165
AWARD/CONTRACT I. THIS CONTRACT IS A RATED ORDER I RATING PAGE OF PAGES UNDER DPAS (15 CFR350) DX-C9 1 I 30 2. CONTRACT (Proc. Inst. IdwJ NO. 3. EFFECTIVE DATE HQ0006-04-C-0002 < 01 Jan 2004 14. REotlllTION/PURCHASE REQUEST/PROJECT NO. 5.1SSUEDBY CODE HQOOOS 6. ADMINISTERED BY (If other than ItemS) CODE S2404A MISSILE DEFENSE AGENCY (MDA) DCMA MANASSAS 7100 DEFENSE PENTAGON 10500 BATTLEVIEW PARKWAY WASHINGTON DC 20301·7100 SUITE 200 MANASSAS VA 20109-2342 7. NAME AND ADDRESS OF CONTRACTOR (No .• street, city, county, state anti zip code) 8. DELIVERY COMPUTER SCIENCES CORPORATION [ ] FOBORIGIN [X] OTHER (!kebelow) PAULPHEENY 9. DISCOUNT FOR PROMPT PAYMENT 1725JEFFERSON DAVIS HIGHWAY SUITE 1300 Net 30 ARLINGTON VA 22202 10. SUBMIT INVOICF.S ITEM (4 copies unless otherKue specified) TO THE ADDRESS Section G CODE 52939 FACILITY CODE SHOWN IN: 11. SHIP TO/MARK FOR CODE HQ0006 12. PAYM ENT WILL BE MADE BY CODE SC1018 MISSILE DEFENSE AGENCY (MDA) DFAS.COLUMBUS CENTER PEGGIE SMITH DFAS..CO/NEW DOMINION DIVISION 7100 DEFENSE P ENTAGON P.O. BOX 182041 WASHINGTON DC 20301 -71 00 COLUMBUS OH 43218·2041 I3. AUTHORITY FOR USING OTHER THAN FULL AND OPEN I4. ACCOUNTING AND APPROPRIATION DATA COMPETITION: See Schedule [ X) 10 U.S.C. 2304(c)( 1 ) [ ] 41 U.S.C. 253(c)( ) 15A. ITEM NO. l5B. SUPPLIES/ SERVICES l5C. QUANTITY 15D. UNIT l5E. UNIT PRICE 15F.AMOUNT SEE SCHEDULE 15G. TOTAL AMOUNT OF CONTRACf $24183 441 .87 16. TABLE OF CONTENTS X) SEC. DESCRIPTION PAGE(S\ (X) SEC. DESCRIPTION PAGEfS PART I -THE SCHEDULE PART ll- CONTRACT CLAUSES X A SOLI CITATION/ CONTRACT FORM 1 X 1 CONTRACT CLAUSES 24-29 X B SUPPLIES OR SERVICES AND PRICES/ COSTS 2-6 PART Ill- UST OF DOCUMENTS EXHIBITS AND OTHER ATTACHMENTS X c DESCRIPTION/ SPECS./ WORK STATEMENT 7 X J LIST OF ATTACHMENTS 30 X D PACKAGING AND MARKING 8 PART (V- REPRESENTATIONS AND INSTRUCfiONS X E INSPECTION AND ACCEPTANCE 9 REPRESENTATIONS, CERTIFICATIONS AND X F DELIVERIES OR PERFORMANCE 10- 11 K OTHER STATEMENTS OF OFFERORS X G CONTRACT ADMINISTRATION DATA 12 - 14 L INSTRS. CONDS. AND NOTICES TO OFFERORS X H SPECIAL CONTRACT REQUIREMENTS 15-23 M EVALUATION FACTORS FOR AWARD CONTRACTI NG OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE 11. [XJ CONTRACfOR'S N'EGOTIATED AGREEMENT 18. ( J AWARD is nQl 'hii Your offer on Solicitation Number in!J £21um l 12 i.mling Conltactor agrees to furnish and deliver all items or pcrfonn an the services set forth or otherwise identified above and on any continuation sheets for the considCQtion stated herein. The rights and obligations of the parties to Ibis including the additions or changes made by you which additions or changes are set forth in full contr.tet shall be subject to and governed by the following documents: (a) this awardloonltact, above, is he-reby accepted as to the items listed above.and on any continuation sheets. This award consummates (b) the solicitation, if any, and (c) such provisions_ representations, certifications. and specifications, the contract which consists ofthe following documents: (a) the Government's solicitation and your offer, and as arc attached or incorporated by reference herein. m hm:in.} (b) this awardlcontrJct. No further contractual document is nea:ssary. 19A. NAME AND TITLE OF SIGNER (Type or print) 20A. NAME AND TITLE OF CONTRACTING OFFICER DI ANE L. KNIGHT / CONTRACTING OFFICER, CfS TEL: ( 703 ) 882-6427 EMAIL:[email protected] 19B. NAME OF CONTRACTOR 19C. DATE SIGNED 20B. UNITED STATES OF AMERJCA 20C. DATE SIGNED 1 2-May-2004 BY (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540- 01- 152-8069 PREVIOUS EDITI ON UNUSABLE 26-107 STANDARD FORM 26(REV. 4-85) Prescribed by GSA GPO 1985 0 - 469-794 FAR (48 CFR) 53.214(a)

HQ0006-04-C-0002 · contr.tet shall be subject to and governed by the following documents: (a) this awardloonltact, above, is he-reby accepted as to the items listed above. and on

  • Upload
    others

  • View
    28

  • Download
    0

Embed Size (px)

Citation preview

AWARD/CONTRACT I. THIS CONTRACT IS A RATED ORDER I RATING PAGE OF PAGES UNDER DPAS (15 CFR350) DX-C9 1 I 30

2. CONTRACT (Proc. Inst. IdwJ NO. 3. EFFECTIVE DATE HQ0006-04-C-0002 < 01 Jan 2004

14. REotlllTION/PURCHASE REQUEST/PROJECT NO.

5.1SSUEDBY CODE HQOOOS 6. ADMINISTERED BY (If other than ItemS) CODE S2404A

MISSILE DEFENSE AGENCY (MDA) DCMA MANASSAS 7100 DEFENSE PENTAGON 10500 BATTLEVIEW PARKWAY WASHINGTON DC 20301·7100 SUITE 200

MANASSAS VA 20109-2342

7. NAME AND ADDRESS OF CONTRACTOR (No .• street, city, county, state anti zip code) 8. DELIVERY COMPUTER SCIENCES CORPORATION [ ] FOBORIGIN [X] OTHER (!kebelow) PAULPHEENY

9. DISCOUNT FOR PROMPT PAYMENT 1725JEFFERSON DAVIS HIGHWAY SUITE 1300 Net 30 ARLINGTON VA 22202

10. SUBMIT INVOICF.S ITEM

(4 copies unless otherKue specified) TO THE ADDRESS Section G

CODE 52939 FACILITY CODE SHOWN IN:

11. SHIP TO/MARK FOR CODE HQ0006 12. PAYM ENT WILL BE MADE BY CODE SC1018

MISSILE DEFENSE AGENCY (MDA) DFAS.COLUMBUS CENTER PEGGIE SMITH DFAS..CO/NEW DOMINION DIVISION 7100 DEFENSE PENTAGON P.O. BOX 182041 WASHINGTON DC 20301 -71 00 COLUMBUS OH 43218·2041

I3. AUTHORITY FOR USING OTHER THAN FULL AND OPEN I4. ACCOUNTING AND APPROPRIATION DATA COMPETITION: See Schedule [ X) 10 U.S.C. 2304(c)( 1 ) [ ] 41 U.S.C. 253(c)( )

15A. ITEM NO. l5B. SUPPLIES/ SERVICES l5C. QUANTITY 15D. UNIT l5E. UNIT PRICE 15F.AMOUNT

SEE SCHEDULE

15G. TOTAL AMOUNT OF CONTRACf $24183 441 .87 16. TABLE OF CONTENTS

X) SEC. DESCRIPTION PAGE(S\ (X) SEC. DESCRIPTION PAGEfS PART I -THE SCHEDULE PART ll- CONTRACT CLAUSES

X A SOLICITATION/ CONTRACT FORM 1 X 1 CONTRACT CLAUSES 24-29 X B SUPPLIES OR SERVICES AND PRICES/ COSTS 2-6 PART Ill- UST OF DOCUMENTS EXHIBITS AND OTHER ATTACHMENTS X c DESCRIPTION/ SPECS./ WORK STATEMENT 7 X J LIST OF ATTACHMENTS 30 X D PACKAGING AND MARKING 8 PART (V- REPRESENTATIONS AND INSTRUCfiONS X E INSPECTION AND ACCEPTANCE 9 REPRESENTATIONS, CERTIFICATIONS AND X F DELIVERIES OR PERFORMANCE 10- 11

K OTHER STATEMENTS OF OFFERORS

X G CONTRACT ADMINISTRATION DATA 12 - 14 L INSTRS. CONDS. AND NOTICES TO OFFERORS X H SPECIAL CONTRACT REQUIREMENTS 15-23 M EVALUATION FACTORS FOR AWARD

CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE 11. [XJ CONTRACfOR'S N'EGOTIATED AGREEMENT ~ 18. ( J AWARD CCQn~IQr is nQl BNYi~ ~ ~ign 'hii sf~ymrn1~) Your offer on Solicitation Number ~!.:!mml in!J £21um l ~ou:~i§ 12 i.mling Qffis:~} Conltactor agrees to furnish and deliver all items or pcrfonn an the services set forth or otherwise identified above and on any continuation sheets for the considCQtion stated herein. The rights and obligations of the parties to Ibis including the additions or changes made by you which additions or changes are set forth in full contr.tet shall be subject to and governed by the following documents: (a) this awardloonltact, above, is he-reby accepted as to the items listed above. and on any continuation sheets. This award consummates (b) the solicitation, if any, and (c) such provisions_ representations, certifications. and specifications, the contract which consists ofthe following documents: (a) the Government's solicitation and your offer, and as arc attached or incorporated by reference herein. £6n~~n~ m li~l~ hm:in.}

(b) this awardlcontrJct. No further contractual document is nea:ssary.

19A. NAME AND TITLE OF SIGNER (Type or print) 20A. NAME AND TITLE OF CONTRACTING OFFICER DIANE L. KNIGHT / CONTRACTING OFFICER, CfS

TEL: (703 ) 882-6427 EMAIL:[email protected]

19B. NAME OF CONTRACTOR 19C. DATE SIGNED 20B. UNITED STATES OF AMERJCA 20C. DATE SIGNED

BY~~~~ 12-May-2004 BY

(Signature of person authorized to sign) (Signature of Contracting Officer)

NSN 7540-01-152-8069

PREVIOUS EDITION UNUSABLE

26-107 STANDARD FORM 26(REV. 4-85)

Prescribed by GSA GPO 1985 0 -469-794 FAR (48 CFR) 53.214(a)

Section B - Supplies or Services and Prices

ITEM NO 0001

SUPPLIES/SERVICES C2/BMC SETA Support for MDAIBC

QUANTITY UNIT UNIT PRICE

CPFF The contractor shall provide technical support in accordance with the statement of objectives (SOO), attachment I.

FOB: Destination

ITEM NO SUPPLIES/SERVICES UNIT Labor Hours

UNlT PRlCE OOOIAA

C2/BMC SETA Labor for MDAIBC

CPFF

The contractor shall provide technical support in accordance with the statement of objectives (SOO), attachment I.

The estimated cost and fee calculations are based on input from DCAA that CSC's approved FY 04 Indirect rates be applied to applicable cost elements as follows pending DCAA approval of CSC's FY 05 Indirect rates:

A. Approved CSC FY 04 1ndirect rates and amounts applied at 100% to the applicable cost elements for the period 1 January to 31 March 2004;

B. Approved CSC FY 04 Indirect rates and amounts applied at 85% to the applicable cost elements for the period 1 April to 3 I July 2004; pending fmal approval ofCSC's Fiscal Year (FY) 05 indirect rates at which time the cost elements will be adjusted in accordance with the DCAA approved CSC FY 05 indirect rates.

C. Should DCAA not approve CSC's FY 05 Indirect rates by 31 July 2004, the contractor agrees that MDA has the unilateral right to modify this subCLIN to adjust the estimated cost and fee to reflect the DCAA recommended rates for Overhead and G&A for the period 1 August 2004 to 31 March 2005, pending either DCAA's final approval of CSC's FY 05 Indirect rates or such rate package as negotiated by MDA and CSC.

ACRN AA Funded Amount

ESTlMA TED COST

FIXED FEE

TOTAL EST COST + FEE

HQ0006-04-C-0002

Page 2 of30

AMOUNT

AMOUNT

$285,079.42

FOB: Destination

ITEM NO SUPPLIES/SERVICES OOOlAB

C2/BMC SETA Support Other Direct Costs

COST

UNIT Dollars,

u.s.

UNIT PRICE $1.00

Contractor shall provide travel and miscellaneous other direct costs (ODC) on an as required basis. All travel and ODCs must be approved in advance and in writing by the Contracting Officer's Representative prior to performance of travel or incurrence of any costs for miscellaneous ODCs.

Costs incurred under this subCLIN are non-fee bearing.

Funded Amount

FOB: Destination

ITEM NO 0002

SUPPLIES/SERVICES Technical Support for MDA/SE

QUANTITY UNIT

ESTIMATED COST

UNIT PRICE

CPFF The contractor shall provide technical support in accordance with the statement of objectives (SOO), attachment 1.

FOB: Destination

HQ0006-04-C-0002

Page 3 of30

AMOUNT ~b)(4)

~b)(4)

$0.00

AMOUNT

ITEM NO SUPPLIES/SERVICES 0002AA

Technical Support Labor for MDA/SE

CPFF

UNIT Labor Hours

UNIT PRICE

The contractor shall provide technical support in accordance with the statement of objectives (SOO), attachment 1.

The estimated cost and fee calculations are based on input from DCAA that CSC's approved FY 04 Indirect rates be applied to applicable cost elements as follows pending DCAA approval of CSC's FY 05 Indirect rates:

A. Approved CSC FY 04 Indirect rates and amounts applied at 100% to the applicable cost elements for the period 1 January to 31 March 2004;

B. Approved CSC FY 04 Indirect rates and amounts applied at 85% to the applicable cost elements for the period 1 April to 31 July 2004; pending fmal approval of CSC's Fiscal Year (FY) 05 indirect rates at which time the cost elements will be adjusted in accordance with the DCAA approved CSC FY 05 indirect rates.

C. Should DCAA not approve CSC's FY 05 Indirect rates by 31 July 2004, the contractor agrees that MDA has the unilateral right to modify this subCLIN to adjust the estimated cost and fee to reflect the DCAA recommended rates for Overhead and G&A for the period I August 2004 to 31 March 2005, pending either DCAA's final approval of CSC's FY 05 Indirect rates or such rate package as negotiated by MDA and esc.

ACRN AB Funded Amount ACRN AC Funded Amount ACRN AD Funded Amount ACRN AE Funded Amount ACRN AF Funded Amount ACRN AG Funded Amount ACRN AH Funded Amount ACRN AJ Funded Amount ACRN AK Funded Amount

FOB: Destination

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

HQ0006-04-C-0002

Page4 of30

AMOUNT

~b)(4)

$1,590,481.45 b)(4)

HQ0006-04-C-0002

Page 5 of30

ITEM NO SUPPLIES/SERVICES UNIT Dollars,

u.s.

UNIT PRICE $1.00

AMrniNT ~b)(4) 0002AB

MDNSE Support Other Direct Costs

COST

Contractor shall provide travel and miscellaneous other direct costs (ODC) on an as required basis. All travel and ODCs must be approved in advance and in writing by the Contracting Officer's Representative prior to performance of travel or incurrence of any costs for miscellaneous ODCs.

Costs incurred under this subCLIN are non-fee bearing.

ESTIMATED COST

Funded Amount

FOB: Destination

~b)(4)

$0.00

ITEM NO 0003

SUPPLIES/SERVICES Data and Reports for CLINs 0001 & 0002

QUANTITY 1

UNIT Lot

UNIT PRICE AMOUNT

CPFF In accordance with the Contract Data Requirements List, DO Form 1423-1 (Exhibit A).

FOB: Destination

SECTION B - MDA CLAUSES

B-1 LINE ITEM DESCRIPTION (JAN 2003)

In accordance with this contract, the Contractor shall furnish all materials, labor, equipment and facilities, except as specified herein to be furnished by the Government, and shall do all that which is necessary or incidental to the satisfactory and timely performance of contract line item numbers 0001 and 0002, and associated subCLINs, as stated above.

B-2 ESTIMATED COST AND FIXED FEE (JAN 2003)

The total estimated cost and fixed fee of this contract, including all options that may be exercised by the Government, are:

Estimated Cost: Fixed Fee: Estimated Cost-Plus-Fixed-Fee:

$22,307,881.00 $ 1.875.560.87 $24,183,441.87

HQ0006-04-C-0002

Page6of30

B-3 CONTRACT TYPE (JAN 2003)

This is a Cost-Plus-Fixed-Fee (CPFF) contract with a 15-month period of performance as specified in Section/Paragraph F-2.

HQ0006-04-C-0002

Page 7 of30

Section C - Descriptions and Specifications

SECfiON C - MDA CLAUSES

C-1 SCOPE OF WORK

The Contractor shall provide the level of effort cited in Section B of this contract to perform the work specified in the SOW and other Attachments and Exhibits in Section J of this contract, and shall provide any material, equipment, and facilities incidental to performance.

C-2 REPORTS AND OTHER DELIVERABLES

a. The Contractor shall submit all reports and other deliverables in accordance with the delivery schedule set forth in Section F, and the attached Contract Data Requirements Lists, DO Form 1423-l.

b. Reports delivered by the Contractor in the performance of the contract shall be considered "Technical Data," as defmed in DFARS 252.227-7013, "Rights in Technical Data-Noncommercial Items."

c. Bulky reports shall be mailed by other than first-class mail unless the urgency of submission requires use of frrst-class mail. In this situation, one copy shall be mailed frrst-class and the remaining copies forwarded by less than first-class.

d. The following infomlation shall be provided with all reports. However, if the report incorporates a BMDO logo or letterhead, this infomlation will be provided on a severable cover sheet and not on the same sheet of paper as the BMDO logo or letterhead.

CONTRACf NUMBER

CONTRACT EXPIRATION DATE AND TOTAL DOLLAR VALUE

SHORT TITLE OF CONTRACf WORK

NAME OF CONTRACTOR

CONTRACfOR'S PROJECf DIRECfOR AND PHONE NUMBER

GOVERNMENT SPONSOR

e. All reports generated under this contract will contain the following disclaimer statement on the cover page: "The views, opinions, and findings contained in this report are those of the author(s) and should not be construed as an official Department of Defense position, policy, or decision, unless so designated by other official documentation."

f. Except as provided by the Contract Data Requirements Lists, DD Form 1423-1, Exhibit A, and the Contract Security Classification Specification, DD Form 254, the distribution of any contract report in any stage of development or completion is prohibited without the approval of the Contracting Officer.

HQ0006-04-C-0002

Page 8 of30

Section D - Packaging and Marking

SECTION D - MDA CLAUSES

D-1 PACKAGING AND MARKING OF TECHNICAL DATA

Technical data items shall be preserved, packaged, packed, and marked in accordance with the best commercial practices to meet the packaging requirements of the carrier and insure safe delivery at destination.

D-2 PACKAGING AND MARKING OF CLASSIFIED DATA

Classified data submitted as required by the Contract Data Requirements List, DDForm 1423-1, shall be wrapped and marked in accordance with the requirements of the Contract Security Classification Specification, DD Form 254, attached hereto.

HQ0006-04-C-0002

Page 9 of30

Section E - Inspection and Acceptance

SECTION E - MDA CLAUSES

E-1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE {FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mi1/.

a. FEDERAL ACQillSITION REGULATION {48 CFR CHAPTER 1)

CLAUSE NO.

52.246-5 Inspection of Services -Cost-Reimbursement

APR 1984

b. DEPARTMENT OF DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT (48 CFR CHAPTER 2)

CLAUSE NO.

252.246-7000 Material Inspection and Receiving Report DEC 1991

E-2 INSPECTION AND ACCEPTANCE

Final inspection and acceptance of the workcalled for under CLINs 0001 and 0002 shall be by the Contracting Officer's Representative at:

Office of the Secretary of Defense Missile Defense Agency 7100 Defense Pentagon, MDNSE Washington, DC 20301-7100

HQ0006-04-C-0002

Page 10 of30

Section F - Deliveries or Performance

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

0001 POP 01-JAN-2004 TO N/A MISSILE DEFENSE AGENCY (MDA) HQ0006 31-MAR-2005 ATTN: Designated COR

7100 DEFENSE PENTAGON WASHINGTON DC 20301-7100 703-693-6919 FOB: Destination

0001AA POP 01-JAN-2004 TO N/A (SAME AS PREVIOUS LOCATION) HQ0006 31-MAR-2005 FOB: Destination

0001AB POP 01-JAN-2004 TO N/A (SAME AS PREVIOUS LOCATION) HQ0006 31-MAR-2005 FOB: Destination

0002 POP 01-JAN-2004 TO N/A (SAME AS PREVIOUS LOCATION) HQ0006 31-MAR-2005 FOB: Destination

0002AA POP 01-JAN-2004 TO N/A (SAME AS PREVIOUS LOCATION) HQ0006 31-MAR-2005 FOB: Destination

0002AB POP 01-JAN-2004 TO N/A (SAME AS PREVIOUS LOCATION) HQ0006 31-MAR-2005 FOB: Destination

0003 POP 01-JAN-2004 TO N/A (SAME AS PREVIOUS LOCATION) HQ0006 31-MAR-2005 FOB: Destination

SECTION F - MDA CLAUSES

F-1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.rniV.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSE NO. TITLE

52.242-15 Stop-Work Order Alternate I

52.247-34 F.o.b. Destination

AUG 1989 APR 1984 NOV 1991

HQ0006-04-C-0002

Page 11 of30

F-2 DELIVERY SCHEDULE/PERIOD OF PERFORMANCE

The Contractor shall accomplish the work required by CLINs 0001 and 0002 in accordance with the SOO for a period of 15 months from l January 2004 through 31 March 2005.

HQ0006-04-C-0002

Page 12 of30

Section G - Contract Administration Data

SECTION G - MDA CLAUSES

G-1 CONTRACT ADMINISTRATION

Adnrinistration of this contract will be performed by the cognizant office indicated on the cover page of the award document. No changes, deviations, or waivers shall be effective without a modification of the contract executed by the Contracting Officer or his duly authorized representative authorizing such changes, deviations, or waivers.

G-2 IDENTIFICATION OF CORRESPONDENCE

AU correspondence and data submitted by the Contractor under this contract shall reference the contract number.

G-3 T A.XP A YER IDENTIFICATION NUMBER (fiN)

The Contractor's taxpayer identification number is 95-204-3126. This number shall appear in the space identifying the Contractor in the appropriate blocks of contract forms and billing submittals.

G-4 PATENT INFORMATION

Patent information in accordance with FAR 52.227-12, "Patent Rights -- Retention by the Contractor (Long Form)," shall be forwarded through the Procuring Contracting Officer to:

Office of the Secretary of Defense Missile Defense Agency 7100 Defense Pentagon, MDNGC Washington, D.C. 20301-7100

G-5 SUBMISSION OF VOUCHERS (JAN 2003)

a. The Contractor's vouchers for costs incurred shall be submitted in accordance with DCAA procedures for review and provisional approval. These instructions may be found at http://www.dcaa.mil, DCAA Publications, Information for Contractors, DCAAP 7641.90, Chapter 5.

b. Contractors approved under DCAA's direct billing program may submit the frrst and subsequent interim vouchers directly to the disbursing office. Contractors participating in the direct billing program must provide a copy of the frrst interim voucher to the cognizant DCAA office within five days of its submission to the disbursing office. The final completion voucher must stiU be submitted to the cognizant DCAA office.

c. Final payment shall be made in accordance with FAR 52.216-7, "Allowable Cost and Payment." The Contractor shall establish compliance with all terms of the contract by submitting a signed copy of the Material Inspection and Receiving Report (DD Form 250) or Letter of Transmittal, as applicable.

G-6 REMITTANCEADDRESS

The following information is provided to allow payment by Electronic Funds Transfer:

HQ0006-04-C-0002

Page 13 of30

Contractor's account number at Financial Institution: Acct#j.__ _____ _,

G-7 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

CLIN(s) 0001 and 0002 will be funded by multiple accounting classifications. The Contractor shall segregate costs and submit vouchers as required by provision G-5. The Defense Finance and Accounting Service (DFAS) shall make payments from those Accounting Classification Record Numbers (ACRNs) assigned each CLIN.

G-8 Al,LOTMENT OF FUNDS

Pursuant to FAR 52.232-22, "Limitation ofFunds," the total amount of funds presently available for payment and obligated to this contract {which covers all items, including fixed fee payable) is $10,848,000.00, $1,444,000.00 for subCLIN 0001AA and $9,404,000.00 for subCLIN 0002AA through the estimated funds exhaustion date of31 July 2004 (subCLIN 0001AA) and 31 July 2004 (subCLIN 0002AA).

HQ0006-04-C-0002

Page 14 of30

ACCOUNTING AND APPROPRIATION DATA

AA: 9740400.2520 40603889C 2523 012123 BMD00137569617 AMOUNT:~b)(4) I AB: 9740400.2520 40603890C 2523 012123 BMD00144230162 AMOUNT:~b)(4) j

AC: 9740400.2520 40603890C 2523 012123 BMD00144230163 AMOUNT:~b)(4) l

AD: 9740400.2520 40603890C 2523 012123 BMD00144230164 AMOUNT~b)(4) I

AE: 9740400.2520 40603890C 2523 012123 BMD00144230165 AMOUNT: ~b)(4) I

AF: 9740400.2520 40603890C 2523 012123 BMD00144350340 AMOUNT: ~b)(4) j

AG: 9740400.2520 40603890C 2523 012123 BMD00144350344 AMOUNT:~b)(4) I

AH: 9740400.2520 40603890C 2523 012123 BMD00144350345 AMOUNT:~b)(4) J

AJ: 9740400.2520 40603890C 2523 012123 BMD00144350347 AMOUNT:~b)(4) I AK: 9740400.2520 40603890C 2525 012123 BMD00144350343 AMOUNT: ~b)(4) I

HQ0006-04-C-0002

Page 15 of30

Section H - Special Contract Requirements

SECTION H - MDA CLAUSES

H-1 LEVEL OF EFFORT

a. Tn the performance of this contract, the Contractor shall provide Direct Productive Labor-Hours {DPLH). DPLHs are defined as actual PRIME AND SUBCONTRACTOR (INCLUDING CONSULTANTS) work hours exclusive of vacation, holiday, sick leave and other absences.

b. It is understood and agreed that the rate of the labor-hours per month may fluctuate in pursuit of the technical

objective, provided that such fluctuation does not result in the utiHzation of the total labor-hours of effort prior

to the expiration of the term hereof, and it is further understood and agreed that the number of hours of effort for

any classification may fluctuate if necessary in performance of the work, provided that the aggregate mix of

labor remains substantially the same.

c. The fixed fee listed in paragraph B-1 is based on furnishing the maximum quantity ofDPLH. If, at the end of each contract period the Government has ordered and/or the Contractor has delivered less than the maximum quantity ofDPLH, the fixed fee shall be automatically adjusted and shall be reduced in proportion to the ratio of the DPLH actually delivered to the maximum contract DPLH:

DPLH delivered/Total Maximum DPLH X Maximum Fixed Fee= Adjusted Fixed Fee

d. Nothing in this provision shall be construed to constitute authorization for the work not in accordance with the LIMITATION OF FUNDS provision of the contract.

H-2 SEGREGATION OF COSTS

The Contractor agrees to segregate and bill costs/hours incurred under this contract by CLIN. Vouchers shall contain actual hours and cost by cost element (cost elements shall be at the lowest level of identification/discrimination consistent with the Contractor's cost accounting system) expended by CLIN and overall cumulative summaries of all work vouchered to date.

H-3 TRAVEL, TRAVEL COSTS, AND OTHER DIRECT COSTS

a. Travel. All contractor travel (non-local) under this contract (other than extended commuting travel as defmed under paragraph c. below) must be approved in advance in writing by the Contracting Officer's Representative (COR) using MDA Form 110 (dated March 2001).

b. Extended Commuting Travel.

(1) All contractor extended commuting travel under this contract must be approved by the COR AND BY THE PROCURING CONTRACTING OFFICER (PCO) using MDA Form 110 (dated March 2001). Such approval will be granted only after review and government acceptance of contractor documentation showing that extended commuting travel is the most effective means of fulfilling the government's requirements - cost and other factors considered.

(2) Extended commuting travel may be authorized for up to 90 days at a time and must be authorized

HQ0006-04-C-0002

Page 16of30

in advance as stated in b. ( l) above.

c. Definition: Extended Commuting Travel- is travel that occurs regularly in the performance of this contract where an individual or individuals travel back and forth from their normal place, or city of employment to another location or locations over a 30 day (or longer) period.

H-4 INSURANCE

The Contractor shall maintain the types of insurance and coverage listed below:

TYPES OF INSURANCE

Workmen's Compensation and all occupational disease

Employer's Liability including all occupational disease when not covered by Workmen's Compensation above

General Liability (Comprehensive) Bodily Injury per occurrence Automobile Liability (Comprehensive) Bodily Injury per person Bodily Injury per accident Property Damage per accident

MINIMUM AMOUNT

As required by State law

$100,000 per accident

$500,000

$200,000 $500,000 $ 20,000

H-5 CONTRACTOR ACCESS TO PLANNING, PROGRAMMING, AND BUDGETING SYSTEM (PPBS) DATA (13 APR 92)

a. In order to perform the requirements of this contract, the Contractor shall be required to receive, review, analyze, and prepare (hereinafter shall be referred to as "process") reports/data which contain Government Planning, Programming, and Budgeting System (PPBS) data. However, the Missile Defense Agecny (MD A) is authorized to release BMD-related PPBS data to the Contractor only after:

(1) The MDA obtains written authorization from the Office ofthe Secretary of Defense (OSD) to release the data to the Contractor; and

(2) Compliance with the provisions of this clause have been met.

b. The Prime Contractor shall provide the following information to the Contracting Officer within fifteen (15) days from the date of this contract:

(I) Affiliates (parent company, subsidiaries, joint ventures, and partnerships, etc.):

(a) Company's name and complete address; (b) A tf.Lliation; and (c) Nature of the company's business.

(2) Agents, consultants, and subcontractors related to this contract:

(a) Company's name and complete address; (b) Relationship; and (c) Nature of the company's business.

HQ0006-04-C-0002

Page 17 of30

The Contracting Officer shall be notified immediately in writing in the event of any changes in b.( 1) and (2) above throughout the lifetime of this contract. With regard to competing on future MDA procurements, the Contractor must abide by the organizational conflict of interest provisions of this contract.

c. BMD-related PPBS data is defined as: Current or future PPBS data regarding any activity relating to the BMD Program or any of its projects regardless of the funding source or date of the document. Planning data defmes the national military strategy; integrates the military forces necessary to accomplish that strategy; prioritizes the resources for effectively accomplishing the mission; and provides decision options. Programming data reflect the systematic analysis of missions and objectives to be achieved, alternative methods, and effective allocation of limited resources. Budgeting data are detailed financial estimates of the BMD Program or any of its related projects.

d. The following list of documents (which is exemplary but not all inclusive) obtained from DoD Directive 7045.14 are considered PPBS documents:

(1) PLANNING

Defense Planning Guidance

(2) PROGRAMMING

(a) Fiscal Guidance (when separate from Defense Planning Guidance) (b) Program Objective Memoranda (POM) (c) POM Defense Program (formerly FYDP) documents(POM Defense Program,

Procurement & ROT &E Annexes) (d) Program Review Proposals (e) Issue Papers (e.g., Major Issue Papers, Tier II Issue Papers, Cover Briefs) (f) Proposed Military Department Program Reductions (or Program Offsets) (g) Tentative Issue Decision Memoranda (h) Program Decision Memoranda

(3) BUDGETING

(a) Defense Program (formerly FYDP) documents for September Budget Estimate Submission (BES) & President's BES including Procurement (P-1), RDT&E (R-1), & Construction (C-I) Program

(b) Classified P-1, R-1, & C-1 Program Annexes (c) Program Budget Decisions/Defense Management Review Decisions (d) Reports Generated by the Automated Budget Review System (BRS) (e) DO Form 1414 Base for Reprogramming (f) DO Form 1416 Report of Programs (g) Contract A ward Reports (h) Congressional Data Sheets (i) Congressional Descriptive Summary

e. If a document(s) required by an OSD/MDA PPBS approved Contractor contains:

( 1) Only BMD-related PPBS information, the Contractor may be granted access to the entire document.

(2) Other Government agency information, the Contractor ONLY may be granted access to BMD­related PPBS data extracted or derived from the document as defined in paragraph c. above.

HQ0006-04-C-0002

Page 18 of30

f. The Contractor shall be responsible for informing its personnel (hereinafter includes persons employed by the Contractor as an agent, consultant, or subcontractor) of the provisions of this clause and providing original certifications ofMDA (PPBS Non-disclosure Agreements [MDA Form 99], found in Section J) to the Contracting Officer within fifteen ( 15) days after the effective date of this contract. An agreement shall be obtained from each of its employees involved in the performance of this contract who require access to such data. Each individual shall be required to agree to:

(I) Read and comply with the applicable provisions of this

(2) Ensure BMD-related PPBS data entrusted to them ONLY will be used in accordance with applicable 000 and MDA governing regulations, for the purpose for which it was provided, and within the scope of the sow.

(3) Not divulge BMD-related PPBS data (obtained directly or indirectly in the performance of this contract unless directed by the Contracting Officer) to any individual, except to Government personnel whom they know to have a need-to-know and non-Government person(s) whom they know to have MDA authorization. Even though data becomes part of the public domain, Contractor personnel are bound by the provisions of this clause not to confirm or deny questions regarding BMD-related PPBS data. Inquiries by unauthorized persons should be referred to the COTR or the Contracting Officer. (Verification of Contractor personnel authorized access to BMD­related PPBS data can be obtained from the Contracting Officer.)

(4) Not tra.nsport (by any medium), maintain, or process BMD-related PPBS data outside a Government facility unless the removal or preparation of such data at the facility is accomplished in accordance with a company's facility plan approved by the MDA. (Verification ofMDA PPBS-approved Contractor facilities and individuals can be obtained from the Contracting Officer.)

( 5) Not to accept any portion of any document which is described in paragraph d. above, unless the portion of the document contains only BMD-related PPBS data.

( 6) Notify the Contracting Officer promptly if any non-Government person( s) or company( s) requests access to BMD-related PPBS data.

g. The non-disclosure agreements shall be reviewed and approval granted by the Contracting Officer based on the individual's need-to-know.

h. The Contractor shall be responsible for immediately notifying the Contracting Officer in writing of any changes in its personnel with access to BMD-related PPBS data, e.g., departures, new employees, or employees who no longer need access to such data under this contract, etc.

i. Contractor personnel who have been granted access to BMD-related PPBS data shall process, when possible, such data in Government work spaces using equipment furnished by the Government. However, if a Contractor anticipates processing BMD-related PPBS data in a Government facility on Contractor-owned equipment, prior written approval from the Contracting Officer must be obtained. The Contractor's request (letter) should describe the equipment being used and a brief justification. After approval by the Contracting Officer, the request must be endorsed by the appropriate MDA office before bringing the equipment into the facility:

(1) Information Systems Directorate- all ADP equipment.

(2) Management Operations Directorate - all other equipment, e.g., telefax and reproduction machines, tables, chairs, mobile and permanent white boards, etc.

j. Processing BMD-related PPBS data at the Contractor's facility shall be performed only when absolutely essential and processing in Government work spaces is impractical. Prior to the processing of any such data outside of a Government facility or removal ofBMD-related PPBS data from a Government facility, the Contractor shall

---------

HQ0006-04-C-0002

Page 19 of30

submit a written plan to the Contracting Officer outlining the procedures for maintaining such data at its facility. The Contractor shall submit its own plan or a plan which meets the general requirements identified in MDA Directive 7045 "Contractor Access to Planning, Programming, and Budgeting System (PPBS) Data." The plan shall be approved in writing by the Contracting Officer prior to removal of any BMD-related PPBS data from a Government facility or the processing of any such data in the Contractor's facility. A Contractor may submit a separate plan for each of its facilities that need to maintain such data or one plan as long as any differences between the procedures followed at each facility are clearly distinguishable in the plan. If an agent, consultant, or subcontractor requires the processing ofBMD-related PPBS data at its facility(s), they also must submit a separate facility plan through the prime Contractor for approval by the Contracting Officer. NOTE: A plan is not required for Contractor personnel who have been given access to BMD-related PPBS data to transport, process, or maintain such data at a Government or an MDA PPBS-approved Contractor facility. (Verification ofMDA-approved Contractor facilities and authorized personnel can be obtained from the Contracting Officer.)

k. If the Contractor is not required to process BMD-related PPBS data at its facility(s), the Contractor shall inventory all Government documents in its possession and destroy or return all DoD-generated PPBS and BMD­related PPBS data/documents to the Contracting Officer. If the requirement to process such data at the Contractor's facility(s) changes in the future, compliance with paragraphj. above shall be required.

