88
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 68 04-Sep-2015 See Section G N/A 6. ISSUED BY CODE N00178 7. ADMINISTERED BY (If other than Item 6) CODE S0512A NSWC, DAHLGREN DIVISION 17632 Dahlgren Road Suite 157 Dahlgren VA 22448-5110 DCMA LOS ANGELES 16111 Plummer Street, Building 10, 2nd Floor North Hills CA 91343-2036 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Tecolote Research, Inc. 420 South Fairview Avenue, Suite 201 Goleta CA 93117-3626 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-05-D-4608-0003 10B. DATED (SEE ITEM 13) CAGE CODE 0BMB0 FACILITY CODE 17-Dec-2010 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) Unilateral, FAR 52.232-22 Limitation of Funds E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 04-Sep-2015 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

  • Upload
    others

  • View
    13

  • Download
    0

Embed Size (px)

Citation preview

Page 1: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

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

68 04-Sep-2015 See Section G N/A6.  ISSUED BY CODE N00178 7.  ADMINISTERED BY (If other than Item 6) CODE S0512A

NSWC, DAHLGREN DIVISION

17632 Dahlgren Road Suite 157

Dahlgren VA 22448-5110

 

DCMA LOS ANGELES

16111 Plummer Street, Building 10, 2nd Floor

North Hills CA 91343-2036

 

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

Tecolote Research, Inc.    420 South Fairview Avenue, Suite 201    Goleta CA 93117-3626   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-05-D-4608-0003

    10B.  DATED (SEE ITEM 13)

CAGECODE

0BMB0 FACILITY CODE   17-Dec-2010

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

SEE SECTION G 

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

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

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

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

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

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

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

SEE PAGE 2 

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

     

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY 04-Sep-2015 

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

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

 

 

      1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Page 2: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

GENERAL INFORMATION

General INFOThe purpose of this modification is to:

Realign ceiling from 7100 to 7101 & 9100 to 9101 to accommodate additional funding.1.

Provide increments of funding for 7100, 7101, 9100, & 9101.  2.

The following SLINs are added in Section B and Line of Accounting information in Section G underMOD 68.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased

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

710002 RDDA

710106 RDT&E

910002 RDDA

910104 RDT&E

The total value of the order is hereby increased

CLIN/SLIN From ($) By ($) To ($)

7100

7101

9100

9101

ACRNs, Lines of Accounting, Requisition Numbers and other financial information associated withthis mod appear at the end of Section G. In Section G, the clauses NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS and FUNDING PROFILE areupdated to reflect the funding changes in this modification. Special Invoicing/Special PaymentInstructions Apply to this Task Order per section G. A conformed copy of this Task Order is attached to this modification for informational purposes only. AID # 141349

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 2 of 2 FINAL

 

Page 3: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

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

4000 B506 BASE PERIOD - Cost estimating and

analysis support services IAW

Section C, Performance Work

Statement. [Fee FINALIZED in Mod

15] (Fund Type - TBD)

400001 B506 Incremental Funding ACRN AA Award

(SCN)

400002 B506 Mod 01 AB (RDT&E)

400003 B506 Mod 01 AC (RDT&E)

400004 B506 Mod 01 AD (RDT&E)

400005 B506 Mod 01 AE (RDT&E)

400006 B506 Mod 01 AF (RDDA)

400007 B506 Mod 01 AG Mod 08 AG

, Mod 58

(OPN)

400008 B506 Mod 01 AH (RDT&E)

400009 B506 Mod 02 AJ (RDDA)

400010 B506 Mod 02 AK (RDT&E)

400011 B506 Mod 03 AL Mod 08 AL

(RDDA)

400012 B506 Mod 03 AM (RDT&E)

400013 B506 Mod 03 AN Mod 08 AN

(RDT&E)

400014 B506 Mod 04 AQ Mod 08 AQ

Mod 58

(OPN)

400015 B506 Mod 06 AR (RDDA)

400016 B506 Mod 06 AS Mod 07 AS

(RDT&E)

400017 B506 Mod 07 AT (O&MN,N)

400018 B506 Mod 07 AU Mod deob

(RDT&E)

400019 B506 Mod 07 AV Mod 08 AV

(RDT&E)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 1 of 86 FINAL

 

Page 4: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

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

4050 B506 BASE PERIOD - Cost estimating and

analysis support services IAW

Section C, Performance Work

Statement. FMS - Saudi Arabia -

No Case Number. [Fee FINALIZED in

Mod 15] (Fund Type - TBD)

405001 B506 ACRN AP Mod 03 ACRN AP

Mod 08 (FMS)

4100 B506 OPTION 1 - Cost estimating and

analysis support services IAW

Section C, Performance Work

Statement. (Fund Type - TBD)

410001 B506 Mod 08 AU (RDT&E)

410002 B506 Mod 08 AM (RDT&E)

410003 B506 Mod 08 AN (RDT&E)

410004 B506 Mod 08 AW (RDT&E)

410005 B506 Mod 08 AX (RDT&E)

410006 B506 Mod 08 AL (RDDA)

410007 B506 Mod 08 AR (RDDA)

410008 B506 Mod 09 AT (O&MN,N)

410009 B506 Mod 09 AZ (SCN)

410010 B506 Mod 10 AV (RDT&E)

410011 B506 Mod 11 AL (RDDA)

410012 B506 Mod 12 AZ (SCN)

410013 B506 Mod 12 AS Mod 20 AS

(RDT&E)

410014 B506 Mod 12 BA (RDT&E)

410015 B506 Mod 13 BB (OPN)

410016 B506 Mod 13 AQ (OPN)

410017 B506 Mod 13 AV (RDT&E)

410018 B506 Mod 13 BC (RDT&E)

410019 B506 Mod 13 BD Mod 27 BD

(RDT&E)

410020 B506 Mod 13 BE (O&MN,N)

410021 B506 Mod 13 BF (SCN)

410022 B506 Mod 16 BG (RDT&E)

410023 B506 Mod 17 BH (RDT&E)

410024 B506 Mod 17 BH (RDT&E)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 2 of 86 FINAL

 

