104
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) CV 25-Aug-2015 N/A N/A 6. ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S1002A NAVAIR Aircraft Division Lakehurst Contracts Hwy 547 Code 2.5.2 Bldg 562-1 Lakehurst NJ 08733-5060 DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO FL 32803-3726 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. CDI Marine 5700 Ward Avenue Virginia Beach VA 23455-3311 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4027-4Y02 10B. DATED (SEE ITEM 13) CAGE CODE 5K449 FACILITY CODE 06-Sep-2007 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 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). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Anthony R. DiDomenico, VP Logisitcs Programs Patrick W Smith, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Anthony R. DiDomenico 18-Aug-2015 BY /s/Patrick W Smith 25-Aug-2015 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

  • Upload
    lekien

  • View
    218

  • Download
    2

Embed Size (px)

Citation preview

Page 1: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)CV 25-Aug-2015 N/A N/A

6. ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S1002A

NAVAIR Aircraft Division Lakehurst

Contracts Hwy 547 Code 2.5.2 Bldg 562-1

Lakehurst NJ 08733-5060

DCMA ORLANDO

3555 MAGUIRE BLVD.

ORLANDO FL 32803-3726

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

CDI Marine 5700 Ward Avenue Virginia Beach VA 23455-3311 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

[X] N00178-04-D-4027-4Y02 10B. DATED (SEE ITEM 13)

CAGECODE

5K449 FACILITY CODE 06-Sep-2007

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

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

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

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

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

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

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

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

SEE PAGE 2

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Anthony R. DiDomenico, VP Logisitcs Programs Patrick W Smith, Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Anthony R. DiDomenico 18-Aug-2015 BY /s/Patrick W Smith 25-Aug-2015

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

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

1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Page 2: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 2 of 2

FINAL

Page 3: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 1 of 102

FINAL

Page 4: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 2 of 102

FINAL

Page 5: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 3 of 102

FINAL

Page 6: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 4 of 102

FINAL

Page 7: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 5 of 102

FINAL

Page 8: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 6 of 102

FINAL

Page 9: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 7 of 102

FINAL

Page 10: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 8 of 102

FINAL

Page 11: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 9 of 102

FINAL

Page 12: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 10 of 102

FINAL

Page 13: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 11 of 102

FINAL

Page 14: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 12 of 102

FINAL

Page 15: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 13 of 102

FINAL

Page 16: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 14 of 102

FINAL

Page 17: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 15 of 102

FINAL

Page 18: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 16 of 102

FINAL

Page 19: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 17 of 102

FINAL

Page 20: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 18 of 102

FINAL

Page 21: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 19 of 102

FINAL

Page 22: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 20 of 102

FINAL

Page 23: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 21 of 102

FINAL

Page 24: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 22 of 102

FINAL

Page 25: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 23 of 102

FINAL

Page 26: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 24 of 102

FINAL

Page 27: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 25 of 102

FINAL

Page 28: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 26 of 102

FINAL

Page 29: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 27 of 102

FINAL

Page 30: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 28 of 102

FINAL

Page 31: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 29 of 102

FINAL

Page 32: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 30 of 102

FINAL

Page 33: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 31 of 102

FINAL

Page 34: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 32 of 102

FINAL

Page 35: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 33 of 102

FINAL

Page 36: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE BASED STATEMENT OF WORK (SOW) FOR ENGINEERING AND TECHNICALSERVICES

1.0 INTRODUCTION

This Performance Based SOW defines the requirements for engineering and technical services needed in support ofthe NAVAIR Lakehurst Ground Support Equipment/Peculiar Support Equipment (GSE/PSE) Development andIn-Service Engineering (ISE) Division, Code 4.8.6. In order to support the requirements, a diverse staff with specificin-depth knowledge and experience in leading edge technology is required.

2.0 BACKGROUND

In support of Naval Aviation, the GSE/PSE Development and ISE Division is responsible for directing the design,development, ISE, evaluation, installation and initial outfitting of Support Equipment (SE) for U.S. Navy, U.S.Marine Corps, and Foreign Military Sales (FMS) cases. The division is a national organization with branches inLakehurst, NJ, North Island, CA, Cherry Point, NC and Patuxent River, MD structured to efficiently support majorcommodities and Warfighter needs with effective engineering practices and established processes within aCompetency Aligned Organization/Integrated Product Team (CAO/IPT).

3.0 SCOPE

The contractor shall provide engineering and technical support services to the NAVAIR Lakehurst aircraft supportmission including domestic Navy platforms and Naval Aviation requirements, Foreign Military Sales (FMS)customers, other Department of Defense (DOD) activities and non-DOD activities. This order will provide forsupport services in the following areas:

• Support Equipment (SE) Installations Engineering

• Propulsion

• Aircraft and Armament Handling

• Miscellaneous Engineering Efforts

• Fighter and Vertical/Short Takeoff and Landing (VSTOL) and Special Missions Aircraft and Common SupportEquipment (CSE) FMS Support

4.0 APPLICABLE DOCUMENTS

All tasks shall be performed within the guidelines of the applicable team processes and procedures to include but arenot limited to:

NAVSEA Technical Specification: TS9090-310D

Support Systems Mechanical Laboratory Tool Control Plan

Tool Control Plans for the V-22 and the H-1 Ready Issue Room

Hazardous Material Handling Program instructions (coordinator)

Support Equipment TECHEVAL Process

Project Test Plan Policy and Guide for Testing Air Vehicles, Air Vehicles Weapons, and Air Vehicle InstalledSystem NAVAIR INST 3960.4B

OPNAVINST 4790

SHIPMAIN Process and Associated One Book

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 34 of 102

FINAL

Page 37: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

SEMS – Support Equipment Management Systems (AUTOSERD and SERMIS)

5.0 PERFORMANCE REQUIREMENTS

5.1 SUPPORT EQUIPMENT (SE) INSTALLATIONS ENGINEERING

Perform tasks in support of SE Installations Engineering and Initial Outfitting for new and/or modified SE forCV/CVN, L-Class and shore based facilities, SE drawing development including any revisions, and AviationSystems Integration.