1. The Contractor shall be responsible for ensuring that persons in their employment that have been granted access to BMD- related PPBS data understand the consequences of divulging such data. Revealing BMD-related PPBS data to unauthorized persons may provide other companies with an unfair advantage in future competitions or jeopardize national security interests. Violations by individuals or companies may result in contractual actions or criminal prosecution.

m. In the event the Contractor or any of its employees, agents, subcontractor employees, or consultants fail to comply with the provisions of this clause, such non-compliance shall be deemed a material breach of the contract for which the Government reserves the right to terminate the contract for default and/or resort to such other rights and remedies as provided for under this contract or under Federal laws. Non-compliance with the provisions of this clause also may adversely affect the evaluation of a Contractor's reliability in future acquisitions.

H-6 PUBLIC RELEASE OF INFORMATION

a. The policies and procedures outlined herein apply to information submitted by the Contractor and his subcontractors for approval for public release. Prior to public release, all information shall be cleared as shown in the "National Industrial Security Program Operating Manual" (DoD 5220.22-M).

b. All public information materials prepared by the Contractor shall be submitted to the MDA (see paragraph e. below) for clearance prior to release. These materials include, but are not limited to, technical papers, and responses to news queries which relate to a Contractor's work under this contract.

c. However, once information has been cleared for public release, it does not have to be cleared again for later use. The information shall be used in its originally cleared context.

d. The MDA Director for External Affairs is responsible for processing Contractor-originated material for public release.

e. All material to be cleared shall be sent to:

Office of the Secretary of Defense Missile Defense Agency 7100 Defense Pentagon, MDNSE Washington, DC 20301-7100

Subcontractor proposed public releases shall be submitted for approval through the prime Contractor.

HQ0006-04-C-0002

Page 20 of30

f. The Contractor shall submit the material proposed for public release to the above addressee by a letter of transmittal which states: (I) to whom the material is to be released; (2) the desired date for public release; (3) that the material has been reviewed and approved by officials of the Contractor, or the subcontractor, for public release; (4) the contract number and the applicable COR.

g. Two (2) copies of each item, including written material, photographs, drawings, "dummy layouts" and the like shall be submitted at least six ( 6) weeks in advance of the proposed release date.

h. The items submitted must be complete. Photographs shall have captions.

i. Abbreviated materials or abstracts may be submitted if the intent is to determine the feasibility of going further in preparing a complete paper for clearance. However, final approval for release or disclosure of the material cannot be given on the basis of abstracts.

j. Outlines or rough drafts will not be cleared.

k. Materials submitted to MDA for release purposes shall be void of all Contractor logos or other attributions to the Contractor.

H-7 ORGANIZATIONAL CONFLICT OF INTEREST {OCI)

a. Purpose: The primary purpose of this clause is to aid in ensuring that:

( 1) the Contractor's objectivity and judgment are not biased because of its present, or currently planned interests (fmancial, contractual, organizational, or otherwise) which relate to work under this contract;

(2) the Contractor does not obtain an unfair competitive advantage by virtue of its access to non­public imormation regarding the Government's program plans and ac!ual or anticipated resources; and

(3) the Contractor does not obtain any unfair competitive advantage by virtue of its access to proprietary information belonging to others.

b. Scope: The restrictions described herein shall apply to performance or participation by the Contractor and any of its affiliates or their successors in interest (hereinafter collectively referred to as "Contractor") in the activities covered by this clause as prime Contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. The term "proprietary information" for purposes of this clause is any information considered so valuable by its owners that it is held secret by them and their licensees. Information furnished voluntarily by the owner without limitations on its use, or which is available without restrictions from other sources, is not considered proprietary .

(I) Maintenance of Objectivity: The Contractor shall be ineligible to participate in any capacity in contracts, subcontracts, or proposals thereof(solicited or unsolicited) which stem directly from the Contractor's performance of work under this contract. Furthermore, unless so directed in writing by the Contracting Officer, the Contractor shall not perform any services under this contract on any of its own products or services, or the products or services of another firm if the Contractor is, or has been, substantially involved in their development or marketing. In addition, if the Contractor under this contract prepares a complete, or essentially complete, Statement of Work (SOW), or other form of technical solutions, functions, requirements, or specifications document, to be used, directly or indirectly, in competitive acquisitions, the Contractor shall be ineligible to perform or participate in any capacity in any contractual effort which is based on such SOW or specifications. Nothing in this subparagraph shall preclude the Contractor from competing for follow-on contracts involving the same or similar services based on such a SOW or specification.

HQ0006-04-C-0002

Page 21 of30

(2) Access To and Use of Government Information: If the Contractor, in the performance of this contract, obtains access to information such as plans, policies, reports, studies, financial plans, or data which has not been released or otherwise made available to the public, the Contractor agrees that without prior written approval of the Contracting Officer, it shall not: (a) use such information for any private purpose unless the information has been released or otherwise made available to the public, (b) compete for work based on such information for a period of one year after the completion of this contract, or until such information is released or otherwise made available to the public, whichever occurs flrst, (c) submit an unsolicited proposal to the Government which is based on such information until one (I) year after such information is released or otherwise made available to the public, or (d) release such information unless such information has previously been released or otherwise made available to the public by the Government.

(3) Access To and Protection of Proprietary Information: The Contractor agrees that, to the extent it receives or is given access to proprietary data, trade secrets, or other confidential or privileged technical, business, or fmancial information (hereinafter referred to as "proprietary data") under this contract, it shall treat such information in accordance with any restrictions imposed on such information. The Contractor further agrees to enter into a written agreement for the protection of the proprietary data of others and to exercise diligent effort to protect such proprietary data from unauthorized use or disclosure. In addition, the Contractor shall obtain from each employee who has access to proprietary data under this contract, a written agreement which shall in substance provide that such employee shall not, during his/her employment by the Contractor or thereafter, disclose to others or use for their benefit, proprietary data received in connection with the work under this contract. The Contractor will educate its employees regarding the philosophy ofPart 9.505-4 of the Federal Acquisition Regulation so that they will not use or disclose proprietary information or data generated or acquired in the performance of this contract except as provided herein.

c. Subcontracts: The Contractor shall include this or substantially the same clause, including this paragraph, in consulting agreements and subcontracts of all tiers. The terms "Contract", "Contractor", and "Contracting Officer". will be appropriately modified to preserve the Government's rights.

d. Representations and Disclosures:

(l) The Contractor represents that it has disclosed to the Contracting Officer, prior to award, all facts relevant to the existence or potential existence of organizational conflict of interest as that term is used in FAR Subpart 9.5. To facilitate disclosure and Contracting Officer approval, the Contractor shall complete an OCI Analysis/Disclosure Form (Attachment 4, Section J) for each MDA, BMD, and BMD-related contract or subcontract.

(2) The Contractor represents that if it discovers an organizational conflict of interest or potential conflict of interest after award, a prompt and full disclosure shall be made in writing to the Contracting Officer. This disclosure shall include a description of the action the Contractor has taken or proposes to take in order to avoid or mitigate such conflicts.

e. Remedies and Waiver:

(I) For breach of any of the above restrictions or for non-disclosure or misrepresentation of any relevant facts required to be disclosed concerning this contract, the Government may terminate this contract for default, disqualify the Contractor for subsequent related contractual efforts, and pursue such other remedies as may be permitted by law or this contract. If, however, in compliance with this clause, the Contractor discovers and promptly reports an organizational conflict of interest (or the potential thereof) subsequent to contract award, the Contracting Officer may terminate this Contract for convenience if such termination is deemed to be in the best interest of the Government.

HQ0006-04-C-0002

Page22 of30

(2) The parties recognize that this clause has potential effe.cts which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the Contractor may at any time seek a waiver from the Director, MDA, (via the Contracting Officer) by submitting a full written description of the requested waiver and the reasons in support thereof.

f. Modifications: Prior to contract modification, when the SOW is changed to add new work or the period of performance is significantly increased, the Contracting Officer will request and the Contractor is required to submit either an organizational conflict of interest disclosure or an update of the previously submitted disclosure( s) or representation( s ).

H-8 ENABLING CLAUSE FOR BMD INTERFACE SUPPORT

a. It is anticipated that, during the performance of this contract, the Contractor will be required to support Technical Interface/Integration Meetings (TIMS) with other BMD Contractors and other Government agencies. Appropriate organizational conflicts of interest clauses will be negotiated as needed to protect the rights of the Contractor and the Government.

b. Interface support deals with activities associated with the integration of the requirements of this contract into Ballistic Missile Defense System plans and the support of the key BMDG program reviews.

c. The Contractor agrees to cooperate with BMD Contractors by providing access to technical matters, provided, however, the Contractor will not be required to provide proprietary information to non-Government entities or personnel in the absence of a non-disclosure agreement between the Contractor and such entities.

d. The Contractor further agrees to include a clause in each subcontract requiring compliance with the response and access provisions of paragraph c. above, subject to coordination with the Contractor. This agreement does not relieve the Contractor of its responsibility to manage its subcontracts effectively, nor is it intended to establish privity of contract between the Government and such subcontractors.

e. Personnel from BMD Contractors or other Government agencies or Contractors are not authorized to direct the Contractor in any manner. The Contractor agrees to accept technical direction as follows: Whenever it becomes necessary to modify the contract and redirect the effort, a change order signed by the Contracting Officer, or a supplemental agreement signed by both the Contracting Officer and the Contractor, will be issued.

f. This clause shall not prejudice the Contractor or its subcontractors from negotiating separate organizational conflict of interest agreements with BMD Contractors; however, these agreements shall not restrict any of the Government's rights established pursuant to this clause.

H-9 MDA VISIT AUTHORIZATION PROCEDURES

a. The Contractor shall submit all required visit clearances in accordance with NISPOM regulations and will forward all visit requests, identifying the contract number, to:

Office of the Secretary of Defense Missile Defense Agency 7100 Defense Pentagon, MDA/SOC Washington, D.C. 20301-7100 Phone No.: (703) 695-8048 FAX No.:(703) 693-1526

b. The Contracting Officer's Representative is authorized to approve visit requests for the Contracting Officer.

HQ0006-04-C-0002

Page 23 of30

H-10 PERSONNEL QUALIFICATIONS

The Contractor shall notify the Contracting Officer and Contracting Officer's Representative prior to making any changes in key staff. If replacing key staff the Contractor shall adhere to the following: (1) replacement person's qualifications are equal to or better than the qualifications of the person being replaced; or (2) the added person's qualifications are equal to or better than the Core Capabilities of this contract. Personnel qualifications are contained in Attachment 2.

H-11 ACQUISITION OF FACILITIES

The Contractor agrees to provide all necessary facilities (as defined under FAR 45.301 and further defined under FAR 45.101 definitions of Plant Equipment and Real Property) for the performance of this contract. The term facilities includes all general purpose office equipment and automated data/information processing equipment and software. Accordingly, the Contractor shall not purchase or lease facilities for the account of the Government without the express permission of the Contracting Officer. The Contracting Oflicer, before providing express permission to the Contractor, will coordinate all Contractor requests to acquire facilities with the Contracting Officer's Representative (COR) and will not authorize such acquisition without COR review and approval. In no case shall the cost to the Government for leased facilities, acquired under this contract, exceed the constructive cost of ownership. Additionally, acquisition or lease of facilities, if approved by the Contracting Officer, shall be provided at cost, applicable burdens applied, exclusive of prime Contractor fee/profit of other profit centers or business units of the prime Contractor.

H-12 INHERENTLY GOVERNMENTAL FUNCTIONS

An inherently governmental function is a function that is so intimately related to the public interest as to mandate performance by Government employees. These functions include those activities that require either the exercise of discretion or the making of value judgements in making decisions for the Government. The Contractor is not an agent or a representative of MDA and shall not assume these roles. While the Contractor may be required to visit other governmental agencies or Contractors to obtain information for MDA, such work shall be under the guidance of the COR. Fact finding involving foreign governments and necessarily U.S. relations with those governments shall not be performed by the Contractor.

The Contractor shall ensure that its employees performing this contract have read and understand Office of Federal Procurement Policy Letter 92-1, dated September 23,1992, on this subject. In the event the Contractor is concerned that work requested of it violates the Policy Letter, it shall immediately inform the Contracting Officer.

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.202-1 52.203-3 52.203-5 52.203-6 52.203-7 52.203-8

52.203-10 52.203-12

52.204-2 52.204-4 52.209-6

52.211-15 52.215-2 52.215-8 52.215-10 52.215-12 52.215-16 52.215-18

52.215-19 52.215-20 Alt II

52.215-21 AJt II

52.216-7 52.216-8 52.217-8 52.219-8 52.219-9 52.219-16 52.222-2 52.222-3 52.222-21 52.222-26 52.222-35

52.222-36 52.222-37

52.223-6 52.223-14 52.225-13 52.225-13 (Dev) 52.227-1

Definitions Gratuities Covenant Against Contingent Fees Restrictions On Subcontractor Sales To The Government Anti-Kickback Procedures

DEC2001 APR 1984 APR 1984 JUL 1995 JUL 1995

Cancellation, Rescission, and Recovery ofFunds for Tilegal or JAN 1997 Improper Activity Price Or Fee Adjustment For Illegal Or Improper Activity Limitation On Payments To Influence Certain Federal Transactions Security Requirements Printed or Copied Double-Sided on Recycled Paper Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

JAN 1997 JUN2003

AUG 1996 AUG2000 JUL 1995

Defense Priority And Allocation Requirements SEP 1990 Audit and Records--Negotiation JUN 1999 Order of Precedence--Uniform Contract Format ocr 1997 Price Reduction for Defective Cost or Pricing Data Ocr 1997 Subcontractor Cost or Pricing Data Ocr 1997 Facilities Capital Cost of Money JUN 2003 Reversion or Adjustment of Plans for Postretirement Benefits Ocr 1997 (PRB) Other than Pensions Notification of Ownership Changes ocr 1997 Requirements for Cost or Pricing Data or Information Other OCT 1997 Than Cost or Pricing Data (Oct 1997)- Alternate II Requirements for Cost or Pricing Data or Information Other Ocr 1997 Than Cost or Pricing Data--Modifications (Oct 1997)-Alternate II Allowable Cost And Payment DEC 2002 Fixed Fee MAR 1997 Option To Extend Services NOV 1999 Utilization of Small Business Concerns Ocr 2000 Small Business Subcontracting Plan JAN 2002 Liquidated Damages-Subcontracting Plan JAN 1999

Payment For Overtime Premiums JUL l990 Convict Labor JUN 2003 Prohibition Of Segregated Facilities FEB 1999 Equal Opportunity APR 2002 Equal Opportunity For Special Disabled Veterans, Veterans ofDEC 2001 the Vietnam Era and Other Eligible Veterans Affirmative Action For Workers With Disabilities JUN 1998 Employment Reports On Special Disabled Veterans, Veterans DEC 2001 Of The Vietnam Era, and Other Eligible Veterans Drug Free Workplace Toxic Chemical Release Reporting Restrictions on Certain Foreign Purchases Restriction on Certain Foreign Purchases Authorization and Consent

MAY2001 JUN2003 JUN2003 JUN 2003 JUL 1995

HQ0006-04-C-0002

Page 24 of30

52.227-2

52.227-10 52.227-11 52.228-7 52.230-2 52.230-3 52.230-6 52.232-17 52.232-22 52.232-23 52.232-25 52.232-33

52.233-1 Alt I 52.233-3 Alt I 52.242-1 52.242-3 52.242-4 52.242-13 52.243-2 Alt I 52.244-2 Alt I 52.244-5 52.245-5 Alt I

52.246-25 52.249-6 52.249-14 52.250-1 Alt I

52.251-1 52.253-1 252.201-7000 252.203-7001

252.203-7002 252.204-7000 252.204-7003 252.204-7004 252.205-7000

252.208-7000

252.209-7000

252.209-7004

252.215-7000 252.223-7004 252.223-7006

252.225-7012 252.225-7031

Notice And Assistance Regarding Patent And Copyright Infringement Filing Of Patent Applications--Classified Subject Matter Patent Rights--Retention By The Contractor (Short Form) Insurance--Liability To Third Persons Cost Accounting Standards Disclosure And Consistency Of Cost Accounting Practices Administration of Cost Accounting Standards Interest Limitation Of Funds Assignment Of Claims Prompt Payment Payment by Electronic Funds Transfer--Central Contractor Registration Disputes (Jul 2002) - Alternate I Protest After Award (Aug 1996)- Alternate I Notice ofintent to Disallow Costs Penalties for Unallowable Costs Certification of Final Indirect Costs Bankruptcy Changes--Cost-Reimbursement (Aug 1987)- Alternate I Subcontracts (Aug 1998)- Alternate I Competition In Subcontracting Government Property (Cost-Reimbursement, Time-and­Material, Or Labor-Hour Contracts) (Jun 2003) Alternate I Limitation Of Liability--Services Termination (Cost Reimbursement) Excusable Delays Indemnification Under Public Law 85-804 (Apr 1984) -Alternate I

AUG 1996

APR 1984 JUN 1997 MAR 1996 APR 1998 APR 1998 NOV 1999 JUN 1996 APR 1984 JAN 1986 FEB 2002 MAY 1999

DEC 1991 JUN 1985 APR 1984 MAY2001 JAN 1997 JUL 1995 APR 1984 AUG 1998 DEC 1996 JUN2003

FEB 1997 SEP 1996 APR 1984 APR 1984

Government Supply Sources APR 1984 Computer Generated Forms JAN 1991 Contracting Officer's Representative DEC 1991 Prohibition On Persons Convicted of Fraud or Other Defense- MAR 1999 Contract-Related Felonies Display Of DOD Hotline Poster Disclosure Of Information Control Of Government Personnel Work Product Required Central Contractor Registration Provisions Oflnformation To Cooperative Agreement Holders

DEC 1991 DEC 1991 APR 1992 NOV2001 DEC 1991

Intent To Furnish Precious Metals As Government--Furnished DEC 1991 Material Acquisition From Subcontractors Subject To On-Site Inspection Under The Intermediate Range Nuclear Forces (INF) Treaty

NOV 1995

Subcontracting With Firms That Are Owned or Controlled By MAR 1998 The Government of a Terrorist Co\mtry Pricing Adjustments Drug Free Work Force Prohibition On Storage And Disposal Of Toxic And Hazardous Materials Preference For Certain Domestic Commodities Secondary Arab Boycott Ofisrael

DEC 1991 SEP 1988 APR 1993

FEB 2003 APR2003

HQ0006-04-C-0002

Page 25 of30

252.225-7043 Antiterrorism/Force Protection Policy for Defense ContractorsJUN 1998 Outside the United States

252.227-7013 252.227-7016 252.227-7025

252.227-7030 252.227-7034 252.227-7036 252.227-7037 252.227-7039 252.231-7000 252.239-7016

252.242-7000 252.243-7002 252.245-700 l 252.247-7023 252.247-7024 252.249-7002

252.251-7000

Rights in Technical Data--Noncommercial Items Rights in Bid or Proposal Information Limitations on the Use or Disclosure of Govenunent­Furnished Information Marked with Restrictive Legends Technical Data--Withholding OfPayment Patents--Subcontracts Declaration of Technical Data Conformity Validation of Restrictive Markings on Technical Data Patents--Reporting Of Subject Inventions Supplemental Cost Principles Telecommunications Security Equipment, Devices, Techniques, And Services Postaward Conference Requests for Equitable Adjustment Reports Of Govenunent Property Transportation of Supplies by Sea Notification OfTransportation Of Supplies By Sea Notification of Anticipated Program Termination or Reduction Ordering From Government Supply Sources

CLAUSES INCORPORATED BY FULL TEXT

52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984)

NOV 1995 JUN 1995 JUN 1995

MAR2000 APR 1984 JAN 1997 SEP 1999 APR 1990 DEC 1991 DEC 1991

DEC 1991 MAR 1998 MAY 1994 MAY2002 MAR2000 DEC 1996

OCT2002

HQ0006-04-C-0002

Page26of30

(a) In performing this contract, the Contractor is not authorized to make expenditures or incur obligations exceeding $10,848,000.00 dollars.

(b) The maximum amount for which the Government shall be liable if this contract is terminated is $10,848,000.00 dollars.

(End of clause)

52.232-35 DESIGNATION OF OFFICE FOR GOVERNMENT RECEIPT OF ELECTRONIC FUNDS TRANSFER INFORMATION (MAY 1999)

(a) As provided in paragraph (b) of the clause at 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration, the Govenunent has designated the office cited in paragraph (c) of this clause as the office to receive the Contractor's electronic funds transfer (EFT) information, in lieu of the payment office of this contract.

(b) The Contractor shall send all EFT information, and any changes to EFT information to the office designated in paragraph (c) of this clause. The Contractor shall not send EFT information to the payment office, or any other office than that designated in paragraph (c). The Government need not use any EFT information sent to any office other than that designated in paragraph (c).

(c) Designated Office:

HQ0006-04-C-0002

Page 27 of30

Name:

Mailing Address:

Telephone Number:

Person to Contact:

Electronic Address:

(End of clause)

52.232-35 DESIGNATION OF OFFICE FOR GOVERNMENT RECEIPT OF ELECTRONIC FUNDS TRANSFER INFORMATION (MAY 1999)

(a) As provided in paragraph (b) of the clause at 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration, the Government has designated the office cited in paragraph (c) of this clause as the office to receive the Contractor's electronic funds transfer (EFT) information, in lieu of the payment office of this contract.

(b) The Contractor shall send all EFT information, and any changes to EFT information to the office designated in paragraph (c) of this clause. The Contractor shall not send EFT information to the payment office, or any other office than that designated in paragraph (c). The Government need not use any EFT information sent to any office other than that designated in paragraph (c).

(c) Designated Office:

Name:

Mailing Address:

Telephone Number:

HQ0006-04-C-0002

Page 28 of30

Person to Contact:

Electronic Address:

(End of clause)

52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (APR 2003)

(a) Defmitions.

"CQmmercial item", has the meaning contained in the clause at 52.202-1, Definitions.

"Subcontract", includes a transfer of commercial items between divisions, subsidiaries, or affiliates of the Contractor or subcontractor at any tier.

(b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, CQmmercial items or nondevelopmental items as components of items to be supplied under this contract.

(c) (1) The CQntractor shall insert the following clauses in subcontracts for commercial items:

(i) 52.219-8, Utilization of Small Business Concerns (OCT 2000) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($ 1 ,000,000 for construction of any public facility} , the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246).

(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligib le Veterans (DEC 2001} (38 U.S.C. 4212(a)).

(iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793).

(v) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (APR 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 263 1) (flow down required in accordance with paragraph (d) of FAR clause 52.247-64}.

(2) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded under this contract.

(End of clause)

HQ0006-04-C-0002

Page 29 of30

52.252-2 CLAUSES IN CORPORA TED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer wiU make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

[Insert one or more Internet addresses]

(End of clause)

HQ0006-04-C-0002

Page 30 of30

Section J- List of Documents, Exhibits and Other Attachments

SECTION J

DOCUMENT

EXHIBIT A

ATIACHMENT I

ATI ACHMENT 2

ATIACHMENT3

ATIACHMENT 4

Contract Data Requirements Lists (DD Forms 1423-1)

Statement of Work -- "Scientific, Engineering, and Technical Assistance Services for MDA Headquarters Program Planning Support"

Personnel Qualifications

Contract Security Classification Specification (DD Form 254)

OCI Analysis/Disclosure Form

Exhibit A HQ0006-04-C-0002

CONTRACT DATA REQUIREMENTS LIST

FOR

THE

SCIENTIFIC, ENGINEERING AND TECHNICAL ASSISTANCE (SETA) SUPPORT

FOR THE SYSTEMS ENGINEERING (SE) DIRECTORATE

AND

THE

PROGRAM DIRECTOR, BM/C2 (BC)

October 10, 2003

PREPARED BY

MISSILE DEFENSE AGENCY

A. INTRODUCTION

Exhibit A HQ0006-04-C-0002 Page 1 of12

The Contract Data Requirements List (CDRL) is prepared in a word processing fonnat to increase the efficiency of electronic development and transmission. Block numbering and titles remain as used in the DD Form 1423 as derived from Procedures for the Acquisition and Management ofTechnical Data, DoD 5010.12-M.

B. APPLICABLE DOCUMENTS

DoD 501 0.12-L, Acquisition Management Systems and Data Requirements Control List (AMSDL), Apr. 1997

DoDD 5230.24, Distribution Statements on Technical Documents, Mar. 18, 1987

C. AUTHORITIES (BLOCK 4)

Data Item Descriptions (DIDs) entered in CDRL blocks 2 and 4 are selected from the Acquisition Management Systems and Data Requirements Control List (AMSDL), DoD 501 0.12-L. The application of any DID tailoring is indicated by addition of the suffix "T" to the DID number entered in Block 4. Such tailoring is accomplished to relax format requirements or conform the data requirement to those requirements contained in the Statement of Objectives (SOO).

D. APPROVAL (BLOCK 8)

Selected data will require approval before their submission is considered fmal. The approving authority shall be the MDNTR Contracting Officer's Representative (COR) as indicated by the first addressee entry ofBlock 14.a. The use of"N/A" in Block 8 does not forfeit or otherwise affect the Government's right to consider unacceptable any submission of data that does not comply with the contract requirements.

E. DATA DELIVERY DUE DATES (BLOCKS 12 AND 13)

Data will be considered delinquent when not physically arriving or electronically available at the distribution destination on the date(s) specified. Unless otherwise indicated, references to "days" are calendar days.

F. SUPPLEMENTAL INFORMATION

G. DEFINITIONS OF ACRONYMS AND ABBREVIATIONS

DIBlock 7 8 9 10

11 12 13 14

Entry LT NIA N/A ASREQ ANNLY MTHLY NIA DAC xxDARP LT

Definition Letter of transmittal Not applicable Not applicable As required Annually Monthly Not applicable Days after contract initiation xx Days After Reporting Period Letter of transmittal

I. ADDRESSEE LIST

Block 14 :fumy Complete Mailing Address

Missile Defense Agency AITN: MDAI __

Exhibit A HQ0006-04-C-0002 Page 2 of12

MDAIBC&SE MDA/CT, or MD A/PIA Navy Annex - Federal Office Building 2 (FOB2)

1301 Southgate Road

DTIC

BIRC

Arlington, VA 22202

Defense Technical Information Center ATIN: DTIC-FDAC 8725 John J. Kingman Road Fort Belvoir, VA 22060-6218

BMD Information Resource Center Navy Annex - Federal Office Building 2 (FOB2) - Wing 8 1301 Southgate Road, Room G8062 Arlington, VA 22202

CONTRACT DATA REQUIREMENTS LIST Form Approved (1 Data Item) OMB No. 0704-0188

PubliG~burdool fi:wothi.~ot.,.~W.~to.,'Cfti'C IIOhol.npcr~ ~tlllctin~bn:V'~~-JbuC:~KWdiW!suilringdiN~;.~tMMiitl"-in:ln:aiho..._o.dod..ndo::wnplcti:naanclrnWrilatbe~orfrlbbotioft. Sendoommmtt~thilbutdc:na.lrtw.:caranyod!erupeototd!.ia~ori'lbm&rioft, Wlc:bM&~ b ~1bilbwdm.1o l.)(oputmmtolOcrm., WIIIIICp;,n H~WIJ't«SSctvicce, 0 ........ kc"Jn~Opention•and RCIJ'0'1*, 121S '<:f'JMoo O..vil lli£hny,SuM 1204. Min&IIOfl. VA 22:202:~.ancltolho Ofr.a.ofMil'l•~.-d ~ P~ ~ PNjc!<:t(0704.0138~ WaMingson. DC10S03. PkuoOONOr R.l)l'URN )'01.11 bin toeilberoflhetc~ Smdoomplc1cd form totheOtn~ ~ Cootr'IIC::lWia:Off.ccrOOrlbc~No. listodi'tRirocltP..

A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY 0003 A TOP TM OTHER X~

D. SYSTEM/ITEM E. CONTRACTIPR. NO F. CONTRACTOR

Computer Sciences Corporation SET A For MD NBC & SE HQ0006.04-C-0002

I. DATA ITEM 2. TITLE OF DATA ITEM 3. SUBTITLE NO.

AOOI Conference Agenda Program Review Agenda

4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE

Dl-ADMN-81249A/T, Oct. 1993 SOO and Contract Clause C-1 MDNBC&SE

7. DD250 REQ 9.DIST 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION

LT STATEMENT REQUIRED

ASREQ 45DAC b. COPIES

8. APPCODE N/A 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION

A N/A ASREQ

16. REMARKS

Block 4: Paragraph I 0.2.c: Add "Either with this agenda, or as supplemental documentation for distribution not later than Program Review commencement, provide listing of objectives and decisions required associated with each topic or subtopic."

Block 8: Approval will be for technical content. Draft submission 13 working days before Program Review commencement. Allow two working days for Government review and comment. The contractor shall publish final agenda I 0 working days before Program Review commencement.

Blocks 14 and I 5: Delivery shall be by electronic media unless otherwise directed by the Contracting Officer's Representative (COR). Electronic form shall be compatible with existing MDA word processing, spreadsheet, and database applications. Additional distribution as directed by COR.

G. PREPARED BY H. DATE Joseph L Hamrick, Lt Col, USAF, MDNSE 10/10/03

DD Form 1423-1, JUN 90Previous editions are obsolete. 1007/183

I. APPROVED BY Mr. William H. Stieglitz, MDAIPI

Final

a. ADDRESSEE Draft Reg Repro

MDAIBC&SE 1 1

MDNCTS LT

MD A/PIA- Data Manager LT

15. TOTAL

=> I 1

J. DATE

10110/03

Page _3_of.J.L Pages

CONTRACT DATA REQUIREMENTS LlST Form Approved (1 Data fum) OMB No. 0704-0188

Pl.tb4k: report~& burdm l«th~colloctioft or-.bmet:ion ilesrinuolledto awnce 1 10bourtJ)(t'~ he~ llletirno forre~iewirlj -.~ .. toflldt~e~-~~ddl ~ pthemaand nuim:a:in:inafhcda:. r~C!edod,t.ndocm~Md.re~ lhcCIOOoc'tiot! Qrinbm&Mn. Scond comments ftVl'din& lhie bwdeo ~or enyOI:h« upoct ofih.ilt oolloctiotl of~ron...lion, including ..,~ far mbi~ thie burden.. to [)cpNtmcflto f[)c.r.., W.hin~ II~ Sen~ OirociOnte b &tfotmation Opor.riont end RqJOJU. 1215 Jcffcnoa 0.~ ~~if. 1204, M~ VA22:20l-4l02, 1nd llotho Offiocof~and.Jlrudpc, •• ......,... R~ ~(0704.0188). W~.W.Pl'f', DC 20$0). P1cuo00NOT R211.TRN yoc.- bm lt)cithcro(lflc:~eedcftu:•. Sendo::~m~ bm 10ibo ()oo.'CW'I'WIMN ~~

Oflicer b ihc Conln!W'PR. Na iiMd Wt Rbck P-

A. CONTRACT LINE ITEM NO. B. EXHffiiT C. CATEGORY 0003 A TOP TM OTHER XX

D. SYSTEM/ffEM E. CONTRACT/PR. NO F. CONTRACTOR

Computer Sciences Corporation SETA For MDA/BC & SE H00006-04-C-0002

I. DATA ITEM 2. TITLE OF DATA ITEM 3. SUBTITLE NO.

A002 Conference Minutes Program Review Minutes

4. AUTHORITY (Data Acquisititm Document No.) 5. CONTRACT REFERENCE 6. REQUIRrNG OFFICE

DI-ADMN-81250A, Oct. 1993 SOO and Contract Clause C-1 MDAIBC&SE

7. DD250REQ 9.DIST 10. FREQUENCY 12. DATE OF F[RST SUBMISSION 14. DJSTRWUTION

LT STATEMENT REQUIRED

ASREQ ASREQ b. COPIES

8. APPCODE N/A II. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION

A N/A ASREQ

16. REMARKS

Block 8: Approval will be for technical content. Draft submission five working days after Program Review completion. Allow three working days for Government review and comment. The contractor shall publish final minutes three working days after approval of drdft.

Blocks 14 and 15: Delivery shall be by electronic media unless otherwise directed by the Contracting Officer's Representative (COR). Electronic form shall be compatible with existing MDA word processing, spreadsheet, and database applications. Additional distribution as directed by COR.

G. PREPARED BY fl. DATE

Joseph L. Hamrick, U Col, USAF, MDAISE 10/10/03

DD Form 1423-1, JUN 90Previous editions are obsolete. 1007/ 183

I. APPROVED BY

Mr. William H. Stieglitz, MDAIP1

Final

a. ADDRESSEE Draft Reg Repro

MDAIBC&SE I I

MDA/CTS LT

MD A/PIA- Data Manager LT

15. TOTAL

=> I I

J. DATE

10/10/03

Page _ 4_ or_n__ Pages

CONTRACT DATA REQUIREMENTS LIST Form Approved (I Data Item) QMB No. 0704-0188

Pub& l'l"ppO'tin& burdien ror lbit~ of _,bnw.tion il cPN.'Iod to·~ 110 how. PI' I'CIIpln50, Ul~a ~timo b rc''icwina ~ .. tctn:h~ cK'.OOa data aourcct, g.brirlg aDd t~U~MWIWI3 thcld-t. noedcd. And c:cmpletina uc1 f'C'Iicrila: tbo oollrection ofinbm.doa. Smd comment.,..~ \hit bwdM ~or anyolheorupc.:to£chlt ~oflnbmation. ~b!rc ~ions tQr twdt.»eing_ this bunJcn.,IO 1Xpu1rnm1 of.O.:f.enac. Wadl~i'Oft H.dq~ ScMoc:a. Oi:rociQR,. b lliJQrm.ticn ()penitinrl8 •nd ~ 1215leffenon O.vis HtaJ!.,. .. y, SIIQI104, M~, VA 2:2202-4302, andiiO ltlcOffiocoC~«JM!nt ancJ 0~ P~ RoductiQft Projocc (0'104~18t), Wuh~. 0C 20S0l. J"kueOONOT RBTl.'RN yow bm rorihcfofttmo~. Scndoomplelai form to lho(icn·emmmt iuu.~ Ccnnclin. Of'ficu (()I dw CoMred.IPR l"lo. liD:I in Rlodt E.

A. CONTRACT LINE ITEM NO. B. EXHIDIT C. CATEGORY 0003 A TOP T M OTHER XX

D. SYSTEM/ITEM E. CONTRACf/PR. NO F. CONTRACTOR

SETA Sup :><>rt for MD NBC & SE HQ0006.04-C-0002

I. DATA ITEM 2. TITLE OF DATA ITEM 3. SUBTITLE NO.

A003 Scientific & Technical Reports Analysis Report

4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE

DI-MISC-807IIff, Dec. 1988 SOO and Contract Clause C-1 MDA/BC&SE

7. 00250 REQ 9. DIST 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION

LT STATEMENT REQUIRED

See Block 16 See Block 16 b. COPIES

8. APPCODE II. AS OF DATE 13. DATE OF SUBSEQUENT D SUBMISSION

A N/A See Block 16

16. REMARKS

Block 4: Formats to be proposed by contractor for COR approval.

Block 9: Distribution authorized to DoD and U.S. DoD contractors only - critical technology 21 July 1994. Other requests shall be referred to MDA/BC & SE.

Blocks 10, 12 and 13: Draft and final submissions as directed by the COR.

Blocks 14 and 15: Delivery shall be by electronic media unless otherwise directed by the COR. Electronic form shall be compatible with existing MOA word processing, spreadsheet, and database applications. Distribution of final reports to MDAIBIRC and OTIC as directed by the COR.