Page 5: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

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

410025 B506 Mod 18 BJ (RDT&E)

410026 B506 Mod 19 BK (RDT&E)

410027 B506 Mod 19 BL Mod 27 BL

Mod 58

(RDT&E)

410028 B506 Mod 21 BM (RDT&E)

410029 B506 Mod 21 BN Mod 27 BN

(RDT&E)

410030 B506 Mod 21 BP Mod 58

(RDT&E)

410031 B506 Mod 21 BQ Mod 27 BQ

(RDT&E)

410032 B506 Mod 22 BR (SCN)

410033 B506 Mod 22 BS (SCN)

410034 B506 TI 9 Mod 23 BT Mod 58

(OPN)

410035 B506 TI 12 Mod 23 BM Mod 27 BM

Mod 58

(RDT&E)

4150 B506 OPTION 1 - Cost estimating and

analysis support services IAW

Section C, Performance Work

Statement. FMS - Saudi Arabia -

No Case Number. (Fund Type - TBD)

415001 B506 ACRN AP Mod 14 (FMS)

4200 B506 OPTION 2 - Cost estimating and

analysis support services IAW

Section C, Performance Work

Statement. (Fund Type - TBD)

420001 B506 TI3 Mod 24 BU (RDT&E)

420002 B506 TI3 Mod 24 BV (RDT&E)

420003 B506 TI3 Mod 24 BW (RDT&E)

420004 B506 TI3 Mod 24 BX (RDT&E)

420006 B506 TI4 Mod 24 BZ (RDDA)

420007 B506 TI5 Mod 24 CA (RDDA)

420008 B506 TI12 Mod 24 BM (RDT&E)

420009 B506 TI13 Mod 24 CB Mod

58 (SCN)

420010 B506 TI3 Mod 25 BY (RDT&E)

420011 B506 TI1 Mod 25 CC (O&MN,N)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 3 of 86 FINAL

 

Page 6: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

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

420012 B506 TI2 Mod 25 BN (RDT&E)

420013 B506 TI14 Mod 25 CD (RDT&E)

420014 B506 TI11 Mod 27 CE (RDT&E)

420015 B506 TI4 Mod 27 CF (RDDA)

420016 B506 TI5 Mod 27 CG (RDDA)

420017 B506 TI2 Mod 28 BN (RDT&E)

420018 B506 TI2 Mod 28 BN (RDT&E)

420019 B506 TI2 Mod 28 BN (RDT&E)

420020 B506 TI11 Mod 28 CH MOD 47

De-obligates (RDT&E)

420021 B506 TI11 Mod 28 CJ (RDT&E)

420022 B506 TI12 Mod 28 BM Mod 58

(RDT&E)

420023 B506 TI1 Mod 30 CK (SCN)

420024 B506 TI2 Mod 31 BN (RDT&E)

420025 B506 TI4 Mod 31 CL (RDDA)

420026 B506 TI5 Mod 31 CL (RDDA)

420027 B506 TI1 Mod 31 CM (SCN)

420028 B506 TI1 Mod 31 CN (SCN)

420029 B506 TI1 Mod 31 CP (SCN)

420030 B506 TI1 Mod 32 CQ (SCN)

420031 B506 TI3 Mod 32 CR (RDT&E)

420032 B506 TI3 Mod 32 CS (RDT&E)

420033 B506 TI3 Mod 32 CT (RDT&E)

420034 B506 TI4 Mod 33 CU (RDDA)

420035 B506 TI5 Mod 33 CU (RDDA)

420036 B506 TI14 Mod 34 CV MOD 43 -

Realignment

(RDT&E)

420037 B506 TI11 Mod 35 CX (RDT&E)

420038 B506 TI13 Mod 37 CB (SCN)

420039 B506 TI11 Mod 37 CY (SCN)

420040 B506 TI1 Mod 37 CZ (SCN)

420041 B506 TI15 Mod 37 DA Mod 58

(SCN)

420042 B506 TI02 Mod 37 DB (RDT&E)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 4 of 86 FINAL

 

Page 7: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

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

420043 B506 TI02 Mod 37 DB (RDT&E)

420044 B506 TI02 Mod 37 DB (RDT&E)

420045 B506 TI02 Mod 37 DB Mod 58

(RDT&E)

420046 B506 TI04 MOD 39 CU (RDT&E)

420047 B506 TI05 MOD 39 CU MOD 47

De-obligates (RDT&E)

4300 B506 OPTION 3 - Cost estimating and

analysis support services IAW

Section C, Performance Work

Statement. (Fund Type - TBD)

430001 B506 MOD 40 Incremental Funding TI# 2;

PR#: 1300364024-00001 (RDT&E)

430002 B506 MOD 40 Incremental Funding TI# 3;

PR#: 1300364024-00002 (RDT&E)

430003 B506 MOD 40 Incremental Funding TI# 3;

PR#: 1300364024-00003 (RDT&E)

430004 B506 MOD 40 Incremental Funding TI# 3;

PR#: 1300364024-00004 (RDT&E)

430005 B506 MOD 40 Incremental Funding TI# 4;

PR#: 1300323717-00003 (RDT&E)

430006 B506 MOD 40 Incremental Funding TI#

11; PR#: 1300329509-00002 (RDT&E)

430007 B506 MOD 41 Incremental Funding TI# 4;

PR#: 1300323717-00004 (RDT&E)

430008 B506 MOD 42 Admin MOD, Change ACRN to

CV. TI# 14 PR#: 1300325505-0002

Realigned From SLIN 420036

(RDT&E)

430009 B506 MOD 43 Incremental Funding TI# 4;

PR#: 1300378012 (RDT&E)

430010 B506 MOD 43 Incremental Funding TI#

11; PR# 1300376334, Mod 58

(SCN)

430012 B506 MOD 43 Incremental Funding TI# 2;

PR# 1300371602 (RDT&E)

430013 B506 MOD 44 Incremental Funding TI#16;

PR# 1300388312; ACRN DK Mod 58

(RDT&E)