5.1.1 The contractor shall participate in site activation planning activities for CSE/PSE installations which mayinclude attending/supporting site surveys, preparation of guidance/scoping data, internal shop arrangements,Installation Control Drawings (ICDs), Site Activation Planning Guides (SAPG) and Avionics Facility Documents(AFDs).

5.1.2 The contractor shall assist in the preparation of ship alteration/installation documentation including ShipChange Documents (SCD), Cost Benefit Analyses (CBA), Regional Maintenance and Modernization CoordinatingOffice (RMMCO) check list requirements, Alteration Installation Team (AIT) Statements of Work (SOW), plans,schedules, budget estimates, installation in/out briefs, and Navy Data Environment – Navy Modernization Database(NDE) requirements.

5.1.3 The contractor shall support the management and monitoring of SE installations including coordination withthe ship/shore based site, Type Commander (TYCOM), NAVAIR, NAVSEA and AIT personnel. Contractor shallalso support configuration management of Ship Installation Drawings (SIDs) by assessing deviations and/or changesto the execution of the installation.

5.1.4 The contractor shall attend and actively participate in programmatic and technical Aviation SystemsIntegration meetings with NAVAIR, NAVSEA, TYCOM, Fleet, Carrier and Field Service Unit (CAFSU), ProgramManagement PEO Carrier, Ship builder, and Logistics personnel.

5.1.5 The contractor shall assist in the preparation, distribution and configuration management of New ConstructionShip’s Outfitting Plan (NCSOP), Inventory Material Readiness List (IMRL) development and acquisition, andcoordination for the delivery of initial outfitting elements.

5.1.6 The contractor shall provide SE drawing support including modifications and development of new drawingpackages, with various tools including AutoCAD, Pro-Engineering Modules and other software products.

5.1.7 The contractor shall assist in the digitization of drawings and interfacing with the Asset InformationManagement (AIM) System.

5.1.8 The contractor shall support Aviation System Integration in the development of Aircraft IntermediateMaintenance Department (AIMD) Aircraft Launch and Recovery Equipment (ALRE) Servicing and MaintenanceShop layouts for CVN-21/78, CVN-77, LHD8 and LHAR.

5.1.9 The contractor shall assist efforts associated with the development of 3D virtual AIMD development includingapplications for virtual walk-through of AIMDs, facilities requirements, installation impact studies, human factorsanalysis, training and fit and form prototype review.

5.1.10 The contractor shall provide support for efforts associated with the analysis of shipboard power systemsproblems and mechanical interface issues for installed SE.

5.2 PROPULSION SE; ENGINE TEST; TEST PROGRAM SET (TPS) DEVELOPMENT

5.2.1 The contractor shall provide mechanical, electrical, and software engineering support for the development ofEngine Test Systems, Engine Adapter Assemblies, and Engine Support Equipment, including support for theinstallation and interface of equipment into engine test facilities. For the Engine Test System and Adapter Assemblyefforts, familiarity with Labview and computerized engine test applications is required, and for the installation andinterface of equipment into engine test facilities, knowledge of test facility construction techniques is required.

5.2.2 The contractor shall provide engineering evaluation of the design, development and acceptance of TPS's toinclude, but not be limited to technical evaluation and review of documentation, participation in and witnessing of

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 35 of 102

FINAL

Page 38: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

integration / application / acceptance testing, verification, validation and monitoring of test results and other tasksrelated to TPS development and life cycle.

5.2.3 The contractor shall provide technical support for the management of Support Equipment RecommendationData (SERD) efforts. Includes but is not limited to creating, revising and reviewing SERDs, entering applicable datainto AUTOSERD, tracking excess/deficit SE in support Equipment resources Management Information System(SERMIS) and creating unique queries in ACQ Access for program management, engineering and logisticspersonnel.

5.2.4 The contractor shall review Source Data Revision Recommendations (SODARRS) and providerecommendations.

5.3 AIRCRAFT AND ARMAMENT HANDLING

5.3.1 The contractor shall provide engineering, technical and analytical support to assist in the design anddevelopment of Aircraft Handling and Armament/weapon SE for emerging requirements resulting from new aircraftand weapons systems designs.

5.3.2 The contractor shall provide support in developing system design requirements for each of the AircraftHandling and Armament SE product areas.

5.3.3 The contractor shall provide acquisition support for each of the Aircraft Handling and Armament SE productareas.

5.3.4 The contractor shall provide support in developing/reviewing Configuration Management plans andimplementation for Aircraft Handling and Armament SE to ensure optimum compatibility and supportability offielded assets.

5.3.5 The contractor shall provide Engineering and Analysis support to assist in the In-Service Engineering supportof the Aircraft Handling and Armament SE product areas.

5.4 MISCELLANEOUS ENGINEERING EFFORTS

5.4.1 Provide technical Mechanical and Electrical Engineering expertise during SE development, by identifying anypotential flaws that could affect the acquisition, development, acceptance, production, utilization or implementationof Tri-Service and NAVY unique SE.