G. PREPARED BY H. DATE Joseph L. Hamrick, Lt Col USAF, MDA/SE 10/10/03

DD Form 1423-1, JUN 90Previous editions are obsolete. 1007/ 183

I. APPROVED BY

Mr. William H. Stieglitz, MOA/PI

Final

a. ADDRESSEE Draft Reg Repro

MOAIBC&SE 1 1

MDA/CfS LT

MD A/PI- Data Manal!.er LT

MOABIRC 1

OTIC I

15. TOTAL

=> 1 3

J. DATE

10110/03

Page _S_of__!L Pages

CONTRACT DATA REQUIREMENTS LIST Form Approved (1 Data Item) OMB No. 0704-0188

P"uMMc:~tur..bfbrd!iiCit'ollafbao(*'~il..m.tedto •\"CftrrP I 10holn,_,.,.._.~~--b~-ina:~ ......... o .... M.~ ........ Mdm1kiU .. dw.._DOIOIW,.:t~andi~.-.lbeCl011Dc:tioaot-.~ Sc.sOOIIMifttCI,......IM.,.......,. ..... :roe....,aotthil~f;l{~~~·~thil'burd!M,~~ofOc:n...w....,_~~~~.aa~()pc:ftcioniW~IltsJ~trenano.-.w

~~~ 12104,.~ VA22:2<U-4J02 • .-..IO .. Of&.toiM.......-IIId~~~Pn;eca (070+01A). W~OC:tt»Q), P._.OONOTR.tiTURNJOWSw.IOdtwot.a-~ ScM~i:rnl-.fxc::towmrnc'ftt-...q Ofl5o. btM o .. na:PR No. '*". e .. -... s..

A. CONTRACT LINE ITEM NO. B. EXHffiiT C. CATEGORY

0003 A TOP TM OTH£R XX D. SYSTEM/ITEM E. CONTRACTIPR. NO F. CONTRACTOR

Computer Sciences Corporation SETA SUPPOrt for MDAIBC & SE H()(lO()f..{\d.-C-0002

I. DATA ITEM 2. TITLE OF DATA ITEM 3. SUBTITLE NO.

A004 Technical Report - Study/Services Action Item Tracking

4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE

DI-MISC-80508([, Jan. 1988 SOO and Contract Clause C- 1 MDAIBC&SE

7. DD250REQ 9. DIST 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION

LT STATI3MENT REQUIRED

See Block 16 Sec Dlock 16 b. COPIES

8.APP CODE I I. AS OF DATE 13. DATE OF SUBSEQUENT D SUBMISSION

NIA N/A See Block 16

16. REMARKS

Block 4: Formats to be proposed by contractor for COR approval.

Blocks I 0, 12 and 13: Draft and fmal submissions as directed by the COR.

Blocks 14 and 15: Delivery shall be by electronic media unless otherwise directed by the COR. Electronic form shall be compatible with existing MDA word processing, spreadsheet, and database applications.

G. PREPARED BY H. DATE

Joseph L. Hamrick, Lt Col USAF, MDA/SE 10/10/03

DD Form 1423-1, JUN 90Previous editions are obsolete. 10071183

I. APPROVED BY

Mr. William H. Stieglitz, MDA/Pl

Final

a. ADDRESSEE Drat\ Reg Repro

MDAIBC&SE l I

MDA/CTS LT

15. TOTAL

~ I I

J.DATE

10/ 10/03

Page _6_of_!1_ Pages

CONTRACT DATA REQUIREMENTS LIST Form Approved (1 Data Item) OMB No. 0704-0188

Public~g bwden for tb'-ootkction of in(annatioo ilcttiml~tolo •~·oellObotnper~ ~b.tintO.Iimc for ~~-.·ina ~~h~G.IIiltifwdat.l ~ ptherin&and mad.inklg ~be data needed, .nct~lftd.re~..,tbcooBoch:irlo.finJorme.rioo. Send~• ~a daiabwden e!lllinutecwanyc.JI:hcrr .-poctolthiacolloctionormbmaMn. incbWrlg•~ bmi~.M:Ingthil t:.un1en, to ()copwtmerltor Deren.c. Wuhfna_tl)n l·tcedquanen Sconic.-, ~te lbr tnbm...ricxt ()pmljoN al'ldR~ 121$ Jeff~~.,;. ll ighw•y, St~ilc 1204,htmp:A. VA222Q2.4J02,Mdtoibc OO'io.leofM.f.neeemmt Uldlhidcd. P....,.oort R«l..cl'ion Projoc' (0'104-0188). Wuhingann, 0C 20$0). ptcqo OONO T RET1.JRN'JOiiJrft.nnto~ihn'ofthote.&huet.. Send«lmpk:ted bm10 dlc<lovtMmet~l Wl.l~ C«lcrrlclirt~~> Officer b-Ib. Con~r~c.t>'PR No.lit.t«l in Bbck E.

A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY 0003 A TOP TM OTHER XX

D. SYSTEM/ITEM E. CONTRACT/PR. NO F. CONTRACTOR Computer Sciences Corporation

SETA Suooort For MDAIBC & SE HQ0006.04.C0002

I. DATA ITEM 2. TITLE OF DATA ITEM 3. SUBTITLE NO.

A005 Funds & Manhour Expenditure Report Funds & Labor Hour Expenditure Report

4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOO and Contract Clause C-1

01-FNCL-80331/T Feb 87 MDAIBC&SE 7. DD250REQ 9. DIST 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION

LT STATEMENT MTHLY 10 DARP REQUIRED b. COPIES 8. APPCODE See Block 16 I I. AS OF DATE 13. DATE OF SUBSEQUENT

SUBMISSION Final N/A MTHLY 20DARP a. ADDRESSEE Draft 16. REMARKS MDA/CTS

The following detai ls shall be reported monthly: MDA/SE

1. Period of Performances (POPs), all preceding and current

a. All preceding POPs shall exclude graphs b. Current POP shall include graphs

2. Total Contract Summary shall include graphs.

BLOCK 4: DI-FNCL-80331/T Feb 87 shall be modified as noted. Section I 0, Preparation Instructions, shall be revised, in its entirety, to the following:

I 0.1 General. The Funds & Labor Hour Expenditure Report shall contain the following data: a. A tabular listing of contract baseline and authorized values (when applicable), along with actual labor hours and expenditures inclusive of the reporting period compared to the latest negotiated change, including estimate at completion, as shown in Attachment 1.

b. A graphical plot of actual expenditures versus planned dollars projected to completion along with a plot of the current funding

c. A graphical plot of actual labor hours versus planned labor hours projected to completion.

10.2 Scope. Each unit (CLINs, Task Orders, (T.O.s), POPs) will be addressed as identified above in bold.

15. TOTAL

~ SEE

G. PREPARED BY H. DATE l. APPROVED BY J. DATE Joseph L Hamrick, Lt Cot USAF, MDA/SEM 10/10/03 William H. Stieglitz, Data Manager, MDAIPI 10/ 10/03

DD Form 1423-1, JUN 90Previous editions are obsolete. 1007/ 183

Page _7_of_ll_ Pages

Reg Repro

I

2

Blk 16

CONTRACT DATA REQUIREMENTS LIST Form Approved (1 Data Item) OMB No. 0704-0188

P\ablic~gbwdm &th•oolkdionot'i:nbYnar.,.. iA~IO·\~ 110hwnpN"R!IIpOf'l.te,b:ludrt&tholim.for~vic~~tetrch_..&:~c!.'-~~thcrin&Andnw.inta~klatllC'dat. ~Nldc:w:.u..,..,a~~thc.c.olloemnofinbmatbt.. SendClOnlmmta~a:thittudmCIII.Yrlll!tootan)'«bet&llp.ltCo(lhiscolkaionolin~ine~~·torNC).xW!gthitbwdcn,»~liiOfOc"'*-.W.sh~H~Sen.ices,l)irKionlteblnbmetiucl~andRcpora.lliSkf'fer.:lnO.\W Hjpway, Su~ 1204, Arml(lon. VA 22:!024302~ ..Wto lhoOilXeof~~ and 911Cftct. P•~lt~~Pqoct(0104·.01SS). WMhin.p:la, l'>C 2()$0). p~ OONOTR.Et'\JIUII )'Q'W bm lolci!huorthGte~-. Sen~~ form 101hcOowrnmmt inuirl& ~irur:Of'Sc«btlloContnd!PR No. JW!Iod ift Bb::k B.

A. CONTRACf LINE lTEM NO. B. EXHIBIT C. CATEGORY

0003 A TOP --TM OTHER XX D. SYSTEM/ITEM E. CONTRACf/PR. NO F. CONTRACTOR

SETA Sup 1>0rt For MD NBC & SE HQ0006-04-C-0002 Com_l)_uter Sciences Corporation

1. DATA ITEM 2. TITLE OF DATA ITEM 3. SUBTITLE NO.

A005Cont. Funds and Manhour Expenditure Report Funds & Labor Hour Expenditure Report

4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACf REFERENCE 6. REQUIRING OFFICE

DI-MGMT-80508fr, Jan. 1988 SOO and Contract Clause C-1 MDNBC&SE

7. DD250REQ 9. DIST 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION

LT STATEMENT MTHLY 90DAC REQUIRED b. COPIES

8.APPCODE N/A II. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final

A N/A See Block 16 a. ADDRESSEE Draft Reg Repro

16. REMARKS

Block 4: Continued

I 0.3 Format and Content: Each detailed report shall contain the following:

10.3.1 Monthly Funds and Labor Hour Ex11enditure Re11Qrt. This chart shall contain the following data elements (see Attachment 1):

10.3. 1.1 The table heading (on the left side) shall include contract number, latest executed modification, contract type (cost and fee arrangements, CPFF, CPAF, etc.), report description (Contract Summary, Option I, CLIN, etc.); (the right side) shall include preparation date, reporting period, POP, and funding.

10.3.1.2 The elements shall contain a breakdown by the following categories: Direct Labor Hours, Total Labor (Unburdened $), Other Direct Costs ($) and Fee ($).

Line I. Direct Labor, shall identify direct labor hours by the labor categories negotiated in the contrdct (as awarded or later modified) for both the Prime Contractor and Subcontractors.

Line 2 shall provide a subtotal of Direct (unburdened) Labor Dollars for the Prime Contractor.

Line 3 shall identify ODCs for the Prime Contractor and Subcontractors. Separate line items within the ODC category shall identify facilities (rent, equipment, etc.), travel (including subsistence and other allowable costs related to travel), and any minor categories listed in "other".

Line 4 shall identify the Prime Contractor's Total Indirect Cost amount.

Line 5 shall provide Overall Cost for the Prime Contractor and Subcontractors

Line 6 shall provide the fee amount for the Prime Contractor and Fee amount for Subcontractors. Cost Plus Fee amount shall be identified.

Open/Outstanding Commitments (the estimated dollar obligations (excluding accrued expenditures) to vendors or subcontractors including any termination liability) shall be identified, and total amount plus commitments shall be provided.

10.3.1.3 Column "A" shall be labeled Current Contract Baseline. A total summary of the latest negotiated contract up to and including the fully executed modification identified in the table heading. Column "A I" shall contain all data for the Prime Contractor. Column "A2" shall contain all data for the Subcontractors. Column "A3" shall contain the combined total data for both the Prime Contractor and the Subcontractors.

10.3.1.4 Column "B" shall be labeled Task/Deliven: Order Authorized. A total summary of the latest authorized task/delivery orders. NOTE: This will not be applicable for completion contracts. 15. TOTAL

=> G. PREPARED BY H. DATE I. APPROVED BY J. DATE

Joseph I~ Hamrick, Lt Col, USAF, MDNSEM 30Cf03 William H. Stieglitz, Data Manager, MDAIPI 30Cf03

DD Form 1423-1, JUN 90Previous editions are obsolete. Page _8_of..1L Pages

.-1

CONTRACT DATA REQUIREMENTS LIST Form Approved (1 Dt1ta Item) OMB No. 0704-0188

~,.,..._,b.Ydo. hlhi.oo~ol-~8f!ltimdldto•~ltOhowt,.~~htibebiiC'\....,.~JCM:hlrlscailllwc.t.c.~..,...._.~.,.._....,.._-"~aa:nd~T-~hcdlocli.:.lnofil~ Smd__.,~··~-m..or .. y~....,.aolt.GGlleetiotlolift~~~forM<Iroc ... lhi.buJdn..IIDDepwtmonllofO.r..., W ....... l~s....-.~ bllllli;nwtioa~aM~ 12J,Jcffc:no.l)r.i&

~~~ 13:W, ~ VA 2l20l:-tJOl,...t 110twoa;.;.ol~ ... ~p~~,...,. (0104-0111). W ...... OC 2010) P'IIIMI- DOto:Of R.BTUR.~ )'OWb'..IOeilhorold-.e~ Scndoompkted. bm 10H~--.. ()t!k. bbCcMcncWR So III!Mdl.t 9b.t 6..

A. CONTRACf LINE ITEM NO. B. EXHIBIT C. CATEGORY

0003 A TOP TM OTIIER XX

D. SYSTEM/ITEM E. CONTRACf/PR. NO F. CONTRACfOR Computer Sciences Corporation

SETA Sup1>0rt For MDA/13C & SE HQ0006-04-C-0002

I. DATA n'EM 2. TITLE Of DATA ITEM 3. SUBTITLE NO.

A005 Cont. Funds and Manhour Expenditure Report Funds and Labor Hour Expenditure Report

4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACf REFERENCE 6. REQUIRING OFFICE

DI-ADMN-81250A!f, Oct. 1993 SOO & Contract Clause C-1 MDNBC&SE

7. DD250 REQ 9.DIST 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION

LT STATEMENT REQUIRED

ASREQ Sec Block 16 b. COPIES

8.APPCODE N/A 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final

A N/A See Block 16 a. ADDRESSEE Draft Reg Repro

16. REMARKS

BLOCK 4: Continued

10.3.1.5 Column "C" shall be labeled Cumulative Exoenditures to Date. A total summary of expenditure data from inception through the current reporting period. Expenditures are recorded costs as defined within FAR Clause 52.216-7, Allowable Cost and Payment, plus the estimated fee earned. Such costs include: (I) actual payments for services or items purchased directly for the contract, and (2) costs incurred, but not necessarily paid, for direct labor, direct travel, other direct costs and allocated indirect costs. Cumulative expenditures that result in a variance of more than+ 10 percent of the Cumulative Planned in the graphs, shall be explained in the "Remarks" section.

10.3.1.6 Column "D" shall be labeled Estimate at Completion. An estimate of final total cost at completion of the work efTort. Estimates that vary from section 10.3.1.1 , Current Contract Baseline, by more the ±..10 Percent shall be explained in the "Remarks" section.

I 0.3.1.7 Column "E" shall be labeled Reoorting Period Expenditures. A total summary of expenditure data for the current reporting period. Expenditures are recorded costs as defined within FAR Clause 52.216-7, allowable Cost and Payment, plus the estimated fee earned. Such costs include: (I) actual payments for services or items purchased directly for the contract, and (2) costs incurred, but not necessarily paid, for direct labor, direct travel, other direct costs and allocated indirect costs.

10.3.2 Funds Expenditure Graph. A funds expenditure graph shall be included. The graph shall portray, on a monthly basis, the planned versus actual dollar expenditures (including fee) along with funding for the applicable report. The graph shall include a corresponding table of figures specifying period and cumulative data for planned and actual expendityres, and funding. Sec attached Funds Expenditure Graph.

10.3.3 Hours Expenditure Graph. A labor hour graph shall be included. The graph shall portray, on a monthly basis, the planned versus actual total labor hours for the applicable work. The graph shall include a

corresponding table of figures specifying period and cumulative data for planned and actual labor hours.

Block 9: Distribution statement may be required as directed by COR (DoD 5050.12-M refers).

Block 12: The first submission is due twenty calendar days after the first full month after contract initiation to include reporting period from the date of contract initiation. Note: In the case of modifications, Initial CARAT submissions require the entry of the cumulative February FLHER and the initial submission of the March Report.

Block 14: Distribution to MDNCf and MDAIPI shall be via electronic means as directed by the PCO. The PCO has 15. TOTAL directed that FLHERs will be prepared and submitted electronically using the Combined Acquisition Reporting and

Analysis Tool (CARAT). To establish a Contractor account in CARAT, Ca11703-882-6433 or 703-882-6561 or fax ~ the CARAT ID reQuest to (703) 882-6356.

G. PREPARED BY H. DATE I. APPROVED BY J. OATE

Joseph L. Hamrick, Lt Col, USAF, MONS EM 10/10/03 William H. Stieglitz, Data Manager, MDAIPI 10/10/03

DD Form 1423-1, JUN 90Previous editions are obsolete. 10071183

Page _9_of_lL Pages

CONTRACT DATA REQUIREMENTS LrST Form Approved (I Data Item) OMB No. 0704-0188

~·~~----~ot~~~~..-....-.IMinllfllOhOI.nper~U~6etimeb~-...iflt~...dlilt.u~~.,._~,.......llllllii .......... Che.lla!IIO«W,Kid~aDCI~ ............ oonocdcl.ofil'l~ Sm.t.,......a..,....w..tudr.ft......,.fi' .. .,DIMr*'J'CICII CiflhWool«tbtot~bmdiart.ilxau.s.,~b~'*~•~otOc's-.. w~~SeMoet.~b-J.bmlltian~udRepc:dl.l2t.Sktrcnc.DMI ~ 1:<14,~ YA2!~l-410:._.to ... Of'llio.otM-...-.a8ucfed.~R~~fi)?CM~III~ V.' ....... DC:oJOJ f'lluloOONOTR.HT'U'M.. .... )OWibl'llltnri:hercM.,_~ Smd~bmtod.~---

Of'l'tc. b b ec....n..ft. WI), ...._. ill Jnxc\ B.

A. CONTRACr LINE ITEM NO. B. EXHIBIT C. CATEGORY

0003 A TOP TM onmR. XX

D. SYSTEM/ITEM E. CONTRACTIPR. NO F. CONTRACTOR

Computer Sciences Corporation SET A Support For MDNBC & SE J!Q0006-04-C-0002

I. DATA ffEM 2. TITLE OF DATA ITEM 3. SUBTn'LE NO.

A006 Status Report Monthly Status Report (MSR)

4. AUTHORITY (Data Acquisition Document No.) S. CONTRACT REFERENCE 6. REQUIRING OFFICE

SOO and Contr.1ct Clause C-1 DI-MGMT-80368fr, Jun. 1987 MDNBC&SE

7. DD250 REQ 9. DIST 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION

LT STATEMENT MTHLY REQUIRED

See Block 16 b. COPIES

8. APPCODE c I I. AS OF DATE 13. DATE OF SUOSEQUF!NT SUBMISSION Final

N/A 0 20 DARP a. ADDRESSEE Draft Reg Repro

16. REMARKS MDNBC&SE I

Block 4: Report shall be modified as follows: MDNCTS I

Section I 0.1 Replace with fl!!:mM. The fonnat of the Status Report may be in contractor fonnat consistent with MDAIPIA - Data Manager LT

Section 10.2 and CDRL requirements. Sample is at CDRLanachment I.

Section 10.2.2.1.f Add: A corrective action plan to remedy problems shall be included.

Section 10.2.2.1.i Replace with: Any other infonnation which may cause significant changes in the program schedule and may impact contmct compliance.

Add Section I 0.2.2.1.j: Items listed must reflect the perfonnance of contracted SET A support services and language used must not erroneously give the impression that the contTactor has perfonncd an inherently governmental function.

Section 10.2.2.2 Add: The description will apply only to items included in the SOO. The report shall not be used to pursue marketing efforts.

Delete Section 10.2.2.3.

Block 12: First submission due twenty calendar days after completion of the first full month of pcrfonnance after contTact award to include reporting period from the date of contTact award.

Block 14: The MSR shall be presented to the COR via a Program Manager Review (PMR) meeting. At the discretion of the COR, this meeting may be by telephone or video teleconference. Out of cycle PMRs may be requested if unusual or unexpected program activity warrant them at the specific request of the COR.

I S. TOTAL

=> I 2

G. PREPARED BY H. DATE I. APPROVED BY J.DATE

Joseph L. Hamrick, Lt Col, USAF, MDNSEM 10/10/03 William H. Stieglitz, Data Manager, MDAIPI 10/10/03

DD Form 1423-1, JUN 90Previous editions are obsolete. 1007/183

Page __l!L_of_lL Pages

COMPANY NAME COMPANY ADDRESS

MONTHLY STATUS REPORT

Month Year

Submitted to: Missile Defense Agency

MDAJBC&SE

In accordance with Contract HQ0006-04-C-0002

CDRLA006

Distribution: MDA/BC MDA/SE

MDA/CTS

Page _ll_of_ll_ Pages

MONTHLY STATUS REPORT

I. SUMMARY

The summary shall include a brief statement of the overall project status, covering the accomplished technical activities and development and objectives of efforts.

II. BODY OF REPORT

The body of the report shall include a brief statement of the following terms (where applicable):

A. Milestone/task status: The status of each Unit of Work (UOW) as defined in the CDRL.

1. A brief statement as to whether or not the overall UOW is on schedule.

2. A brief statement on effort expended during the reporting period.

3. A brief narrative of any new problem areas/chamges encountered or anticipated, their effect on overall work effort, and steps being taken to remedy the problem/change situation.

4. A brief narrative of any outstanding problems existing as of the previous status report and their resolution status.

B. Contract Deliverable Status: A brief statement of the status of each deliverable end item as required by the contract.

C. Appendices: Appendices (where applicable) for tables, references, charts, or other descriptive material. Each Appendix shall be identified and referenced in the appropriate area of the report.

Page _ll_of_ll. Pages

STATEMENT OF OBJECTIVES FOR

MISSILE DEFENSE AGENCY

HQ0006-04-C-0002 Page 1 of8

BMDS MISSILE DEFENSE NATIONAL TEAM SYSTEM ENGINEERING AND INTEGRATION SETA TEAM

AND COMMAND AND CONTROL, BATTLE MANAGEMENT, AND COMMUNICATIONS TEAM

1.0 Background

To improve leadership, management and organization of missile defense activities, the Secretary of Defense has established new "priorities" and guidance for the Ballistic Missile Defense Program.

"The following are the top four missile defense priorities for the Department of Defense:

a. First, to defend the U.S., deployed forces, allies, and friends.

b. Second, to employ an integrated Ballistic Missile Defense System (BMDS) that layers defenses to intercept missiles in all phases of their flight (i.e., boost, midcourse, and terminal) against all ranges of threats.

c. Third, to enable the Services to field elements of the overall BMDS as soon as practicable. To that end, we have started to deploy the Patriot Advanced Capability-3 system this year, after successful testing, as the first line of defense against short-range missiles.

d. Fourth, to develop and test technologies, use prototype and test assets to provide early capability, if necessary, and incrementally improve the effectiveness of deployed capability by inserting new technologies as they become available. In particular, there should be sufficient test assets and plans to provide for a rapid transition to an emergency capability if necessary."

To meet these priorities, MDA is transforming the Missile Defense Program. MDA is executing an aggressive research, development, test and evaluation (RDT &E) program that focuses on a single integrated and layered Ballistic Missile Defense System (BMDS), no longer differentiating between theater and national missile defense. The System will provide initial capabilities and enhance these capabilities over time {block upgrades) by developing and testing defenses that employ complementary sensors, weapons, and communications/decision support systems to engage threats in the boost, mid-course, and terminal phases of flight. MDA has designed a comprehensive, but flexible RDT &E program to both integrate and expand existing element capabilities, and to examine and integrate the widest possible range of promising technologies into the block upgrades.

BMDS capability will increase over time through an evolutionary process as technologies mature and are proven through testing. The BMD program is transitioning from an element-centric to a system-centric focus, and from a requirements-based to a capability-based, block approach. The block approach allows MDA to put the best, most capable technologies "in play" sooner than would otherwise be possible. The program has been organized with the aim of developing militarily useful capabilities in biannual blocks, starting as early as 2004-2006. Blocks are sets of capability developments which build on previous blocks, and that will be verified prior to transfer to the Services. These block capabilities could be deployed on an interim basis to meet an emergent threat, as an upgrade to an already deployed system, or to discourage a potential adversary from improving its ballistic missile capabilities. The Missile Defense National Team (MONT) is one of the underpinnings of this transition.

To bring about the transition to a BMDS, MDA created a Missile Defense National Team (MDNT). This requires a collaborative enterprise comprised of the best and brightest minds of Industry and Government. The MONT is composed of Government, Federally Funded Research and Development Corporations {FFRDC), System

HQ0006-04-C-0002 Page 2 of8

Engineering and Technical Assistance (SETA) providers and two teams comprised of major defense contractors that are experienced in development, integration and production of defense systems.

This Statement of Objectives (SOO) provides the objectives for the MDNTS (SE&I) and MDNTB (C2BMC) SETA Teams. The SETA Teams, as MDNTS and MDNTB partners, are responsible for integrating the BMDS elements into an integrated and layered BMDS architecture. The MDNTS will provide block technical definition, validate BMDS Block performance and verify the integration of each of the BMDS blocks based on Government provided capability goals (Technical Objectives & Goals Document (TOG) and Adversary Capability Document (ACD)). The MDNTS SETA is responsible for the development of the TOG, the ACD and supporting documentation and analysis (e.g., Capability Index, Adversary Vignettes Document, etc.). The MDNTB will implement the BMDS Block C2BMC capabilities to meet the overall system goals as defined by the MDNTS. The MDNTB SET A is responsible for support of implementation activities, which include project planning and management, development of engineering specifications, software code and algorithms, and supporting documentation and analysis.

2.0 Missile Defense National Team Concept of Operations and Structure

The MDNT will operate as an integrated (Goverrunent, FFRDC, SETA and Industry) high performance team. The system engineering and integration of the BMDS shall be conducted using an "Alpha Engineering" process that leverages the Missile Defense National Team participants. Alpha Engineering is a collaborative effort among all participants in developing Missile Defense National Team products. It includes selecting the best product lead regardless of affiliation. Competition for development efforts will be at the Element level and will be focused on the success of different technical approaches. A firewall will be constructed around the MDNT to prevent conflict of interest, to protect proprietary information, and to ensure the integrity of future competitions at the Element level. Award fees for the SET A portion of the MDNT will be structured to provide incentives for superior innovation, performance, collaboration and problem solving. The MDNT will operate under a set of guiding ground rules as follows. All activities will be collaborative rather than adversarial with open interaction across the entire Goverrunent and Industry Team. MDNT members (Goverrunent, FFRDC, SETA and Industry) will bring to bear key capabilities, process methodologies, tools and proprietary knowledge of the Missile Defense problem. All MDNT members will be trusted advisors, providing an honest broker approach to this important work. Proprietary data will be shared freely within the MDNT and will be strictly protected from going outside the firewall. The MDNT will maintain a high performance, product oriented focus. Figure S00-1 depicts the notional structure of the Missile Defense National Team (MDNT).

FIREWALL DIAGRAM/PICTURE

r-- Fin Will/As Needd

HQ0006-04-C-0002 Page 3 of8

---- --------------------------------- ------------------------i ·· Government I

I t - - Fire Wall - - - - - - - - _ _ _ _ _ _ _ _ _ _ _ _ _ _____ 1

BMDSCCB · j-- ;:::===L---,

BM/C2 & C ·P.rogram Government· ·

Wltli FFRDC, SET A . ·~: ~ .

~----------1 I I

System Guidance&

BM/C2 Integration

"Glue Ware"

-----------.

Coordination And Support on System Level Matters

I I I

Information, BMDS Level Data Reporting

Figure SOO -1. Notional Structure of the Missile Defense National Team

The Government and SETA Team at the top of the figure is responsible for the BMD System Definition as outlined in the TOG, ACD and BMDS IMP/IMS. The Missile Defense National Team, inside the frrewaU, is responsible for the evolutionary development of the BMDS technical design. This will include all Systems Engineering and Integration of the BMDS as well as the design and specification of the BMDS C2BMC. The MONTS Industry Team will work closely with the MDNTB Industry Team to ensure timely coordination and communication. The System Engineering & Integration Council (SEIC) will resolve critical SE&I issues across the Elements, Components, and Functions of the BMDS. The SETA Team will manage the SEIC for the Government. MONTS and the MDNTB are principal members of the SEIC and will assist the SEJC chair (MDA/SE), in the development and selection of program integration strategies, review and early input on integration issues.

HQ0006-04-C-0002 Page 4 of8

3.0 MONTS and MDNTB SETA Teams Inside and Outside the Firewall The MDNT SETA Teams shall provide leadership and support both inside and outside the firewall. Inside the firewall the MDNT SETA will perform as an integral component of the collaborative MDNT. SETA products inside the firewall will be developed in collaboration with the MDNTS Industry component and are designated as collaborative products (CP). Outside the firewall the SETA Team will support MDNSE and MDN BC in its MDA wide role, will execute the development of Government-provided BMDS level analysis and documentation and review and manage support of MDNT products and plans as directed by MDNSE and MDNBC respectively. SETA products outside the firewall are designated as deliverable products (DP).

3.1 General Products

4.0 4.1

• IPT Hourly Reporting

Missile Defense National Team SE&I SETA Team Objectives System Definition Tasks/Responsibilities

• Develop and maintain BMDS Teclmical Objectives and Goals • Establish the threat space to drive the BMDS blocks • Define and characterize the operational environment • Develop and maintain Adversary Vignettes Document

Products • Technical Objectives and Goals (TOG) • Adversary Capability Reference Document (ACD) • Adversary Vignette Document (A VD)

DP DP DP

4.2 Capability Allocation Tasks/Responsibilities

• Translate the BMDS TOG into BMDS capability specification • Allocate capability requirements to system and elements • Develop and allocate ICSs to system and elements • Allocate BM/C2 & C requirements

Products • Architecture with Views: Functional, Information, and Systems

(DI: 3-01) • SCS (DI: 3-02) • ECS/CCS, SCNs (DI: 3-03) • ICSs (DI: 3-04)

4.3 System Analysis Tasks/Responsibilities

CP CP CP CP

• Provide BMDS focus and conduct cross system-block/element analyses to support development and balancing of an integrated layered defense

• Conduct effectiveness analysis to establish expected BMDS capability • Conduct assessments to support annual system-block and element reviews • Support U.S., U.K., NATO, Turkey, Germany and other Allies interoperability studies,

assessments, and projects as directed • Defme requirements for BMDS engineering level M&S

Products • Architecture Roadmap, Trade Studies and Capability

Assessments (DI: 2-01) CP • Element/Component Characterization Analyses (DI: 2-02) CP • TOG analyses DP • SCS analyses CP • ACD parameter sensitivity analysis DP

• Blue Team (CCM performance assessment) • Virtual Model Requirements and Verification Plan (DI: 4-01) • MDA quick reaction analyses • Capability assessments • Annual review support • BMDS Virtual Model IV & I • M&S plan/ Catalog

4.4 Block Integration Tasks/Responsibilities

• Provide continuous assessment of element/component specific capability

HQ0006-04-C-0002 Page 5 of8

CP CP DP CP CP DP CP

• Provide cross segment analysis to assess common component development and risk • Element/component technical reviews • Defme block reference architecture(s) • Define block verification requirements • Define block metrics and measures requirements • Measure integrated capability oflayered BMDS • Performs studies on potential BMDS elements I components

Products • BMDS Block Capability Assessment (DI: 9-0 I) CP • BMD System Evolution Plan DP • BMDS Integration Strategy (DI: 5-01) CP • Architecture Roadmap, Trade Studies and Capability

Assessments (DI: 2-01) CP • Concept studies CP • Program Baseline Synthesis (DI: 8-01) CP

4.5 Verification Tasks/Responsibilities

• W argame requirements, execution and engineering feedback • Establish BMDS verification plan • Develop BMDS objectives and requirements for testing of block capability • Develop requirements for targets - digital, ground and flight test • Develop requirements for collection/acquisition of phenomenology data • Verify BMDS capability through integration testing • Develop system-block level Technical Performance Measures (TPM) • Establish objectives and requirements to drive the execution of the corporate lethality program

Products

• BMDS Test Objectives (DI: 5-02) • BMDS Verification Plan (DI: 3-02, Section 4) • TPM development • BMDS Annual Capability Verification Status Report •

4.6 Resource Management Tasks/Responsibilities

• Personnel management • POM/budget preparation and current year execution • Monitor/respond to congressional Questions For Record (QFR) • Contract (MDNTS(I), FFRDC) oversight/actions • Data management • Configuration control board/advance change study notices

Products

CP CP CP CP

• POM R-2s/purchase request • MDA/SE work breakdown structure • Data library • Congressional QFRs responses • Request for information to industry • Badge/space request • Personnel actions (EPRs, OPRs, Position Requisitions) • IMPIIMS • Life cycle cost ROMs

4.7 Focus Areas & Discipline Experts Focus Areas

• International • Corporate Lethality • Corporate CM I CCM • BMDS Black Team • Corporate Risk • Configuration Control

Tasks/Responsibilities • Support MDNSR international programs • Conduct the Corporate Lethality Program

HQ0006-04-C-0002 Page 6 of8

DP DP DP DP DP DP DP DP DP

• Conduct a BMDS corporate counter measure/ Counter-counter measure program • Establish and execute the BMD system level risk management process • Specialty engineering (R/ AIM, parts control, quality) • Conduct black team assessments • Failure review boards • Configuration control boards

Products

• BMDS Risk Assessment and Management (DI: 6-01) • Lethality effects analyses • System support plan • Red, Blue, White, and Black Team assessments • ACNs/ ASNs/ECP • CCB Minutes/ Action Items (DI: 8-02)

5.0 Missile Defense National Team C2BMC SETA Team Objectives

CP CP CP DP CP CP

This effort will provide MD NBC scientific, engineering, analytical and technical assistance to support the following MD NBC missions, including support for all MDNBC activities that are not inherently governmental.

Tasks/Responsibilities • Develop and integrate the C2BMC Element of the Ballistic Missile Defense System (BMDS) • Develop data and communications interoperability across all BMDS Elements and missions • Coordinate, participate in, and review MDNSE and MDNTS processes and deliverables. • Coordinate, generate, and review MDNTB processes and deliverables. • Develop enhancements to JPN, JDN, JCTN and the GCN networks to support BMD operations • Attend meetings, program reviews, briefings, and workshops as requested by MD NBC and

prepare minutes and "hot-wash" summaries of these activities when directed. Represent MDA/BC on internal and external control boards and working groups as directed.

• Support U.S., U.K., NATO and Allies interoperability studies, assessments, and projects

HQ0006-04-C-0002 Page 7 of8

• Conduct special studies, technical assistance, analyses, modeling and simulation, and proof-of­principle software development for all phases and components of the C2BMC as directed by the government

• Support BMDS exercise, demo and flight test activities including programmatic and financial management, coordination with internal and external participants, technical guidance, participation in planning meetings, onsite observation, post-event reports, and capture and dissemination of lessons learned.

• Maintain records necessary for the efficient operation ofMDNBC, as directed, such as: budget documents, cost records, and presentations by the Deputy for BC and staff, or by the OSD, Services, Joint Staff, or other activities external to MD NBC.

• Support MD NBC in designing, coordinating, implementing, testing, documenting, and maintaining allocated infrastructure software and data and allocated default test article algorithms for the Ballistic Missile Defense (BMD) Benchmark simulation.

• Support other special projects on a case-by-case basis (i.e. Strategic Planning Off Sites, etc.) as directed by MDNBC.

ProductsiPT Hourly Reporting

5.1 MDA/BCP and Resource Management Support Tasks/Responsibilities

• Personnel management (EPRs, OPRs) • PPBS/POM/R-2s budget preparation and current year execution • Monitor/respond to congressional Questions For Record (QFR) • Contract (MDNTB(I), FFRDC) oversight/actions • IMP/IMS review and maintenance • Data management (action items, issues) • Configuration control board/advance change study notices • Component/Element Transition Planning and Analysis

Products • POM R-2s/purchase request • Work breakdown structure • ACSNs reviews • Data library • Congressional QFRs responses • Request for information to industry • Badge/space requests • Personnel actions (EPRs, OPRs, Position Requisitions) • IMP /IMS • Life cycle cost ROMsiPT Hourly Reporting

5.2 MDA/BCB Suppor t Tasks/Responsibilities

• Support JDP-BMD program development. Support as directed JDP GCCS integration, JDP-CAPS Engine Interface integration, and development of program requirements and subsequent JDP­BMD prototype development.

• Develop a plan for creating a limited GMD BMC3 Simulation capability using "HFSS infrastructure and components".

• Represent MD NBC interests in the MDA Test and Evaluation Integration and Assessment program

• Support development of the C2BMC-X experimental test bed at the JNIC • Develop test objectives • Develop verification plan • Develop TPM/CTP • Develop software metrics • Develop input to BMDS annual capability verification status report

--- - ·-··· .. .. - . -- ----- - -------------------- - -

• Develop component integration strategy • Develop concept studies (e.g. sensor timeline, integrated fire control) • Assess Block capabilities • Develop component evolution plan • Develop anti-tamper plan • Develop M&S plan and catalog • Develop element ICD's

Products • MDNTB product reviews and deliverables • IPT Hourly Reporting

5.3 MDA/BCC Suppor t Tasks/Responsibilities

HQ0006-04-C-0002 Page 8 of8

• Develop Joint Range Extension (JRE) Mil-Std 3011 capabilities including support for enhancements and changes to the standard

• Development of Interoperabilityllnterfaces from U.S. BMD systems and elements to the Israeli ARROW Weapon System

• Investigate and develop proof of concept technologies to enhance command and control, battle management, communications, interoperability, and supportability

• Develop IA/CND plan and assessment • Represent MDA interests in the Single Integrated Air Picture (SlAP) Systems Engineering Task

Force Products

• lPT Hourly Reporting

5.4 MDAIBCE Support Tasks/Responsibilities

• C4ISR Architecture Framework Definition and Coordination in support of the BMDS C2BMC • Develop and maintain data standardization across the kill chain (Data Element Description) • Continue collaborative development of the BMD Benchmark tool,

including incorporation of a sensor registration algorithm • Risk Management Plan support • Capture Lessons Learned • ACSN/ECP review • Configuration management/control support • Systems Engineering and Analysis • Manage MDA JTA migration plan and waiver processes • Develop MDA Technical Architecture Profile (TAP)

Products • MDA Annual lnteroperability and Capability report MDA JTA Plan

1. Contract Number

HQ0006-04-C-0002

OCI ANALYSIS/DISCLOSURE FORM

2. Program Title

SET A Support for SE

HQ0006-04-C-0002 Attachment 4

3. Contractor Name and Address 4. Telephone Number and POC

5. Type of work to be performed under this solicitation:

(a) Providing Systems Engineering and Technical Direction () (b) Preparing Specifications or Work Statements ( ) (c) Providing Technical Evaluation or Advisory &·Assistance Services (x)

Other MDA or BMD- 6. Contract Number and Program Title related work requiring analysis and determination:

7. BriefSummary/Description ofworkpeiformed under Block 6 action:

8. Relationship between requirements of Block 1 action and work peifonned under Block 6 action (If None, State Why):

9. Offeror/Contractor OCI Evaluation and Assessment (If either answer is yes, attach a copy of the SOW and complete Block 10):

(a) Does Actual OCI exist? ( ) Yes ( ) No (b) Does Potential OCI exist? ( ) Yes ( ) No

10. Summary of actual/potential OC/, including actions planned to avoid, neutralize, or mitigate conflict or potential conflict:

11. Typed Name of Responsible Official 12. Signature 13. Date

14. Typed Name of Contracting Officer 15. Approval Signature 16. Date

Diane Knight, MDA/CTS

HQ0006-04-C-0002 Attachment 4

INSTRUCTIONS FOR COMPLETING OCI ANALYSIS/DISCLOSURE FORM

Blocks 3 and 4: Self-explanatory.