430014 B506 MOD 44 Incremental Funding TI#

14; PR# 1300393561; ACRN, DL, MOD

47 De-obligates (RDT&E)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 5 of 86 FINAL

 

Page 8: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

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

430015 B506 MOD 44 Incremental Funding TI# 2;

PR# 1300394030-0001; ACRN DM

(RDT&E)

430016 B506 MOD 44 Incremental Funding TI# 2;

PR# 1300394030-0002; ACRN DN

(RDT&E)

430017 B506 MOD 44 Incremental Funding TI# 3;

PR# 1300394186; ACRN DP (RDT&E)

430018 B506 MOD 45 Incremental Funding TI#

11; PR# 1300401181-0001; ACRN DR

(RDT&E)

430019 B506 MOD 45 Incremental Funding TI# 3;

PR# 1300394542-0002; ACRN DS

(RDT&E)

430020 B506 MOD 45 Incremental Funding TI# 4;

PR# 1300397141-0001; ACRN DT

(RDT&E)

430021 B506 MOD 45 Incremental Funding TI#

17; PR# 1300101414-0001; ACRN DU

(Fund Type - OTHER)

430022 B506 MOD 46 Incremental Funding TI#

18; PR# 1300406209-0001; Mod 58

ACRN DV (Fund Type -

OTHER)

430023 B506 MOD 46 Incremental Funding TI# 2;

PR# 1300394030-0003; ACRN DN

(RDT&E)

430024 B506 MOD 46 Incremental Funding TI#

18; PR# 1300405514-0001; ACRN DW

(RDT&E)

430025 B506 MOD 47 Incremental Funding TI# 2;

PR# 1300394030-0004 (RDT&E)

430026 B506 MOD 47 Incremental Funding TI#

11; PR# 1300414289-0001, Mod 58

(RDT&E)

430027 B506 MOD 47 Incremental Funding TI# 4;

PR# 1300417636-0001, MOD 51 -

Realigned to 700005. (RDT&E)

430028 B506 MOD 47 Incremental Funding TI# 2;

PR# 1300394030-0005, Mod 58

(RDT&E)

430029 B506 MOD 48 Incremental Funding TI# 3;

PR# 1300421495-0001 (RDT&E)

430030 B506 MOD 48 Incremental Funding TI# 3;

PR# 1300421494-0001, Mod 58

(RDT&E)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 6 of 86 FINAL

 

Page 9: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

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

430031 B506 MOD 48 Incremental Funding TI#

17; PR# 1300426026-0001, Mod 58

(RDT&E)

430032 B506 MOD 49 Incremental Funding TI#

19; PR# 1300435214-0001, Mod 58

(WCF)

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

6000 B506 BASE PERIOD - ODCs associated with CLIN 4000. (Fund Type - TBD)

600001 B506 Incremental Funding ACRN AA Award Mod 08 (SCN)

600002 B506 Mod 01 AF Mod 08 (RDDA)

600003 B506 Mod 01 AG Mod 08 AG (OPN)

600004 B506 Mod 02 AJ Mod 08 AJ (RDDA)

600005 B506 Mod 02 AK Mod 08 AK (RDT&E)

600006 B506 Mod 04 AQ Mod 08 AQ (OPN)

600007 B506 Mod 07 AV Mod 08 AV (RDT&E)

6100 B506 OPTION 1 - ODCs associated with CLIN 4100. (Fund Type - TBD)

610001 B506 Mod 08 AY Mod 27 AY (RDT&E)

610002 B506 Mod 08 AL (RDDA)

610003 B506 Mod 08 AR (RDDA)

610004 B506 Mod 09 AT (O&MN,N)

610005 B506 Mod 09 AZ (SCN)

610006 B506 Mod 10 AV (RDT&E)

610007 B506 Mod 13 AQ Mod 27 AQ (OPN)

610008 B506 Mod 21 BP Mod 27 BP (RDT&E)

610009 B506 Mod 21 BQ Mod 27 BQ (RDT&E)

610010 B506 TI 12 Mod 23 BM (RDT&E)

6150 B506 OPTION 1 - ODCs associated with CLIN 4150. FMS - Saudi Arabia - No

Case Number. (Fund Type - TBD)

615001 B506 ACRN AP Mod 14 (FMS)

6200 B506 OPTION 2 - ODCs associated with CLIN 4200. (Fund Type - TBD)

620001 B506 TI4 Mod 24 BZ (RDDA)

620002 B506 TI5 Mod 24 CA (RDDA)

620003 B506 TI12 Mod 24 BM (RDT&E)

620004 B506 TI13 Mod 24 CB (SCN)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 7 of 86 FINAL

 

Page 10: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Item PSC Supplies/Services Qty Unit Est. Cost

620005 B506 TI1 Mod 25 CC (O&MN,N)

620006 B506 TI11 Mod 27 CE (RDT&E)

620007 B506 TI4 Mod 27 CF (RDDA)

620008 B506 TI5 Mod 27 CG (RDDA)

620009 B506 TI2 Mod 28 BN (RDT&E)

620010 B506 TI11 Mod 28 CH MOD 47 De-obligates RDT&E)

620011 B506 TI12 Mod 28 BM (RDT&E)

620012 B506 TI1 Mod 32 CQ (SCN)

620013 B506 TI3 Mod 32 CT (RDT&E)

620014 B506 TI14 Mod 34 CV (RDT&E)

620015 B506 TI11 Mod 37 CY (SCN)

620016 B506 TI15 Mod 37 DA (SCN)

6300 B506 OPTION 3 - ODCs associated with CLIN 4300. (Fund Type - TBD)

630001 B506 MOD 40 Incremental Funding TI# 3; PR#: 1300364024-00003 (RDT&E)

630002 B506 MOD 40 Incremental Funding TI# 4; PR#: 1300323717-00003 (RDT&E)

630003 B506 MOD 40 Incremental Funding TI# 11; PR#: 1300329509-00002 (RDT&E)

630005 B506 MOD 43 Incremental Funding TI #2; PR#: 1300371602-0001 (RDT&E)

630006 B506 MOD 44 Incremental Funding TI #16; PR# 1300388312 (RDT&E)

630007 B506 MOD 45 Incremental Funding TI# 17; PR 1300401414-0002 (Fund Type -

OTHER)