5.4.2 For all elements of Aircraft Launch and Recovery Equipment (ALRE), Support Equipment (SE) Systems,Expeditionary Airfield Systems and Components, and related ancillary systems and equipment and Tri-ServiceSystems.

5.4.2.1 Provide stress, fatigue life, thermal and shock analysis.

5.4.2.2 Provide engineering design of fixtures for hi-shock testing and support testing with planning and analyses.

5.4.2.3 Develop Finite Element and Finite difference static and dynamic model to support: Tri-Service Systems,SE, ALRE and related systems for operational suitability, fatigue life characteristics, design verification and proof ofconcepts.

5.4.2.4 Develop / produce Tri-Service Systems, SE, ALRE and related systems prototype hardware as required.

5.4.3 Provide engineering and data development/management for requirements determination, asset management,technical documentation and total cost of ownership associated with General Purpose Electronic Test Equipment(GPETE), Calibration Equipment and CSE/PSE.

5.4.4 Prepare/revise/review Technical Manuals source data, Maintenance Control Reports and other technicaldocumentation.

5.4.5 Provide engineering and technical services in support of NAWCAD's role as the Participating TechnicalActivity with the Naval Avionics Depots in Jacksonville, FL; Cherry Point, NC; and, North Island, CA onATE/TPS programs, new avionics development programs, and avionics development/modification projects.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 36 of 102

FINAL

Page 39: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

5.4.6 Perform technical studies, collect data, attend design reviews and provide recommendations for specifictechnology such as Electro Optics/Electronic Warfare (EO/EW) avionics and EO/EW SE, and others.

5.4.7 Provide engineering, technical and logistics support to NAWCAD in support of other DOD TechnicalActivities on platforms, avionics, propulsion systems, and associated SE. Support NAWCAD's participation withother DoD technical field activities in the areas of, systems engineering, SE design/development/acquisition andother-efforts as assigned.

5.4.8 Provide technical assistance during the maintenance of Automatic Test Equipment (ATE) and TPS assets atNAWC, NADEPs or other facilities, as assigned.

5.4.9 Provide engineering and technical support for Mobile Maintenance Facilities (MMFs).

5.4.10 Review, research and prepare Technical Data Requirements (TDRs) for Expeditionary Air Field (EAF),Integrated Catapult Control Systems (ICCS), CVN-77 & CVN-78 and/or ALRE equipment.

5.4.11 Revise EAF and/or ALRE drawings per annum as indicated by approved REIs and prepare approximately 5photo negatives/positives per annum (used in procurement of PC boards and legends).

5.4.12 The contractor shall provide overall planning, management and operational support for the SupportEquipment (SE) Automated Engineering Design System Networks.

5.4.13 The contractor shall provide engineering evaluation of the design, development and acceptance of TPS's toinclude, but not be limited to technical evaluation and review of documentation, participation in and witnessing ofintegration / application / acceptance testing, verification, validation and monitoring of test results and other tasksrelated to TPS development and life cycle.

5.5 FIGHTER AND VERTICAL/SHORT TAKEOFF AND LANDING (VSTOL), SPECIAL MISSIONSAIRCRAFT, AND CSE FMS SUPPORT.

The contractor shall provide expert, dedicated manpower, on board Naval Air Engineering Station (NAES)Lakehurst, to interface with, liaison and assist elements of NAVAIR Lakehurst in all phases of acquisition planning,estimating, requisitioning, and tracking of the Support Equipment (SE) required to operate and maintain ForeignMilitary Sales (FMS) Weapon Systems. Specific tasks include, but are not limited to:

5.5.1 Provide Technical Services for existing and future Foreign Military Sales Cases in support of ongoingSecurity Assistance Programs. Participate as Expert Technical Advisor to NAVAIR representatives at domestic andin country FMS Program meetings, reviews and site surveys.

5.5.2 Provide Pricing and Availability (P&A) data in System List Model (SLM) order for prospective ForeignMilitary Sales Cases. The Support Equipment Management System (SEMS) Database will be the principle criteriaemployed to develop P&A estimates.

5.5.3 Provide acquisition management support for items not conforming to standard Navy stocked items for existingand future Foreign Military Sales Cases, Site Activation and Stand-up.

5.5.4 Prepare and provide a Case sensitive Technical Data Package for all items contained within the ASSETdatabase. This includes SERDs, Technical Manuals, Drawings, Vendors Catalogs and Item Descriptions.

5.5.5 Provide detailed “Technical Evaluation” of new and/or revised Support Equipment Recommendation Data(SERD) as it relates to FMS supported Weapon Systems acquisition. Review, analyze and determine the depth andrange of Engineering Change Proposals on FMS CASE Support Plans and provide documentation of completedanalyses. Prepare “Rough Draft” correspondence to answer inquiries, establish, and confirm Case unique“Maintenance Philosophy” and to provide (Workaround) solutions for long-term situations that adversely influenceFMS SE operational capabilities.

5.5.6 Research, evaluate and recommend alternate sources of procurement for Original Equipment Manufacturer “Outof Production” or “No Bid” Items and for developmental / prototype Items necessary to support unique FMS Casespecific requirements.

