thisoption clause. (c)  The total duration of this contract, including the exercise of any option(s) under this clause, shall notexceed five (5) years, however, in accordance with paragraph (g) of the requirement of this contractentitled "LEVEL OF EFFORT" (NAVSEA 5252.216-9122), if the total manhours delineated in paragraph(a) of the LEVEL OF EFFORT requirement, have not been expended within the period specified above,the Government may require the Contractor to continue to perform the work until the total number ofmanhours specified in paragraph (a) of the aforementioned requirement have been expended. NOTE: Award of Option(s) 4 & 8 is contingent upon: 1) an extension of the basic contract beyond the start date of the period of performance for the option,and;2) a determination to exercise the option made in accordance with FAR 17.207 and DFARS  217.207.

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 51 of 55

 FINAL 

 52.222-42    Statement of Equivalent Rates for Federal Hires (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretaryof Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to beemployed under the contract and states the wages and fringe benefits payable to each if they wereemployed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class Monetary Wage - Fringe Benefits (End of Clause)                    NOTE TO CONTRACTORS: EMPLOYEE CLASSES AND EQUIVALENT GOVERNMENT RATES CANBE FOUND AT THE FOLLOWING DEPARTMENT OF LABOR AND OFFICE OF PERSONNELMANAGEMENT WEBSITES - EMPLOYEE CLASSES (DIRECTORY OF OCCUPATIONS): http://www.dol.gov/whd/regs/compliance/wage/SCADirV5/SCADirectVers5.pdf GOVERNMENT EQUIVALENT GS LEVELS: http://www.dol.gov/whd/regs/compliance/wage/SCADirV5/Vers5SCAIndex.pdf and OFFICE OF PERSONNEL MANAGEMENT: http://www.opm.gov/OCA/10tables/index.asp 52.244-2    Subcontracts (OCT 2010) (a) Definitions. As used in this clause—  “Approved purchasing system” means a Contractor’s purchasing system that has been reviewed andapproved in accordance with Part 44 of the Federal Acquisition Regulation (FAR) “Consent to subcontract” means the Contracting Officer’s written consent for the Contractor to enter intoa particular subcontract. “Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor tofurnish supplies or services for performance of the prime contract or a subcontract. It includes, but is notlimited to, purchase orders, and changes and modifications to purchase orders. (b) When this clause is included in a fixed-price type contract, consent to subcontract is required only onunpriced contract actions (including unpriced modifications or unpriced delivery orders), and only ifrequired in accordance with paragraph (c) or (d) of this clause. (c) If the Contractor does not have an approved purchasing system, consent to subcontract is requiredfor any subcontract that- (1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or (2) Is fixed-price and exceeds— (i) For a contract awarded by the Department of Defense, the Coast Guard, or the National Aeronauticsand Space Administration, the greater of the simplified acquisition threshold or 5 percent of the totalestimated cost of the contract; or (ii) For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 52 of 55

 FINAL 

and Space Administration, either the simplified acquisition threshold or 5 percent of the total estimatedcost of the contract. (d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain theContracting Officer’s written consent before placing the following subcontracts: Any new subcontracts notapproved in the original task order award. (e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing anysubcontract or modification thereof for which consent is required under paragraph (b), (c), or (d) of thisclause, including the following information: (i) A description of the supplies or services to be subcontracted. (ii) Identification of the type of subcontract to be used. (iii) Identification of the proposed subcontractor. (iv) The proposed subcontract price. (v) The subcontractor’s current, complete, and accurate certified cost or pricing data and Certificate ofCurrent Cost or Pricing Data, if required by other contract provisions. (vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards whensuch data are required by other provisions of this contract. (vii) A negotiation memorandum reflecting - (A) The principal elements of the subcontract price negotiations; (B) The most significant considerations controlling establishment of initial or revised prices; (C) The reason certified cost or pricing data were or were not required; (D) The extent, if any, to which the Contractor did not rely on the subcontractor’s certified cost or pricingdata in determining the price objective and in negotiating the final price; (E) The extent to which it was recognized in the negotiation that the subcontractor’s certified cost orpricing data were not accurate, complete, or current; the action taken by the Contractor and thesubcontractor; and the effect of any such defective data on the total price negotiated; (F) The reasons for any significant difference between the Contractor’s price objective and the pricenegotiated; and (G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanationshall identify each critical performance element, management decisions used to quantify each incentiveelement, reasons for the incentives, and a summary of all trade-off possibilities considered. (2) The Contractor is not required to notify the Contracting Officer in advance of entering into anysubcontract for which consent is not required under paragraph (b), (c), or (d) of this clause. (f) Unless the consent or approval specifically provides otherwise, neither consent by the ContractingOfficer to any subcontract nor approval of the Contractor’s purchasing system shall constitute adetermination - (1) Of the acceptability of any subcontract terms or conditions;(2) Of the allowability of any cost under this contract; or(3) To relieve the Contractor of any responsibility for performing this contract. (g) No subcontract or modification thereof placed under this contract shall provide for payment on acost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 53 of 55

 FINAL 

shall not exceed the fee limitations in FAR 15.404-4(c)(4)(i). (h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filedand prompt notice of any claim made against the Contractor by any subcontractor or vendor that, in theopinion of the Contractor, may result in litigation related in any way to this contract, with respect to whichthe Contractor may be entitled to reimbursement from the Government. (i) The Government reserves the right to review the Contractor’s purchasing system as set forth in FARSubpart 44.3. (j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluatedduring negotiations: GATEWAY VENTURES, INC. (GVI)

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 54 of 55

 FINAL 

SECTION J LIST OF ATTACHMENTS

Exhibit A - Contract Data Requirements Lists

Attachment 1: DD Form 254 - Contract Security Classification Specification, Revision N/A, dated 03-01-2018.

Attachment 2a: Government Property Made Available - Facility, Revised 08 December 2017.

Attachment 2b: Government Property Made Available - Equipment, Revised 08 December 2017.

Attachment 3: Performance Requirements Summary Table (PRST)

Attachment 4: Approved Key Personnel

 CONTRACT NO. N00178-14-D-7578

 DELIVERY ORDER NO. N6660418F3002

 AMENDMENT/MODIFICATION NO. P00018

 PAGE 55 of 55

 FINAL