630008 B506 MOD 47 Incremental Funding TI# 11; PR# 1300414289-0001 (RDT&E)

630009 B506 MOD 47 Incremental Funding TI# 4; PR# 1300417636-0001 MOD 51 -

Realigned to 900002. (RDT&E)

For Cost Type Items:

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

7000 B506 OPTION 4 - Cost estimating and

analysis support services IAW Section

C, Performance Work Statement. (CLIN

7000 (with SLINs 01 - 07) realigned

to CLIN 7001 in Mod 52) (Fund Type -

TBD)

700001 B506 MOD 50 - Incremental Funding ACRN ED;

(RDT&E)

700002 B506 MOD 50 - Incremental Funding ACRN EE;

(RDT&E)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 8 of 86 FINAL

 

Page 11: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

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

700003 B506 MOD 50 - Incremental Funding ACRN EF;

(RDT&E)

700004 B506 MOD 50 - Incremental Funding ACRN DT;

(RDT&E)

700005 B506 MOD 50 - Incremental Funding ACRN DY;

MOD 51 - $75k Realigned From

430027. (RDT&E)

700006 B506 MOD 50 - Incremental Funding ACRN EG;

(RDT&E)

700007 B506 MOD 50 - Incremental Funding ACRN EH;

(Fund Type - TBD)

7001 EXERCISED OPTION 4 - Cost estimating

and analysis support services IAW

Section C, Performance Work

Statement.

7001AA B506 EXERCISED OPTION 4 LABOR Holding SLIN

UNFUNDED CELINING (Fund Type - TBD)

7001AB B506 Mod 52 - LABOR TI#2 Railgun Cost

Support (RDT&E)

7001AC B506 Mod 52 - LABOR TI#3 LCS SUW MP Cost

Support (RDT&E)

7001AD B506 MOD 52 - LABOR TI#3 LCS SUW MP Cost

Support (RDT&E)

7001AE B506 Mod 52 - LABOR TI#4 Aegis BMD and

Aegis Ashore Support (RDDA)

7001AF B506 Mod 52 - LABOR TI#4 Aegis BMD and

Aegis Ashore Support (RDDA)

7001AG B506 Mod 52 - LABOR TI#11 ACB Planner Cost

Support to IWS 1.0 (RDT&E)

7001AH B506 Mod 52 - LABOR TI#19 Managed Network

Business Cost Estimate/Case Analysis

(WCF)

7001AJ B506 TI# 11 (RDT&E)

7001AK B506 TI# 4 (RDT&E)

7001AL B506 TI# 2 (RDT&E)

7001AM B506 TI# 4 (RDT&E)

7001AN B506 TI# 2 (RDT&E)

7001AP B506 TI# 3 (RDT&E)

7001AQ B506 TI# 20 (Fund Type - OTHER)

7001AR B506 TI# 16 (Fund Type - OTHER)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 9 of 86 FINAL

 

Page 12: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

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

7001AS B506 MOD 55 Incremental Funding for TI# 3

PR 1300463889 (RDT&E)

7001AT B506 MOD 55 Incremental Funding for TI# 3

PR# 1300463972 (RDT&E)

7001AU B506 MOD 55 Incremental Funding for

TI# 3 PR #1300463884 (OPN)

7001AV B506 MOD 55 Incremental Funding for TI# 4

NSWCDD management support PR#

1300466900 (RDT&E)

7001AW B506 MOD 55 Incremental Funding

To TI# 2 NSWCDD rail gun PM for

business operations support PR

#1300450602 (RDT&E)

7001AX B506 MOD 55 Incremental Funding for

TI# 4 NSWCDD Program Management

Support PR # 1300469382 (RDT&E)

7001AY B506 MOD 55 Incremental Funding for

TI# 1 2.1 DDG 1000 PR# 1300470826

(SCN)

7001AZ B506 MOD 57 Incremental Funding TI-20

for 2.6 task labor PR

#1300474100 (RDT&E)

7001BA B506 MOD 57 Incremental Funding TI-16

cost analysis/estimating for

FLRRM project PR # 1300473853 (Fund

Type - OTHER)

7001BB B506 MOD 57 Incremental Funding TI-4

PR #1300473892 (RDT&E)

7001BC B506 MOD 57 Incremental Funding TI-16

PR #1300475088 (OPN)

7001BD B506 MOD 58 Incremental Funding

for TI #4 PR #1300481697 (RDT&E)

7001BE B506 TI# 4 (RDT&E)

7001BF B506 TI #21 (RDT&E)

7001BG B506 TI# 16 (Fund Type - OTHER)

7001BH B506 TI# 11 (RDT&E)

7001BJ B506 TI# 3 (RDT&E)

7001BK B506 TI# 16 (Fund Type - OTHER)

7100 B506 OPTION 5 - Cost estimating and

analysis support services IAW Section

C, Performance Work Statement. (Fund

Type - TBD)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 10 of 86 FINAL

 

Page 13: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

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

710001 B506 Labor Funding from MDA for TI 4 -

(Mod 64). **Deob

from MDA Funding - New SLIN Value -

(Mod 65). (RDT&E)

710002 B506 Labor Funding from MDA (Mod 68).

(RDDA)

7101 B506 OPTION 5 - Cost estimating and

analysis support services IAW Section

C, Performance Work Statement. (Fund

Type - TBD)

710101 B506 Labor Funding from NAVSEA for TI 11 -

(Mod 65). (RDT&E)

710102 B506 Labor Funding from NAVSEA for TI 11 -

(Mod 65). (RDT&E)

710103 B506 Labor Funding from NAVSEA (PEO LCS

PMS 420) for TI 3 - (Mod 65)

(RDT&E)

710104 B506 Labor Funding from NAVSEA (PEO LCS

PMS 420) for TI 3 - (Mod 65)

(RDT&E)

710105 B506 Labor Funding from NAVSEA (Joint

Service EOD) for TI 21 -

(Mod 67) (RDT&E)

710106 B506 Labor Funding from NAVSEA (Mod 68)

(RDT&E)

7102 B506 OPTION 5 - Cost estimating and

analysis support services IAW Section

C, Performance Work Statement. (Fund

Type - TBD)

710201 B506 Labor Funding from CNO for TI 20 -

(Mod 65) (RDT&E)

7103 B506 OPTION 5 - Cost estimating and

analysis support services IAW Section

C, Performance Work Statement. (Fund

Type - TBD)

710301 B506 Labor Funding from ONR for TI 2 -

(Mod 65). (RDT&E)

7104 B506 OPTION 5 - Cost estimating and

analysis support services IAW Section

C, Performance Work Statement.