5.5.7 Research, compile and correlate the technical data required to populate and update the Advanced System for

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 37 of 102

FINAL

Page 40: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

Support Equipment Tracking (ASSET) Database resident on the NAVAIRLKE Code 4.8.6 Server. Thereafter,extract, publish and distribute the ASSET Master Support Equipment Requirements List (MSERL) and theASSET Acquisition Tracking Report (AATR). These reports will be developed to reflect the operational andenvironmental requirements, unique to the specific FMS Security Assistance Partner. Access and operate variouscomputer programs resident on the Navy Marine Corps Intranet (NMCI) and other remote database resources such asthe Navy International Logistics Control Office, Master Information for International Logistics (MISIL) and NavalInventory Control Point, Master Data File (MDF) resident on the Navy Logistics Network, to update and maintaincurrent FMS related data. Perform studies, analysis and evaluations related to computer software programs in use forthe management of FMS database development and the configuration of automated computerized management.

5.5.8 Prepare oral or written briefing and presentation materials when required and provide support to assist variousNAVAIR Program Sponsors during times of surge requirements in support of Engineering requirements.

5.5.9 Participate in “Team Building” and Coordination Meetings, Briefings, and other Information Exchanges toinclude specialized Government unique training, as approved and directed by competent Government Authority insupport of Engineering requirements.

6.0 DELIVERABLES

6.1 The contractor shall submit a monthly status report in accordance with CDRL A001.

6.2 The contractor shall submit engineering and technical reports, as required in accordance with CDRL A002.

6.3 The contractor shall submit trip reports, as required in accordance with CDRL A003.

6.4 Incurred Cost and Progress Reporting

In order to support invoice reviews conducted as part of proper surveillance, the Contractor shall report incurredcost and progress in accordance with NAVAIR clause 5252.232-9529, "Incurred cost and Progress Reporting forServices," CDRL A004, and contract attachment 6.

7.0 SECURITY

Tasks performed under this order shall be conducted at security classifications up to and including SECRET.Contractor personnel assigned to support classified tasking shall maintain appropriate security clearance.

8.0 TRAVEL

Contractor personnel shall travel as required to provide needed tasks through off-site meetings, conferences, designreview, site surveys, or other events. All travel will be performed in accordance with the provisions of the mostcurrent Joint and Federal Travel Regulations.

9.0 PLACE OF PERFORMANCE

The place of performance under this contract will be performed on-site primarily at NAVAIR Lakehurst andcontractor facilities. During the performance of tasks under this contract, contractors will be required commute togovernment and contractor facilities to support meetings. Contractors must support meetings in accordance withparagraph 10.0 Standards of Quality and Timeliness Metrix.

REQUIRED ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTINGAPPLICATION (ECMRA) INFORMATION The contractor shall report contractor labor hours (including subcontractor labor hours)required for performance of services provided under this contract for the [NAMEDCOMPONENT] via a secure data collection site. Contracted services, excluded from reportingare based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment;

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 38 of 102

FINAL

Page 41: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

(2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the followingweb address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during eachGovernment fiscal year (FY), which runs October 1 through September 30. While inputs may bereported any time during the FY, all data shall be reported no later than October 31 of each calendaryear. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 39 of 102

FINAL

Page 42: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

SECTION D PACKAGING AND MARKING

ITEMS 1000 THROUGH 3000 AND AWARD TERM OPTION ITEMS 4000 THOUGH 9000- There are nopackaging or marking requirements for the services to be ordered under the task orders. All requirements forpackaging and marking of supplies or documents associated with the services shall be packaged, packed and markedin accordance with the provision set forth below unless otherwise indicated in individual task orders.

DATA PACKAGING LANGUAGE

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

Classified reports, data, and documentation shall be prepared for shipment in accordance with National IndustrialSecurity Program Operating Manual (NISPOM), DOD 5220.22-M dated January 1995.

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 on the coverof the report:

(1) name and business of the contractor

(2) contract number

(3) task order number

(4) sponsor________________________

(Name Individual Sponsor)

_________________________

(Name of Requiring Activity)

_________________________

(City & State)

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 40 of 102

FINAL

Page 43: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

SECTION E INSPECTION AND ACCEPTANCE

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

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 41 of 102

FINAL

Page 44: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

SECTION F DELIVERABLES OR PERFORMANCE

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

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 42 of 102

FINAL

Page 45: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 43 of 102

FINAL

Page 46: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

SECTION G CONTRACT ADMINISTRATION DATA

CONTRACTING OFFICER REPRESENTATIVE (COR) APPOINTMENT (JUL 2005)

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

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

(c) Only the Task Order Contracting Officer has the authority to modify the terms of the task order. Therefore, in noevent will any understanding, agreement, modification, change order, or other matter deviating from the terms of thebasic contract or this task order between the contractor and any other person be effective or binding on theGovernment. If, in the opinion of the contractor, an effort outside the existing scope of this task order is requested,the contractor shall promptly notify the Task Ordering Contracting Officer in writing. No action shall be taken bythe contractor unless the Task Order Contracting Officer, PCO or ACO has issued a formal modification.

SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available andallotted to this contract for payment of fee for incrementally funded contract line item number/contract subline itemnumber (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract forpayment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contractentitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period ofperformance for which it is estimated the allotted amount(s) will cover are as follows:

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 44 of 102

FINAL

Page 47: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

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

(c) CLINs/SLINs [_____] are fully funded and performance under these CLINs/SLINs is subject to the clause of thiscontract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR52.232-21), as applicable.

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

FUNDING PROFILE

The following details funding to date:

5252.232-9513 INVOICING INSTRUCTIONS AND PAYMENT (WAWF INSTRUCTIONS) (MAR 2006)

(a) Invoices for goods received or services rendered under this contract shall be submitted electronically throughWide Area Work Flow – Receipt and Acceptance (WAWF):

(1) The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet athttp://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line:1-800-559-WAWF (9293).