Block 6: Fill in the number and the short, official title by which the contract or subcontract requiring analysis and determination is formally known. This is work that has already been awarded, is being performed by your company, and requires a comparison with that work described in Blocks 1-5.

NOTE: One OCI Analysis/Disclosure Form shall be submitted for EACH BMD or BMD­related contract or subcontract currently being performed.

Block 7: Provide a brief, but specific, narrative summary of the SOW and work performed on the contract or subcontract listed in Block 6, including the period of performance and the value.

Block 8: Provide a brief, but specific, narrative summary of ANY relationship between the work to be performed under the action listed in Block 1 and the previous work performed under the action listed in Block 6. Please be as specific as possible by citing the specific RFP/SOW paragraph where possible.

Block 9: Place an "X" in the appropriate ( ) for your responses.

Block 10: If you answer yes either to 9(a) or to 9(b), provide a summary of the actual or potential OCI.

Blocks 11, 12. and 13: Provide the name of your company official with responsibility for and/or authority to discuss and commit the company on matters relating to OCI issues. That official should then sign and date each form.

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRA: ID CODE I P~GEOIF PAG2ES

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUlSITIONIPURCI!ASE REQ. NO. I s. PROJECT NO.(If applicable)

P00001 26-Jul-2004

6.1SSUEDBY CODE HQ0006 7. ADMINISTERED BY (If other than item6) CODE IS2404A DCMA MANASSAS

MISSILE DEFENSE AGENCY (WA) 10500 BATTlEVIEW PARX.WAY 7100 DEFENSE PENTAGON SUITE200 WASHINGTON DC 20301 -7100 MANASSAS VA 20109-2342

8. NAME AND ADDRESS OF CONTRACI"OR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

98. DATED (SEE ITEM ll) 1725JEFFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202 lOA. MOD. OF CONTRACT/ORDER NO. X HQ0006-04-C..Q002

lOB. DATED (SEE ITEM 13)

CODE 52939 IFAC'lUTY CODE X 12-May-2004

I I. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

OTbc above numbered solicitatioo is amended as set forth in Item 14. The bout and date specified for receipt of OtTer 0 is extended, 0 is not extended.

OtTer must acknowledge receipt ofdtis amendment prior to the bout and date specified in the solicitation or as amended by one of the following methods: (a) By con1pleting Items 8 and IS, at1d returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (e) By separate letter or telegram which includes a reference to lbe solicitation and amendment numbers. F AlLURE 01' YOUR ACKNOWLEDGMENT TO BE RECEIVE!D AT TH[! PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO nm HOUR AND DATE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to chanse an offer already submitted, such chatiSC may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, at1d is received prior to the opening hour and date specifled.

12. AC..'COUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACrs/ORDERS. IT MODlFIES 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 ffEM lOA.

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(8).

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

X D. OTHER (Specify type of modification and authority) FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [RJ is not, D is required to sign this document and return copies to the issuing office.

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

The purpose of this modification is to: 1) transfer funding in the amounto~b)(4l !from the BC SETA Labor subCLIN 0001AAACRN AA to the BC SETA OOC subCLIN 0001AB ACRN AA; ~~il~rovide incremental funding for theSE Labor subCLIN 0002AA in the tolal amount of

p>lW ~(ACRN AL ~b)(4) J ACRN AM - b)(4l land ACRN AN_jbX4l f; 3) provide incremental funding for theSE OOCs subCLIN 0002AB in the total amount o~bX4l I(ACRN AN .fbXY ~ and 4) change the DFAS Paying Office activity from DFAS Columbus-North Entitlements Division to DFAS Columbus-South Entitlements Division.

See summary of changes, page 2.

Except as provided herein, aU terms and conditions of lbe docwo:nt referenced in Item 9A or lOA, as heretofore changed, remains unchanged and in f\tU force aad effect. I SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

MARC L.ESSER I CONTRACTING OFFICER, CTS

TEL: (703) 882~28 EMAIL: marc.lesse<@mda.ood.mil

158. CONTRACTOR/OFFEROR ISC. DATE SIGNED 168. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY ~~-~~ 06-Aug-2004 (Signature of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED DY OIRM 11 -84

30-105~4 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

HQ0006-04-C-0002 P00001

Page 2 of2

A. SECTION A- SOLICITATION/CONTRACT FORM, SF 26 Block 12, PAYMENT WlLLBE MADE BY, from:

To:

DFAS-COLUMBUS CENTER DFAS-COINEW DOMINION DIVISION P.O. BOX 182041 COLUMBUS OH 43218-2041

DFAS -CO/SOUTH ENTITLEMENT OPERATIONS P.O. BOX 182264 COLUMBUS OH 43218-2264

B. SECTION G- CONTRACT ADMINISTRATION DATA, Accounting and Appropriation Data, Summary for the Payment Office:

1. As a result of this modification, the total funded amount for this document was increased by $3,456,783.00 from $10,848,000.00 to $14,304,783.00.

2. SubCLIN 000 1AA, contract ACRN AA and it's associated line of accounting 9740400.2520 40603889C 2523 012123 BMDOOl37569617 are hereby decreased b b)(4) om*b)(4) Ito

(b)(4) These funds are hereby transferred to subCLIN OOOIAB.

3. SubCLIN 0001AB, contract ACRN AA and it's associated line of accounting 9740400.2520 40603889C 2523 012123 BMD001375696l7 are hereby added and increased bYRbK4) ~ from$0.00 to ~(4) I These funds are hereby transferred from subCLlN 0001AA.

4. SubCLIN 0002AA funding is hereby changed as follows:

a. Contract ACRN ALand it's associated line of accounting 9740400.2520 40603890C 2523 012123 BMD00144230l60 are hereby added and increased ~(4) from $0.00 toKb)(4) I

b. Contract ACRN AM and it's associated line of accounting 9740400.2520 40603890C 2523 012123 BMD00l45973597 are hereby added and increased b b)(4) om $0.00 tdb)(4) I

c. Contract ACRN AN and it's associated line of accounting 9740400.2520 40603890C 2523 012123 BMD00145953572 are hereby added and increased b , !ll(4L J om$0.00 toKb)(4) I

5. SUBCLIN 0002AB, contract ACRN AN and it's associated line of accounting 9740400.2520 40603890C 2523 012123 BMD00145953572 are hereby added and increased by~b)(4) :=Jfrom $0.00 to

(b)(4) J C. End of Summary of Changes.

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONTRA: (I) CODE I PAGEOF PAGES

1 l 2

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUJSmONIPURCHASE REQ. NO. I S. PROJECT NO.(If applicable)

P00002 01-Nov-2004

6, 1SSUEDBY CODE HQ0006 7. ADMINISTERED BY (lfolhertbao item6) CODE I S2404A DCMA MANASSAS

MISSILE DEfENSE AGENCY {MOA) 10500 BATTLEVIEW PAAKWAY 7100 DEfENSE PENTAGON SUITE200 WASHINGTON DC 20301 -7100 MANASSAS VA 20100.2342

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY 9B. DATED (SEE ITEM 11) 1725 JEfFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202 10~. MOD. OF CONTRACT/ORDER NO. X H 0006-04-C-0002

lOB. DATED (SEE ITEM 13)

CODE 52939 I FACILITY CODE X 12-May-2004

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

DThe above numbered solidtation is amended as set fol1h in Item 14. The hour and date specified for receipt of Offer D is extended, 0 is not extended.

Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as an~endcd by one of the following methods: (a) By completingltelll$ 8 and IS, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on eac.b copy of the offer submitted;

or (c) By separate letter or telegr.un which includes a reference to the solicitation and amendmenl numbers. FAILURE OF YOUR ACKNOWLEDGMflNT TO BE RECEIVED AT THE PLACE DESIGNATED FOR Tl IE RECEIPT OF OFFERS PRfOR TO THE HOUR AND OA TE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. If by virtue of !his an1endment you desire to change an offer already submitted. such change may be made by telegram or letter, provided each telcgran1 or leuec makes reference to lhe solicitation aod this amendment, and i.s received prior to lhe opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

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

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

B. THE A DOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT TIrE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTI!ORrrY OF FAR 43.103(8).

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

X D. OTHER (Specify type of modification and authority) FAR 52.216-24 LIMITATION OF GOVERNMENT LIABILITY

E. IMPORTANT: Contractor ~ is not, D 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.)

The purpose of this modification is to: 1) provide incremental funding in the amount of.bJ(4l ] tor BC SETA Labor subCLIN 0001AA under new ACRN AP; 2) provide incremental funding in the amount offbX4l ]10rSE SETA Labor subCLIN 0002AA under new ACRN AQ; and 3) provide incremental funding in the amount o{bX4J I for SE SETA OOC subCLIN 0002AB under new ACRN AQ. As a result of items 2 and 3, theSE SETA Labor (0002AA) and ODC (0002AB) subCLINs are fully funded.

See summary of changes, page 2, for details.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or lOA, as heretofore chllllged, remains unchanged aod in full force and effect.

15A. NAME AND TITLE OF SIGNER (fype or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (fype or print) DIANE L KNIGHT I CONTRACTING OFFICER, CTS

TEL: (703) 882-6427 EMA.IL: [email protected]

158. CONTRACTOR/OFFEROR 15C. DATE SIGNED 168. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY~~.~ 04-Nov-2004 (Signature of person authorized to sign) (Signaiure of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11 -84

30- 105~4 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA PAR (48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

HQ0006-04-C-0002 P00002

Page 2 of2

SECTION G- CONTRACT ADMINISTRATION DATA, Accounting and Appropriation Data, Summary for the Payment Office:

As a result of this modification, the total funded amount for this document was increased by $7,959,858.45 from $14,304,783.00 to $22,264,641.45.

Line Item Level funding is hereby changed as follows.

SUBCLIN OOOlAA, contractACRN AP and its associated line of accounting 9750400.2520 40603889C 2523 012123 BMD00146755074 are hereby added and increased b~H4) ~ om $0.00 to~fi}@) I

SUBCLIN 0002AA, contract ACRN AQ and its associated line of accounting 9750400.2520 40603890C 2523 012123 BMD00\46955649 are hereby added and increased b~b)(4) : :Jfrom $0.00 tdlb)(4) , I

SUBCLIN 0002AB, contract ACRN AQ and its associated line of accounting: 9750400.2520 40603890C 2523 012123 BMD00146955649 are hereby added and increased b~(4) """""l from $0.00 t<¥b)(4) I End of Summary of Changes.

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I I. CONTRA:; ID CODE I PAGEOF PAGES

1 1 2 2. AMENDMENTIMODTFICATION NO. 3. EFFECTIVE DATE 4. REQUISITIONIPUROIASE REQ. NO. I S. PROJECf NO.(If applicable)

P00003 25-Feb-2005

6.lSSUEOBY CODE H00006 7. ADMINISTERED BY (lfotbct than item 6) CODE IS2404A DCMA MANASSAS

MISSILE DEFENSE AGENCY (MOA) 10500 BATilEVlEW PARJ<WAY 1725 JEFFERSON DAVIS HIGHWAY, SUITE 809 SUITE200 ARLINGTON VA 22202 MANASSAS VA 20109·2342

8. NAME AND ADDRESS OF CONTRAC rDR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY 98. DATED (SEE O'EM 11) 1725JEFFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202 lOA. MOD. OF CONTRACf/ORDER NO. X HQ0006-04-C-0002

lOB. DATED (SEE rrEM 13)

CODE 52939 IFAC.IUTY CODE X 12-May-2004

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 The above numbered solicitation is amended as set fonh in Item 14. The hour and date. specified for receipt of Offer D is extended, 0 is not extended.

Offer must acknowledge receipt of this amendment prior to the hour and date spedfied in the solicimtion or as amended by one of the following methods: (a) By completing Items 8 and IS, and returning copies of the amendment; (b) By acknowledging receipt of 01is 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 ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR TilE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPilCIFIED MAY Rf-SULT 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 l.:tter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACfS/ORDERS. 0' MODIFIES THE CONTRACf/ORDER NO. AS DESCRffiED TN O'EM 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 O'EM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECf 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(8).

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

x D. OTHER (Specify type of modification and authorily) FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor ~ is not, D is required to sign this documenl and return copies to the issuing otlice.

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

The purpose of this modification Is to: 1) provide incremental funding in the amount o~ -~to CLIN 0002AA; 2) provide incremental funding in the amount ot><4l __J o CLIN 0001AA; and 3) provide incremental funding in the amount ofbX4J ~o CLIN 0001AB.

Excql( as provided herein, all terms and c:ooditions of the docwncnt referenced in Item 9A or lOA, as heretofore changed, remains unchanged and in full force and effect.

I SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TmE OF CONTRACfiNG OFFICER (Type or print) DIANE L. KNIGHT I CONTRACTING OFFICER, CTS TEL: 703-882-6427 EMAIL: [email protected]

lSB. CONTRACTOR/OFFEROR 15C. DATE SIGNED 168. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY~/:L.~ 22-Feb-2005 (Signature of person authori.zed to sign) (Signature of Contracting Otlicer)

EXCEPTION TO SF 30 APPROVED BY OlRM 11 -84

30-105-04 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECfiON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECfiON G - CONTRACf ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00003

Page 2 of 2

As a result of this modification, the total funded amount for this document was increased by $1 ,235,000.00 from $22,264,641.45 to $23,499,641.45.

SUBCLIN OOOlAA:

AP: 9750400.2520 40603889C 2523 012123 BMDOOI46755074 was increased byE ~ from f,_bx_4_> __ _J

to~ --,

SUBCLIN OOOlAB:

AP: 9750400.2520 40603889C 2523 012123 BMD00146755074 was increased bYc_bx_4>_~lfrom$0.00 to ~ J The contract ACRN AP has been added.

SUBCLlN 0002AA:

AR: 9750400.2520 40603890C 2525 012123 BMD00147005795 was increased byfb)(4) I from $0.00 to fbX4) :J __ _, The contract ACRN AR has been added.

AS: 9750400.2520 40603890C 2525 012123 BMD00154067208 was increased b~4l :==l from $0.00 to ~ J The contract ACRN AS has been added.

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACf r.CONTUCTIDCOOI! I PAnE OF PAOI!S

u 1 1 a 2. AM!HDMI!HTIMOOIP1CA110H NO.

P00004 6. ISSUI!D BY

...a£ OEFENR NJIEHC'f OoiDAl 7100--PI!NTAOON -..oTON DC 20301·7100

l . \ DATI! 4.1U!QUISITIONIPUI.OIA J180. NO.

! 01-Mat-2005 COOl 7. ADMOO.m!UDBY (1(.._...,_._6)

OCMIIIoWW!aAS IOIIOOMTTlEVIEW~Y 8Uil£200 MNWIIAIIVA 2010NS42

l S. taoJI!CT NO.(It...-..wr)

COOl! I S2404A

I . NAME AND ADDRESS OF CONTRACTOR (Ncj.. Sftd, County, State IIICI Zip Code) 9A. AMENDMENT OP 80LICITATION NO. CXliFUl'a.SCIINCESCORPORATION ! Mil PHI!ENr ' 17215JU'RiRION DAVIS -y ' =.!:!vA:rzm 2<-.::~rt:x

98. DATBD(SBEITEM II)

X ~Cl'/ORDERNO.

1'=::=--::=::::----------..,.'...,----------------f 108. DATED (SBE ITEM 13) lCODI! 52939 IFACIUTY CODH X 12 •a. . -.....

II . 'llllS ITEM ONLY APPLIES TO AMENDMENTS OF SOUCIT A TIONS !Dn....._.......,... ............ -.tod••..,.ia~ 14. n.._..,. ... ~.,.,_i(lllofO&r O l&u-*1, 0 l&u..-.lod.

Ofler-ICbowWp,_;,cot•ii......,_,.WIDtlie..__. ... .,... ii .. ICIIiciiiiiCI!Ioru...W.,._oldlelbllowiq"'"**' (~ay....,..._,.._,_.ts,_.--. j..p;.ordoc......._;<'>Br1Cbowlc4Pa_.,.oldoio__.... _ _.oonotdleolltr~ Of(c) By ........................ ~ .............. IOIIcimlmaM .......... ......_ PAILIJUOPYOU&ACXHOWlJIDOMEHl'TOIIIl ltBCIIlVl!D AT THE Pt.ACB DI!SIGNA11!D POa THB ~EJPT OP <lffEU PIUOit TO THB HOUR AND DATE SPI!C!Fim liiAY USUl.TIN IU!JECTIOHOF YOUit Onrmt lfbyW.Wol*lo_.,.,.}'M4ooire ........ otlltralraaoly ........... _,..__, ... _.~ytalo ............ ............... Of._ ...... ......._ .... eo~lei~Miooa ....... ......_, .... ~priorto ......... ._ ....... IJ*..,..,

12. ACCOUNTING AND APPROPIUA TION DATA (If required)

13. 11US lTElo1 APPUES ONLY TO MODIFICATIONS OF CONTRACTSIORDBRS. IT MODJF(ES THE CONTRACI'/ORDBR NO. AS DESCRIBED IN ITEM 14.

A. THIS CHANGE ORDBR 1S ISSUED PURSUA.ton' TO: (Specify autbority) THE CHANGES SET FORTH IN ITEM 14 ARB MADE IN THE CONTRACI' ORDER NO. IN ITBM lOA.

8. THE ABOVE NUMBBREDCONTRACI'IORDER 1S MODIFIED TO Rl!fU!CT THE ADMJN1STRATIVE CHANGES (IUCh u chinlea in payina olr-, tlppi'Opriatioft clalD, etc.) SliT FORTH IN.rTBM 14, PUMUANT TO THB AU1lfORITY OF FAR 43.103(8).

X C. THIS SUPPLEMENTAL AGREEMENT 1S ENTERED INTO PUUUANT TO AUJ'HORITY OF: Mulwl of Pldee .

D. OTHBR (Specify type of mocliflcalion mel authority)

E. IMPORTANT: ConlniCior D is not. [!} ia requireciiD fip thil doeurncnt IIICI recum 1 copies ID the ialrinl office.

14. DESCRIPTION OF AMI!NDMENT/MODIFICA 11oN (Orpllizecl by UCF section hcadinp. includinaaoticilltion/contract aubjcct matter wbcft feuible.)

Th4l purpoee of thla modification ia ~: 1) lnoorpon~te revised Conlrad Data Requnmenta UBI (CORL) A005, dated March 1, 2005 ~ reflect mon111y reporting In lhe Ccmlllned Acquleltlon Repor11ng and An81ys1s Tool (CARAT); and 2) add Claute DFARS 252.232-7003 Elec:tronlc Submission of Payment Requests Into Section I, Contract CIIIUMS, ~reflect monthly lnwldng procedures by elec:tronlc mealltll88.

See SutnmafY of Changes, page 2-3.

:\S\ CO~cyO}!OFFER9R J.., li ISC. DATE SIGNED 168. UN~ATES OF "-....{ '\r _ - L) 1 16C. DATE} SI<f~U!D

· 'A·6~.L-nv ~ -BY ~ ~~.:NIL 3 I I )6') ~-ipture or,._ .u~zed to sip) ~-J () -IJ£ (Sipabn ofConlniCdna Ofllcer) f

ifC JPTION TO SFJO »IO!~ VSTANDARDFORM 30 (Rev. 10..13) A~ OVEDBYOIRM 11-84 PYacribcclbyOSA

FAR (48 CFR\ 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION I- CONTRACT CLAUSES

The following have been added by full text:

252.232-7003 Electronic Submission or Payment Requests.

As prescribed in 232.7004, use the following clause:

ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004)

(a) Definitions. As used in this clause-

HQ0006-04-C-0002 P00004

Page2of3

( l) "Contract financing payment" and "invoice payment" have the meanings given in section 32.001 of the Federal Acquisition Regulation.

(2) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause.

(3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic fonns:

( l) Wide Area WorkFlow-Receipt and Acceptance (WA WF-RA). Information regarding W A WF­RA is available on the Internet at https://wawf.eb.mil.

(2) Web Invoicing System (WinS). Information regarding WinS is available on the Internet at https://ecweb.dfas.mil.

(3) American National Standards Institute (ANSI) X.l2 electronic data interchange (EDI) formats.

(i) Information regarding EDI formats is available on the Internet at http://www.Xl2.org.

(ii) EDI implementation guides are available on the Internet at http://www.dfas.miVecedi.

(4) Another electronic form authorized by the Contracting Officer.

(c) lftlte Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office.

(d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests.

(End of clause)

SECTION J- LIST OF DOCUMENTS, EXIllBITS AND OTHER ATIACHMENTS The following have been added by full text:

CONTRACf DATA REQUIREMENTS LIST

HQ0006-04-C-0002 P00004

Page 3 of3

F-Apprnetl (1 Dtlt•l .. _l_ OM& N .. 1714-41U

.... ~ ........ --~.t .............. ....-. .......... )0 ....... ~-...-.-........ .,. .. .... ~ • . ,... • . ,.,..._ ... """""" .. .. ~ .. -..--. .. .M.~-.I~ool~· ... .,...a.d' ..... .t ll'lt......:: .. ~.,...,.,.......l\il'-:l. • .._ __ ,eck# ...,...-,.C6;.~.t' .................... ~k....-.llu ........ O.,.....ror"'-. ........ -=-~~~ ht.-.,._,.0,..~ ..... ,. .... .,_, u., ............. ,., ..

,=.:-~~~A==;'~LCW..ot...._...._. ..... .........,.__ ......._ ... ~tcr.'(i4.01~ .......... DCJMGI ,__00:«71'UI\..._"'t.,.Jtt._ .. u..rctca-........_ 's-J~hw .... ~ ......

A. CONTRA<...'T LINE ITEM NO. B.EXHmlT C. CATEGORY 0003,0103, 0203 A TIJP rM OTHEA! XX

D. SYSTEMIITEM E. CONTRAcTIPR. NO F. CONTRACTOR

Co~ter Sdc:nces Corporation SF.TA SuP! ott For MDAIBC & SE HQ0006-o4-C-0002

I. DATA ITEM 2. TrfLEOF DATA ITEM J. SUBTITLE NO.

AOOS Funds & Manhour Expendirure Report l'unds & labor Hour Expendirure Report

4. AUTHORITY (Data Acquisition Docunrent No.) S. CONTRACT REFERENCE 6. REQUIRING OFFICE

SOO and Contract Clause C-1 DI-FNCL-81537, Mar 1997 MDAIBC &SE

7. DD2SO REQ 9. DIST I 0. FREQUENCY 12. DATE OF 1-"lltST SUBMISSION 14. DISTRmUTION STATEMENT MTHLY LT

REQUIRED Sec Block 16

h. COPIES

8. APP CODE See Block 16 I I. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION

N/A MTHLY 200ARP

16. REMARKS

Block 12: The first submission is due twenty calendar days after the first full month after contract Initiation to Include reporting period from the date of contract Initiation.

Block 14: Dlstrtbutlon to MDA/CT and MDAIPI shall be via electronic means as directed by the PCO. FLHER's will be prepared and submitted electronically using the Combined Acquisition Reporting and Analysis Tool (CARAT). To establish a Contractor account in CARAT, contact 703-882-6586 or 703-882-6433.

0. PREPARED BY H. DATE AI Hemphill, MDAISE March I, 2005

DD Form 1413-J, JUN 90Previous ~ditiotu fir~ obsoln~. 1007/ltl

(End ofSununary of Changes)

I. APPROVED BY Diane Knight, MDA/CTS

Final

a. ADDRESSEE Drall Reg Re-pro MDNCTS I MDNSE I

I S. TOTAL

:::::> SEE Blk 16

J.DATE March I, 2005

Page _j_of_!_ Pages

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONTRA~T ID CODE I PAGEOF PAGES

1 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECriVE DATE 4. REQUISmONIPURCHASE REQ. NO. ,5. PROJECT NO.(If applicable)

P00005 11-Mar-2005

6.1SSUEDBY CODE HQ0006 7. ADMINISTERED BY (If other than item 6) CODE I S2404A OCMA MANASSAS

MISSILE DEFENS€ AGENCY (MDA) 10500 BATTLEVIEW PARKWAY CONTRACTS DIRECTORATE SUITE200 7100 DEFENS€ PENTAGON MANASSAS VA 20109-2342 WASHINGTON DC 20301-7t00

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM I 1) 1725 JEFFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202 lOA. MOD. OF CONTRACf/ORDER NO. X HQ0006-04-C-0002

lOB. DATED (SEE ITEM 13)

CODE 52939 IFAC'ITITY CODE X 12-May-2004

II. HilS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

On.e above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer D is extended, D is not extended.

Offer must acknowledge receipt of this amendn>ent 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 IS, and returning copies of the amendn>ent; (b) By acknowledging receipt of this amcndn>ent on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendn>ent numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT TI IE 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 amendn>ent you desire to change an offer already submiued, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendn>ent, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACfS/ORDERS. IT MODIFIES THE CONTRACf/ORDER NO. AS DESCRIDED IN ITEM 14.

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

B. THE ABOVE NUMBERED CONTRACf/ORDER IS MODIFIED TO REFLECf 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).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.232-22 LIMITATION OF FUNDS

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contracror 0 is not, [R] 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.)

The purpose of this modification is to: 1) decrease Labor subCLIN 0001 AA ceiling by1 ~---· nd subCLIN 0002AA ceiling by

fb)(4) ! 2) as a result of item (1) ODC for subCLIN 0001AB ceiling is increased b , b)(4l :J and ODC subCLIN 0002AB ceiling is increased b>f_bX4> ~ 3) funds in the amount otfb)(4) junder ACRN AP are transferred from subCLIN 0001AA to subCLIN 0001AB; and 4) funds in the amount o~ ==::Junder ACRN AR are transferred from subCLIN 0002AA to subCLIN 0002AB.

See Summary of Changes, page 2.

Except as provided herein, all terms 111d conditioN of the document referenced in Item 9A or lOA, as heretofore changed. remains unchanged and in full force and effect.

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

TEL: EMAIL:

I SB. CONTRACfORIOFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMeRICA 16C. DATE SIGNED

BY (Signature of person authorized to sign) (Signature of Contracting Officer)

EXCEP riON 1 0 SI• 30 APPROVED BY OIRM 11 -84

30-105-{)4 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION B - SUPPLIES OR SERVICES AND PRICES

SUBCLIN OOOlAA The estimated/max cost has decreased b IbX4

>

The fixed fee has decreased by $bX4l !fro The total cost of this line item has decreased by bX4

> '-----

SUBCLIN 0002AA

SUBCLIN 0002AB

HQ0006-04-C-0002 P00005

Page 2 of2

The estimated/max cost has increased byfbX4> I from~ ~toJbX4> The total cost of this line item has increasLe--:-d-:-b-yiiOfbX~4<=> :::!.:~~] frorJbX4

> ~lt:-ofiO~bX~4>p====!---,

SECT£ ON G - CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

SUBCLIN 000 lAA:

AP: 9750400.2520 40603889C 2523 012123 BMD00146755074 was decreased b){bX4l ]from ~ ~t~ ::1

SUBCLIN OOOlAB:

AP: 9750400.2520 40603889C 2523 012123 BMD00146755074 was increased by.._~bJ_(4> _ _ _,Ifrom Lfbl_(4_> __ _J

to~ J SUBCUN 0002AA:

AR: 9750400.2520 40603890C 2525 012123 BMD00147005795 was decreased byfbX4> !from

fX4l __:] to~~ J

SUBCLIN 0002AB:

• [b)(4) I AR: 9750400.2520 40603890C 2525 012123 BMD00147005795 was mcreased by'1....__ _ _ __,from $0.00 to ~ =t

The contract ACRN AR has been added.

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I I. CONTRA; ID CODE I PAGEOF PAGES

1 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITIONJPURCHASE REQ. NO. I s. PROJECT NO.(Ifapplicable)

P00006 15-Mar-2005 6.ISSUEDBY CODE HQ0006 7. ADMINISTERED BY (lfolherthan item6) CODE I S2404A

DCMA MANASSAS MISSILE DEFENSE AGENCY (MOA) 10500 BAffiEVlEW PAFOONAY CONTRACTS DIRECTORATE SUITE200 7100 DEFENSE PEr-rTAGON MANASSAS VA 20109·2342 WASHINGTON DC 20301-7100

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAUL PHEENY

90. DATED (SEE ITEM 11) 1725 JEFFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202 I OA. MOD. OF CONTRACT/ORDER NO. X HQ0006-04-C-0002

lOB. DATED (SEE ITEM 13) CODE 52939 IFACH.ITV CODE X 12-May-2004

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

O ne above numbered solicitation is amended as set forth in ltem l4. The hour and date specified for receipt of OtTer 0 is extended, 0 is not extended.

OtTer must acknowledge receipt of this amendn~tnt prior to the hour and date specified in the solicitation or as runcndcd by one of the following methods: (a) By completing Items 8 and I S, and returning copies of the amcndn!Cnt; (h) By acknowledging receipt of this amendn!Cnt on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendn!Cnt numbeD. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR TilE 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, $UCh change may be made by telegram or letter, provided each tekgram or letlcr makes reference to tbe solicitation and this amendn~ent, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required) See Schedule

13. THlS lTEM APPUES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRlBED IN ITEM 14.

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

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRA T!VE 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. TinS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

x D. OTHER (Specify type of modification and authority) FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X] is not, 0 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.)

The purpose of this modificat.ion is to provide incremental funding in the a mount o~b )( 4) l to CUN 0002AA under ACRN AR.

See Summary of Changes, page 2.

Except as provided berein, all tcnns and eonditions of the document referenced in lttm 9A or lOA, as heretofore changed, remains ~hanged and in full force and effect.

I SA. NAME AND TITLE Of SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

ISB. CONTRACJ'ORIOFFEROR

(Signature of person authorized to sign) EXCEPTION TO Sf 30 APPROVED BY OIRM 11-84

DIANE L. KNIGHT I CONTRACTING OFFICER, CTS

TEL: 703-882-6427 EMAIL: [email protected]

15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY~~.~ 17-Mar-2005 (Signature of Contracting Officer)

30-105..04 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION G - CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00006

Page 2 of2

As a result of this modification, the total funded amount for this document was increased by $250,000.00 from $23,499,64 1.45 to $23,749,641.45.

SUBCLIN 0002AA:

AR: 9750400.2520 40603890C 2525 012123 BMD00147005795 was increased b~b)(4) I from ~4) ~t<®(4) ~

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONTRA~ 10 CODE I PAGEOF PAGES

1 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTNE DATE 4. REQUISITION/PURCHASE REQ. NO. I S. PROJECf NO.(If applicable)

P00007 18-Mar-2005

6.1SSUEDBY CODE HQ0006 7. ADMINISTERED BY (If Olher than item 6) CODE I S2404A OCMA MANASSAS

MISSILE DEFENSE AGENCY (MDA) 10500 BATTI.EVIEW PAP.t<WAY CONTRACTS DIRECTORATE SUITE200 7100 DEFENSE PENTAGON MANASSAS VA 20109-2342 WASHINGTON DC 20301-7100

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM 11) 1725JEFFERSON DAVIS HIGHWAY surrE 1300 ARLINGTON VA 22202 lOA. MOD. OF CONTRACT/ORDER NO. X HQ0006-04-C-0002

lOB. DATED (SEE ITEM 13)

CODE 52939 IFAr.II .ITv r.om; X 12-May-2004

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

OThc above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer D is extended, 0 is not extended.

Offer 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 l!ems 3 and IS, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or tclesram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT niE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN

REJECfiON OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submirtod, such change may be made by telegram or letter, provided each telesram ot letter makes reference to the solicitation and this amendment. and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

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

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

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINlSTRA TIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTI I IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(8).

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

X D. OTHER (Specify type of modification and authority) FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor 0 is not, D is required to sign this document and return copies to the issuing omce.

14. DESCRIPTION OF AM I3NDMENT/MODIFICATION (Organit.ed by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to provide incremental funding in the amount o"(b )( 4) ~o subCLIN 0001AA under ACRN AP.

See page 2 for Summary of Changes.

Except as provided herein, all terms and conditions of the docwnent referenced in Item 9A or lOA, as heretofore changed, remains unchanged and in full fon:e and effect.

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

158. CONTRAC rOR/OFFEROR

(Signature of person authorized to sign) EXCEPTION TO SF 30 APPROVED BY OLRM 11-84

DIANE L KNIGHT I CONTRACTING OFFICER, CTS TEL: 703-882.e427 EMAIL: [email protected]

ISC. DATE SIGNED 168. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY~~.~ 06-May-2005 (Signature of Contracting Ofliccr)

30-105..04 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECfiON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECfiON G - CONTRACf ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00007

Page 2 of2

As a result of this modification, the total funded amount for this document was increased by $235,000.00 from $23,749,641.45 to $23,984,641.45.

SUBCLIN 0001 AA:

AP: 9750400.2520 40603889C 2523 012123 BMD00146755074 was increased byKb)(4) I from r»f4) ~

(End of Summary of Changes)

AMI!NDMENT OP SOLICITATIONIMODIPICATION OP CONTRACT r-~IDCXIM I PAOBM PAOU

1 J e l. AMINDMmfTIWOOIIICAliDN NO. ). Ufi!CI1Ya DAft 4.~UQ.NO. I s. ftiOJ8CfNIMit ......... ) POOOOI 01-Aclr-2005

6. IIIU!D Jn' COII8 HQOOOe 7. ADa8NIIl1IIIOIW (Jt..--Je..6) COII8 182404A ....,..,...Nl/B(/Cit~

DCIM loWIUIM 1o.DMTTUWW~AV

CONI'Meft~,. ..,.. , ....... f'Uif-. -.eM VA~ WA114Nn0MOC aiOt·~

&. NAME AND AOOeSS OF CCtrl1tACrolt (No., &red, Coualy, S..lftd 1jp Code) 9A ••" 01' soucrrATrJH NO. ~ .:IIMCOOCRPOIIAliCit _._'"liMY

98. DAlED (SEE IIEM II) 1121.-..oN 01'\IIIMl~Ht#AV Uft:1100 AMli«JlQtVA :zzm

~criOitDERNO. X

IOB.DAlED (SI!I!IIEM ll)

.COOl! 52838 IFAc•nv C..ilr}l: X 12-fM)<-2004 II. THB IIEM ONlY APPLES 10 AMI!NDMI!HTS OF SOI.£frA110NS

.[Jn.--....,_•-·•...,•-•• no .... _. ... ..,.... .. ,_....,a., o•-. 0•-....w Oflw_ .......... ,.....ol ......................................................... .,_ol .............. (a)~_...-... ,, .......... __ ...... ., .. -.(.)lty okc I _. ,,_....,,.._... _ _.CJ<W<tlllto-~

•(c)lty--llllor• ..... ..,......., • ...._ .. .,.....,.._._........._ r.waaa.v~~rou lti!CfJYII) AT 11111 PUa! DI!SIONATID JIOR 1111! lli!CI!In OF OffUS PUna TO l1U! Jl(l(.a AHD DAft SIIICim!D MAY I.IIU.T 1M UlliC110NOP~Clfna. rt.,.._ot,..__...)'OOI ...... .,. • ...,.._.......__..,..., ...... .,.....,_ ........ ................................................... _..__ ........................................

12. ACCOUN11NO AND API'ROftiA110N DATA (If required)

... Sc .....

13. 11tB IIEM APPLES a«. Y ro MOOIFK:ATDIS OF CONnACJ'SI()RI). rr WOOlliES 1HE CON11tACI'IOIIUli!R NO. AS DI!SCUII!O I(IIEM 14.

A. na!l CHAN<E oaDI!a 6 BSUED PUIStJANT TO: (Spedft audlority) 11iE CHANOI!S SET F0a1111(111!W 14 ARE MADE IN 1111! CamtACf ORDI!1t NO. N IIEM lOA

B. 11IE ABOVE NUNBI!IEDCON'I1tACJ"IOIWI!.R 6 MODI'ED10ltiiPUICT11E ADMI(JS'mA11VB a&ANCI!S(.a •c:lllapa iD ,.,.._ ollb.

. . dill,-.) SET FOR1111N IIEM 14, PUISUANT'IO 11E AumoanY OF FAR 43.10.1(8).

X C. 11IB SUPI'l.EMENTAL AO.EBNIIHI' 6 EN1'I!Rl!D IN10 PURSUANT 10 AuntOIUIY OF: ....... of J*tiM Md DFARS 262.232-1'007 D. <mER (Specift type of modillclliaa lftd lllllhority)

E. IIO'ORTANl: c.c.n.r D•• 00 ....... .., .., II* cloc:llnalt-',.... 1 cqlieltocbe---~

14. DESCU'ft)N OF ~IMOOI'rATION (Oipaiad byUCF aeclion heldiop, ildldilla~ •bject,._ .._......._) The ~ ollhie rnodMicaUon Is toe 1) &Mnd the period of S*iolm~~~a for a.JN 0001 (8C) unti 30 June 2005 ; 2} ulend the period of .,.,..,._a for CUN 0002 (SE) unti130 ~ 2005; 3) ~the ceiling of CUN 0001, CUN 0002 and the ta&lll CiOMeCt ~and 4) P"Mde II~ funding In the amount o(bX 4) l iUbCUN 0002M~b)(4) ]end aAICUN 0002A8 ~bJ(4) I under ACRNNl.

See P-o- 2 - 8 far awnm.y of a-no-

..... ,....,.. ...... _ _........._., .. ...._ .......... ._,A•IIA.• ....... ~---.........................