(FMS Case #MX-P-GAX)

710401 B506 FMS Labor Funding (MX-P-GAX) for TI

16 - (Mod 66). (FMS)

For ODC Items:

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 11 of 86 FINAL

 

Page 14: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Item PSC Supplies/Services Qty Unit Est. Cost

9000 B506 OPTION 4 - ODCs associated with CLIN 7000. (CLIN 9000 (with SLINs

01 - 03) realigned to CLIN 9001 in Mod 52) (Fund Type - TBD)

900001 B506 MOD 50 - Incremental Funding ACRN EF; (RDT&E)

900002 B506 MOD 50 - Incremental Funding ACRN DY; MOD 51 - Realigned

From 630009. (RDT&E)

900003 B506 MOD 50 - Incremental Funding ACRN EG; (RDT&E)

9001 EXERCISED OPTION 4 - ODCs associated with CLIN 7001

9001AA B506 EXERCISED OPTION 4 - ODC Holding SLIN UNFUNDED CELINING for ODCs

in support of CLIN 7001 (Fund Type - TBD)

9001AD B506 MOD 52 - ODCs in support of SLIN 7001AD TI#3 LCS SUW MP Cost

Support (RDT&E)

9001AF B506 MOD 52 - ODCs in support of SLIN 7001AF TI#4 - Aegis BMD and Aegis

Ashore Support (RDDA)

9001AG B506 MOD 52 - ODCs in support of SLIN 7001AG TI#11 - ACB Planner Cost

Support to IWS 1.0 (RDT&E)

9001AS B506 MOD 55 Incremental Funding TI# 2 for ODC/travel funding PR

#1300450602 00003 (RDT&E)

9001AY B506 MOD 55 TI# 1 ODC in support of CLIN 7001 AY PR # 1300470826

(SCN)

9001AZ B506 MOD 57 Incremental funding TI-20 in support of CLIN

7001-AZ (RDT&E)

9001BD B506 Mod 58 Incremental Funding for TI #4 in the amount of in

support of CLIN 7100-BD (RDT&E)

9001BE B506 ODC in support of CLIN 7001 (RDT&E)

9001BF B506 ODC in support of CLIN 7001 (RDT&E)

9001BG B506 ODC in support of CLIN 7001 (Fund Type - OTHER)

9001BH B506 ODC in support of CLIN 7001 (RDT&E)

9001BK B506 ODC in support of CLIN 7001 (Fund Type - OTHER)

9100 B506 OPTION 5 - ODCs associated with CLIN 7100. (Fund Type - TBD)

910001 B506 ODC Funding from MDA for TI 4 - (Mod 64). (RDT&E)

910002 B506 ODC Funding from MDA (Mod 68). (RDDA)

9101 B506 OPTION 5 - ODCs associated with CLIN 7101. (Fund Type - TBD)

910101 B506 ODC Funding from NAVSEA for TI 11 - (Mod 65) (RDT&E)

910102 B506 ODC Funding from NAVSEA (PEO LCS PMS 420) for TI 3 - (Mod

65) (RDT&E)

910103 B506 ODC Funding from NAVSEA (Joint Service EOD) for TI 21 -

(Mod 67) (RDT&E)

910104 B506 ODC Funding from NAVSEA (Mod 68). (RDT&E)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 12 of 86 FINAL

 

Page 15: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Item PSC Supplies/Services Qty Unit Est. Cost

9102 B506 OPTION 5 - ODCs associated with CLIN 7102. (Fund Type - TBD)

910201 B506 ODC Funding from CNO for TI 20 - (Mod 65). (RDT&E)

9103 B506 OPTION 5 - ODCs associated with CLIN 7103. (Fund Type - TBD)

9104 B506 OPTION 5 - ODCs associated with CLIN 7104 (FMS).

(FMS Case #MX-P-GAX)

910401 B506 FMS ODC Funding (MX-P-GAX) for TI 16 - (Mod 66). (FMS)

USE WHOLE DOLLARS ONLY

All proposals shall be rounded to the nearest dollar.

TYPE OF ORDER

This is a term (level of effort) order.

Items in the 4xxx and 7xxx series are cost plus fixed fee type.Items in the 6xxx and 9xxx series are cost only.

ADDITIONAL CLINS

Additional CLINs/SLINs may be unilaterally created by the Contracting Officer during the performance of thisTask Order to accommodate the multiple types of funds that may be used under this Order.  These modificationswill not change the overall level of effort, estimated cost or fee of the task order.

HQ B-2-0020  EXPEDITING ORDER CLOSEOUT (NAVSEA) (DEC 1995)

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

(b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It isagreed that the administrative costs for either party associated with collecting such small dollar amounts couldexceed the amount to be recovered.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 13 of 86 FINAL

 

Page 16: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT (PWS) FOR COST ANALYSIS SUPPORT TO NSWCDDREQUIREMENTS ANALYSIS AND ADVANCED CONCEPTS WARFARE ANALYSIS BRANCH OFTHE WARFARE SYSTEMS (W) DEPARTMENT

1.0  BACKGROUND:  This Performance Work Statement (PWS) includes support to theRequirements Analysis and Advanced Concepts Warfare Analysis Branch, (Code W11) within theWarfare Systems (W) Department at the Naval Surface Warfare Center Dahlgren Division(NSWCDD), in Dahlgren, Virginia.  The required support is in the area of cost estimating, analysis,and assessment to assist Code W11 in accomplishing its mission and objectives.  Some of theprograms supported by NSWCDD Code W11 include DDG 1000, Railgun, Littoral Combat Ship(LCS), AEGIS Ballistic Missile Defense (BMD), and AEGIS Ashore (AA).