(2) WAWF Vendor “Quick Reference” Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521

(3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) canbe included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product areattachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes.

(b) The following information, regarding invoice routing DODAAC’s, must be entered for completion of the invoicein WAWF:

WAWF Invoice Type: Access the following web site for information on invoice types:http://www.wawftraining.com/courses/_content_package/content_files/menuTree.html- Click on Vendor, then Determine Type of Document toCreate.

Issuing Office DODAAC: Enter DODAAC of the activity issuing the contract.

Admin Office DODAAC: See block 6 of Task Order front page.

Inspector DODAAC (if applicable): Enter Inspector DODAAC, or leave blank

Ship To DODAAC (for Combo),Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (for FinalCost Voucher) (if applicable):Enter DODAAC

Acceptor DODAAC (if applicable): Enter Acceptor DODAAC **Organization that Government Acceptor Works for

Local Processing Office:N/A (Leave blank)

DCAA Office DODAAC (Cost Voucher Approver – if applicable): Enter DCAA Office DODAAC

Paying Office DODAAC: See Block 12 of Task Order front page.

(c) The contractor shall submit invoices / cost vouchers for payment per contract terms. Contractors approved byDCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Final

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 45 of 102

FINAL

Page 48: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

voucher submission will be approved by the ACO.

(d) The Government shall process invoices / cost vouchers for payment per contract terms.

(e) For each invoice / cost voucher submitted for payment, the contractor shall also email the WAWF automatedinvoice notice directly to the following points of contact:

Name Email Phone Role

5252.232-9529, Incurred Cost Reporting and Progress Reporting for Services (DEC2012)

The following applies to the prime contractor and all subcontractors. If desired, a subcontractormay directly submit the required data in accordance with contract CDRL A004. When asubcontractor reports directly to the Government, the prime contractor shall highlight thesubcontractor costs to be directly reported to the Government.

General: The contractor shall segregate costs incurred under this contract and provide a reportas a supplement to each invoice submitted for payment in accordance with the requirements ofthis clause and CDRL A004. This report shall include the elements outlined below and, at aminimum, be submitted jointly with the invoice. The total of all cost elements below shall matchthe applicable invoice amount. If there are no costs associated to a particular element, the reportshall state “Not Applicable.” The data tables outlined in attachment 6 shall be utilized asrequired herein and attached to the report. Other required information and supportingdocumentation not reported as part of the data tables shall be included in the report and/or as aseparate attachment to the report.

a) Incurred Costs:

1) Summary: An incurred cost summary shall be reported by completing the “Header” and“Invoice Summary” tabs included in attachment 6.

2) Labor: Incurred costs for labor shall be reported by completing the “Invoiced Labor” tab, and,if applicable, the “If Individuals > Hourly Tripwire” tab included in attachment 6. Additionalinformation regarding individual labor categories and fully burdened labor rates shall be providedupon request.

3) Other Direct Costs (ODCs), including Travel and Material: Total fully burdened otherdirect costs shall be reported by completing the “Invoice Summary” tab included in attachment6. In addition, an itemized listing of the unburdened other direct charges, including travel andmaterial, shall be provided. For material greater than $3,000, the invoice number, date, totalamount, company, purchase order number, and description of each item shall be included. Fortravel, the dates, names of individuals traveling, destination, purpose and total cost shall beoutlined. A copy of the travel voucher with accompanying receipts shall be provided uponrequest. For material less than $3,000, supplemental data shall be provided upon request. Thereport shall also include the following statements regarding ODCs and Labor: “No fee has been

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 46 of 102

FINAL

Page 49: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

applied to ODCs, and the applicable fee rate does not exceed that identified in NAVAIR Clause5252.215-9512, Savings Clause.”

b) Progress: A description of progress made during the invoice period by SOW tasking shall beincluded in the report. At a minimum, the description shall include the following: deliverablescompleted and delivered, problem areas encountered, and any impacts on cost, technical andschedule.

252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991)

(a) "Definition. Contracting officer's representative" means an individual designated in accordance withsubsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by thecontracting officer to perform specific technical or administrative functions. (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive acopy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contractingofficer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity,delivery, or any other term or condition of the contract.

5252.201-9501 DESIGNATION OF CONTRACTING OFFICER’S REPRESENTATIVE (COR)(NAVAIR)(SEP 2012)

(a) The Contracting Officer has designated [ ] as theauthorized Contracting Officer’s Representative (COR) to perform the following functions, duties, and/orresponsibilities:.[Assigned in the COR Appointment Letter] (b) The effective period of the COR designation is the period of performance of this contract

5252.242-9511 CONTRACT ADMINISTRATION DATA (NAVAIR)(SEP 2012)

(a) Contract Administration Office. (1) Contract administration functions (see FAR 42.302(a) and DFARS 242.302(a)) are assigned to: See theADMINISTERED BY Block on the face page of the contract, modification, or order. (b) Special Instructions (see FAR 42.202(b) and (c)): (1) The following contract administration functions are retained (see FAR 42.302(a) and DFARS 242.302(a)):

Functions Retained Retained for Performance By: N/A [N/A

(2) The following additional contract administration functions are assigned (see FAR 42.302(b)):

Additional Functions Retained for Performance By: N/A N/A

(c) Inquiries regarding payment should be referred to: MyInvoice at https://myinvoice.csd.disa.mil//index.html.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 47 of 102