J$A MANE AND 1Tit.E OF SKlNER (1'p 011 print) 16A. NNg~ ~I+CJMJOf1'D!Il(l'p011prinl)

lntiAik wl ~A&..J,;a /s..r- G1JN rtr RC-TS ~Nfl(f.EA' lB.: Contracting Offic.., 1~11-z: 7~--r.Z

UC.DATESOIED 168:£nATBSOF fJvv lfe;;r;r: ¢fos- lav' · · .~l-~#/~~ (Sipllunt of...-IUChorized to liF) (SfPanotCGiincdnl Ollm) I

...._.._..,.. • ..,., TOSI'30 30-lOS-04 G ST~l'OitM 30~. 10-83) Preaibed ~~ymA FAR (41 eft) SU4l

APPROVED BY OIRM 11.&4

SECTION SF 30 BLocK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION A· SOLICITATION/CONTRACT FORM

HQ0006-04-C-0002 P00008

Page 2 of6

The total cost of this contract was increased by$8,934,437.00 fiom$24,183,441.87 to $33, 7,878.87.

SECTION 8 - SUPPLIES OR SERVICES AND PRICES

SUBCLIN OOOIAA The CLIN extended description has changed;

FROM: The contractor shall provide technic:al support in accordanc:e with the statement of objectives (SOO), attachment I. The estimated cost Mid fee calculations arc baaed on input fiom DCAA that CSC's approved FY 04 .Indirect rates be applied to applicable c:oet elements as fOllows pending DCAA approval ofCSC's FY 05 Indirect rates:A. Approved CSC FY 04 Indirect rates and amounts applied at toe>-" to the applicable cost elements for the period 1 January to 31 March 2004;8. Approved CSC FY 04 Indirect rates Mid amounts applied at 85% co the applicable cost clements tor the period I April to 31 July 2004; pending final approval of CSC's Fiac:al Year (FY) 05 indirect naa at which rime the cost clcmcats will be adjusted in acc:ordlmce with the OCAA approved CSC FY 05 indirect ntes.C. Should OCAA not approve CSC's FY OS Indirect rates by 31 July 2004, the contractor agrees that MDA has the unilateral right to modify this subCLIN to adjust the estimated cost and b co reflect the DCAA rec:onunended rates for Overhead and G&A fOr the period I August 2004 to 31 March 2005, pending either DCAA 's final approval of CSC's FY 05 Indirect l8tes or such rate paclcage as negotiated by MDA and CSC.

TO: The contractor shall provide technical support in accordance with the statement of objectives (SOO), attachment !.Approved CSC FY 05 Indirect rates and amouots (reflected in CSC proposal, dated S/31/0S) were applied co the applicable cost clements for the extension period I April to 30 June 200S. Provided CSC's FY06 Indirect rates (reftectcd in CSC proposal, dated S/18/0S) arc approved by DCAA by 30 June 200S, the cost clements will be adjusted in accordance with the DCAA- vcd CSC FY 06 indirect rates.

Thc~~~costhasi~db.~~~4J~~--------------------r-----~ The pricing detail quantity has increased by b)(

4 bo::;l)("'

4>----------------,

The fixed fee bas increased by 1bX4>, Jfrom~;r=~==;:---,=:-~d....-----""""""""1 The total cost of this line item has increased byL.b:..:..X4

..... > ..__-.J-'"'" L-----------------~

SUBCLIN OOOIAB The CLIN extended description baa changed;

FROM: Contractor shall provide travel and miscclllnCOUS ocher direct costs (ODC) on an as required basis. All travel and OOCs must be approved in advance and in writing by the Con~ng Officer's Representative prior to perfOrmance of travel or incumncc of any costs for misccllancous ODCs.Costs inc:urrcd under this subCLIN arc non-fee bearing.

TO: Contractor shall provide travel and miscellaneous other direct costs (ODC) on an as required basis. All travel and ODCs must be approved in advance and in writing by the Contracting Officer's Rcprcaentativc prior to performance of travel or incumncc of any C101tS tor miscellaneous ODes. Approved CSC FY OS Indirect J8tcS and amounts (~fleeted in CSC proposal, dated S/31/0S) we~ applied to the applicable cost elements for the extension period I April to 30 June 200S. Provided CSC's FY06 Indirect J8tcS (reflected in CSC propoul, dated S/18/0S) arc tpproved by OCAA by 30 June 200S, the coet clements will be adjusted in accordance with the DCAA·approved CSC FY 06 indirect rates.Costa incurred under this subCLIN arc non-fee bearing ..

Tbc~~~c.osthaai~by:..;..~:..;_4>~==--------------------~---. The total cost of this line item bas increased b,:~-ll_><_4> _ ___. _________________ _.._...._.._,

SUBCLIN 0002AA The CLIN extended description has changed;

HQ0006-04-C-0002 P00008

Page 3 of6

FROM: The contractor shall provide technical support in acc:ordanc:e with the statement of objedivea (SOO), attKhment I .The estimated c:ost and fee c:alculatioDS are based on input ftom DCAA that CSC's approved FY 04 Indirect rates be appli~ to applicable c:ost elements as fOllows pending DCAA approval ofCSC's FY OS lndirea rates: A. Approved esc FY 04 Indirect rates and arnotmts applied at 100% to the applicable cost elements for the period l January to 31 Marc:h 2004;8. Approved CSC FY 04 Indirect rates and amounts applied at 8S% to the applicable c:ost elements for the period I April to 31 July 2004; pending final approval of CSC's Fiscal Year (PY) OS indirect raleS at wbic:h time the c:ost elements will be adjusted in acc:ordanc:e with the DCAA approved CSC FY OS indirect rat.ea.C. Should DCAA oot approve CSC's FY OS Indirect rates by 31 July 2004, the contractor agrees that MDA has the unilateral right to modify 1hia subCLIN to adjust the estimated c:ost and ~ to rcftec:t the DCAA recommended rates fOr Overhead and G&A for the period 1 August 2004 to 31 MM:h 200S, pending either DCAA's final approval of CSC's FY OS IDdir«:t rates or such rate package as negotiated by MOA and CSC.

TO: The contractor shall provide technic:al support in acc:ordaDc:e with the statement of objectives (SOO), auachment 1 .Approved esc PY OS Indirect rates and amounts (refleded in esc proposal, dated S/3 1 /OS) were applied to the applicable c:ost elements for the extension period I April to 30 September 200S. Provided CSC's FY06 Indirect rates (reflected in CSC proposal, dated Sll8/0S) are approved by DCAA by 30 September 2005, the cost elements will be adjusted in acc:ordanc:e with the DCAA-approved CSC FY 06 indirect rates.

The estimated/max cost bas inc:reased bi bl(4> The fixed fee has inc:reued by~IT<'b)(IT:i4'rl ~~-------------,1~--~.........J

The total c:ost of this line item has inc:reued i)Yf"-· bJ_<4~J ~~~---~-----------------' SUBCLIN 0002A8

The CLIN extended description has changed;

FROM: Contractor shall provide travel and miscellaneous other direct (:()Sts (ODC) on au as ~uired buis. All travel and ODes must be approved in advance aud in ~tiog by the Contracting Officer's Representative prior to performance of travel or inc:lll'mlc:e of any costs for misc:ellaneous ODes. Costs inc:um:d wtder this subCLIN are non-fee bearing.

TO: Contractor shall provide travelaud miscellaneous other direct~ (OOC) on an as required basis. All travel and ODCs must be approved in advance and in writing by the Contracting Officer's Representative prior to pemnnanc:e of travel or incurrence of any costs for miscellaneous OOCs.Costs inc:urrcd under this subCLIN are non-fee bearing. Approved CSC FY OS Indirect rates and amounts (reftec:ted in CSC proposal, dated 5/31/0S) were applied to the applic:able c:ost elements for the extension period I April to 30 September 200S. Provided CSC's FY06 Indirect rates (reflected in esc proposal, dated S/18/0S) are approved by DCAA by 30 September 200S, the cost elements will be adjUI&ed in acc:ordance with the DCAA-~~ved esc FY 06 indirect rates ..