2.0  TASK DESCRIPTION:  For programs at various stages of concept, design, procurement, andoperations, support is required to meet program objectives for NSWCDD to satisfy programstakeholder needs; the support includes cost analyses and estimating.  Products produced will supportvarious milestones and studies for programs.  Products include cost analyses such as Analysis ofAlternatives (AoAs), Program Life Cycle Cost Estimates (PLCCE) studies, general cost estimates,cost models, cost studies, and supporting documentation.

2.1  DDG 1000 Program Support:  The contractor shall provide financial/cost analyses andmodeling update support to the DDG 1000 program combat system elements including Advanced GunSystem (AGS), the MK57 Vertical Launch System (VLS), The Long Range Land Attack Projectile(LRLAP), the Command, Control, Communications, Intelligence, Surveillance and Reconnaissance(C3ISR) system suite, the Total Ship Software, Mission Systems Engineering Integration and Test(MSEI&T), the Close-In Gun Systems (CIGS) and Decoys, External Communications (ExComms),and Software development and maintenance.  Cost analyses and modeling shall be for equipment costlife cycle, covering all phases.  The contractor shall develop cost models and estimates that can beused by NSWCDD Code W11 in support of DDG 1000 budgetary drills and programmaticrequirements.  The contractor shall include cost risk where appropriate in estimates.  The contractorshall provide cost estimation and analysis support to cost analysts performing cost estimating tasksin other areas of the DDG 1000 Program such as Radars, Sensors, etc.  The contractor shall refine,document, and update the current DDG 1000 cost estimation models.  The contractor shall developinterfaces between the Combat Systems model, Ship System model, and other models to enableefficient rollup and presentation of estimates and the contractor shall automate these interfaceswhere applicable.  The contractor shall use the Combat system model and other models to respond to"what-if" analyses.  The contractor shall support cost proposal reviews by developing cost models,gathering and analyzing supporting documentation and data, and support writing the TechnicalAssessment Reports (TARs).  The contractor shall assist in developing cost-related presentations andassessments in support of major engineering and program reviews, provide technical review of costrelated briefs and documents, and support programmatic estimates and documentation as part of theDDG 1000 acquisition process.  The contractor shall assist in updating Program documentation,supporting various budgetary drills, and analyzing cost-related program deliverables.

2.2  Railgun Support:  The contractor shall provide cost and analytical support for theElectromagnetic (EM) Railgun program.  The major focus of this task is to assist the Railgunprogram in developing and maintaining program-level budgeting tools, including Earned ValueManagement (EVM), Work Breakdown Structure (WBS) and Integrated Master Schedule (IMS).  Thecontractor shall develop detailed cost analyses at the component level.  Additionally, the contractor

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 14 of 86 FINAL

 

Page 17: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

shall review, analyze and assimilate program performance reports and performer monthly reportsand identify issues to the Program Management Office.  The contractor shall assist in themaintenance and development of yearly budget documentation.  The contractor shall evaluateprogram re-baselines as necessary and review updates to the Integrated Master Schedule (IMS). 

2.3  Littoral Combat Ship (LCS) Surface Warfare (SUW) Support:  The contractor shallprovide Earned Value Management, IMS and analytical support to NSWCDD in support of theLittoral Combat Ship (LCS) Surface Warfare (SUW) program.  The major focus of this task is toassist the NSWCDD LCS SUW program in developing and maintaining Earned Value Managementtools and a complete Integrated Master Schedule (IMS) within the prescribed Work BreakdownStructure (WBS).  Additionally, the contractor will support the program in analysis of milestoneprogress, EV metrics, cost and schedule estimates as required.  The contractor shall further supportthe LCS SUW Financial Manager with FY budget submittals, POM submittals and requests forcost/schedule information from various levels of Government.

2.4  AEGIS Ballistic Missile Defense (BMD) Support:  The contractor shall provide costengineering and analysis and modeling for the Aegis BMD program, to include AEGIS WeaponSystem (AWS), the Vertical Launching System (VLS), the Missile, communications and all otherassociated equipment and support for the program.  The contractor shall provide cost analysissupport, to include life cycle cost estimating, cost assessments, Bases of Estimates (BOEs) analysis,cost and schedule excursions, software development cost analyses, Cost Estimating Relationship(CER) development and application, and cost risk analysis.  The Contractor shall develop, updateand maintain cost models and estimates, using Automated Cost Estimating Integration Tools(ACEIT) and Excel, which can be used by NSWCDD Code W11 in support of Aegis BMD budgetarydrills and programmatic requirements.  The contractor shall assist in developing cost-relatedpresentations and assessments in support of major engineering and program reviews.  The contractorshall analyze cost related deliverables provided by the Government by the Aegis BMD industry teams.

2.5  AEGIS Ashore (AA) Support:  The contractor shall provide cost engineering and analysis andmodeling for the Aegis Ashore program, to include AEGIS Weapon System (AWS), the VerticalLaunching System (VLS), the Missile, communications and all other associated equipment andsupport for a land based system.  The contractor shall provide cost analysis support, to include lifecycle cost estimating, cost assessments, Bases of Estimates (BOEs) analysis, cost and scheduleexcursions, software development cost analyses, Cost Estimating Relationship (CER) developmentand application, and cost risk analysis.  The Contractor shall develop, update and maintain costmodels and estimates, using Automated Cost Estimating Integration Tools (ACEIT) and Excel, whichcan be used by NSWCDD Code W11 in support of Aegis Ashore budgetary drills and programmaticrequirements.  The contractor shall assist in developing cost-related presentations and assessments insupport of major engineering and program reviews.  The contractor shall analyze cost relateddeliverables provided by the Government by the Aegis Ashore industry teams.