FINAL

Page 50: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 48 of 102

FINAL

Page 51: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 49 of 102

FINAL

Page 52: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 50 of 102

FINAL

Page 53: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 51 of 102

FINAL

Page 54: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 52 of 102

FINAL

Page 55: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 53 of 102

FINAL

Page 56: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 54 of 102

FINAL

Page 57: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 55 of 102

FINAL

Page 58: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 56 of 102

FINAL

Page 59: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 57 of 102

FINAL

Page 60: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 58 of 102

FINAL

Page 61: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 59 of 102

FINAL

Page 62: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 60 of 102

FINAL

Page 63: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 61 of 102

FINAL

Page 64: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 62 of 102

FINAL

Page 65: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 63 of 102

FINAL

Page 66: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 64 of 102

FINAL

Page 67: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 65 of 102

FINAL

Page 68: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 66 of 102

FINAL

Page 69: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 67 of 102

FINAL

Page 70: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 68 of 102

FINAL

Page 71: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 69 of 102

FINAL

Page 72: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 70 of 102

FINAL

Page 73: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 71 of 102

FINAL

Page 74: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 72 of 102

FINAL

Page 75: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 73 of 102

FINAL

Page 76: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 74 of 102

FINAL

Page 77: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 75 of 102

FINAL

Page 78: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 76 of 102

FINAL

Page 79: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 77 of 102

FINAL

Page 80: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 78 of 102

FINAL

Page 81: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 79 of 102

FINAL

Page 82: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 80 of 102

FINAL

Page 83: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 81 of 102

FINAL

Page 84: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 82 of 102

FINAL

Page 85: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 83 of 102

FINAL

Page 86: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 84 of 102

FINAL

Page 87: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 85 of 102

FINAL

Page 88: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 86 of 102

FINAL

Page 89: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 87 of 102

FINAL

Page 90: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 88 of 102

FINAL

Page 91: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 89 of 102

FINAL

Page 92: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 90 of 102

FINAL

Page 93: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 91 of 102

FINAL

Page 94: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 92 of 102

FINAL

Page 95: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 93 of 102

FINAL

Page 96: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 94 of 102

FINAL

Page 97: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 95 of 102

FINAL

Page 98: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 96 of 102

FINAL

Page 99: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

SECTION H SPECIAL CONTRACT REQUIREMENTS

5252.209-9510 ORGANIZATIONAL CONFLICTS OF INTEREST (NAVAIR) (SERVICES)(OCT 2005)

(a) Purpose. This clause seeks to ensure that the contractor (1) does not obtain an unfair competitive advantage overother parties by virtue of its performance of this contract, and (2) is not biased because of its current or plannedinterests (financial, contractual, organizational or otherwise) that relate to the work under this contract.

(b) Scope. The restrictions described herein shall apply to performance or participation by the contractor (as definedin paragraph (d)(7)) in the activities covered by this clause.

(1) The restrictions set forth in paragraph (e) apply to supplies, services, and other performance rendered with respectto the suppliers and/or equipment listed in Attachment [TBD} The task order issued will specify to which suppliersand/or equipment subparagraph (f) restrictions apply.

(2) The financial, contractual, organizational and other interests of contractor personnel performing work under thiscontract shall be deemed to be the interests of the contractor for the purposes of determining the existence of anOrganizational Conflict of Interest. Any subcontractor that performs any work relative to this contract shall besubject to this clause. The contractor agrees to place in each subcontract affected by these provisions the necessarylanguage contained in this clause.

(c) Waiver. Any request for waiver of the provisions of this clause shall be submitted in writing to the ProcuringContracting Officer. The request for waiver shall set forth all relevant factors including proposed contractualsafeguards or job procedures to mitigate conflicting roles that might produce an Organizational Conflict of Interest.No waiver shall be granted by the Government with respect to prohibitions pursuant to access to proprietary data.

(d) Definitions. For purposes of application of this clause only, the following definitions are applicable:

(1) “System” includes system, major component, subassembly or subsystem, project, or item.

(2) “Nondevelopmental items” as defined in FAR 2.101.

(3) “Systems Engineering” (SE) includes, but is not limited to, the activities in FAR 9.505-1(b).

(4) “Technical direction” (TD) includes, but is not limited to, the activities in FAR 9.505-1(b).

(5) “Advisory and Assistance Services” (AAS) are those services acquired from non-governmental sources to supportor improve agency policy development or decision making; or, to support or improve the management oforganizations or the operation of hardware systems. Such services may encompass consulting activities, engineeringand technical services, management support services and studies, analyses and evaluations.

(6) “Consultant services” as defined in FAR 31.205-33(a).

(7) “Contractor”, for the purposes of this clause, means the firm signing this contract, its subsidiaries and affiliates,joint ventures involving the firm, any entity with which the firm may hereafter merge or affiliate, and any othersuccessor or assignee of the firm.

(8) “Affiliates,” means officers or employees of the prime contractor and first tier subcontractors involved in theprogram and technical decision-making process concerning this contract.

(9) “Interest” means organizational or financial interest.

(10) “Weapons system supplier” means any prime contractor or first tier subcontractor engaged in, or having aknown prospective interest in the development, production or analysis of any of the weapon systems, as well as anymajor component or subassembly of such system.

(e) Contracting restrictions.