Thees~~costhasi~dbyLfb~J<4~> 15~======================d_---, The total cost of this line item has inc:reased by bl<4l

~~~~~~~~~~~~~~~

SECTION F - DELIVERIES OR PEltFORMANCE

H~-C-0002 P00008

Page4of6

The following Delivery &heduJc item ilr SUBCLIN 0001 AA bas been cbaogcd fiom:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

POP 01 -JAN-2004 TO N/A MISSILE DEFENSE AGENCY (MDA) HQ0006 31-MAR-200S P.EOOIE SMn:tJ

7100 DEFENSE PENTAGON WASHINGTON DC 20301·7100 703-693-6919 FOB: Destination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

POPOI-JAN-2004 TO N/A MISSILE DEFENSE AGENCY (MDA) HQ0006 30-JUN-200S ALBERT HEMPHn.L

7100 DEFENSE PENTAGON WASHINGTON DC 20301 -7100 703-693-6S33 FOB: Destination

The fOllowing Delivery Schedule item fur SUBCLIN OOOIAB has been chlllged &om:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

POP 01 -JAN-2004 TO NIA MISSILE DEFENSE AGENCY (MDA) HQ0006 3l-MAR-200S PEGGIE SMlTH

7100 DEFENSE PENTAGON WASHINGTON DC 20301-7100 703-693-6919 FOB: Destination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

POP 01-JAN-2004 TO N/A MISSILE DEFENSE AGENCY (MDA) HQ0006 30..JUN-200S ALBERT HEMPHILL

7100 DEFENSE PENTAGON WASHINGTON DC 20301-7100 703-693-6S33 FOB: Dcshnalion

I-IQ0006.()4-C-0002 P00008

PageS of6

The tOIIowing Delivery Sc:bedule item b SUBCLJN 0002AA has been c:haoged &om:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

POP OI~JAN-2004 TO N/A MISSD..E DEFENSE AGENCY (MDA) HQ0006 31-MAR-2005 PEGGIE SMITH

7100 DEFENSE PENTAGON WASHINGTON OC 20301-7100 703~93-6919 FOB: Destination

To:

DBLIVERYDATE QUANTfi'Y SHIP TO ADDRESS Ute

POP 01 -JAN-2004 TO NIA MISSD..E DEFENSE AdENCY (MDA) HQ0006 3~EP-200S ALBERT HEMPHn.L

7100 DEFENSE PENTAGON WASHINGTON OC 20301 -7100 703-693~533 FOB: Destination

The tO! lowing Delivery Schedule item for SUBCLIN 0002AB has been changed from

DELIVERY DATE QUANTTfY SfllP TO ADDRESS UIC

POP 01-JAN-2004 TO NJA MISSILE DEFENSE AGENCY (MDA) HQ0006 31-MAR-2005 PEGGIE SMITH

7100 DEFENSE PENTAGON WASHINGTON DC 20301-7100 703-693-6919 FOB: Destination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

POP 01-JAN-2004 TO N/A MISSILE DEFENSE AGENCY (MDA) HQ0006 3~EP·2005 ALBERT HEMPHn.L

7100 DEFENSE PENTAGON WASHINGTON DC 20301 -7100 703-693~533 FOB: Destination

HQ0006.()4-C-0002 P00008

Page 6of6

The &>I lowing Delivery Schedule item b CLJN 0003 has been c:banged &om:

To:

DELIVERY DATE

POP 01 -JAN-2004 TO 31-MAR-2005

DELIVERY DATE

POP 01-JAN-2004 TO 30-SEP-2005

QUANTITY

N/A

QUANTITY

NIA

SHIP TO ADDRESS

MISSILE DEFENSE AGENCY (MDA) PEOOIB SMJTH 7100 DEFENSE PENTAGON WASHINGTON OC 20301 -7100 703-693-6919 FOB: Destination

SHIP TO ADDRESS

MISSILE DEFENSE AGENCY (MDA) ALBERT HEMPHD..L 7100 DEFENSE PENT AOON WASHINOTON OC 20301 -7100 703-693-6533 FOB: Destination

SECTION G- CONI'RACT ADMlNISTRATJ()N DATA

Accounting llld Appropriation

Swnmary fur the Payment Office

UIC

HQ0006

UIC

,HQ0006

As a result of this modific:ation, the total funded amount for this document was inc:reascd by $6,526,000.00 from $23,984,641.45 to $30,510,641.45.

SUBCLIN 0002AA:

AQ: 9750400.2520 40603890C 2523 012123 BMD001469SS649 w• inc:rcased byLfbX_4> ____ __,

f6N ~

SUBCLlN 0002AB:

AQ;_ 9750400.2520 40603890C 2S23 012123 BMDOOI469SS649 w• incrciiSCCl byLfN_4 ___ __J

[b)(4) ~

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT ,I. CONTRA~ JOCODE I PAGEOI' PAGES

1 1 2 2. AMENDMENT/MODIFICATION NO. 3, EFFECTIVE DATE 4. JtEQUISITIONIPURCHASE REQ. NO. I S. PROJECT NO.(Jfapplicable)

P00009 OS~un-2005

6.1SSUEDBY CODE HQ0006 7. ADMINISTERED BY (If olh« 1'- item 6) CODE IS2404A OCMA MANASSAS

l.tSSilE OEFENSE AGENCY (MOA) 10600 BATILEVIEW PAR'tfYiAY CONTRACTS DIRECTORATE SUITE200 7100 OEFENSE PENTAGON MANASSAS VA 20109-2342 WASHINGTON 0C 20301-7100

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAUl PHEENY 98. DA TBD (SEE ITEM I I) 1726 JEFFERSON OAVIS HIGHWAY SUITE 1300 ARUNGTON VA 22202 IO~OF~RACT/ORDER NO. X H -C-

lOB. DATED (SEE rrEM 13) CODE 52939 (FACILITY CODE X 12-May-2004

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

One above numbetod solicitation is II.IDC11doclas set forth in hem 14. The hour and date specified for receipt of Offer D isextcoded, 0 isootextenckd.

Offer must acb>owlcdge receipt of this ameoclment prior to the hour and date specified in the solicitation or as amended by one of !be followioa metbods: (a) By cocq>leting Items 8 and IS, and relllmins copies of !be IIIIIaJC!ment; (b) By acknowledgina receipt of this ameoclmcol on each copy of !be ofTersubnritted; or (c) By sepatate lei!A:r orl<legramwhich illclucb ~to the solicitolioo and amendment nllmben. FAILURE 01' YOUR ACKNOWLEDGMENT TO BE RECEIVED AT 1HE PLACE DESIGN A TED FOR THE RECEIPT OF OFFERS PRJOR TO THE HOUR AND OATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amenclmeol you desire tochanac an offer already &Ubmitted, such change may be made by telegram or lciiA:r, provided-~~ telcaram or ldtcr makes rc&rence to lbc soliciution and this ame!ldmc:ot, and is received prior to lhe opening bour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required) See Schedule

I 3. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACf/ORDER NO. AS DESCRIBED IN ITEM 14.

A. HilS CHANGEl ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

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

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

x D. OTHER (Specify type of modification and authority) FAR 52.232-22 Limitation of Funds

E. IMPORTANT: Contractor [R1 is not, D 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.)

The purpose of this modifiCation is to: 1) provide incremental funding in the amount otfbX4J lto subCliN 0002AB under ACRN AQ; 2) provide incremental funding in the amount o~bJ(4J Ito subCLIN 0002AA under ACRN AQ; and 3) update contract section G-8, Allotment of Funds, pursuant to FAR 52.232-22 Umitaition of Funds to reflect the incremental funding of #1 and #2.

See Page 2 for Summary of Changes.

Except as proviclccl herein. all !erma and conditions of !be document rcfcreoccd in ltem9A or lOA. as heretofore chanced. remoin• WlCbangcd and in lUll forc:c and effect.

I SA. NAME AND TITLE OF SIGNER (Type or print) I 6A. NAME AND TITlE OF CONTRACTING OFFICER (Type or print) MARC LESSER I CONTRACTING OFFICER, CTS

TEL: 703-a82-8428 EMAIL: matc.tes&[email protected]

I SO. CONTRACTOR/OFFEROR ISC. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY ~~c~?--..2_.---L- -·-·· OS~un-2005

(Signature of person authorized to sign) (Signature of Contracting Officer) ' EXCEPTION TO SF 30

APPROVED BY OIRM I 1·84 30-105~4 STANDARD FORM 30 (Rev. 10~3)

Prescribed by GSA FAR (48 CFR) S3.243

SECTION SF30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION G - CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00009

Page 2 of2

As a result of this modification, the total funded amount for this document was increased by $526,130.00 from $30,510,641.45 to $31,036,771.45.

SUBCLIN 0002AA:

AQ: 9750400.2520 40603890C 2523 012123 BMD00146955649 was increased by,_,_Kb-'-')(,_4),__ __ ____; (bH4) I

SUBCLIN 0002AB:

AQ: 9750400.2520 40603890C 2523 012123 BMDOOI46955649 was increased by ~b)(4) Kb H 4) l '---------'

The following have been modified:

SECTION G - MDA CLAUSES

G-8 ALLOTMENT OF FUNDS

Pursuant to FAR 52.232-22, "Limitation of Funds," the total amount of funds presently available for payment and obligated to this contract (which covers all items, including fixed fee payable) is $31,036,771.45 for subCLIN 0001AA thru subCLIN 0002AB. The estimated funds exhaustion date is 30 June 2005 (subCLINs OOOlAA and OOOlAB) and 30 September 2005 (subCLINs 0002AA and 0002AB).

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I'' CONTRA~ ID CODE I PAGEOF PAGES

1 1 3

2. AMENDMENT/MODIFICATION NO. 3. Bf'FECriVB DATE 4. REQUISITION/PURCHASE REQ. NO. I S. PROJECT NO.(If applieable)

P00010 27-Jun-2005

6. ISSUE[) BY CODE HQ0006 7. ADMINISTERED BY (If other than item 6) CODE IS2404A OCMA MANASSAS

MISSILE DEFENSE AGENCY (MDA) 10500 BATTLEVIEW PARKWAY CONTRACTS DIRECTORATE SUITE200 7100 DEFENSE PENTAGON MANASSAS VA 20109-2342 WASHINGTON DC 20301·7100

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM II) 1725JEFFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202

lOA. MOD. OF~ONTRACT/ORDER NO. X HQ0006-Q4-C- 002

JOB. DATED (SEE ITEM 13)

CODE 52939 I r. Arn tTY CODE X 12-May-2004

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

OThe above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer 0 is extended, 0 is oot extended.

Offur 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 I 5, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy oftheoffet submitted;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEOGMENT TO BE

RECEIVED AT TilE PLACE DESIGNATED FOR THE RECEIPT Of OfFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN

REJECriON 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 refetence to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AN D APPROPRIATION DATA (If required)

See Schedule

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 TN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

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(6).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.232-22 Limitation of Funds and Mutual Agreement of Parties

D. OTHER (Specify type of modification and authority)

E. IMPORT ANT: Contractor 0 is not, 0 is required to sign this document and return 2 copies to the issuing office.

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

The purpose of this modification is to: 1) provide incremental funding in the amount oftbX4J Ito subCLIN 0001AA under ACRN AP; 2) increase the ceiling for subCUN 0001AA by an amount offbX4J 13) decrease the ceiling for subCLIN 0001AB in the amount of

~bJ(4l ~)increase the ceiling for subCUN 0002AA in the amount oftbX4J Is) decrease the ceiling for subCLIN 0002AB by an amount of fbX4l 16) incorporate clause H-13 CONTROL OF ACCESS TO MDA SPACES AND INFORMATION SYSTEMS/CONTRACTOR

EMPLOYEE OUT-PROCESSING (OCT 2004) into the contract; and 7) update contract section G-8, Allotment of Funds pursuant to FAR 52.232-22.

See pages 2 thru 3 for Summary of Changes.

-

Except as provided herein, alltetms and conditions of the document referenced in Item 9A or lOA, as heretofore chang<'<~, remains unchanged and in full force and effect.

I SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) MARC LESSER I CONTRACTING OFFICER, CTS

TEl.: 703-882-6428 EMAIL: [email protected]

158. CONTRACTOR/OFFEROR ISC. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY ~n~.:~~~-c_~ 30-Jun-2005 (Signature of person authorized to sign) (Signature of Contracting Officer)

' EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

30-105-04 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

.. _...... . . . ... .. . .. _ .. _, _____________________________ _

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTJON B - SUPPLIES OR SERVICES AND PRICES

SUBCUN OOOlAA The estimated/max cost has increased by~ The total cost of this line item has increased by ~b)( 4)

SUBCLIN OOO IAB

HQ0006-04-C-0002 POOOlO

Page 2 of3

The estimated/max cost has decreased by~b._,_,)(~4;,.1)r.c :-:-:-,.,--The total cost of this line item has decreased b,,,_b_)(_4_) ---------------'

SUBCLIN 0002AA The estimated/max cost has increased byLl:b:L.)-'-( 4:.t.)-1ii:"\'77.- ____________ __,-. The total cost of this line item has increased by

SUBCLIN 0002AB The estimated/max cost has decreased byKb)(4)

1 The total cost of this line item has decreased b~ 4)

SECTION G - CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

As a result of this modification, the total funded amount for this document was increased by $100,000.00 from $31,036,771.45 to $31,136,771.45.

SUBCLIN OOO IAA:

AP: 9750400.2520 40603889C 2523 012123 BMD00146755074 was increased by[fiK4)~ from Ki?K4) l

The following have been modified:

SECTION G - MDA CLAUSES

G-8 ALLOTMENT OF FUNDS

Pursuant to FAR 52.232-22, "Limitation ofFunds," the total amount of funds presently available for payment and obligated to this contract (which covers all items, including fixed fee payable) is $31,136,771.45 for subCLIN OOOIAA thru subCLIN 0002AB. The estimated funds exhaustion date is 30 June 2005 (subCLINs 0001AA and OOO IAB) and 30 September 2005 (subCLINs 0002AA and 0002AB).

SECTION H - MDA CLAUSES

H-13 CONTROL OF ACCESS TO MDA SPACES AND INFORMATION SYSTEMS/CONTRACTOR EMPLOYEE OUT-PROCESSING (OCT 2004)

a. To maintain the security of the MDA spaces and information systems, the Contractor shall notify the COR in writing whenever a prime or subcontractor employee included on the current Visit Authorization Request/Letter discontinues support to this order. This requirement shall apply to both Contractor and employee

initiated termination of services and to temporary suspension of services longer than four weeks.

HQ0006-04-C-0002 POOOIO

Page 3 of3

b. Upon notification, the COR will ensure that the Technical Area Security Officer/Office Security Manager takes timely action to:

(I) Remove the employee from the current Visit Authorization Request/Letter; (2) Cancel the MDA badge, keycard and Pentagon Pass issued pursuant to the Visit Authorization

Request/Letter; and (3) Terminate the MDA LAN account/access privileges.

c. The contractor shall identify the reason for and date of termination or expected period of suspension and submit the notification to the COR within five (5) working days prior to service discontinuation. For unplanned termination or suspension of services exceeding four weeks, notification shall be made within one (l) working day after termination/suspension action.

d. Prior to the departure of on-site contractor employees, the departing employee shall complete an out­processing checklist for MDA on-site contractor employees as required by MDA Directive Number 5000.0 I, and return the completed checklist (MDA Form 018, Attachment 13), with all required signatures, to the cognizant Contracting Officer's Representative (COR). The COR will provide the completed form to the Contracting Officer to be retained in the official contract file by the Contracting Officer.

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONTRA~f ID CODE I PAGEOP PAGES

1 1 4

2. AM.ENDMENTIMODIF!CAT!ON NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. I 5. PROJECT NO.(Ifapplicable)

P00011 01-0ct-2005 51861, BASIC

6.1SSUEDBY CODE HQ0006 7. ADMINISTERED BY (If other than item 6) CODE I MISSILE DEFENSE AGENCY (MOA)

See Item 6 CONTRACTS DIRECTORATE 7100 DEFENSE PENTAGON WASHINGTON DC 20301-7100

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM 11) 1725 JEFFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202 10<1. MOD. OF CONTRACT/ORDER NO. X H 0006-04-C-0002

lOB. DATED (SEE ITEM 13)

CODE 52939 IFArn .tTY rooF. X 12-May-2004

II. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

OThe above numbered solicitation is amended as set forth in Item 14. The hour and date specified forroecipt ofOffcr 0 is extended, 0 is not extended.

Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by oneofthe following methods: (a) By completing Items 8 and IS, and returning copies of the amendmenl; (b) By acknowledging receipt of this amendment on each copy of the offer subnlitced; or(c) By separate letter or tele-gram which includes a reference to the solicitation and amendment numbers. PAl LURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RP$ULT IN

REJECOON OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ON tV TO MODlFICATIONS OF CONTRACTS/ORDERS. IT MODlFlES THE CONTRACT/ORDER NO. AS DESCRlBED 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 lOA.

B. THE ABOVE NUMBERED CONTRACf/ORDER IS MODIFIED TO REFLECT THE ADMJNTSTRA TTVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH fN ITEM 14, PURSUANT TO THE AUTHORJTY OF FAR 43.1 03(B).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: Mutual agreement of parties and DFARS 252.232-7007

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor D is not, 0 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.)

The purpose of this modification is to extend the period of performance by 14 months of SET A support. This extend will allow continuing development of BMDS, while MDA continues its efforts to reengineer MDA organization and revise its program plan.

See pages 2 - 3 for Summary of Changes.

Except as provided he.ein, all terms and conditions of the document referenced in Item 9A or lOA, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) MARC LESSER I CONTRACTING OFFICER, CTS

TEL: 703-882·6428 EMAIL: marc.lesser@m<la.mil

15B. CONTRACI'ORIOFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY ~/.7~:~?2-----~ 13-0ct-2005 (Signature of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

30-105-04 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION A- SOLICITATION/CONTRACT FORM

HQ0006-04-C-0002 P00011

Page 2 of4

The total cost of this contract was increased by $19, I 02,417.00 from $33,117,878.87 to $52,220,295.87.

SECTION B - SUPPLIES OR SERVICES AND PRICES

CLIN 0 I 01 is added as follows:

ITEM NO SUPPLIES/SERV£CES 0101

QUANTITY (b)(4)

14 month Sole Source POP Ext and IF

CPFF

UNIT Labor Hours

UNITPRICE ·

SE is the requirement organization based on CLIN 0002 of this Contract.

Funded Amount

FOB: Destination

SUBCLIN 010101 is added as follows:

ITEM NO SUPPLIES/SERVICES 010101

POP and IF

CPFF

PFR # 51861 Basic

QUANTITY

ESTIMATED COST

FJXEDFEE

TOTAL EST COST+ FEE

UNIT Labor Hours

UNIT PRICE

PURCHASE REQUEST NUMBER: 51861, BASIC

ACRN AT Funded Amount

FOB: Destination

ESTIMATED COST

F£XEDFEE

TOTAL EST COST + FEE

SECTION E -INSPECTION AND ACCEPTANCE

The following Acceptance/Inspection Schedule was added for CLIN 0101: INSPECT AT rNSPECT BY ACCEPT AT NIA N/A N/A

AMOUNT

$17,604,628.00

$ 1,497,789.00 $19,102,417.00

$0.00

AMOUNT

$0.00

$0.00 $0.00

$2,289,079.00

ACCEPT BY Government

HQ0006-04-C-0002 P00011

Page 3 of4

The following Acceptance/Inspection Schedule was added for SUBCLIN 01 0 l 0 l: INSPECT AT INSPECT BY ACCEPT AT N/A N/A N/A

SECTION F - DELIVERIES OR PERFORMANCE

The following Delivery Schedule item has been added to CLIN 0101:

DELIVERY DATE

POP 01-0CT-2005 TO 30-NOV -2006

QUANTITY

N/A

SHlP TO ADDRESS

MISSILE DEFENSE AGENCY (MDA) MARK NELSON CONTRACTS DIRECTORATE 7100 DEFENSE PENTAGON W ASHlNGTON DC 2030 l-71 00 (703) 614-6053 FOB: Destination

The following Delivery Schedule item has been added to SUBCLIN 010101 :

DELIVERY DATE

POP 01-0CT-2005 TO 30-NOV-2006

QUANTITY

N/A

SHIP TO ADDRESS

MISSILE DEFENSE AGENCY (MDA) MARK NELSON CONTRACTS DIRECTORATE 7100 DEFENSE PENTAGON WASHINGTON DC 2030 l-71 00 (703) 614-6053 FOB: Destination

SECTION G- CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

ACCEPT BY Government

UIC

HQ0006

UIC

HQ0006

As a result of this modification, the total funded amount for this document was increased by $2,289,079.00 from $31,136,771.45 to $33,425,850.45.

SUBCLIN 010101: Funding on SUBCLIN 010101 is initiated as follows:

ACRN:AT

Acctng Data: 9750400.2520 40603890C 2523 012123 BMDOO 156351861

Increase: $2,289,079.00

Total: $2,289,079.00

(End of Summary of Changes)

HQ0006-04-C-0002 POOOll

Page 4 of4

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONTRA~ ID CODE I PAGEOF PAGES

1 1 2 2. AMENDMENT/MODIFICATION NO. 3. EfFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. I s. PROJECT NO.(lf applicable)

P00012 19-0ct-2005 51861. BASIC

6.1SSUEDBY CODE HQ0006 7. ADMINISTERED BY (If other lhan item 6) CODE I

MSSILE DEFENSE AGENCY (MOA) See Item 6 CONTRACTS DIRECTORATE

7100 DEFENSE PENTAGON WASHINGTON DC 20301-7100

8. NAME AND ADDRESS OF CONTRACI'OR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOUCITA TION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM 11) 1725 JEFFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202 lOA. M OD. OF CONTRACT/ORDER NO.

X HQ0006-04-C-0002

lOB. DATED (SEE ITEM 13)

CODE 52939 IFACCIT JTY CODE X 12-May-2004

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

OTbe above nwnbered solicitation is amended as set fonh in Item 14. The hour and date specified for receipt ofOITer D is extended, 0 is not extended.

OITer 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 I 5, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on eacb copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FNLURB OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE! DESIGN A TED FOR ntEl RECF.IPT OF OFFERS PRlOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. If by vinue 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 boor 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. TinS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

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

C. THTS SUPPLEMENTAL AGREEMENT IS ENTERED fNTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [R] is not, D is required to sign this document and return copies to the issuing office.

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

This is an administrative modification to correct Modification P00008 which extended the contract. The hours for CLIN 0002AA (Technical Labor Hours) were inadvertently left off of P00008. (Note: the dollars for these additional labor hours were added correctly in Mod P00008 JAW the Contractor's proposal). This modification adds~hours to the existing~(4J :]for a total o~bX4l )abor hours for CLIN 0002AA.

All other terms and conditions remain the same.

Except as provided herein, all terms and conditions of the docwnent teferenced in Item 9A or lOA. as beretofo<e c.bangcd, remains unchanged and in full force and effect.

I SA. NAME AND TITLE OF SIGNER (fype or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) MARC LESSER I CONTRACTING OFFICER, CTS

TEL: 703-882-8428 EMAIL; [email protected]

158. CONTRACfORIOFFEROR 15C. DATE SIGNED 168. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY ~n~ c/-~~_.. ~(..----20-0ct-2005

(Signature of person authorized to sign) (Signature of Contracting Officer) EXCEPTION TO SF 30 APPROVED BY OIRM I I -84

30-105-04 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION A - SOLICITATION/CONTRACT FORM

HQ0006-04-C-0002 P00012

Page 2 of2

The total cost of this contract was decreased by $0.00 from $52,220,295.87 to $52,220,295.87.

SECTION B- SUPPLIES OR SERVICES AND PRICES

SUBCLIN 0002AA The pricing detail quantity has increased by..._~b.._)(_4 ..... ) .._.._..__.._.._.._.._.._..__.._.._.._.._.._.._ _ ___,

(End of Summary of Changes}

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT ,I. CONTRA~ ID CODE I PAGEOF PAGES

1 1 4 2. AMiiNDMENT/MODfFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. l S. PROJECT NO.(Ifapplicable)

P00013 27-0ct-2005 51861, BASIC

6.ISSUEDBY CODE HQ0006 7. ADMINISTERED BY (If other than item 6) CODE I MISSILE DEFENSE AGENCY (MDA)

See Item 6 CONTRACTS DIRECTORATE 7100 DEFENSE PENTAGON WASHINGTON DC 20301·7100

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY 9B. DATED (SEE ITEM II) 1725 JEFFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202 lOA. MOO. OF CONTRACT/ORDER NO. X HQ0006-04-C-0002

lOB. DATED (SEE ffEM 13)

CODE 52939 IJ<A('IUTY CODE X 12-May-2004

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

OThe above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer 0 is extended, D is not ex.tcnded.

Offer 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 IS, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram wbich includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGN A TED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN RESECTION 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 malces reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MOOTFICA TIONS OF CONTRACfS/ORDERS. IT MODIFIES THE CONTRACf/ORDER NO. AS DESCRffiED IN ITEM 14.

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

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODll7IED 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(8).

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

x 0. OTHER (Specify type of modification and authority) DFARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (AUG 1993)

E. IMPORTANT: Contractor ~ is not, D is required to sign this document and return copies to the issuing office.

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

PFR45074 The purpose of this modification is to add incremental funding in the amount of$113,184.00 under ACRN AP for SubCLIN 0001AA. ·

Continued on page 2.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or lOA, as heretofore changed, remains unchanged and in full force and effect.

I 5A. NAME AND TITLE OF SIGNER (l'ype or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (fype or print)

158. CONTRACTOR/OFFEROR

(Signature of person authorized to sign) EXCEPTION TO SF 30 APPROVED BY OJRM 11-84

MARC LESSER I CONTRACTING OFFICER, CTS TEL: 703-882-6428 EMAIL: [email protected]

15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

·n ~ BY ~ '"~L%· ~-:;:;o--..2-~--~- 28-0ct-2005 (Signature of Contracting Officer)

30-105..()4 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION A- SOLICITATION/CONTRACT FORM

HQ0006-04-C-0002 P00013

Page 2 of4

The total cost of this contract was increased by $0.00 from $52,220,295.87 to $52,220,295.87.

SECTION G- CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Sununary for the Payment Office

As a result of this modification, the total funded amount for this document was increased by $113,184.00 from $33,425,850.45 to $33,539,034.45.

SUBCLIN OOOlAA:

AP: 9750400.2520 40603889C 2523 012123 BMD00146755074 was increased by $113,184.00 from (b)(4)

SECTION H - SPECIAL CONTRACT REQUIREMENTS

The following have been added by full text: ORDER OF BODY

DFARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBUGATION (AUG 1993)

a. Contract line item(s) 0001 and 0002 are incrementally funded. For these item(s), the. sum of $33,539,034.45 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (i) of this clause.

b. For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

c. Notwithstanding the dates specified in the allotment schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance ofthe applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) of this clause, or to a

HQ0006-04-C-0002 P00013

Page 3 of4

mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (i) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will tenninate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Tennination for Convenience of the Government."

d. When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

e. If, solely by reason of failure of the Government to allot additional.funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question offact within the meaning of the clause entitled "Disputes."

f. The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

g. The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

h. Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

i. The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: Date: Incremental Funding:

1 Jan 04

26 Jul 04

1 Nov 04

25 Feb04

15 Mar 05

18 Mar 05

1 Apr 05

8 Jun 05

27 Jun 05

Contract Executed $10,848,000

$ 3,456,783.00

$ 7,959,858.45

$ 1,235,000.00

$ 250,000.00

$ 235,000.00

$ 6,526,000.00

$ 526,130.00

$ 100,000.00

1 Oct05 14 Month Extension

27 Oct OS

(End of Summary of Changes)

$ 2,289,079.00

$ 113,184.00

HQ0006-04-C-0002 P00013

Page4 of4

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRA;; ID CODE I PAGEOF PAGES

1 1 4 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ: NO. 15. PROJECT NO.(lf applicable)

P00014 17-Nov-2005 SEE SCHEDULE

6. 1SSUED BY CODE HQ0006 7. AD~flNTSTERED BY (lfolherthan item6) CODE l S2404A OCMA MANASSAS

MISSILE DEFENSE AGENCY (MDA) 10500 BATTLEVIEW PAAKWAY, SUITE 200 CONTRACTS DIRECTORATE .. MANASSAS VA 22110-2342 7100 DEFENSE PENTAGON WASHINGTON DC 20301·7100

8. NAME AND ADDRESS OF CONTRACrQR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY 98. DATED (SEE ITEM II) 1725 JEFFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202 lOA. MOD. OF CONTRACT/ORDER NO. X HQ0006-04-C-0002

lOB. DATED (SEE ITEM 13)

CODE 52939 I I' Arn .rrv CODE X 12-May-2004

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

OThe above numbered soli~itation is amended as set forth in Item 14. The hour and date s~ified for re~eipt of Offer D is extended, D is not extended.

Offer must a~lmowledge receipt oflhis amendment prior to the hour and date s~ified in the solicitation or as amended by one of the following methods: (a) By oompleting llems 8 and 15, and returning oopies oflhe amendment; (b) By aclmowledging receipt of this amendment on each oopy of the offer submitted;

or(~) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN

REJECl'ION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such ebange may be made by telegram or letter, provided each telegram Of leiter makes referenu to the solicitation and this amendment, and is received prior to the opening hour and date s~ified.

12. ACCOUNTING AND APPROPRIATION DATA {If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACf/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 CONTRACf ORDER NO. IN ITEM lOA.

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

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

x D. OTHER (Specify type of modification and authority) DFARS 252.232-7000 LIMITATON OF GOVERNMENrS OBLIGATION (AUG 1993)

E. IMPORTANT: Contractor ~ is not, D is required to sign this document and return copies to the issuing office.

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

PFR number 60264 This modification adds funding to CLIN 0101 in the amount of $878,000.00 via SubCLIN 010102, ACRN AU.

Continued on page 2.

El«:ept as provided huein, all tmns and conditions of the doc:ument referenced in Item 9A or lOA, as heretofore changed, remains unchanged and in full force and effea.

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

I 58. CONTRACfORIOFFEROR

(Signature of person authorized to sign) EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

MARC LESSER I CONTRACTING OFFICER, CTS

TEL: 703-882-6428 EMAIL: [email protected]

I SC. DATE SIGNED 168. UNITED STATES OF AMERICA l6C. DATE SIGNED

BY ~n~ c ......... ~,?-....A.-.::----<---· 17 -Nov-2005 (Signature of Contracting Officer)

30-105-04 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION A - SOLICITATION/CONTRACT FORM

HQ0006-04-C-0002 P00014

Page 2 of4

The total cost of this contract was decreased by $0.00 from $52,220,295.87 to $52,220,295.87 .

. SECTION 8- SUPPLIES OR SERVICES AND PRICES

SUBCLIN 010102 is added as follows:

ITEM NO SUPPLIES/SERVICES 010102

QUANTITY UNIT Labor Hours

UNIT PRICE AMOUNT

HQ0006-04-C-0002

CPFF

PURCHASE REQUEST NUMBER: 60264, BASIC

ACRN AU Funded Amount

FOB: Destination

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

SECTION G - CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

$0.00

$0.00 $0.00

$878,000.00

As a result of this modification, the total funded amount for this document was increased by $878,000.00 from $33,539,034.45 to $34,417,034.45.

SUBCLIN 010102: Funding on SUBCLIN 010102 is initiated as follows:

ACRN:AU

Acctng Data: 9760400 2520 BM2520 40603890COO 2512 MD6010111C0264 620099 S12l35

Increase: $878,000.00

Total: $878,000.00

SECTION H - SPECIAL CONTRACT REQUIREMENTS

The following have been modified: ORDER OF BODY

HQ0006-04-C-0002 P00014

Page 3 of4

DF ARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (AUG 1993)

a. Contract line item(s) 0001 and 0002 are incrementally funded. For these item(s), the sum of $34,417,034.45 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (i) of this clause.

b. For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

c. Notwithstanding the dates specified in the allotment ·schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgmen t, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state ( 1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) ofthis clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance o f the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (i) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

d. When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this c lause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

e. If, solely by reason o f failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line itern(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance o f the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

f. The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

HQ0006-04-C-0002 P00014

Page 4 of4

g. The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default" The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

h. Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

i. The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: Date: Incremental Funding:

1 Jan 04 Contract Executed

26 Jul 04

l Nov 04

25 Feb 04

15 Mar 05

18 Mar 05

1 Apr 05

8 Jun 05

27 Jun 05

1 Oct 05 14 Month Extension

27 Oct05

17 Nov 05

(End of Summary of Changes)

$10,848,000

$ 3,456,783

$ 7,959,858.45

$ 1,235,000

$ 250,000

$ 235,000

$ 6,526,000

$ 526, 130

$ 100,000

$ 2,289,079

$ 113, 184

$ 878,000

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONTRA~ lD CODE l PAGEOF PAGES

1 1 s 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITIONIPURCIIASE REQ. NO. I S. PROJECT NO.(lf appli<:able)

P00015 22-Dec-2005 SEE SCHEDULE

6.1SSUEDBY CODE HQ0006 7. ADMINISTERED BY (If other than item 6) CODE I S2404A OCMA MANASSAS

~SSILE DEFENSE AGENCY (MOA) 10500 BATTU:VIEW PAJOONAY, SUITE 200 CONTRACTS DIRECTORATE MANASSAS VA 22110-2342 7100 DEFENSE PENTAGON WASHINGTON DC 20301-7100

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAUl PHEENY 99. DATED (SEE ITEM II) 1725 JEFFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202 lOA. MOD. OF CONTRACT/ORDER NO. X HQ0006-04-C-0002

I OB. DATED (SEE ITEM 13)

CODE 52939 I FACILITY CODE X 12-May-2004

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

OTbe above numbered solicilalion is amended as set forth in Item 14. Tbe hour and date specified for receipt of Offer D is extended, D is not extended.

Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of01e following methods: (a) By completing Items 8 and IS, and returning copies of the amendment; (b) By aclmowledgiog receipt orthisamcndment on each copy of the offer submitted; or (c) By separate letter or telegram wbicb includes ~ce to the solicitation and amendment numbers. FAIWRE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT TilE PLACE DESIGNATED fOR TilE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN

REIECriON OF YOUR OFFER. If by virtue of this amendment you desire to ebange an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPUES ONLY TO MOD !FICA TIONS 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 lOA.

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

C. TillS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF;

x D. OTHER (Specify type of modification and authority) DFARS 252.232-7000 LIMITATION OF GOVERNMENrS OBLIGATION (AUG 1993)

E. IMPORT ANT: Contractor lXI is not, D 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.)

PFRs 60264 and 60364

The purpose of this modification is to: 1) provide total incremental funding in the amount of $1,318,000.00 for Labor CLIN 0101 (SubCLIN 010102 is increased by f6l\4f :lunder existing ACRN AU; and SubCLIN 010103 in the amount o~4> ___:::]under new ACRN AV); and 2) administratively remove Section J, Attachment 2 "Personnel QualifiCations" which was a hold over from a prior contact and was never part of this award.

Continued on page 2.

Except as provided herein, all terms and conditions oftbc doc:urnent refcr<.oced in Item 9A or lOA. as herc10fore changed, remains unchanged and In fUJI force and effect.

I SA. NAME AND TrrLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) MARC LESSER I CONTRACTING OFFICER, CTS

TEL: 70J.a82-6428 EMAIL: marc.lesse<@mda.mil

I 58. CONTRACTOR/OFFEROR ISC. DATE SIGNED 168. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY ~n~c~~~~ 22-Dec-2005 (Signature of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

30-105.{)4 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECfiON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECfiON B- SUPPLIES OR SERVICES AND PRICES

SUBCLIN 010103 is added as follows:

ITEM NO SUPPLIES/SERVICES 010103

QUANTITY UNIT Labor Hours

INCREMENTAL FUNDING FOR HQ0006-04-C-0002

CPFF

PFR60364

PURCHASE REQUEST NUMBER: 60364, BASIC

UNIT PRICE

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE ACRN A V Funded Amount

FOB: Destination

HQ0006-04-C-0002 P00015

Page 2 of5

AMOUNT

~b)(4)

$0.00

$0.00 $0.00

SECfiON G- CONTRACf ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00015

Page 3 of5

As a result of this modification, the total funded amount for this document was increased by $1,318,000.00 from $34,417,034.45 to $35,735,034.45.

SUBCLIN 010102:

AU: 9760400 2520 BM2520 40603890COO 2512 MD6010111C0264 620099 S12135 was increased by ~b)(4)

SUBCLIN 010103: Funding on SUBCUN 010103 is initiated as follows:

ACRN:AV

Acctng Data: 9760400 2520 6 BM 2520 40603890COO 2512 Sl2135 MD6010510C0364 620120

Increasdb )( 4) ~

Total:'<!ll{& =:-1

SECfiON H - SPECIAL CONTRACf REQUIREMENTS

The following have been modified:

ORDER OF BODY

DFARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (AUG 1993)

a. Contract line item(s) 0001, 0002 and 0101 are incrementally funded. For these item(s), the sum of $35,735,034.45 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (i) of this clause.

b. For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

c. Notwithstanding the dates specified in the allotment schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the

HQ0006-04-C-0002 P0001 5

Page 4 of5

Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for perfonnance of the applicable item(s). The notification will state ( I) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) of this ·clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (i) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

d. When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) ofthls clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this c lause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

e. If, solely by reason offailure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

f. The Government may at any time prior to termination allot additional funds for the perfonnance of the contract line item(s) identified in paragraph (a) of this clause.

g. The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

h. Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

i. The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: Date: Incremental Funding:

1 Jan 04 Contract Executed $10,848,000

26 Jut 04 $ 3,456,783

1 Nov 04 $ 7,959,858.45

25 Feb04 $ 1,235,000

15 Mar 05 $ 250,000

18 Mar 05 $ 235,000

1 Apr 05 $ 6,526,000

8 Jun 05 $

27 Jun 05 $

526, 130

100,000

HQ0006-04-C-0002 P00015

Page 5 of5

1 Oct05 14 Month Extension $ 2,289,079

27 Oct 05 $ 113,184

l7Nov 05 $ 878,000

13 Dec 05 $ 1,318,000

SECTION J - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

The following have been modified: SECTION J

DOCUMENT

EXHIBIT A

ATTACHMENT I

ATTACHMENT 3

ATTACHMENT4

(End of S~mmary of Changes)

TITLE

Contract Data Requirements Lists (DD Forms 1423-1}

Statement of Work-- "Scientific, Engineering, and Technical Assistance Services for MDA Headquarters Program Planning Support"

Contract Security Classification Specification (DD Form 254)

OCI Analysis/Disclosure Form

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I'' CONTRA~ ID CODE I PAGI!OF PAGES

1 1 4

2. AMENDMENTIMODIFICA TION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO.(Ifapplicable)

P00016 12-Jan-2006 SEE SCHEDULE

6.1SSUEDBY COOE HQOOOS 7. AD~INISTERED BY (lfo!Mrtlwl ilcm6) CODE IS2404A OCMA MANASSAS

MISSILE DEFENSE AGENCY (MOA) 10500 BATilEVIEW PARKWAY, SUITE 200 CONTRACTS DIRECTORATE MANASSAS VA 22110-23-42 7100 DEFENSE PENTAGON WASHINGTON 0C 20301·7100

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY 9B. DATED (SEE ITEM II) 1725JEFFERSON OAVlS HIGHWAY SUITE 1300 ARLINGTON VA 22202 10~. M2D. Ot CONTRACT/ORDER NO. X H 000 ·04· ·0002

lOB. DATED (SEE ITEM 13)

CODE 52939 IFAC:Il.ITV C:ODE X 12-May-2004

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICIT A TlONS

0111e above numbered solicitation is amended as sel forth in Ueon 14. 111e hour and dale specified for receipt of OtTer D is extended* 0 is not extended.

Off« must acknowledge receipt of this amendment prior to the hour and dale specified in the solicitation or as amended by one of the following methods: (a) By completin1: Items 8 and 15, and returning copies ofthe amendment; (h) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which incluclcs a reference lothe soticitation and amendment numbers. FAILURE 01' YOUR ACKNOWLEDGMENT TO BE RECEIVED AT TliB PLACE DESIGNATED FOR 'ntF. RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT fN

REJECTION OF YOUR OFFER. If by virtue of this annendmenl you desire 10 change an offer already submi"ed, such chan;e may be made by lelcgram or letter, provided eaeh telegram or lett<r makes referenoe 10 lbe soliciution and this amendmenl, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

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

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

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 43.1 03(B).

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

X D. OTHER (Specify type of modification and authority) DFARS 252·232·7000 LI MITATION OF GOVERNMENT'S O BLIGATION (AUG 1993)

E. IMPORT ANT: Contractor [KI is not, D 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.)

PFR number 60599 The purpose of this modification is to provide increm enta l funding in the amount of $4 ,556,921.00 for LabOr CLIN 0101 (14 month e xte nsio n) via SubC LIN 010104 , ACRN AW.

Continued on page 2.

Except as provided herein, all terms and COCiditions of the document refm:nccd in Item 9A or lOA, as beretofure cban;ed, remains unchanged and in full force and dTecL

I SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) MARC LESSER I COt-ITRACTING OFFICER, CTS

TEL: 70~-&428 EMAIL: marc.lesse<@mda.mit

ISB. CONTRACTOR/OFFEROR ISC. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY ~n~~~---__,.~L----- 12-Jan-2006 (Signature of person authorized to sign) (Signature of Contracting Officer)

, EXCEPTION fO SF 30 APPROVED BY OIR..'vl ll -84

30-105-04 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR ( 48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION A - SOLICITATION/CONTRACT FORM

HQ0006-04-C-0002 P00016

Page 2 of4

The total cost of this contract was increased by $0.00 from $52,220,295.87 to $52,220,295.87.

SECTION B - SUPPLIES OR SERVICES AND PRICES

SUBCLIN 010104 is added as follows:

ITEM NO SUPPLIES/SERVICES 010104

QUANTITY UNIT Labor

UNIT PRICE AMOUNT

Hours INCREMENTAL FUNDING FOR HQ0006-04-C-0002 CPFF PFR 60599 PURCHASE REQUEST NUMBER: 60599, BASIC

ACRN A W Funded Amount

FOB: Destination

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

SECTION G - CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

$0.00

$0.00 $0.00

$4,556,921.00

As a result of this modification, the total funded amount for this document was increased by $4,556,921.00 from $35,735,034.45 to $40,291,955.45.

SUBCLIN 010104: Funding on SUBCLIN 0 I 0 I 04 is initiated as follows:

ACRN:AW

Acctng Data: 9760400.2520 6 BM 2520 40603890COO 2512 S 12135 MD60 10 Ill C0599 620099

Increase: $4,556,921 .00

Total: $4,556,921.00

SECTION H - SPEClAL CONTRACT REQUlREMENTS

The following have been modified: ORDER OF BODY

HQ0006-04-C-0002 P00016

Page 3 of4

DFARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (AUG 1993)

a. Contract line item(s) 0001,0002 and 0101 are incrementally funded. For these item(s), the sum of $40,291,955.45 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (i) of this clause.

b. For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The

. Contractor will not be obligated to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

c. Notwithstanding the dates specified in the allotment schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (I) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (i) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

d. When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

e. If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

f. The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

g. The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except

HQ0006-04-C-0002 POOOI6

Page4 of4

with regard to the rights or obligations of the parties concerning eQuitable adjustments negotiated under paragraphs (d) and (e) of this clause.

h. Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

i. The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: Date:

I Jan 04 Contract Executed

26 Jul 04

I Nov04

25 Feb 04

15 Mar05

18 Mar 05

I Apr05

8 Jun 05

27 Jun 05

l Oct 05 14 Month Extension

27 Oct 05

17 Nov 05

13 Dec 05

12Jan06

(End of Summary of Changes)

Incremental Funding:

$10,848,000

$ 3,456,783

$ 7,959,858.45

$ 1,235,000

$ 250,000

$ 235,000

$ 6,526,000

$ 526,130

$ 100,000

$ 2,289,079

$ 113,184

$ 878,000

$ 1,318,000

$ 4,556,92 1

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT r. CONTRA; ID CODE I PAGEOF PAGES

1 1 4

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE Rf.Q. NO. l S. PROJECt' NO.(If applicable)

P00017 26-Jan-2006 SEE SCHEDULE

6.1SSUEDBY CODE HQ0006 7. ADMINISTERED BY (If other than item 6) CODE IS2404A OCMA MANASSAS

MISSILE DEFENSE AGENCY (MDA) 10500 BATTLEVIEW PARKWAY, SUITE 200 CONTRACTS DIRECTORATE MANASSAS VA 22110·2342 7100 DEFENSE PENTAGON WASHINGTON DC 20301·7100

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM 11) 1725JEFFERSON DAVIS HIGHWAY SUITE 1300 ARLINGTON VA 22202

lOA. MOD. OF ~~NTRACf/ORDER NO. X HQ0006-04-C- 02

lOB. DATED (SEE ITEM 13)

CODE 52939 !FACILITY CODE X 12-May-2004

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

OThe above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer D is cxtended, 0 is not extended.

Offer 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 IS, and returning copies of the amendment; (b) By acknowledging receipt oftbis amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which includes~ to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO TilE HOUR AND DATE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an otTer already submitted, such change may be made by telegram or letter,

provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACfS/ORDERS. IT MODIFIES THE CONTRACf/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 CONTRACf ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECf THE ADMINISTRA TlVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(6).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUA.J"'T TO AUTHORITY OF:

x D. OTHER (Specify type of modification and authority) DFARS 252-232-7007 Limitation of Government Obligation (AUG 1993)

E. IMPORTANT: Contractor 0 is not, D is required to sign this document and return copies to the issuing office.

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

PFR number 60722 The purpose of this modification is to: 1) add incremenlal funding in the amount of $83,000.00 to CLIN 0101 via SubCLIN 010105 under ACRN AX; and 2) update OFARS 252-232-7007 LimiTation of Government Obligation.

See Summary of Changes on Page 2.

Except as provided herein, all terms and conditions of the. document referenc:<:d in Item 9A or lOA, as heretofore changed, remains unchanged and in full force and effect.

!SA. NAME AND TITLE OF SIGNER (l'ype or print) 16A. NAME AND TITLE OF CONTRACI'ING OFFICER (Type or print) MARC LESSER I CONTRACTING OFFICER, CTS

TEL: 703-882-6428 EMAIL: [email protected]

15B. CONTRACfORIOFFEROR ISC. DATE SIGNED 168. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY ~n~~~~-:-- 27 -Jan-2006 (Signature of person authorized to sign) (Signature of Contracting Officer)

' EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

30-105-04 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION A- SOLICITATlON/CONTRACT FORM

HQ0006-04-C-0002 P00017

Page 2 of4

The total cost of this contract was decreased by $0.00 from $52,220,295.87 to $52,220,295.87.

SECTION B - SUPPLIES OR SERVICES AND PRICES

SUBCLIN 0101051s added as follows:

ITEM NO SUPPLIES/SERVICES 010105

QUANTITY UNIT Labor

UNIT PRICE AMOUNT

Hours INCREMENTAL FUNDING FOR HQ0006-04-C-0002

CPFF

PFR 60722

PURCHASE REQUEST NUMBER: SE9KNY60722, BASIC

$0.00

$0.00

ACRN AX Funded Amount

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE $0.00

$83,000.00

FOB: Destination

SECTION E- INSPECTION AND ACCEPTANCE

The following Acceptance/Inspection Schedule was added for SUBCLIN 010105: INSPECT AT INSPECT BY ACCEPT AT N/A N/A N/A

SECTION G - CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

ACCEPT BY Government

As a result of this modification, the total funded amount for this document was increased by $83,000.00 from $40,291,955.45 to $40,374,955.45.

SUBCLIN 010105: Funding on SUBCLIN 010105 is initiated as follows:

ACRN:AX

Acctng Data: 9760400.2520 6 BM 2520 40603890COO 2512 Sl2135 MD60105IOC0722 620120

Increase: $83,000.00

Total: $83,000.00

SECTION H- SPECIAL CONTRACT REQUlREMENTS

The following have been modified: ORDER OF BODY

HQ0006-04-C-0002 P000l7

Page 3 of4

DFARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (AUG 1993)

a. Contract line item(s) 0001, 0002 and 0101 are incrementally funded. For these item(s), the sum of $40,374,955.45 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (i) of this clause.

b. For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

c. Notwithstanding the dates specified in the allotment schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (I) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (i) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

d. When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

e. If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

HQ0006~04-C-0002 P00017

Page 4 of4

f. The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

g. The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

h. Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

i. The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: Date: Incrementa l Funding:

l Jan 04 Contract Executed $1 0,848,000

26 Jul 04 $ 3,456,783

I Nov04 $ 7,959,858.45

25 Feb 04 $ 1,235,000

15 Mar05 $ 250,000

18 Mar 05 $ 235,000

1 Apr05 $ 6,526,000

8 Jun 05 $ 526,130

27 Jun 05 $ 100,000

I Oct05 14 Month Extension $ 2,289,079

27 Oct05 $ 113,184

17Nov05 $ 878,000

l3 Dec 05 $ 1,3 18,000

12 Jan 06 $ 4,556,921

26 Jan 06 $ 83,000

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONTRA~ 10 CODE I . PAGEOP PAGES

1 1 4

2. A.\tEND~ENTIMODIFICATION NO. 3. EFfECT£V£ DATE 4. REQUISITION/PURCHASE REQ. NO. I S. PROIECT NO.(lfapplicable)

P00018 09-Feb-2006 SEE SCHEOU..E

6. ISSUED BY CODE HQ0006 7. ADMINISTERED BY (If other than i1em 6) CODE LS2404A DCMA MANASSAS

MISSILE DEFENSE AGENCY (MDA) 10500 BATILEVIEW PARKWAY, SUITE 200 COI'ITRACTS DIRECTORATE MANASSAS VA 22110.2342 7100 DEFENSE PEI'ITAGON WASHINGTON OC 20301·7100

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. COMPliTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM II ) 1725JEFFERSON DAVlS HIGHWAY SUITE1300 ARLINGTON VA 22202

IO<Sr M~D. Ot C@NTRACf/ORDER NO. X H 000 -04- -0 02

JOB. DATED (SEE ITEM 13)

CODE 52939 IFACII.ITY CODE X 12-May-2004

I I. HilS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

O n.e above numbeted solitilation is amended as set forth in Item 14. The hour and date specified for receipt of Offer D is extended, D is not extended.

Offer must acknowledge receipt oflhis amendment prior to lhe hour and date specified in the solicitation or as amended by one of the following methods: (a) By eompleling Items 8 and IS, and relumin& copies of the amendment; (b) By acknowledging receipt of this amendment on each copy oflhe offer submitted; or(c) By separale letter or lelegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECENED AT TifE PLACE DESIGNA'ffiD fOR 'fHE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATB SPECIFIED MAY RESULT IN

RF.JECTION OF YOUR OPPER. Jfby virtue of this amendment yov desire to change an offer already submitted, $uch change may be made by telegram or leiter, provided each telegram or letter makes reference 10 the solicitation and this amendment, and is received prior 10 the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACfS/ORDERS. IT MODIFIES HIE CONTRACT/ORDER NO. AS DESCRIOED IN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTI liN ITEM 14 ARE MADE IN THE CONTRACf ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECf THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTIIORJTY OF FAR 43.1 03(B).

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

x D. OTHER (Specify type of modification and authority) OFARS 252-232-700 7 Limitation of Gove rnme nt O bliga tion (AUG 1993)

E. IMPORTANT: Contractor 0 is not, D is required to sign this document and return copies to the issuing office.

14. DESCRJPTION OF AMllNDMENT!MODIF ICATTON (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to 1) a dd incremental funding in the amount of $3,593,065.00 to CLIN 0101 by increasing SubCLIN 010104, ACRN AW from $4,556,921 to $ 8,149,986 a nd 2) update DFARS 52.232-7007 Limitation of Gove rnment O bliga tion.

See S umma ry of Changes on Page 2 .

Except as provided hetdn. all terms and oonditions of the document referenced in Item 9A or tOA, as ber<tofore ~hanged. remains unchanged and in filii Coree t11d effect.

I SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACfiNG OFFICER (Type or print) MARC LESSER I COI'ITRACTIIo!G OFFICER. CTS

TEL: 703-882-6428 EMAil: [email protected]

ISB. CONTRACfORIOFFEROR I 5C. DATE SIGNED 16B. UN !TED STATES OF AME.RlCA 16C. DATE SIGNED

BY 1/'?7~~--:?-~~-L---- 09-Feb-2006 (Signature of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11 -84

30-105-04 S1 ANDARD FO&\.f 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION G - CONTRACT ADMINISTRATION OAT A

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 POOOI8

Page2 of4

As a result of this modification, the total funded amount for this document was increased by $3,593,065.00 from $40,374,955.45 to $43,968,020.45.

SUBCLIN 010104:

AW: 9760400.2520 6 BM 2520 40603890COO 2512 Sl2135 MD6010111C0599 620099 was increased by $3,593,065.00 from

SECTION H - SPECIAL CONTRACT REQUIREMENTS

The following have been modified: ORDER OF BODY

DFARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION {AUG 1993)

a. Contract line item(s) 0001,0002 and 0101 are incrementally funded. For these item(s), the sum of $43,968,020.45 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (i) of this clause.

b. For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination ofthose item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

c. Notwithstanding the dates specified in the allotment schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (I) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (i) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

HQ0006-04-C-0002 P00018

Page 3 of4

d. When additional funds are allotted for continued perfonnance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract perfonnance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

e. If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely perfonnance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the perfonnance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

f. The Government may at any time prior to tennination allot additional funds for the perfonnance of the contract line item(s) identified in paragraph (a) of this clause.

g. The tennination provisions of this clause do not limit the tights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment offunds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rigbts or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

h. Nothing in this clause affects the right of the Government to tenninate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

i. The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: Date: Incremental Funding:

I Jan 04 Contract Executed $1 0,848,000

26 Jul 04 $ 3,456,783

1 Nov 04 $ 7,959,858.45

25 Feb 04 $ 1,235,000

15 Mar05 $ 250,000

18 Mar05 $ 235,000

I Apr 05 $ 6,526,000

8 Jun 05 $ 526,130

27 Jun 05 $ 100,000

I Oct 05 14 Month Extension $ 2,289,079

27 Oct 05 $ 113,184

17 Nov 05 $ 878,000

13 Dec 05 $ 1,318,000

12Jan06 $ 4,556,921

26 Jan 06

9 Feb 06

(End of Summary of Changes)

$ 83,000

$ 3,593,065

HQ0006-04-C-0002 P00018

Page 4 of4

-~----------

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I'' CONTRA~ IO CODE I PAGE OF PAGES

1 1 4 2. AMENDMEN11MODIF1CATION NO. 3. EFFECTIVE DATE 4. REQUISmONIPUROIASE REQ. NO. I S. PROJECfNO.(Ifapplicable)

RXl019 27-Mar-2006 SEE SCHEDUlE

6.1SSUEDBY CODE I-Q)006 7. ADMINISTERED BY (lfothcrthan item6) CODE I S2404A OCMA M.ANASSAS

MISSilE OEFB-ISE AIJENCY (MOA) 10Wl~TILE'II1EWPARKWAY,SU1TE200 CONTRACTS DIRECTORATE M.ANASSAS VA 22110.2342 7100 OEFB-ISE PENT .AG0N WASHNGTON DC 21m1·7100

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, ColDlty, State and Zip Code) 9A. AMENDMENT OF ~LICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. OAT ED (SEE IT EM II ) 1725JEFFERSON OAIIISHIGHWAY SUITE1:Jl0 ARUNGTON VA 22202

~D. OF cffiNTRACT/ORDER NO. X 04-C 2

lOB. DATED (SEE ITEM 13)

CODE 52939 IFArJUTY CODE X 01-Jan-2004

I I. TWSITEM ONLY APPLIES TO AMENDMENTS OF ~LICITATIONS

OThe above nuni>ered solicitation is arn:nded as set i>rth in Item 14. The hour and date speciied i>r receipt ofOtl!r 0 is extended, D is not extended.

O IJ!r ll\lSt acknowledge n:ccipt ofchis am:ndrn:ot prior to the hour and date specified in the solicitation or as an~ded by oneoftbe flllowing rrethods: (a) By COit1l leting ltell'8 8 and I S,and returning copies oftheam:11dn-ent; (b) By acknowledging receipt ofthis anrndrrent on each copy oftheotrr subnitted; or(c) Oy separate letterortelegramwbich includ~renceto the solicitation and aorendrnent nuni>ers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGN A 1ED FOR THE RECEIPT OF OFFERS PRIOR 10 TiiE HOUR AND DA 'IE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. lfby virtue ofthis an-endn-,nt you desire to change an oli:r already subnitted, such change 1111y be made by telegram or letter, provided each telegramor letter nukes re~rence to the solicitation and this 8Jll:ndrrent, and is ~ived prior to the opening hour and date speciied.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIESONLYTO MODIFICATIONSOFCONTRACT~ORDERS IT MODlFlESTHECONTRACT/ORDERNO. ASDEs:RIBED rN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PURruANT TO: (Specify al.thority) T HE QlANGESSET FORT II IN ITEM 14 ARE MADE IN T!"IE CONTRACT ORDER NO. IN ITEM l OA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECr THE AOMTNISfRA TIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AlJfHORITY OF FAR43.103(B).

C. TI-nS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURruANT TO AUTHORITY OF:

x D. OTHER (~ccify type of modification and authority) CFARS 252.232-7007 Urritalion of Governrrent Obligation (AUG 1993)

E. IMPORT ANT: Contractor ~ is not, D is required to sign this document and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headinp;;, including solicitation/contract subject matter where feasible.) Modification Control Nlunber: nntlickey06109

The J:>1.1'129Se of this rrodification is to: 1) add increrrental funding in the armunt of $2,125,839.00 to O.IN 0101 (SubCl.IN 00104 in the arrount offbX4

> =:lunder A~ A W and SubCl.IN 010105 in the arrount o flbX4l Iunder A~ AX) and 2) update CFARS 252.232-7007 Unitation of Governrrent Obligation.

See Sumrery of Olanges on Page 2.

Except as provided herein, all terml and oooditions ofthe doc.um:nt rei:n:nced i.n Item9A or IOA,as heretofue changed, ren-ains unchanged and in iiU f>rce aod effed.

15A. NAME Al'ID TITLE OF SIGlER (fype or print) 16A. NAME AND TITLE OFCONTRACTINGOFFICER(T ype or print) GRCNER J . MellEY I CONTRACTING OfFICER

TEl: 703-al2-6200 EMAIL: GrCMr.MeVI!)@rrmnil

158. CONTRACTOR/OFFEROR 15C. DAT E SIGNED 168. UNITED Sl'ATESOF AMERICA 16C. DATE SIGNED

BY A~· ./. ?.p.;v~ 30-Mar-2006 (Signature of person authorized to sign) (Signature of Contracting Officer)

EXCEPT ION fO SF 30 APPROVED BY OIRM 11-84

30-105-04 Sf ANDARD FORM 30 (Rev. I 0-83) Prescribed by GSA FAR (48 CFR) 53.243

SECflON SF 30 BLOCK 14 CONTlNUATlON PAGE

SUMMARY OF CHANGES

SECTION G- CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00019

Page 2 of4

As a result of this modification, the total funded amount for this document was increased by $2,125,839.00 from $43,968,020.45 to $46,093,859.45.

SUBCLfN 0 10104:

AW: 9760400.2520 6 BM 2520 40603890COO 2512 S12135 MD6010111C0599 620099 was increased by Kb)I4)

SUBCLLN 010105:

AX: 9760400.2520 6 BM 2520 40603890COO 25 12 S 12135 MD60 I 051 OC0722 620120 was increased by

~4)

SECTION H - SPEClAL CONTRACT REQUIREMENTS

The following have been modi tied: ORDER OF BODY

DFARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (AUG 1993)

a. Contract line item(s) 0001, 0002 and 0101 are incrementally funded. For these item(s), the sum of $46,093,859.45 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (i) of this clause.

b. For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those itern(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

c. Notwithstanding the dates specified in the allotment schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (l) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this

HQ0006-04-C-0002 P0001 9

Page 3 of4

clause, for a subsequent period as may be specified in the allotment schedule in paragraph (i) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

d. When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

e. If, solely by reason of failure ofthe Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

f. The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

g. The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

h. Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

i. The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: Date: Incremental Fu nding:

l Jan 04

26 Jul 04

l Nov 04

25 Feb 04

15 Mar05

18 Mar05

I Apr 05

8 Jun 05

27 Jun 05

l Oct 05

27 Oct 05

Contract Executed

14 Month Extension

$10,848,000

$ 3,456,783

$ 7,959,858.45

$ 1,235,000

$ 250,000

$ 235,000

$ 6,526,000

$ 526,130

$ 100,000

$ 2,289,079

$ 113, 184

HQ0006-04-C-0002 P00019

Page4 of4

17 Nov 05 $ 878,000

13 Dec 05 $ 1,318,000

12 Jan 06 $ 4,556,921

26 Jan 06 $ 83,000

9Feb 06 $ 3,593,065

27 Mar06 $ 2,125,839

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONTRA~IDCODE I PAGE OF PAGES

1 1 4 2. AMENDMENT/ MODIFICATION NO. 3. EFFECTIVE DA 1E 4. REQUISI1lONfPURQIASB R.EQ. NO. ,5. PROJECT NO.(Ifapplicable)

F00020 13-Apr-2006 SEE SCHEDULE

6.lSSUEDBY CODE 1-0)006 1. AOMINISlERED BY (Ifotherrhan item6) CODE I S2404A OCMA MANASSAS

MISSILE OEFeiSE AIJENCY (MOA) 10600 BATILE\11EWPAAKWAY, SUITE 3Xl ca-ITRACTS DIRECTORATE MANASSAS VA 2211~2342 7100 DEFeiSE FENT AGON WI\SHNGTON DC 3Xl01-7100

8. NAME AND ADORE$ OF CONTRACTOR (No., Street, Col.llty, State and Zip Code) 9A. AMENDMENT OF roLICIT AT ION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM II) 1125JEFFERSON DAV1SHIGHWAY SUITE l:m ARUNGTON VA22Z!J.

~D. OF CONTRACT /ORDER NO. X 04-C-0002

lOB. DATED (SEE ITEM 13)

CODE 52939 IFArJUTY CODE X 01-Jan-2004

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF roLICITATIONS

OThe above nunf>en:d solicitation is wn:nded as set f>rth in Item t4. The hour and date speeiied f>r receipt ofOI!r 0 is extended, 0 is not extended.

01!< rrust acknowledge receipt orthis am:odn-ent prior to the hour and datcspcciied in the solicitation or as am:nded by oncoflhe l>llowing n"Cthods: (a) By COltllleting lte1111 8 and 15, and returning copies oft he am:ndn-ent; (b) By acknowledging receipt o fthis aJI"Cndm:nt on each copy ofthe ol!r subnitted;

or(c) By separate lenerortelegramwbich includes a re~renec: to the solicitation and an"COdn"Cnt nuni:>ers. I'AILUR.E OF YOUR ACKNOWLEDGMENT TO BE RECEIVED ATTHE PLACE DESIGNA1ll0 FOR THE RECEIPT OF OFFERS PRIOR TOTIJEIIOURAND DATE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. lfby virtueoflhis wn:ndrrent you desiretochangean o!Ualready subnitted,such change may be made by telegram or letter, provided each telegramor letter n~cs re~rence to the solicitation and this arrendm::ot,and is received prior to the opening hour and date sped lied.

12. ACOJUNTING AND APPROPRIATION OAT A (lf req.rired)

See Schedule

13. T HIS ITEM APPLIESONL Y TO MODIFICATIONS OF CONTRACTS'ORDERS IT MODIFIES T HE CONTRACf/ORDER NO. ASDE3:RIBED IN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (~eeify a~hority) THEQIANGESSET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINTSTRA TIVE OIANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR43.103(B).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PurulJANT TO AUTHORJT Y OF: o=ARS 252.232-7007 Urritalioo of Governrrent ())ligation (Al.X31993)

D. OTHER (~ecify type of modification and authority)

E. IMPORT ANT: Contractor D is not, 0 is required to sign this document and return 1 copies to the issuing office.

14. D~PTION OF AMENDMENT /MODIFICATION (Org;mized by UCF section hcadin~. including solicitation/contract subject matter where feasible.) Modification Control Number: nrrtlickey06199

The purpose of this rrodification is to: 1) deobligate unused funding from Q.IN 0002 (A<R'J AQ in the arrount otf?! in the arrount o b)(

4l '"'""'] and 2) update o=ARS 252.232-7007 Lirritalioo of Governrrent's Obligation. =:Jand A<R'J AS

See Surrrrery of Olanges on Page 2.

Except as provided herein, all tetm~and conditions oft he docum::ot re£renced in Item9A or lOA, as hcmoflre changed, rell'llins unchanged and in illl flrce and elEct.

!SA. NAME AND TITLE OF SlGNER (Type or print) I 6A. NAME AND TIT LE OF CONTRACTING OFfiCER (Type or print) GROVER J. MCIIEV I CONTRACTING OFFICER

TB.: Jm8!2-8209 eMJL: GrCMlr.McVe,@rmrril

ISB. CONTRACfORIOFFEROR 15C DATESlGNED 168. UNITED Sf ATESOF AMERICA 16C DATE SIGNED

BY ,!:/~ /. ~v~ 28-Apr-2006 (Signature of person authorized to sign) (Signahrrc of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

30-105-04 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR(48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION G - CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00020

Page 2 of4

As a result of this modification, the total funded amount for this document was decreased by $620,000.00 from $46,093,859.45 to $45,473,859.45.

SUBCLlN 0002AA:

A :9750400.2520 40603890C 2523 012123 BMD00146955649 was decreased byfui®~~-~ ~4)

AS: 9750400.2520 40603890C 2525 012123 BMDOO 154067208 was decreased b>fb )( 4) b)(4) ~ '-----~---'

SECTION H - SPECIAL CONTRACT REQUIREMENTS

The following have been modified: ORDER OF BODY

DFARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (AUG 1993)

a. Contract line item(s) 0001,0002 and 0101 are incrementally funded. For these item(s), the sum of $45,473,859.45 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (i) of this clause.

b. For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at · which the total amount payable by the Government, including reimbursement in the event of termination of those

item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

c. Notwithstanding the dates specified in the allotment schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Governrrient, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state ( l) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (i) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in

HQ0006-04-C-0002 P00020

Page 3 of4

the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

d. When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph {a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

e. lf, solely by reason offailure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling ptices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

f. The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

g. The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

h. Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

i. The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: Date: Incremental Funding:

I Jan 04

26 Jut 04

I Nov 04

25 Feb 04

15 Mar05

18 Mar05

I Apr 05

8 Jun 05

27 Jun 05

I Oct 05

27 Oct 05

17 Nov 05

Contract Executed

14 Month Extension

$10,848,000

$ 3,456,783

$ 7,959,858.45

$ 1,235,000

$ 250,000

$ 235,000

$ 6,526,000

$ 526,130

$ 100,000

$ 2,289,079

$ 113,184

$ 878,000

HQ0006-04-C-0002 P00020

Page 4 of4

13 Dec 05 $ 1,318,000

12 Jan 06 $ 4,556,921

26 Jan 06 $ 83,000

9 Feb 06 $ 3,593,065

27 Mar06 $ 2,125,839

l3 Apr06 $- 620,000

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I I. CON'IRA~ID CODE I PAGEOF PAGES

1 1 6 2. AMENDMENT/MODIFICA'IlON NO. 3. EfFECilVE DATE 4. REQUISffiON/PURCHASE REQ. NO. I 5. PROJECTNO.(Ifapplicable)

RJ0021 04-Mly-2006 SEE SCHEDULE

6.1SSUEDBY CODE 1-0)006 7. ADMINISTERED BY (lfother than itcm6) CODE jS2404A DCMA MANASSAS

MISSILE DEFENSE AGeNCY (MDA) 10600BATilEVIEWPARKWAY, SUrrE 200 CONTRACTS DIRECTORATE MANASSAS VA 2211().2342 7100 DEFENSE PENTAGON WASHINGTON DC 203:>1-7100

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF roLICIT ATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM II) 1725JEFFERSON DAVIS HIGHWAY SUITE1:xxl ARUNGTON VA 22202 I OA. MOD. OF CONTRACf /ORDER NO. X f-ID)06-04-C-0002

lOB. DATED (SEE ITEM 13)

CODE 52939 IFACILITY CODE X 01-Jan-2004

II . THIS ITEM ONLY APPLIES TO AMENDMENTS OF OOLICITATIONS

DTheabovennnbered solicitation is arrended as set i>rth in Item I4. The hour and date. specified i>rreceipt ofOii:r D is extended, D is not extended.

Oli:rrrust acknowledge receipt ofthis am:ndnnt prior to the hour and date specified in the solicitation or as arrended by one oft he i>llowing rrethods: (a) By conpleting Item; 8 and 15, and returning copies oftheam:ndnrnt; (b) By acknowledging receipt ofthis am:ndnrnt on each copy oftbcoli:r subnitted; or(c) By separate letter or telegram which includes a reli:renee to the solicitation and arrendn'Cllt nunbers. FAILURE OF YOUR ACKNOWLEDGMENTTO BE RECEIVED ATTHE PLACE DESIGNATED FOR 'IliE RECEIPT OF OFFERS PRIOR TO ·me HOUR AND DATE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. lfby virtue oftbis am:ndm::nt you desire to change an oli:r already subnitted, such change •my be rrade by telegram or letter, provided each telegram or letter rrakes rei!renee to the solicitation and this am:ndrrent, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

l3. TfUS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS'ORDERS. IT MODIFIES THE CONTRACf /ORDER NO. AS DESCRIBED JN ITEM 14.

A. TlTIS CHANGE ORDER IS I~D PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACf ORDER NO. IN ITEM I OA.

B. THE ABOVE NUMBERED OONTRACl' /ORDER IS MODIFIED TO REFLECf THE ADMJNISfRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH JN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR43.103(B).

C HUS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

x D. OTHER(Specify type of modification and authority) DFARS 252.232-7007 Lirritation of Govemrrenrs Obligation (Affi 2006).

E. IMPORTANT: Contractor ~ is not, D is required to sign this document and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Org-.~nized by UCF section heading;, including solicitation/contract st~ect matter where feasible.) Modification Control Number: nni1ickey06296

The purpose of this rrodification is to 1) add increrrental funding to Q.N 0101 in the arrount of $620,000.oofbX4> :onSubO..N 010106viaA~AY and~bX4> bn SubClN>10107 via A~ AZ) and 2) update DFARS 252.232-7007 Lirritation of Governrrent's Obligation.

see Sul'l1Tery of 01anges on Page 2.

Except as provided herein, all term; and conditions ofthedocnn-ent rei!reneed in Itern9A or lOA, as heretoi>re changed, reiTilins unchanged and in illl i>ree and elEct.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACfJNGOFFICER (Type or print) PENELOPE B. RUSSELL/ CONTRACTING OFFICER

TEL: 7()3.882-6628 EMAIL: Peneiope.RUSSEII@m:la.nil

15B. OONTRACfORIOFFEROR 15C DATE SIGNED 16B. UNITED SI' ATESOF AMERICA 16C. DATE SIGNED

~~<::K,IA o oaDI... BY 15-M:ly-2006 (Signature of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11 -84

30-105-04 Sf ANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR(48 Q"R) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION A - SOLICITATION/CONTRACT FORM

HQ0006-04-C-0002 P00021

Page 2 of6

The total cost of this contract was increased by $0.00 from $52,220,295.87 to $52,220,295.87.

SECTION B- SUPPLIES OR SERVICES AND PRICES

. SUBCLIN 010106 is added as follows:

ITEM NO SUPPLIES/SERVICES 010106

QUANTITY UNIT Labor

UNIT PRICE

Hours INCREMENTAL FUNDING FOR HQ0006-04-C-0002

CPFF

FCR 50498

FOB: Destination

ACRNAY CIN:OOOOOOOOOOOOOOOOOOOOOOOOOOOOOO

SUBCLIN 010107 is added as follows:

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Labor

UNTI'PRICE 010107

Hours iNCREMENTAL FUNDING FOR 04-C-0002

CPFF

FCR50497

FOB: Destination

ACRNAZ CIN:OOOOOOOOOOOOOOOOOOOOOOOOOOOOOO

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

SECTION E - INSPECTION AND ACCEPTANCE

AMOUNT

$0.00

$0.00 $0.00

Kb)(4) I

AMOUNT

Kb><4>

$0.00

$0.00 $0.00

The following Acceptance/Inspection Schedule was added for SUBCLIN 010106: INSPECf AT INSPECT BY ACCEPT AT NIA NIA NIA

The following Acceptance/Inspection Schedule was added for SUBCLIN 010107: INSPECf AT INSPECf BY ACCEPT AT N/A N/A NIA

SECflON G- CONTRACf ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00021

Page 3 of6

ACCEPT BY Government

ACCEPT BY Government

As a result of this modification, the total funded amount for this document was increased by $620,000.00 from $45,473,859.45 to $46,093,859.45.

SUBCLIN 010106: Funding on SUBCLIN 010106 is initiated as follows:

ACRN: AY

CIN:OOOOOOOOOOOOOOOOOOOOOOOOOOOOOO

Acctng Data: 9750400.2520 5 BM 2520 40603890COO 25 12 S 12135 MD 50 l 0 15BC0498 520277

Increascfb5f4) ~

Total: K§)(4) :J

SUBCLIN 010107: Funding on SUBCLIN 010 l 07 is initiated as follows:

ACRN:AZ

CIN:OOOOOOOOOOOOOOOOOOOOOOOOOOOOOO

Acctng Data: 9750400.2520 5 BM 2520 40603890COO 2512 Sl2135 MD5010111C0497 520267

Increase~b )( 4) ]

Total b)(4) ___]

SECfiON H - SPECIAL CONTRACT REQUIREMENTS

The following have been modified: ORDER OF BODY

252.232-7007 Limitation of Government's obligation (APR 2006)

HQ0006-04-C-0002 P00021

Page 4 of6

(a) Contract line item(s) 0001, 0002 and 0101 are incrementally funded. For these item(s), the sum of$46,093,859.45 ofthe total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (i) of this clause.

(b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (i) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience ofthe Government."

(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause win apply in like manner to the additional allotted funds and agreed substitute date, and the contract win be modified accordingly.

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are

Date:

l Jan 04

HQ0006-04-C-0002 P00021

Page 5 of6

allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) ofthis clause.

(g) The termination provisions of this clause do not limit the rights of the Govermnent under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) ofthjs clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

(h) Nothing in this clause affects the right ofthe Govermnent to termjnate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

G) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:

Incremental Funding:

Contract Executed $10,848,000

26 Jul 04 $ 3,456,783

1 Nov04

25 Feb 04

15 Mar 05

18 Mar 05

l Apr 05

8 Jun 05

27 Jun05

1 Oct05

27 Oct 05

17 Nov 05

14 Month Extension

$ 7,959,858.45

$ 1,235,000

$ 250,000

$ 235,000

$ 6,526,000

$ 526,130

$ 100,000

$ 2,289,079

$ 113,184

$ 878,000

HQ0006-04-C-0002 P00021

.Page 6of6

13 Dec 05 $ 1,318,000

12 Jan06 $ 4,556,921

26 Jan 06 $ 83,000

9 Feb 06 $ 3,593,065

27 Mar06 $ 2,125,839

13 Apr06 $- 620,000

04 May06 $ 620,000

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J .CON"IRA:IDCODE I PAGE OF PAGES

1 1 5 2. AMENDMENT/MODIFICATION NO. J.EFFEcnVEDATE 4. REQUISITION/PURCHASE REQ. NO. I S. PROJECTNO.(Jfapplicable)

R>0022 24-Mly-2006 SEE SCHEDULE

6. 1SSUEDBY CODE t-aXl06 7. ADMINlSTERED BY (If other than item6) CODE IS2404A DCMA MANASSAS

MISSilE DEFENSE AGENCY (MOA) 105C0BATTlEV1EWPARKWAY. SUITE 200 CONTRACTS OlRECTOOATE MANASSAS VA 22111>-2342 7100 DEFENSE PENTAGON WASHINGTON DC 20301· 7100

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, CoWlty, State and Zip Code) 9A. AMENDMENT OF roLICIT AT ION NO. COMPUTER SCIENCES CORPORATION PAUL PHEE.NY

98. DATED (SEE ITEM I I) 1725JEFFERSON DAVIS HIGHWAY SUITEIXO ARUNGTON VA 22202 lOA. MOD. OF CONTRACT/ORDER NO. X H:l0006-04-C-0002

lOB. DATED (SEEJTEM 13)

CODE 52939 IFAQLITY CODE X 01-Jan-2004

II . THJS ITEM ONLY APPLIES TO AMENDMENTS OF ~LICIT AT IONS

Olbe above nunilered solicitation is amended as set ilrth in Item 14. The hour and date specified f>r receipt ofOrer D is extended, 0 is not extended.

ore. nust acknowledge receipt oftbis am:od111:nt priorto the hour and date specified in the solicitation or as arrcnded by one oft be f>llowing trethods: (a) By COfllllCting herr&8 and IS, and returning copies oftheam:ndment; (b) By acknowledging receipt ofthis arrcndn1:11t on each copy ofthc orer Sllbniued; or (c) By separate letter or tclcgramwhicb includes a rei:rence to the solicitation and amendment nunilers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT TilE PLACE DESIGN A TED FOR 1HE RECEIPTOFOFFERS PRIOR ro TilE flO UR AND DA"Jll SPECIFIED MAY RESULT IN

REJEcnON OF YOUR OFFER. lfby virtne ofthis amendment you desire to change an ob already subni ued, such change rrAy be 011de by telegramor letter, provided each telegram or letter rrakes re&cnce to the solicitation and this am:ndment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIAT ION OAT A (If required) See Schedule

13. THJSlTEMAPPLlES ONLYTOMODIFICATIONSOFCONTRACTS'ORDERS IT MODIFIES THE CONTRACT /ORDER NO. AS DEs::RJBED IN ITEM 14.

A. TlnSCIIANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CIIANGESSET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

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

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

x D. OTHER (Specify type of modification and authority) DFARS 252.232-7007 Lirritatioo of Governrrent Obligation (Aprj 2006)

E. IMPORTANT: Contractor ~ is not, D is required to sign this document and return copies to the issuing office.

14. DEs::RJPTION OF AMENDMENT /MODIFICATION (Organized by UCF section heading<;, including solicitation/contract subject matter where feasible.) Modification Control Nwnbcr: nrmickey06387

The purpose of this rrodification is to: 1) add increrrental funding in the arrount of $315,000.00 to Q.N 0101 via Sub<l..IN 010108 under ACR-1 BA and 2) update DFARS 252.232-7007 Urritation of Governrrent Obligation.

See Sumrery of Olanges on Page 2.

Except as provided herein, all te11111 and conditions oft he document reterenced in ltem9A or lOA, as heretof>re changed, rem~ ins unchanged and in ill! f>rceand efl\ct.

15A. NAME AND TITLE Of SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) PENELOPE B. RUSSB.L/ CONTRACTING OFFICER

TB.: 7()3.882·6526 EMAil: Penelcpe.Russell@;rda.rril

158. C'ONT RACTORIOFFEROR 15C. OAT E SIGNED 168. UNITED ST ATESOF AME~CA 16C. DAT E SIGNED

~<::6<::::-R.,u .ooe201 BY 24-Mly-2006 (Signature of person authorized to sign) (Signature of Contract ing Officer)

EXCEPTION TO SP 30 APPROVED BYOIRM 11 -84

30-105-04 ' STANDARD FORM 30 (Rev. I 0-83) P rescnbed by G'iA FAR(48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

· SECTION A - SOLICITATION/CONTRACT FORM

HQ0006-04-C-0002 P00022

Page 2 of5

The total cost of this contract was decreased by $0.00 from $52,220,295.87 to $52,220,295.87.

SECTION B- SUPPLIES OR SERVICES AND PRICES

SUBCLIN 010108 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 010108

INCREMENTAL FUNDING FOR 04-C-0002

COST

FCR 62633

FOB: Destination

ACRNBA . CIN:OOOOOOOOOOOOOOOOOOOOOOOOOOOOOO

UNIT

SECTION G- CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

UNIT PRICE

ESTIMATED COST

AMOUNT

$0.00

$315,000.00

As a result of this modification, the total funded amount for this document was increased by $315,000.00 from $46,093,859.45 to $46,408,859.45.

SUBCLIN 010108: Funding on SUBCLJN 010108 is initiated as follows:

ACRN:BA

CIN:OOOOOOOOOOOOOOOOOOOOOOOOOOOOOO

Acctng Data: 9760400.2520 6 BM 2520 40603890COO 2512 Sl2135 MD601015BC2633 620103

Increase: $315,000.00

Total: $315,000.00

SECTION H - SPECIAL CONTRACT REQUIREMENTS

The following have been modified:

ORDER OF BODY

252.232-7007 l-imitation of Government's obligation (APR 2006)

HQ0006-04-C-0002 P00022

Page 3 of5

(a) Contract line item(s) 0001, 0002 and 0101 are incrementally funded. For these item(s), the sum of$46,408,859.45 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (i) ofthis clause.

(b) For item( s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item( s) regardless of anything to the contrary in the clause entitled ''Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated _ termination settlement costs for those item(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (i) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled ''Termination for Convenience of the Government."

(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) ofthis clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs

Date:

l Jan 04

HQ0006-04-C-0002 P00022

Page4 of5

(b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including · appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning ofthe clause entitled "Disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions ofthis clause are limited to the work and allotment of funds for the contract line item(s)-set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

(h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience ofthe Government."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

(j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:

Incremental Funding:

Contract Executed $10,848,000

26 Jut 04 $ 3,456,783

1 Nov04

25 Feb04

15 Mar 05

18 Mar05

1 Apr05

8 Jun 05

$ 7,959,858.45

$ 1,235,000

$ 250,000

$ 235,000

$ 6,526,000

$ 526,130

HQ0006-04-C-0002 P00022

Page 5 of5

27 Jun 05 $ 100,000

1 Oct 05 14 Month Extension $ 2,289,079

27 Oct 05 $ 113,184

17 Nov05 $ 878,000

13 Dec 05 $ 1,318,000

12 Jan 06 $ 4,556,921

26 Jan 06 $ 83,000

9 Feb 06 $ 3,593,065

27 Mar 06 $ 2,125,839

13 Apr 06 $- 620,000

04 May06 $ 620,000

23 May06 $ 315,000

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II . CONTRA~T 10 CODE I PAGEOF PAGES

1 1 4 2. AMENDMENT/ MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUIS1110N/PURCHASE REQ. NO. IS. PROJECTNO.(Ifapplicable)

F00023 19-Jul-2006 SEE SCHEDULE

6.1SSUEDBY CODE 1-00006 ?.ADMINISTERED BY (If other than item6) CODE IS2404A OCMA MANASSAS

MISSILE DEFENSE AGENCY (MOA) 10500 BATTLEVlEWPARKWAY, SUITE 2CO CONTRACTS DIRECTORATE MANASSAS VA2211~2342 7100 DEFENSE PENTAGON WASHINGTON OC 20301-7100

8. NAME AND ADDRE~OF (X)NTRACTOR (No., Street, Cotmty, State and Zip Code) 9A. AMENDMENT OF roLICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY 9B. DATED (SEE ITEM II) 1725JEFFERSON DAVIS HIGHWAY SUITE13l0 ARUNGTON VA 222J12 ~D. OF (X)NTRACT/ORDER NO. X 04-C-0002

lOB. DATED (SEE ITEM 13)

(X) DE 52939 !FACILITY mDR X 01-Jan-2004

II. THIS ITEM ONLY APPLIESTOAMENDMENTSOFroLICITATIONS

OThe above nuntx:red solicitation is an-ended as set i>rth in Item 14. The hour and date specified i>r receipt ofOli:r D is extended, 0 is not extended.

Oli:r ntiS! acknowledge receipt ofthis arrendm:nt prior to the hour and date specified in the solicitation or as am:nded by one oft he i>llowing m:thods: (a) By corrpleting Item; 8 and 15, and returning copies oft he am:ndm:nt ; (b) By acknowledging receipt ofthis an-endm:nt on each copy oftheoli:rsubnitted; or (c) By separate letter or telegramwhich includes a reErence to the solicitation and an-endm:nt nun:bers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED A TTHE PLA'CE DESIGNATED FOR UIE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESUL TIN

REJECnON OF YOUR OFFER. lfby virtue ofthis aJttndm:nt you desire to change an oli:r already subnitted, such change rmy be nt1de by telegram or letter, provided each telegramor letter nukes rei:rence to the solicitation and this anrodn-ent, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (lfre~ired)

See Schedule

13. THIS ITEM APPLIESONLYTO MODIFICATIONSOFC'ONTRACTS'ORDERS IT MODIFIES THE (X)NTRACT/ORDER NO. ASDES2RlBED IN ITEM 14.

A. THIS CHANGE ORDER IS I~D PURSUANT TO: (~ecify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE (X)NTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED (X)NTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISfRATIVE CHANGES(such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.1 03(B).

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

X D. OTHER (~ecify type of modification and authority) IKARS 252.232-7007 Urritation of Governrrent's Obligation (Miy 2006).

E. IMPORTANT : Contractor ~ is not, D is required to sign this document and return copies to the issuing office.

14. D~PTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract sul~ect matter Y<here feasible.) Modification Control Number: nrrhickey06583

The purpose of this rrodification is to: 0101 04 via Am.! AW and fbX 4>

1) add increrrental funding to Q..IN 0101 in the arrount of $969,134.40 fbX4l I on SubO.JN bn SubQ..IN 010108 via Am.! BA and 2) update !KARS 252.232-7007 Lirritation of Government's

Obligation (Miy 2006).

See Su111T'ary of Olanges on Page 2.

Except as provided herein,all term and conditions oft be docuo-ent reirenced in ltem9A or IOA,as beretoi>rechanged, rerrains unchanged and in iJII i>roe and eli:ct.

I SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF (X)NTRACTINGOFFICER (Type or print) GROVER J. MCVEY I CONTRACTING OFFICER

Ta: 703-682-6<W EMAIL: Groo.er.McV~I

158. (X)NTRACTOR/OFFEROR ISC. DATE SIGNED 168. UNITED SfATESOF AMERICA 16C. DATE SIGNED

BY 4..A.c!9-~ /. ~~/~ 19-Jul-2006 (Signature of person authorized to sign) (Signature ofContractingOfficer)

EXCEPTION TO~ 30 APPROVED BY OIRM I 1-84

30-105-04 Sf ANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR(48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION G- CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00023

Page 2 of4

As a result of this modification, the total funded amount for this document was increased by $969,134.40 from $46,408,859.45 to $47,377,993.85.

SUBCLlN 010104:

AW: 9760400.2520 6 BM 2520 40603890COO 2512 Sl2135 MD6010111C0599 620099 was increased by Kb)(4) l

SUBCLlN 010108:

BA: 9760400.2520 6 BM 2520 40603890COO 2512 Sl2135 MD601015BC2633 620103 CIN 000000000000000000000000000000) was increased by b)(4)

L-----------------------------~

SECTrON H- SPECIAL CONTRACT REQUIREMENTS

The following have been modified: ORDER OF BODY

· LIMITATION OF GOVERNMENT'S OBLIGATION (MAY 2006)

(a) Contract line item(s) 000 through 0101 are incrementally funded. For these item(s), the sum of $47,377,993.85 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause.

(b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item( s) regardless of anything to the contrary in the clause entitled ''Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of

HQ0006-04-C-0002 P00023

Page 3 of4

the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identifie<i in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning o~the clause entitled "Disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

(h) Nothing in this Clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

(j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:

Date:

1 Jan 04

26 Jul 04

1 Nov04

25 Feb 04

15 Mar05

18 Mar05

l Apr05

8 Jun 05

Contract Executed

Incrementa l Funding:

$1 0,848,000

$ 3,456,783

$ 7,959,858.45

$ 1,235,000

$ 250,000

$ 235,000

$ 6,526,000

$ 526,130

HQ0006-04-C-0002 P00023

Page 4 of4

27 Jun 05 $ 100,000

I Oct 05 14 Month Extension $ 2,289,079

27 Oct 05 $ 113,184

17Nov 05 $ 878,000

13 Dec 05 $ 1,318,000

12 Jan 06 $ 4,556,921

26 Jan 06 $ 83,000

9 Feb 06 $ 3,593,065

27 Mar06 $ 2, 125,839

13 Apr 06 $- 620,000

04 May06 $ 620,000

23 May06 $ 315,000

10 Ju1 06 $ 969,134.40

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I'· CONTRA~ ID CODE I PAGEOF PAGES

1 1 5 2. AMENDMENT/MOOIFJCA"IlON NO. 3.EFFECl1Vll DAlE 4. REQUISITION/PUROIASE REQ. NO. I 5. PROJECTNO.(If~pplicablc) F00024 01-Aug-2006 SEE SCHEDUlE

6.JSSUEOBY CODE HQ0006 7. ADMJN!Sli3RED BY {If other than item6) CODE I S2404A DCMA MANASSAS

MISSilE DEFENSE AGENCY (MDA) 10&Xl BATTLEVIEWPARKWAY, SUITE 200 CONTRACTS DIRECTORATE MANASSAS VA 22110.2342 7100 DEFENSE PENTAGON WASHINGTON DC 20001-7100

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF ~LICITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

98. DATED (SEE ITEM 11) 1725JEFFERSON DAVIS HIGHWAY SUITE13JO ARUNGTON VA222fll

~D. OF CONTRACf /ORDER NO. X 04-C0002

lOB. DATED (SEE ITEM 13)

CODE 52939 IFAC' tLITY moE X 01-Jan-2004

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF ~LICrr A TIONS

OThe above nunilered solicitation is arreoded as set f>rtb in Item 14. lhe hour and date specified f)r receipt ofOfi:r D is extended, 0 is not extended.

Ofi:r nust aclrnowledgc receipt oflhis arrend~rent prior to the bourand date speci6ed in the soticitation or as anx:nded by one oft be f>llowing m:tbods: (a) By corrpleting Item 8 and 15, and returning copies ofthe :~~ttndm:ot; (b) By acknowledging receipt ofthis am:nd~rent on each copy oftheofi:t subrritled; or(c)lly separate lcltcrortelegramwbich includes are~rcoccto the solicitation and arrendment nuni>ers. FAJLURE OF YOUR ACKNOWLEDGMENTlO BE RECEIVED ATlHE PLACE DESIGNA'IED FOR '!HE RECEIPT OF OFFERS PRIOR TO 'IHE HOUR AND DA 1E SPECIFIED MAY RESULTfN

RE1ECI10N OF YOUR OFFER. Jfby virtue ofthis arrendment you desire to change an offer already subrritted,sucb change tmy be llllde by telegram or letter, provided each telegram or letter nBkes rei:rence to the solicitation and this amendment, and is received prior to the opening hour and date specifed.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIESONL Y TO MODIFICATIONS OF CONTRACI'S'ORDERS. IT MODIFIESTHECONTRACf/ORDERNO. ASDEs::RIBEDINITEM 14.

A. THIS CHANGE ORDER ISI~ED PURruANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACf ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRAcr /ORDER IS MODIFIED TO REFLECf THE ADMIN I Sf RA TIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR43.103(B).

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

x D. OTHER (Specify type of modification and authority) a=ARS 252.232-7007 Urritation of Governrrent's Obligation (Tiley 2006)

E. IMPORT ANT: Contractor ~ is not, D is required to sign this document and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section heading;, including solicitation/contract subject matter v.here feasible.) Modification Control Number: nrrhickey06671

The purpose of this rrodification is to: 1) provide increrrental funding in the arrount of $20,000.00 to QJN 0101 Labor (via Suba..IN 010109, A~ 88) and 2) update a=ARS 252.232-7007 Linitatioo of Governrrenfs Obligation.

See Su111TBry of Olanges on Page 2.

Except as provided herein, all temJ> and conditions oft he docU~rent re&cnced in ltem9A or 1 OA, as beretof>re changed, remtios unchanged and in it II f>rceand efi:d.

IS A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACfiNG OFFICER (Type or print) GROVER J. MCVEY /CONTRACTING OFFICER

TEl: 703-$32-~ EMAIL: Gro.er.McVe)@rral.nil

ISB. CONTRACfOR/OFFEROR 15C. DATE SIGNED 168. UNITED Sf ATESOF AMERICA 16C DATE SIGNED

BY 4Ac9--~-~ /. ~v~ 01-Aug-2006 (ggnature of person authorized to sign) (ggnature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

30-105-04 Sf ANDARD FORM 30 (Rev. I 0-83) Prescribed by rnA FAR(48 CFR) 53.243

SECfiON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION B • SUPPLIES OR SERVICES AND PRICES

SUBCLfN 010109 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Labor 010109 Hours

INCREMENTAL FUNDfNG FOR H0006-04-C-0002

COST

FCR63013

FOB: Destination

PURCHASE REQUEST NUMBER: AS9SKP63013BASIC

ACRNDB CIN: AS9SKP63013BASICOOOI

SECTION E -INSPECTION AND ACCEPTANCE

UNIT PRICE

ESTIMATED COST

The following Acceptance/Inspection Schedule was added for SUBCLfN 010109: INSPECT AT INSPECT BY ACCEPT AT NIA N/A N/A

SECTION G ·CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00024

Page 2 of5

AMOUNT

$0.00

$20,000.00

ACCEPT BY Government

As a result of this modification, the total funded amount for this document was increased by $20,000.00 from $47,377,993.85 to $47,397,993.85.

SUBCLIN 0 I 0 I 09: Funding on SUBCLIN 0 I 0 I 09 is initiated as follows:

ACRN: BB

CIN: AS9SKP63013BASICOOOI

Acctng Data: 9760400.2520 6 BM 2520 30603175COO 255Y S 12135 MD6050811C3013 620011

Increase: $20,000.00

Total: $20,000.00

SECTION H - SPECIAL CONTRACT REQUIREMENTS

The following have been modified: ORDER OF BODY

LIMIT ATJON OF GOVERNMENT'S OBLIGATION (MAY 2006)

HQ0006-04-C-0002 P00024

Page 3 of5

(a) Contract line item(s) 000 through 0101 are incrementally funded. For these item(s), the sum of $47,397,993.85 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause.

(b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled 'Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s). ·

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item( s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled 'Termination for Convenience of the Government."

(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) ofthis clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) If, solely by reason offailure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

HQ0006-04-C-0002 P00024

Page4 of5

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions ofthis clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

(h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

(j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:

Date: Incremental Fundine::

l Jan 04 Contract Executed $10,848,000

26 Jut 04 $ 3,456,783

l Nov 04 $ 7,959,858.45

25 Feb 04 $ 1,235,000

15 Mar05 $ 250,000

18 Mar05 $ 235,000

1 Apr05 $ 6,526,000

8 Jun 05 $ 526,130

27 Jun 05 $ 100,000

I Oct 05 14 Month Extension $ 2,289,079

27 Oct05 $ 113,184

17 Nov 05 $ 878,000

13 Dec 05 $ 1,318,000

12 Jan 06 $ 4,556,921

26 Jan 06 $ 83,000

9 Feb 06 $ 3,593,065

27 Mar06 $ 2,125,839

13 Apr 06 $- 620,000

04 May06 $ 620,000

23 May06 $ 315,000

10 Jut 06

26 Jut 06

(End of Summary of Changes)

..... _, _ --------

$ 969,134.40

$ 20,000.00

HQ0006-04-C-0002 P00024

Page 5 of5

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT ,I . CON·ffiA~· 10 CODE I PAGE OF PAGES

1 1 4 2. AMENDMENT/ MODIFICA 110N NO. 3. EFFECllVE DATE 4. REQU1Sl110N/PURCHASE REQ. NO. , 5. PROJECl' NO.(Ifapplicable)

F00025 30-Aug-2006 SEE SCHEDULE

6.1SSUEDBY CODE 1-00006 7. ADMINlS'IERED BY (lfotherthan item6) . CODE IS2404A OCMA MPJ<IPSS.A$

MISSILE DEFENSE AGENCY (MDA) 10600 BAlTLEVIEWPARKWAY. SUITE 200 CONTRACTS DIRECTORATE MANPSS.A$ VA 22110-2342 7100 DEFENSE PENTAGON WASHINGTON DC ml1·7100

8. NAME AND ADDRESS OF CONTRACfOR (No. , Street, County, State and Zip Code) 9A. AMENDMENT OF roLICIT AITON NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM II) 1725JEFFERSON OAVlS HIGHWAY SUITE 1XO ARUNGTON VA 22202 I OA. MOD. OF CONTRACf /ORDER NO. X 1-00006-04-C-0002

l OB. DATED (SEE ITEM t3)

CODE 52939 IFACILITY CODE X 01-Jan-2004

II. TIDS TT EM ONLY APPLIES TO AMENDMENTS OF roLIOT A TIONS

DThe above nurrbered solicitation is am:uded as set i>rtb in Item 14. The hour and date specified i>r receipt ofOfrr D is extended, D is not extended.

Ofi!r 11\JSt acknowledge receipt ofthis arrendment prior to the hour and date specified in the solicitation or as am:nded by one oft he i>llowing m:thods: (a) By eonpleting Items 8 and 15,and returning copies of the amendm:nt; (b) By acknowledging receipt o ftbis arrendment on each copy ofthe o!i:r suboitted; or(c) By separate letter or telegram which includes arei:rence to the solicitation and am:ndn-entnurrbers. FAILURE OF YOURACKNOWLEDGMENTTO BE RECEIVED A T1liE PLACE DESIGNATED FOR 1liE RECEIPT OF OFFERS PRIOR TO 1liE HOUR AND DATE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. lfby virtue ofthis amendment you desire to change an o!i:r already subnitted, such change rmy be rrade by telegram or letter, provided each telegramor letter rrakes rei!rence to the solicitation and this an-endment, and is recei ved prior to the opening hour and date specified.

12. ACCO~ING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS IT EM APPLIES ONLY TO MODIFICATIONS OF CONTRACfS'ORDERS. IT MODIFIESTHECONTRACT/ORDERNO. ASDESCRIBEDIN ITEM 14.

A. TfUSCHANGE ORDERISI~EDPURSUANT TO: (~ecify authority) THE CHANGES SET FORTHlN ITEM 14 ARE MADE IN THE CONTRACf ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACf /ORDER IS MODIFIED TO REFLECr THE ADMJNISfRATTVE CHANGES (such as changes in paying office, appropriat ion date, etc.) SET FORTH IN ITEM 14, PURSUANf TO T HE AUTHORITY OFFAR43.103(B).

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

X D. OTHER (~ecify type of modification and authority) DFARS 252.232-7007 lirritation of Govemrrenrs Obligation (Mly 2006)

E. IMPORT ANT: Contractor 0 is not , D

is required to sign this docmnent and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT IMODIFICA TION (Org;~nized by UCF section heading-;, including solicitation/contract subject matter where feasible.) Modification Contml Nwnber: nrmickey06815

The ~rpose of this rrodification is to: 1) provide increrrental funding in the arrount of $163,430.00 fbX4) Ito SubO..IN 010110, ACR-IBC

af1dbX4> to Suba..IN 010108 ACR-1 BA) and 2) update DFARS 252.232-7007 Lirritation of Governrrent's Obligation.

See Surrrrery of 01anges on page 2.

Except as provided herein, all tertr6 and conditions ofthe docnn-ent rei:renced in ltem9A or I OA, as heretof>re changed, reltBins unchanged and in illl i>rce and e!i:ct.

15A. NAME AND TITLE OF SlGNER (Type or print) 16A. NAME AND TITLE OF CONTRACfiNG OFFICER (Type or print) PENElOPE B. RUSSEll/ CONTRACTING OFFICER

Ta 703-882·65:28 EMAIL: Penelcpe.RUSSEII@rdanil

158. CONTRACfORIOFFEROR 15C. DATESlGNED 16B. UNITED Sf ATESOF AMERICA 16C. DATE SlGNED

~~CO<R...IA .a.aQQI. BY 30-Aug-2006 (~gnature of person authorized to sign) (~gnature of Contracting Officer)

' EXCEPTION TO Sf 30 APPROVED BY OIRM 11-84

30-105-04 Sf ANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR(48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION B -SUPPLIES OR SERVICES AND PRICES

SUBCLIN 010110 is added as follows:

HQ0006-04-C-0002 P00025

Page2 of4

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 010110

INCREMENTAL FUNDING FOR CLIN 0101

COST

FCR 63180

FOB: Destination ·

PURCHASE REQUEST NUMBER: MK9TJU63180BASIC

ACRNBC CIN: MK.9TJU63180BASIC0001

SECTION G - CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

ESTIMATED COST

~b)(4)

As a result of this modification, the total funded amount for this document was increased by $163,430.00 from $47,397,993.85 to $47,561,423.85.

SUBCLIN 010108:

BA: 9760400.2520 6 BM 2520 40603890COO 2512 Sl2135 MD601015BC2633 620103 CIN 000000000000000000000000000000) was increased b b)(4)