2.6  General Cost Support:  NSWCDD Code W11 provides cost estimation and analyses forvarious Department of Defense and Navy Program offices, as well as for various Department ofNavy study initiatives that are tasked at unpredictable time periods.  The Contractor shall providecost estimating, cost analysis and cost modeling support to NSWCDD Code W11.  The contractorshall assist in developing cost related presentations and assessments in support of major engineeringand program reviews.  The contractor shall provide technical review of briefs and documents withrespect to cost.  The contractor shall provide modeling and cost analysis support to cost teammembers of NSWCDD Code W11.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 15 of 86 FINAL

 

Page 18: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

3.0  DELIVERABLES:  Technical documentation including, cost estimates, methodologies, analyses,cost models, presentations, reports, and documentation in support of assigned tasks.  The deliverablesshall be submitted both in draft and final.  Such deliverables shall be further refined during taskexecution in order to satisfy specific task needs.  In addition, the following shall be specificallyrequired, as identified in Exhibit A, DD Form 1423, Contract Data Requirement List (CDRL):

3.1  Performance Reports:  Monthly performance reports due on the 15th of every month.  Whenthe 15th falls on a weekend or Government holiday, the report shall be delivered the next businessday.  (CDRL A001)

3.2  Status Reports:  Periodic work status reports summarizing major accomplishments andupcoming events/travel due by days and times specified by individual system cost task leads.  Day andtime of required status reports varies by program; therefore, the status report will be due whenspecified by program cost task leads.  (CDRL A002)

3.3  Estimates, Analyses, Models, and Documentation:  Technical documentation includingcost estimates, methodologies, analyses, cost models, presentations, reports, and documentation insupport of assigned tasks that are deliverables may be submitted both in draft and final as required tomeet program objectives and as specified by the W11 cost team lead.  (CDRL A003)

4.0  TRAVEL REQUIREMENTS:  The following is a list of destinations anticipated as required toperform this task.

Trip DestinationWashington, DC (WNY, Pentagon, Other)Dahlgren, VA (NSWC –Dahlgren)Tewksbury, MA (Raytheon)Newport, RI (Raytheon)Sudbury, MA (Raytheon)Moorestown, NJ (Lockheed Martin)Tucson, AZ (Raytheon)Huntsville, AL (MDA)

 5.0  GOVERNMENT FURNISHED OFFICE SPACE:  The principal place of performance shall beat the Contractor’s facility with the exception that at time of award, Government furnished officespaces located at NSWC Dahlgren, VA will be available for five (5) contractor personnel providingtechnical support.

6.0  SECURITY:  The Program Manager, personnel that will be located on-site at NSWC Dahlgren,VA, and other personnel assigned to perform classified efforts must possess and maintain a SECRETlevel security clearance.  Some work accomplished under this contract will be classified up to the levelof Secret.  The contractor shall maintain the capability to receive and generate material up to andincluding SECRET.  The Department of Defense Contract Security Classification Specification (DDForm 254), included as Attachment J.1 to this order provides the security classification requirementsof this order.

7.0  NON-DISCLOSURE AGREEEMENTS (NDAs):  NDAs may be utilized to allow for access tocompany sensitive/proprietary data.  For tasks requiring NDAs the contractor shall obtainappropriate agreements for all of their employees that are associated with the task requiring such anagreement.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 16 of 86 FINAL

 

Page 19: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Contractor personnel may be required, from time to time, to sign non-disclosure statements asapplicable to specific tasking.  The COR will notify the contractor of the number and type ofpersonnel that will need to sign the Non-Disclosure agreements.  The signed Non-DisclosureAgreements shall be executed prior to accessing data or providing support for information that isconsidered business or program sensitive and returned to the COR for endorsement and retention.

8.0  Deleted Text  

9.0  OTHER INFORMATION

9.1  SENSITIVE, PROPRIETARY, AND PERSONAL INFORMATION

Work under this contact may require that personnel have access to Privacy Information. Contractorpersonnel shall adhere to the Privacy Act, Title 5 of the U.S. Code. Section 552a and applicableagency rules and regulations. Access to and preparation of sensitive information subject to privacyAct and Business Sensitive safeguarding and destruction may be required in the execution of taskingassociated with this contract. Administratively sensitive information/data must not be shared outsideof the specific work areas. All personnel with access to privacy act data in support of this contractmust sign a privacy act certification.

9.2  NON-PERSONAL SERVICES

The Government will neither supervise contractor employees nor control the method by which thecontractor performs the required tasks.  Under no circumstances shall the Government assign tasksto, or prepare work schedules for, individual contractor employees.  It shall be the responsibility ofthe contractor to manage its employees and to guard against any actions that are of the nature ofpersonal services or give the perception of personal services.  If the contractor feels that any actionsconstitute, or are perceived to constitute personal services, it shall be the contractor's responsibilityto notify the Contracting Officer immediately.  These services shall not be used to perform work ofa policy/decision making or management nature, i.e., inherently Governmental functions.  Alldecisions relative to programs supported by the contractor shall be the sole responsibility of theGovernment. 9.3  EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

When a Government facility is closed and/or early dismissal of Federal employees is directed due tosevere weather, security threat, or a facility related problem that prevents personnel from working,onsite contractor personnel regularly assigned to work at that facility should follow the samereporting and/or departure directions given to Government personnel. The contractor shall not directcharge to the contract for time off, but shall follow parent company policies regarding taking leave(administrative or other). Non-essential contractor personnel, who are not required to remain at orreport to the facility, shall follow their parent company policy regarding whether they should go/stayhome or report to another company facility. Subsequent to an early dismissal and during periods ofinclement weather, onsite contractors should monitor radio and television announcements beforedeparting for work to determine if the facility is closed or operating on a delayed arrival basis.