[ ] (1) To the extent the contractor provides systems engineering and/or technical direction for a system orcommodity but does not have overall contractual responsibility for the development, the integration, assembly and

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 97 of 102

FINAL

Page 100: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

checkout (IAC) or the production of the system, the contractor shall not (i) be awarded a contract to supply thesystem or any of its major components or (ii) be a subcontractor or consultant to a supplier of the system or of itsmajor components. The contractor agrees that it will not supply to the Department of Defense (either as a primecontractor or as a subcontractor) or act as consultant to a supplier of, any system, subsystem, or major componentutilized for or in connection with any item or other matter that is (directly or indirectly) the subject of the systemsengineering and/or technical direction or other services performed under this contract for a period of [insert the periodof prohibition] after the date of completion of the contract. (FAR 9.505-1(a))

[ X ] (2) To the extent the contractor prepares and furnishes complete specifications covering nondevelopmentalitems to be used in a competitive acquisition, the contractor shall not be allowed to furnish these items either as aprime contractor or subcontractor. This rule applies to the initial production contract, for such items plus a specifiedtime period or event. The contractor agrees to prepare complete specifications covering non-developmental items tobe used in competitive acquisitions, and the contractor agrees not to be a supplier to the Department of Defense,subcontract supplier, or a consultant to a supplier of any system or subsystem for which complete specifications wereprepared hereunder. The prohibition relative to being a supplier, a subcontract supplier, or a consultant to a supplierof these systems of their subsystems extends for a period of [12 months] after the terms of this contract. (FAR9.505-2(a)(1))

[ X ] (3) To the extent the contractor prepares or assists in preparing a statement of work to be used in competitivelyacquiring a system or services or provides material leading directly, predictably and without delay to such a workstatement, the contractor may not supply the system, major components thereof or the services unless the contractoris the sole source, or a participant in the design or development work, or more than one contractor has beeninvolved in preparation of the work statement. The contractor agrees to prepare, support the preparation of or providematerial leading directly, predictably and without delay to a work statement to be used in competitive acquisitions,and the contractor agrees not to be a supplier or consultant to a supplier of any services, systems or subsystems forwhich the contractor participated in preparing the work statement. The prohibition relative to being a supplier, asubcontract supplier, or a consultant to a supplier of any services, systems or subsystems extends for a period of [12month prohibition] after the terms of this contract. (FAR 9.505-2(b)(1)

[ ] (4) To the extent work to be performed under this contract requires evaluation of offers for products or services, acontract will not be awarded to a contractor that will evaluate its own offers for products or services, or those of acompetitor, without proper safeguards to ensure objectivity to protect the Government’s interests. Contractor agreesto the terms and conditions set forth in the Statement of Work that are established to ensure objectivity to protectthe Government’s interests. (FAR 9.505-3)

[ X ] (5) To the extent work to be performed under this contract requires access to proprietary data of othercompanies, the contractor must enter into agreements with such other companies which set forth procedures deemedadequate by those companies (i) to protect such data from unauthorized use or disclosure so long as it remainsproprietary and (ii) to refrain from using the information for any other purpose other than that for which it wasfurnished. Evidence of such agreement(s) must be made available to the Procuring Contracting Officer upon request.The contractor shall restrict access to proprietary information to the minimum number of employees necessary forperformance of this contract. Further, the contractor agrees that it will not utilize proprietary data obtained from suchother companies in preparing proposals (solicited or unsolicited) to perform additional services or studies for theUnited States Government. The contractor agrees to execute agreements with companies furnishing proprietary datain connection with work performed under this contract, obligating the contractor to protect such data fromunauthorized use or disclosure so long as such data remains proprietary, and to furnish copies of such agreement tothe Contracting Officer. Contractor further agrees that such proprietary data shall not be used in performing for theDepartment of Defense additional work in the same field as work performed under this contract if such additionalwork is procured competitively. (FAR 9.505-4)

[ ] (6) Advisory and Assistance Services (AAS). If the contractor provides AAS services as defined in paragraph (d)of this clause, it shall be ineligible thereafter to participate in any capacity in Government contractual efforts(solicited or unsolicited) which stem directly from such work, and the contractor agrees not to perform similar workfor prospective offerors with respect to any such contractual efforts. Furthermore, unless so directed in writing by theContracting Officer, the contractor shall not perform any such work under this contract on any of its products orservices, or the products or services of another firm for which the contractor performs similar work. Nothing in thissubparagraph shall preclude the contractor from competing for follow-on contracts for AAS.

(f) Remedies. In the event the contractor fails to comply with the provisions of this clause, such noncompliance shall

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 98 of 102

FINAL

Page 101: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

be deemed a material breach of the provisions of this contract. If such noncompliance is the result of conflictingfinancial interest involving contractor personnel performing work under this contract, the Government may requirethe contractor to remove such personnel from performance of work under this contract. Further, the Government mayelect to exercise its right to terminate for default in the event of such noncompliance. Nothing herein shall preventthe Government from electing any other appropriate remedies afforded by other provisions of this contract, or statuteor regulation.

(g) Disclosure of Potential Conflicts of Interest. The contractor recognizes that during the term of this contract,conditions may change which may give rise to the appearance of a new conflict of interest. In such an event, thecontractor shall disclose to the Government information concerning the new conflict of interest. The contractor shallprovide, as a minimum, the following information:

(1) a description of the new conflict of interest (e.g., additional weapons systems supplier(s), corporate restructuring,new first-tier subcontractor(s), new contract) and identity of parties involved;

(2) a description of the work to be performed;

(3) the dollar amount;

(4) the period of performance; and

(5) a description of the contractor’s internal controls and planned actions, to avoid any potential organizationalconflict of interest.

5252.211-9502 GOVERNMENT INSTALLATION WORK SCHEDULE (NAVAIR) (DEC2014)

(a) The Holidays applicable to this contract are: New Year's Day, Martin Luther King's Birthday,President's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran'sDay, Thanksgiving Day, and Christmas Day.