~~~--~~~~~~~~~~

SUBCLIN 010110: Funding on SUBCLIN 010110 is initiated as follows:

ACRN:BC

CIN: MK9TJU63180BASIC0001

Acctng Data: 9760400.2520 6 BM 2520 40603894COO 2512 S12135 MD6051504C3180 620369

Increase:~b )( 4)

Total:._~b ...... )( 4~)~ ............ .-.

SECTION H - SPECIAL CONTRACT REQUIREMENTS

The following have been modified:

$0.00

ORDEROFBODY

LIMITATION OF GOVERNMENT'S OBLIGATION (MAY 2006)

HQ0006-04-C-0002 P00025

Page 3 of4

(a) Contract line item(s) 000 through 0101 are incrementally funded. For these item(s), the sum of $47,561,423.85 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause.

(b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event oftermination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlem~nt costs for those item(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor 's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contract4Ig Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the aUotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled ''Termination for Convenience of the Government."

(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs {b) through (d) of this c lause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) If, solely by reason offailure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract Line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled ''Disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

(h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled ''Termination for Convenience of the Government."

HQ0006-04-C-0002 P00025

Page4 of4

(i) Nothing in this clause shaU be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

G) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:

Date:

1 Jan 04

26 Jul 04

1 Nov 04

25 Feb 04

15 Mar 05

18 Mar 05

1 Apr 05

8 Jun 05

27 Jun 05

1 Oct 05

27 Oct 05

17 Nov 05

13 Dec 05

12 Jan 06

26 Jan 06

9 Feb 06

27 Mar06

13 Apr 06

04 May06

23 May06

10 Jul 06

26 Jul 06

28 Aug 06

Contract Executed

14 Month Extension

End of Summary of Changes

Incr ementa l Funding:

$10,848,000

$ 3,456,783

$ 7,959,858.45

$ 1,235,000

$ 250,000

$ 235,000

$ 6,526,000

$ 526, 130

$ 100,000

$ 2,289,079

$ 113,184

$ 878,000

$ 1,3 18,000

$ 4,556,921

$ 83,000

$ 3,593,065

$ 2,125,839

$- 620,000

$ 620,000

$ 3 15,000

$ 969,134.40

$ 20,000.00

$ 163,430.00

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONTRA:ID CODE I PAGEOF PAGES

1 1 4 2. AMENDMENTIMODIFICA TION NO. 3. EFFECITVE DATE 4. REQUISffiONIPURCHASE REQ. NO. I S. PROJECTNO.(Ifapplicable)

RX>026 13-Sep-2006 SEE SCHEDULE

6.1SSUEDBY CODE t-00006 7. ADMJNISll!RED BY (lfot.her th311 item6) CODE IS2404A OCMA MNII>SSAS

MISSl.E DEFENSE AGENCY (MOA) 10500 BATTI.E\IIEW PAAJ<!NAY, SUITE 200 CONTRACTS DIRECTORATE MANASSAS VA22110.2342 7100 DEFENSE PENTAGON WASHINGTON OC 203>1·7100

8. NAME AND ADDRE~OF CONTRACTOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF &>LICITATION NO. COMPUTER SCIENCES COOPORATION PAULPHEENY 9B. DATED (SEE ITEM 11) 172SJEFFERSON DAVIS HIGHWAY SUITE 1:nl AAUNGTON VA 22:202 I OA. MOD. OF CONTRACT /ORDER NO. X I-Cl000~04-C.0002

lOB. DAT ED (SEE ITEM 13)

CODE 52939 IFAQLJTY CODE X 01-Jan-2004

I I. THIS ITEM ONLY APPLIES TO AMENDMENTS OF &>LICITATIONS

D The above nunbcrcd solicitation is am:nded as set ilrth in Item 14. The hour 3Jld date specified ilr n:c;cipt ofOii!r D is extended, D is not extended.

Oli!r rrust acknowledge receipt ofthis am:ndmmt prior to the hour and date specified in the solicitation or as an'CIIded by one oft he illlowing rrethods: (a) By con'Pictiog ltem18 and IS, and returning copies ofthearrendrreo t; {b) By acknowledging receipt ofthis arrcndrrent on each copy oftbeofl:r subtritted; or(c) By separate letter or telegramwhicb includes a retreneeto the solicitation and amendment nunbers. FAILURE OF YOURACI<NOWLEDGMENTTO BE RECEIVED A TTiiE PLACE DESIGN A TED FOR TilE RECEIPT OF OFFERS PRIOR TO lHE HOUR AND DATE SPECIFIED MAY RESULT IN

REJECTION 01' YOUR OFFER. lfby virtueofthis an'CIIdn'CIIt you desire to cbaoge an o!tr already subni tted, such change may be nde by te.legramor letter, provided each telegramor letter makes rebtncc to the solicitation and this ameodrrent,and is received prior to the opening ho11rand date speeiied.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIESONLYTO MODIFICATIONSOFCONTRACrS'ORDERS. IT MODIFIESTHECONTRACT/ORDERNO. ASDESCRIBEDIN ITEM 14.

A. THIS CHANGE ORDER IS I~ED PURSUANT TO: (SpecifY authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT TilE ADMINIS[RATIVE CHANGES(such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AlJfHORITY OFf AR 43.1 03(B).

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

x D. OTHER(Spccify typeofmodification andauthority) DFARS 252.232-7007 (May 2006) Linitation of Governrrent's Obtgation

E. IMPORT ANT: Contractor 0 is not, D is required to sign this document and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Or~nized by UCF section headings, includingsolicitationlcontract subject matter where feasible.) Modification Control Nwnber: nrmickey06881

The purpose of this rrodification is to: 1) provide increrrental funding in the arrount of $650,000.00 to Q.N 0101 via SUbO..N 010104, AmJ AW, and 2) update DFARS 252.232-7007 Lirritation of Governrrent's Obligation.

See page 2 for Surrrrery of Olanges.

Exeept as provided herein , all tetrnl and conditions ofthe docu=t rebtnced in ltcm9A or lOA, as heretoilre changed, rcn•ins unchanged and in illl ilree and ettet.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print) PENELOPE B. RUSSELL/ CONTRACTING OFFICER

TEl.: 7oo.882·65'28 EMAIL: f'mejope.Russel(!mta.nil

158. CONTRACTOR/OFFEROR l5C. DATE SI.GNED 168. UNITED sr ATESOF AMERICA 16C. DATE SIGNED

c;:>~(O<::.:;<_t A .O.OQ~.( BY 13-Sep-2006 (Signature of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11 -84

30-105-04 sr ANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR(48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECfiON G- CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00026

Page 2 of4

As a result of this modification, the total funded amount for this document was increased by $650,000.00 from $47,561,423.85 to $48,211,423.85.

SUBCLlN 010104:

AW: 9760400.2520 6 BM 2520 40603890COO 2512 S12135 MD6010111C0599 620099 was increased by $650,000.00 from $11,034,959.40 to $11,684,959.40

SECfiON H - SPECIAL CONTRACf REQUIREMENTS

The following have been modified: ORDER OF BODY

LIMITATION OF GOVERNMENT'S OBLIGATION (MAY 2006)

(a) Contract line item(s) 0001 through 0101 are incrementally funded. For these item(s), the sum of $48,211,423.85 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph U) of this clause.

(b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item( s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state ( 1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will

HQ0006-04-C-0002 P00026

Page 3 of4

terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) ofthis clause will apply in like manner ~o the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the 'time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance ofthe contract line item(s) identified in paragraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

(h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

U) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:

Date: Incremental Funding:

1 Jan 04

26 Jut 04

1 Nov04

25 Feb 04

15 Mar 05

18 Mar 05

1 Apr 05

8 Jun 05

27 Jun 05

1 Oct 05

Contract Executed

14 Month Extension

$10,848,000

$ 3,456,783

$ 7,959,858.45

$ 1,235,000

$ 250,000

$ 235,000

$ 6,526,000

$ 526,130

$ 100,000

$ 2,289,079

HQ0006-04-C-0002 P00026

Page 4 of4

27 Oct 05 $ 113,184

17 Nov 05 $ 878,000

13 Dec 05 $ 1,318,000

12 Jan 06 $ 4,556,921

26 Jan 06 $ 83,000

9 Feb 06 $ 3,593,065

27 Mar06 $ 2,125,839

13 Apr 06 $- 620,000

04 May06 $ 620,000

23 May 06 $ 315,000

10 Jul 06 $ 969,134.40

26 Jul 06 $ 20,000.00

28 Aug06 $ 163,430.00

12 Sep 06 $ 650,000.00

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRA:; 10 CODE I PAGE OF PAGES

1 1 5 2. AMENOMBNT/MODIFICA TION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. I S. PROJECTNO.(lfapplicable)

Rl0027 21-Sep-2006 SEE SCHEDULE

6.1SSUED8Y CODE 1-0>006 7. ADMINISTERED BY (lfotberthan item6) CODE I S2404A DCMA MANASSAS

MISSl.E DEFENSE AGENCY (MOA) 10500 BATTl.eJIEWP~Y. SUITE 200 CONTRACTS DIRECTORATE MANASSAS VA 22110.2342 7100 DEFENSE PENTAGON WASHINGTON DC ::m>t-7100

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, Cotmty, State and Zip Code) 9A. A..\ffiNDMENT OF IDLIOT ATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY 9B. DATED (SEE ITEM 11) 172SJEFFERSON DAVIS HIGHWAY SUITE 1:nl ARUNGTON VA 22202 I OA. MOD. OF CONTRACf /ORDER NO. X 1-0)006-04-C-0002

lOB. DATED (SEE ITEM 13)

CODE 52939 IFAOLITY CODE X 01-Jan-2004

1 I. THIS ITEM ONLY APPLIES TO AMENDMENTS OF IDLICIT ATlONS

I O ·rbe above nunbcrcd solicitation is am:nded as set ~rth in Item 14. The hour and date specified i>r receipt ofOiir D is extended, 0 is not extended.

Olir nust acknowledge receipt oftbis a~ndm:nt prior to the hour and date specified in the so licitation or as arrended by one oftbc f>llowing rrethods : (a) By conpleting ltelr6 8 and IS,and returning copies oftheam:ndm:nt; (b) By acknowledging receipt ofthis armtdment on each copy ofthe ofi:r subnitted; or(c) By separate letter or telegram which includes a re&ence to the solicitation and amendm:nt nunb ers. FAILURE OF YOURACKNOW LEDGMENTTO BE RECEIVED ATTIIE PLACE DESIGN A TEO FOR lliE RECEIPTOFOFFERS PRIOR TO lliE HO UR AND DATE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. lfby virtueofthis amendm:nt you desire to change an oliralready subni tted, such cbangen• y bemtde by telegramor letter, provided each telegramor letter rues reference to the solicit~tion and this atttndment, and is received prior to t.be opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS lT EM APPLIESONLY TO MODIFICATIONS OF CONTRACfS'ORDERS IT MODIFlESTHECONTRACf/ORDERNO. ASDE~ED IN ITEM 14.

A. THISCHANGEORDER IS IS5UED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACf ORDERNO. JN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACf /ORDER IS MODIFIED TO REFLECf THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.1 03(B).

C THJS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (~ccify type of modification and authority) DFARS 252.232-7007 Lirritation of Govemrmnt's Obligation (M:Iy 2006)

E. IMPOIIT ANT : Contractor 0 is not, D is required to sign this doctuncnt and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter mtere feasible.) Modification Control Nwnber: nntlickey06939

The purpose of this rrodiflcation is to: 1) provide incrermntal funding in the arrount of $650,000.00 to Q..N 0101 via SubQ..N 010111, ACR'J AW and 2) update DFARS 252.232-7007 Lirritation of Governrmnt's Obligation (M:Iy 2006).

See page 2 for Surrrrery of Olanges.

Except as provided herein, all terms and condHions ofthe doCW~EDt re&enced in ltem9A or I OA, as heretof>re changed, retn~ins unchanged and in flll ilrce and eli:ct.

I SA. NAME AND TITLE OF SlGNER (Type or print) 16A. NAME AND TITLE OF CONTRACfiNGOFFICER(Type or print) PENElOPE B. RUSSEI.l/CONTRACTlNG OFFICER

TB.: J03.a82·6628 EMAIL: [email protected]

I SB. CONTRACfORIOFFF.ROR ISC DATE SIGNED 16B. UNITEDSfATESOF AMERICA 16C DATE srGNED

~<::e~u oo..QD(. BY 21-5~2006 (Signature of person authorized to sign) (SignattU'e of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11 -84

30-105-04 Sf ANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR(48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION B - SUPPLIES OR SERVICES AND PRICES

SUBCLIN 010111 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 010111

INCREMENTAL FUNDING FOR CLIN 0101

COST

FOB: Destination

UNIT UNIT PRICE

PURCHASE REQUEST NUMBER: SE9KNY60599AMENDMENT4

ESTIMATED COST

ACRNAW CIN: SE9KNY60599AMENDMENT40001

SECTION G- CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

HQ0006-04-C-0002 P00027

Page 2 of4

AMOUNT

$0.00

$650,000.00

As a result of this modification, the total funded amount for this document was increased by $650,000.00 from $48,211,423.85 to $48,861,423.85.

SUBCLIN 010111: Funding on SUBCLIN 010111 is initiated as follows:

ACRN:AW

CIN: SE9KNY60599AMENDMENT40001

Acctng Data: 9760400.2520 6 BM 2520 40603890COO 2512 S12135 MD6010111C0599 620099

Increase: $650,000.00

Total: $650,000.00

SECTION H - SPECIAL CONTRACT REQUIREMENTS

The following have been modified:

LIMITATION OF GOVERNMENT'S OBLIGATION (MAY 2006)

(a) Contract line item(s) 0001 through 0101 are incrementally funded. For these item(s), the sum of $48,861,423.85 of the total price is presently available for payment and allotted to this contract. An aiiotment schedule is set forth in paragraph (j) of this clause.

HQ0006-04-C-0002 P00027

Page 3 of4

(b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of a pplicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default. " The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

(h) Nothing in tltis clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

(j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:

Date: Incremental Funding:

HQ0006-04-C-0002 P00027

Page4 of4

1 Jan 04 Contract Executed $10,848,000

26 Jul 04 $ 3,456,783

1 Nov 04 $ 7,959,858.45

25 Feb 04 $ 1,235,000

15 Mar 05 $ 250,000

18 Mar05 $ 235,000

1 Apr05 $ 6,526,000

8 Jun 05 $ 526,130

27 Jun 05 $ 100,000

l Oct05 14 Month Extension $ 2,289,079

27 Oct05 $ 113,184

17 Nov 05 $ 878,000

13 Dec 05 $ 1,318,000

12 Jan 06 $ . 4,556,921

26 Jan 06 $ 83,000

9 Feb06 $ 3,593,065

27 Mar06 $ 2,125,839

13Apr06 $- 620,000

04May06 $ 620,000

23 May06 $ 315,000

10 Jul 06 $ 969,134.40

26 Jul 06 $ 20,000.00

28 Aug06 $ 163,430.00

12 Sep 06 $ 650,000.00

21 Sep 06 $ 650,000.00

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT ra>NlRA;IDa>DE I PAGEOP PAGES

1 1 4 2. AMENDMENT/MOOIFICA TION NO. 3. EFFEC11VE DATE 4. REQUISITIONIPURCHASE REQ. NO. I S. PROJECfNO.(Ifapplicable)

F00028 29-Sep-2006 SCESCHEOULE

6. 1SSUEDBY a> DE H:l0006 7. ADMINISTERED BY (lfotberthan item6) rooE IS2404A OCMA MANASSAS

MISSILE DEFENSE AGENCY (MDA) 10600BA1TLEVIEWPARKWAY, SUITE 200 CONTRACTS DIRECTORATE MANASSAS VA 22110.2342 7100 DEFENSE PENTAGON W>\SHINGTON DC 20001· 7100

8. NAME AND ADORE~ OF CONTRACTOR (No., Street, Cotmty, State and Zip Code) 9A. AMENDMENf OF SOLICIT ATlON NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM II) 1725 JEFFERSON DAVIS HIGHWAY surre t:nJ ARUNGTON VA 22202 I OA. MOD. OF CONfRACT /ORDER NO. X 1-00006-04-C-0002

lOB. DATED (SEE ITEM 13) CODE 52939 !FACILITY CODE X 01-Jan-2004

II . THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOL! CITATIONS

OThe above nurrbcred solicitation is ammded as set i>rth in heml4. The hour and date specified i>r receipt ofOfir D is extended, D is not extended.

Oli!r nus! acknowledge receipt ofthis arrendrnent prior to the hour and date speciied in the solicitation or as amended by one ofthe i>llowing ~thods: (a)Bycorrpleting ltc!T\18 and I S, and returning copies ofthcarrenclrrent; (h) By acknowledging receipt oflhis an-cndrreot on each copy oftheofir subrrinid; or (c) By separate leneror telegram which includes a n:i:rence to the solicitation and arrendn"Cnt nurrbcrs. FAILURE OF YOUR ACKNOWLEOGMENTTO BE RECEIVED AT'IliB PLACE DESIGNAlUD FOR THE RECEIPT OF OFFERS PRlOR 10 THE HOUR AND DA'IE SPECIFIED MAY RESULT IN

REJBCnON OF YOUR OFFER. lfby virtue ofthis arrendrnent you desire to change an ofir already subnined,such change nuy be made by telegramorletter, provided each tclcgramor lettcrnkes reirence to the solicitation and this amendrrcnt, and is received prior to the opening hour and date speciicd.

12. ACCOUNTING AND APPROPRIATION DATA Qfrequired)

See Schedule

13. T HIS ITEM APPLIESONLYTO MODIFICATIONS OF CONTRACTS'ORDERS. IT MODIFiES THE CONTRACT/ORDER NO. AS DESCRIBED lN ITEM 14.

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

X B. THE AOOVE NUMBERED CONTRACT /ORDER IS MODIFIED TO REFLECI' THE ADMINlSf RAT lYE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE Al!fHORITY OF FAR 43.1 03(8).

C T illS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUfHORIT Y OF:

D. OTHER (~ecify type of modification and authority)

E. IMPORTANT: Contractor D is not, ~ is required to sign this document and return 1 copies to the issuing office.

14. DESCRI PT LON OF AMENDMENT IMOD!F!CATlON (OrJ!ilnized by UCF section headings, including solicitation/contract subject matter where feasible.) Modification Control Number: nrrnickey061 014

The purpose of this rroditicatlon is to: 1) correct F00027 by rermving $650,000.00. This funding was already added on R)()()26 and 2) update a=ARS 252.232-7007 Lirritation of Governrrent's Obligation (Way 2006).

See page 2 for Surnrery of Olanges.

Except as provided herein, all tcnrs and conditions ofthe document re&enced in ltcm9A or lOA, as hen:toi>re changed, renuins unchanged and in it II i>rce and eJl:ct.

!SA. NAME AND TITLE Of SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (fype or print) CAROUNECOUSMAN/CONTRACTINGOFFCER

Ta.: 703-682-6115 EMAIL: Cardine.Cd~rril

15B. CONTRACTOR/OFFEROR !5C DATE SIGNED 16B. UNITED ST ATESOF AMERICA 16C DATE SIGNED

BY ~ ~-(_ ~~ 29-Sep-2006 (Signature of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO Sf 30 APPROVED BY OIRM I 1-84

30-105-04 STANDARD FORM 30 (Rev. I 0-83) Prescribed by GSA FAR ( 48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION G- CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Sununary for the Payment Office

HQ0006-04-C-0002 P00028

Page 2 of4

As a result of this modification, the total ftmded amount for this document was decreased by $650,000.00 from $48,861 ,423.85 to $48,211,423.85.

SUBCLIN 010111:

AW: 9760400.2520 6 BM 2520 40603890COO 2512 Sl2135 MD6010111C0599 620099 (CIN · SE9KNY60599AMENDMENT40001) was decreased by $650,000.00 from $650,000.00 to $0.00

SECTION H - SPECIAL CONTRACT REQUIREMENTS

The following have been modified: ORDER OF BODY

LIMITATION OF GOVERNMENT'S OBLIGATION (MAY 2006)

(a) Contract line item(s) 0001 through 0101 are incrementally funded. For these item(s), the sum of $48,211,423.85 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause.

(b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled ''Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) ofthis clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will

HQ0006-04-C-0002 P00028

Page 3 of4

terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled ''Termination for Convenience of the Government."

(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, . the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance ofthe contract line item(s) identified in paragraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

(h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled ''Termination for Convenience of the Government."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

(j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:

Date:

1 Jan 04

26 Jul 04

l Nov04

25 Feb 04

15 Mar 05

18 Mar 05

1 Apr 05

8 Jun 05

27 Jun 05

1 Oct 05

Contract Executed

14 Month Extension

Incremental Fundin2:

$10,848,000

$ 3,456,783

$ 7,959,858.45

$ 1,235,000

$ 250,000

$ 235,000

$ 6,526,000

$ 526,130

$ 100,000

$ 2,289,079

HQ0006-04-C-0002 P00028

Page 4 of4

27 Oct05 $ 113,184

17 Nov 05 $ 878,000

13 Dec 05 $ 1,318,000

12 Jan 06 $ 4,556,921

26 Jan 06 $ 83,000

9 Feb 06 $ 3,593,065

27 Mar06 $ 2,125,839

13 Apr 06 $- 620,000

04 May06 $ 620,000

23 May06 $ 315,000

10 Ju1 06 $ 969,134.40

26 Jul 06 $ 20,000.00

28 Aug 06 $ 163,430.00

12 Sep 06 $ 650,000.00

21 Sep 06 $ 650,000.00

28 Sep 06 $ - 650,000.00

(End of Summary of Changes)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II.CON1RA~ID CODE I PAGE OF PAGES

1 1 5 2. AMENDMENT/MOD !FICA TION NO. 3.EFFECTIVE DAlE 4. REQUIS1110N/PURCHASB REQ. NO. I 5. PROJECTNO.(Ifapplicable)

F00029 19-0ct-2006 SCE SCHEDULE

6.1SSUBOBY CODE 1-00006 7. ADMINIS'ICRED BY (lfolbet lban i1em6) CODE IS2404A OCMA MANASSAS

MISSilE DEFENSEAGENCY(MDA) 1~ BATTlEVIEWPAru<YIAY, SUITE 200 CONTRACTS DIRECTORATE MANASSAS VA 22110.2342 7100 DEFENSE PENTAGON WASHINGTON DC :21XJ)1-7100

8. NAME AND ADD~ OF CONTRACfOR (No., Street, Cotmty, State and Zip Code) 9A. AMENDMENT OF OOUCITATION NO. COMPUTER SCIENCES CORPORATION PAULPHEENY

9B. DATED (SEE ITEM II) 1725JEFFERSON DAVIS HIGHWAY SUITE 1:m ARUNGTON VA 22202 I OA. MOD. OF CONTRACf /ORDER NO. X tQXJOE>-04-~0002

I OB. DATED (SEE ITEM 13)

CODE 52939 I FACILITY CODE X 01-Jan-2004

II. TIDSITEM ONLY APPLIES TO AMENDMENTS OF OOLICIT ATTONS

D"lbe above nurrbered solicilalion is am:nded as sel flrth in Uem 14. 'lbe hour and dale specified flr rcceip1 ofOiir D is extended, D is no! extended.

Olir nllst acknowledge receipt oflhis arrcndn:ent prior to the hour and date specified in. the solicitalion or as an'Cilded by one oflhe flllowing m:thods: (a) By conlJfeling Uem18 and IS,and ret~tming copies oftheaii'Cildn-eot; (b) By acknowledging receipt ofthis anudm:nt on each copy oft be olir suboitted; or(c) By separate leiter or telegram which includes a rei:renee to the solicitation and an-endm:nt nunbers. FAILURE Of YOURACKNOWLEDGMENTlO BE RECEIVED ATTHE! PLACE DE!SIGNA TED FOR 1HB RECBIPTOFOFFERS PRIOR TO THE HOUR AND OA TE SPECIFIED MAY RESULT IN REJECnON OF YOUR OFFER. lfby virtue oftbis am:ndm:nt you desire to change an olir already submned, sueb change rray be rrade by telegramorletter, provided each !elegramor lener 011kes ~E.reoce to the solicitation and !his aii'Cildii'Cilt, and is received priorto 1he opening bOilr and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIESONLYTO MODIFICATIONS OF CONTRACf&'ORDERS. IT MODIFIESTHECONTRACf/ORDERNO. ASDESCRIBEDIN ITEM 14.

A. THIS CHANGE ORDERISI~D PURSUANT TO: (SpecifY authority) THE CHANGES SET fORTI! IN ITEM 14 ARE MADE IN THE CONTRACf ORDERNO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONrRACf/ORDER IS MODIFIED TO REFLECr THE ADMINISI'RATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUfHORITY OF FAR43.103(B).

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

X D. OTHER (Specify type of modification and authority) DFARS 252.232-7007 Lirritation of Governrrenrs Obligation (Miy 2006).

E. IMPORTANT: Contractor ~ is not, D is required to sign this docwnent and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODifiCATION (Or~nized by UCF section headin~, including solicitation/contract suQject matter where feasible.) Modification Control Number: nrrflickey0781

The purpose of this rrodification is to: 1) provide increrrentat funding in the arrount of $1,520,948.60 to Q.!N 0101 via SubCLN 010112, ArnN BD and 2) update DFARS 252.232-7007 Lirritation of Govemrrenfs Obligation (Miy 2006).

See page 2 for SuiTlTElry of 0\anges.

Except as provided herein, all temtl and conditions oflhe docuDEilt re&alced in ltem9A or lOA, as bere1oflrechanged, remains unchanged and in ull flrce and elb:t.

!SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF COI'{TRACfiNG OFFICER (Type or print) PENELOPE B. RUSSELL/ CONTRACTING OFFICER Ta.: 703-882-6628 EMAIL: l'a:"eq;e.Russel(j1rcil.rril

158. CONTRACfORIOFFEROR l5C. DATE SIGNED 168. uNITEDSTATESOF AMERICA 16C. DATE SIGNED

BY ~<6<K...~ .. o.oqDt 19-0ct-2006

(Signature of person authorized to sign) (Signature of Contracting Officer) EXCEPTION ro SF 30 APPROVED BY OIRM 11 -84

30-105-04 Sf ANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR(48 CFR) 53.243

-----··-· . ·---· ..

SECfiON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECfiON B- SUPPLIES OR SERVICES AND PRICES

SUBCLIN 010112 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 010112

INCREMENTAL FUNDING FOR CLIN 0101

FCR 70058 FOB: Destination PURCHASE REQUEST NUMBER: DE9KNY70058 BASIC

ACRNBD CIN: DE9KNY70058BASIC0001

SECTION G- CONTRACf ADMINTSTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

UNIT PRICE

NET AMT

HQ0006-04-C-0002 P00029

Page 2 of5

AMOUNT

$1,520,948.60

As a result of this modification, the total funded amount for this document was increased by $1,520,948.60 from $48,2 11,423.85 to $49,732,372.45.

SUBCLlN 010112: Funding on SUBCLIN 0101 12 is in itiated as follows:

ACRN:BD

CIN: DE9KNY70058BASIC0001

Acctng Data: 9770400.2520 7 BM 2520 40603890COO 25 12 Sl2135 MD7010 111C0058 72H002

Increase: $1 ,520,948.60

Total: $ 1,520,948.60

SECfiON H - SPECIAL CONTRACf REQUIREMENTS

The following have been modified: ORDER OF BODY

LIMITATION OF GOVERNMENT'S OBLIGATION (MAY 2006)

HQ0006-04-C-0002 P00029

Page 3 of5

(a) Contract line item(s) 0001 through 0101 are incrementally funded. For these item{s), the sum of $49,732,372.45 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph U) of this clause.

(b) For item(s) identified in paragraph {a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph U) of this clause, the Contractor will notify the C<>ntracting Officer in writing at least ninety days prior to the date when, in the Contractor's best j udgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item{s). The notification will state {1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

{d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through {d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item( s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question offact within the meaning of the clause entitled "Disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default. " The provisions ofthis clause are limited to the work and allotment of funds for the contract line item{s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and {e) of this clause.

HQ0006-04-C-0002 P00029

Page4 of5

(b) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

U) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:

Date: Incremental Funding:

1 Jan 04 Contract Executed $10,848,000

26 Jul 04 $ 3,456,783

1 Nov 04 $ 7,959,858.45

25 Feb 04 $ 1,235,000

15 Mar05 $ 250,000

18 Mar05 $ 235,000

1 Apr 05 $ 6,526,000

8 Jun 05 $ 526, 130

27 Jun 05 $ 100,000

1 Oct 05 14 Month Extension $ 2,289,079

27 Oct05 $ 113,184

17Nov 05 $ 878,000

13 Dec 05 $ 1,318,000

12 Jan 06 $ 4,556,921

26 Jan 06 $ 83,000

9 Feb 06 $ 3,593,065

27 Mar06 $ 2,125,839

13 Apr06 $- 620,000

04May06 $ 620,000

23 May06 $ 315,000

10 Jul 06 $ 969,134.40

26 Jul 06 $ 20,000.00

28 Aug06 $ 163,430.00

12 Sep 06

21 Sep 06

28 Sep 06

19 Oct 06

(End of Summary of Changes)

$ 650,000.00

$ 650,000.00

$ - 650,000.00

$ 1,520,948.60

HQ0006-04-C-0002 P00029

Page 5 of5

AMENDMENT OF SOLICITATION/MODmCATION OF CONTRACT ,I.CONIRA:IDCOOB I PAOB OP PAG!S

1 1 6 7. AMINDMIINTIWODIPICA llOM NO. l .&Ffecnva DAn 4.1BQUJSmONJPURQIA$1 UQ.NO. I S. Pli.OJECTNO{lfa,.,li<Hic)

Pooo3o 01~2006 s:Es:HEilUUi

6.1S$1J&D BY COD& tQl006 1.ADMINISTIIRI!D BY (lfedl4r ... ltw6) CODB I S2404A

MSW!OI!PI!HSI!AGEHCY(MOAJ DC.w.~ 10IDIMT1UIIIEWPMWIAY,SATE:IQ

CCINTAACI'S DIAB:TORArf ~VA221~25CZ 71(1)oa:&ISE FEHrlalH 'MIHI«JTON DC :l!J)t..7100

8. NAME AND ADORE$ OF CONf"RACfOR (No., Srect, Cotmty, Silte and Zip Codo) 9A. AMHNDMENT OF SJLICIT A TION NO. CONf'Vl ER SCifHCESCOIU'ORAllOH PN.JI. PHEENV

9.8. DATED (SiiE ITEM II) 1r.liiJS'FmalH OAIIISHIGH'MY sum!t!m MLNG'l'ON~2Zm

~+£!oWf"RACT/ORDER NO. X

108. DATED {SiiE ITEM 13) CODE 52939 JFACfLITY <DDB X 01-Jal).2004

11. TillS ITEM ONLY APPLIIiSTO AMENDMENTS OF SJLicrf AT IONS

Utile abo•• n•dlaM sollcltiiiOII Is_.,.,. u let flctllla 11411114. thello., •• "*ll*lfeol fluecel•l otoltt Qiscllaldfd, Oiuototnclect.

0.,...,., acbowlfdxo ROCIOipl ollbb _...,., priotto ~eltouaacl cla~e.,..;t .. i••••eolfcitllloo otu -••• bJ ... onbe fill owl., ntkods: (I) By """1'kllollk"" 8 ud IS, aacl•....,.l•l <Opicsotlllc _,UdOXDI; (')By xk110wlc>d.lo1 1fCCip1 olllHs-"'-too _,. c:opy ollhollc ... boiiiOol; or(c) ~ ,.,_olcnwotlel..,_whlclllod•<la o.elnueto llte..,lldllll ...... l~la'lnil- FA11.Ull.6 0FYOUJI.ACKNOWUIDGMI!NT10 88 RECBM!D ATntB PLACE D!SlONA 1BO POJ.lHI! J.I!CZIPTOP OfPBitS Pli.IOJ.lO'Df.E HOUR AND DA 1! SI'BCIPIED MAY J.I!8ULTJN

MJECltO'NOPYOUitOPnlllrbr•lrNeef\bb ....... _lyndalNtodlao~aao•llfeall)' ... dled,ndldloote...,""*'eb)'telea,_orl«tler, poovlcledeMiolc ... """or iCIIICI'"'*a•.., .. cetvllteoolicihlio•..,.l~u-dunt,aoclis•eoei•oclpriorlo!Mop*ll.,b•r~4dlllo,_lf ...

ll. ACCX>UiffiNOAND APPROPRIATION DATA (lfreqlired)

See Schedule

13. THlSITl!M APPUESONL Y TO MODJPICATIONSOP COmRACfS'OROERS. lT MODIFIES THE OONTRACfiORD£R NO. ASDI!S:IUBIID IN ITEM 14.

A. THISCHANOO ORDI!R IS ISSUED PURSUANT TO: (~ify awhority) THB OiANCES SliT FORTH IN ITEM 14 ARE MADl! IN THE CONTRAC-T ORDBR.NO. INJTBM lOA.

B. T HI! A ROVE NUMBERBD OONTRACf IORDER IS JI&>DIFlED TO REFLECT THB ADMINISfRATIVS OIAN<£8 (!WI as changes in paying ofrtce. •pprop!'letion dllte. eta.) seT FORTH IN ITBM 14, PURSUANT TO THE AtJrHORITYOF FAR43.103(8).

X C. THJSSUPPLEMBNr AL A<llEBMl!m IS EmERED J)'(J'O PURSJANT TO AtJrHORITY Of: FAR 52.217-8 QJIIon to Be tend Services

D. OTHBR (~ily lype of moclflWion and authority)

E. IMPORT ANT: Contractor' 0 is not, 00 is l'e<flin:d to • this dlament and ret 1m 1 copies to the isslingoiTtce.

14. Dl!s:RIPTION OF AMENDMENT /MODI FICA TJON (Orl!ilnized by tJCF .teet ion he8<lin&\ lnclllllna solicilllionltxmtract Slbjcct matter ~ere feMible.) ModifiCation Omtrol Nllllber: nntllclaey07291

The pwpose of this I1'IDdlf1callon Ia to: 1) O)(tend the period of perfornwnce d the current ccnlract from 30 N:Jvenber 2006 lo 31 January 2007 for a totlllCEof bX4 jw»s at a 00$1 of $2.943,000.00: 2) as a resul of ilem(1), the ccntracteefrlg Is ncreased by $2,943,000.00; 3) pnwlde fundng In lhe IUI'IlUnt of $2,900,000.00 for lhls extension (Via 0.~ 0102, &Jb<l.N 010201, A~ 80); 4) ~te I:J=ARS 252.232-70071irilallon of Goverrmlflt'a (l)lgation and 5) 141date Local t.O>\ Q.auae <78, Alotmlnt of Funds.

See page 2 for •lllmWI of cl'larQea.

E_,c .. JKOYiolcd •.m•,aiiMnN M4 codltlo"' oft"4-t ,..,_..,. ia J1..,.9Ao• IGA,oo lteMDIIIOdluJe4, , ... onadMI!aocladlll fill e-uod ..... ISA. NAMEANDJll'f.tliAf~ypeorprint) 'f/'~LBRlJ~e:r:FFICER(Type or print)

SeniOr Contracts Administrator l8.: EMM;

:?:Jkl!OR!Adfih ISC. DATE SI~ED ~=ATESOP AMERICA 16C. DATE SIQfllD

1/-90 -!){, ~~~·~ll~ I ~f\Wbto /J '(S8J!IIIn of per1011 •~hori:icd to si~) (Swrat~.-e ot:'raccina Offiw)

e~P'l'ION TO SF 30 30-IOS-04 Sf ANDARD FORM 30 (Rev. 10-83) PROVED BY OIRM I 1-84 Prepibed GSA by

FAR C48 CFR\ S3.243

HQ0006-04-C-0002

Page 2 of6

SECflON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION A -SOLICITATION/CONTRACT FORM

The total cost of this contract was increased by $2,943,000.00 from $52,220,295.87 to $55,163,295.87.

SECTION B- SUPPLIES OR SERVICES AND PRICES

CUN 0101 The CLIN description has changed to SET A Support. The CLIN extended description has changed to SETA Support as part of Missile Defense System

Engineering Team (MDSET) National Team.

Breakout: LOE $2,912,263.00 ODC $ 30,737.00 Total increase $2,943,000.00.

The total cost of this line item bas increased by $2,943,000.00 from$19,102,417.00 to $22,045,417.00.

SUBCLIN 010113 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 010113

INCREMENTAL FUNDING FOR CLJN 0101 FFP FCR 70058 - Amend 1 FOB: Destination PURCHASE REQUEST NUMBER: DE9KNY70058AMENDMENT 1

NETAMT

ACRNBD CIN: DE9KNY70058AMENDMENT10001

SECTION F -DELIVERIES OR PERFORMANCE

The following Delivery Schedule item for CLJN 0101 has been changed from:

$0.00

$2,900,000.00

HQ0006-04-C-0002

Page 3 of6

DELIVERY DATE QUANTITY SHIP TO ADDRESS me

POP 01-0CT-2005 TO N/A MISSILE DEFENSE AGENCY (MDA) HQ0006 30-NOV-2006 MARK NELSON

CONTRACfS DIRECTORATE 7100 DEFENSE PENTAGON WASHINGTON DC 20301-7100 (703) 614-6053 FOB: Destination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

POP 01 -0CT-2005 TO N/A MISSILE DEFENSE AGENCY (MDA) HQ0006 31-JAN-2007 MARK NELSON

CONTRACTS DIRECTORATE 7100 DEFENSE PENTAGON WASHINGTON DC 20301-7100 (703) 614-6053 FOB: Destination

SECTION G- CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

As a result of this modification, the total funded amount for this document was increased by $2,900,000.00 from $49,732,372.45 to $52,632,372.45.

SUBCLIN 010113: Funding on SUBCLIN 010113 is initiated as follows:

ACRN:BD

CIN: DE9KNY70058AMENDMENTlOOOI

Acctng Data: 9770400.2520 7 BM 252040603890COO 2512 Sl2135 MD7010liiC0058 72H002

Increase: $2,900,000.00

Total: $2,900,000.00

G-8 AJ,LOTMENT OF FUNDS

Pursuant to FAR 52.232-22, "Limitation of Funds," the total amount of funds presently available for payment and obligated to this contract (which covers all items, including fixed fee payable) is $52,632,372.45 for CUNs 0001 thru CLIN 0 lO 1. The estimated funds exhaustion date is 31 January 2007.

HQ0006-04-C-0002

Page 4 of6

The following have been modified:

ORDER OF BODY

LIMITATION OF GOVERNMENT'S OBLIGATION (MAY 2006)

(a) Contract line item(s) 0001 through 0101 are incrementally funded. For these item(s), the sum of SS2,63l,J72.45of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause.

(b) For item(s) identified in paragraph (a) ofthis clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event oftermination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of.the total amount then allotted to the contract for perfonnance of the applicable item(s). The notification will state ( 1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue perfonnance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely perfonnance ofthe item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government."

(d) When additional funds are allotted for continued perfonnance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be . covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract ~ill be modified accordingly.

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficie~t for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery,'or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s} identified in paragraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded

HQ0006-04-C-0002

Page 5 of6

except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

(h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled ''Termination for Convenience of the Government."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

G) The parties contemplate that the Govenunent will allot funds to this contract in accordance with the following schedule:

Date: 1 Jan 04

26 Ju104

I Nov04

25 Feb 04

15 Mar05

18 Mar05

1 Apr05

8 Jun05

27 Jun05

1 Oct05

27 Oct05

17Nov 05

13 Dec 05

12 Jan06

26 Jan06

9Feb06

27Mar06

13 Apr 06

04May06

23 May06

10 Jul06

26 Ju106

Contract Executed

14 Month Extension

Incremental Funding: . $10,848,000

$ 3,456,783

$ 7,959,858.45

$ 1,235,000

$ 250,000

$ 235,000

$ 6,526,000

$ 526,130

$ 100,000

$ 2,289,079

$ 113,184

$ 878,000

$ 1,318,000

$ 4,556,921

$ 83,000

$ 3,593,06?

$ 2,125,839

$- 620,000

$ 620,000

$ 315,000

$ 969,134.40

$ 20,000.00

28 Aug06

12 Sep 06

21 Sep06

28 Sep 06

19 Oct 06

29Nov06

(End of Summary of Changes)

$ 163,430.00

$ 650,000.00

$ 650,000.00

$ - 650,000.00

$ 1,520,948.60

$ 2,900,000.00

HQ0006-04-C-0002

Page 6 of6