(b In the event that any of the above holidays occur on a Saturday or Sunday, or alternate Friday,then such holiday shall be observed as they are by the assigned Government employees at theusing activity.

(c) The Naval Air Warfare Center Weapons Division works a 4/5/9 work schedule. Thereforealternate Fridays are not a part of the normal workweek for work performed on-site at a NavalAir Warfare Center Weapons Division site. The majority of the Government offices are closed onalternate Fridays.

(d) No deviation in the normal workweek will be permitted without express advance approval bythe designated Contracting Officer with coordination of the using departments.

5252.237-9501 ADDITION OR SUBSTITUTION OF KEY PERSONNEL (SERVICES) (NAVAIR)(OCT 2005)

(a) A requirement of this contract is to maintain stability of personnel proposed in order to provide quality services.The contractor agrees to assign only those key personnel whose resumes were submitted and approved, and who arenecessary to fulfill the requirements of the effort. The contractor agrees to assign to any effort requiring non-keypersonnel only personnel who meet or exceed the applicable labor category descriptions. No substitution or additionof personnel shall be made except in accordance with this clause.

(b) If personnel for whatever reason become unavailable for work under the contract for a continuous period exceedingthirty (30) working days, or are expected to devote substantially less effort to the work than indicated in theproposal, the contractor shall propose a substitution to such personnel, in accordance with paragraph (d) below.

(c) The contractor agrees that [ “during the first __3__ months of the contract”], no key personnel substitutions or

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 99 of 102

FINAL

Page 102: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

additions will be made unless necessitated by compelling reasons including, but not limited to: an individual’sillness, death, termination of employment, declining an offer of employment (for those individuals proposed ascontingent hires), or family friendly leave. In such an event, the contractor must promptly provide the informationrequired by paragraph (d) below to the Contracting Officer for approval prior to the substitution or addition of keypersonnel.

(d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least fifteen (15) days(thirty (30) days if a security clearance must be obtained) prior to the proposed substitution. Each request shallprovide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume forthe proposed substitute, information regarding the full financial impact of the change, and any other informationrequired by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes (nomatter when they are proposed during the performance period) shall have qualifications that are equal to or higherthan the qualifications of the person being replaced.

(e) In the event a requirement to increase the specified level of effort for a designated labor category, but not theoverall level of effort of the contract occurs, the offeror shall submit to the Contracting Officer a written request forapproval to add personnel to the designated labor category. The information required is the same as that required inparagraph (d) above. The additional personnel shall have qualifications greater than or equal to at least one (1) of theindividuals proposed for the designated labor category.

(f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify theofferor, in writing, of whether the request is approved or disapproved.

(g) If the Contracting Officer determines that suitable and timely replacement of personnel who have been reassigned,terminated or have otherwise become unavailable to perform under the contract is not reasonably forthcoming or thatthe resultant reduction of productive effort would impair the successful completion of the contract or the task order,the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, asappropriate. Alternatively, at the Contracting Officer’s discretion, if the Contracting Officer finds the contractor to beat fault for the condition, he may equitably adjust (downward) the contract price or fixed fee to compensate theGovernment for any delay, loss or damage as a result of the contractor’s action.

(h) Noncompliance with the provisions of this clause will be considered a material breach of the terms andconditions of the contract for which the Government may seek any and all appropriate remedies includingTermination for Default pursuant to FAR Clause 52.249-6, Alt IV, “Termination (Cost-Reimbursement)”.

SECURITY REQUIREMENTS

Program Administrator (PA) Employees. The PA shall not employ persons for work in the performance of thisAward who are identified to the PA by the Contracting Officer as potential threats to the health, safety, security,general well being, or operational mission of the installation and its population. Where reading, understanding,read, write, and speak English to the twelfth grade level. (The speaking skill is not required of a PA employee whois hearing impaired. All PA employees must be computer literate.

Employment of Foreign Nationals: No foreign nationals shall be employed nder this award. The PA shall ensurethat all personnel employed in the performance of this award shall be United States Citizens, and capable ofobtaining a secret security clearance.

NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS

For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, 52.219-3,NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18, NOTIFICATION OF COMPETITION LIMITED TOELIGIBLE 8(A) CONCERNS, and 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNEDSMALL BUSINESS SET-ASIDE, the determination of whether a small business concern is independently ownedand operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified asa small business under the size standards in this solicitation, and further, meets the definition of a HUBZone smallbusiness concern, a small business concern certified by the SBA for participation in the SBA’s 8(a) program, or aservice disabled veteran-owned small business concern, as applicable, shall be based on the status of said concern atthe time of award of the SeaPort-e MACs and as further determined in accordance with Special Contract RequirementH-19.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 100 of 102

FINAL

Page 103: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

SECTION I CONTRACT CLAUSES

Clauses specified in Section I of the SeaPort-e basic contract are incorporated into this order if applicable.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 101 of 102

FINAL

Page 104: CV 2 of 2 - CDI · PDF file2. amendment/modification no. 3. effective date 4. requisition/purchase req. no. 5. project no. (if applicable) cv 25-aug-2015 n/a n/a 6. issued by code

SECTION J LIST OF ATTACHMENTS

1. CDRLs A001 - A003

2. Section 10.0 of SOW

3. DD Form 254

4. COR Appointment Letter-Paul McGuire

5. DD Form 254 Revision #002

6. CDRL A004 Spreadsheet

7. CDRL A004

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. 4Y02

AMENDMENT/MODIFICATION NO. CV

PAGE 102 of 102

FINAL