When Federal employees are excused from work due to a holiday or a special event (that is unrelatedto severe weather, a security threat, or a facility related problem), on site contractors will continueworking established work hours or take leave in accordance with parent company policy. Those

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 17 of 86 FINAL

 

Page 20: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

contractors who take leave shall not direct charge the non-working hours to the task order. Contractors are responsible for predetermining and disclosing their charging practices for earlydismissal, delayed openings, or closings in accordance with the FAR, applicable cost accountingstandards, and company policy. Contractors shall follow their disclosed charging practices during thetask order period of performance, and shall not follow any verbal directions to the contrary. TheContracting Officer will make the determination of cost allowability for time lost due to facilityclosure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor'sestablished accounting policy. 

9.4  Ddl-C41 TERMINATION OF EMPLOYEES WITH NSWCDD BASE ACCESS

(a) The contractor shall insure that all employees who have a NSWCDD badge and/or bumper stickerturn in the badge and remove the bumper sticker immediately upon termination of their employmentunder this order. The above requirement shall be made a part of the standard employee facilityclearance procedures for all separated personnel. The contractor shall advise NSWCDD PhysicalSecurity of all changes in their contract personnel requiring NSWCDD base access.

(b) For involuntarily separated personnel and those separated under adverse circumstances, thecontractor shall notify NSWCDD Physical Security in advance of the date, time and location wherethe NSWCDD representative may physically remove the employee’s automobile bumper sticker andretrieve the NSWCDD badge prior to the employee departing the contractor’s facility. In the eventthe employee is separated in his or her absence, the contractor shall immediately notify NSWCDDPhysical Security of the separation and make arrangements between the former employee andNSWCDD Physical Security for the return of the badge and removal of the sticker.

9.5  CONTROL OF CONTRACTOR PERSONNEL

The contractor shall comply with the requirements of NAVSEA and NSWCDD instructions regardingperformance in Government facilities.  All persons engaged in work while on Government propertyshall be subject to search of their persons (no bodily search) and vehicles at any time by theGovernment, and shall report any known or suspected security violations to the appropriate SecurityDepartment.  Assignment, transfer, and reassignment of contractor personnel shall be at thediscretion of the contractor.  However, when the Government directs, the contractor shall removefrom contract performance any person who endangers life, property, or national security throughimproper conduct.  All contractor personnel engaged in work while on Government property shall besubject to the Standards of Conduct contained in SECNAVINST 5370.2J.

9.6  INFORMATION SECURITY AND COMPUTER SYSTEM USAGE

In accordance with U.S. Navy policy, any personnel, including the contractor, who utilizesDOD-owned systems shall assume responsibility for adherence to restrictions regarding internet ande-mail usage. Navy policy prohibits racist, sexist, threatening, pornographic, personal business,subversive or politically partisan communications. All personnel, including the contractor, areaccountable and must act accordingly. DOD computer systems are monitored to ensure that the use isauthorized, to facilitate protection against unauthorized access, and to verify security procedures,survivability and operational security. During monitoring, information may be examined, recorded,copied, and used for authorized purposes. All information, including personal information, placed onor sent over a DOD system may be monitored.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 18 of 86 FINAL

 

Page 21: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Use of a DOD system constitutes consent to monitoring. Unauthorized use may result in criminalprosecution. Evidence of unauthorized use collected during monitoring may be used as a basis forrecommended administrative, criminal or adverse action.

9.7  USE OF INFORMATION SYSTEM (IS) RESOURCES

Contractor Provision of IS Resources

Except in special circumstances explicitly detailed elsewhere in this document, the Contractor shallprovide all IS resources needed in the performance of this contract. This includes, but is not limitedto computers, software, networks, certificates, and network addresses.

Contractor Use of NSWCDD IS Resources

In the event that the contractor is required to have access to NSWCDD IS resources, the login nameused for access shall conform to the NMCI login naming convention. If the contractor requiresaccess to applications/systems that utilize client certificates for authentication, the contractor isresponsible for obtaining requisite certificates from a DOD or External Certificate Authority.

If this contract requires that the contractor be granted access and use of NSWCDD IS resources (atany site), the IS shall be accredited for contractor use in accordance with procedures specified by theInformation Assurance Office.

Connections Between NSWCDD and Contractor Facilities

If there is a requirement (specifically delineated elsewhere in this contract) for interconnection (e.g.,link level or Virtual Private Network (VPN)) between any facilities and/or ISs owned or operated bythe contractor and ISs owned or operated by NSWCDD, such interconnection shall take place onlyafter approval from the NSWCDD Information Assurance Office. All such connections as well as theISs connected thereto will be accredited in accordance with DOD policy (DODI 5200.40) by thecognizant Designated Approving authority (DAA) and comply with the requirements of CJCSI6211.02B regarding Memorandums of Agreement. All such connections will be made outside theappropriate NSWCDD firewall.

9.8  DIGITAL DELIVERY OF DATA

(a)  Delivery by the Contractor to the Government of certain technical data and other data is nowfrequently required in digital form rather than as hard copy.  Such delivery may cause confusionbetween data rights and computer software rights.  It is agreed that, to the extent that any such datais computer software by virtue of its delivery in digital form, the Government will be licensed to usethat digital-form data with exactly the same rights and limitations as if the data had been delivered ashard copy.

(b)  Any limited rights legends or other allowed legends placed by a Contractor on technical data orother data delivered in digital form shall be digitally included on the same media as the digital-formdata and must be associated with the corresponding digital-form technical data to which the legendsapply to the extent possible.  Such legends shall also be placed in human-readable form on a visiblesurface of the media carrying the digital-form data as delivered, to the extent possible.

9.9  HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 19 of 86 FINAL

 

Page 22: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

(a) "Organizational Conflict of Interest" means that because of other activities or relationships withother persons, a person is unable or potentially unable to render impartial assistance or advice to theGovernment, or the person's objectivity in performing the order work is or might be otherwiseimpaired, or a person has an unfair competitive advantage. "Person" as used herein includesCorporations, Partnerships, Joint Ventures, and other business enterprises.

(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise setforth in the order, the Contractor does not have any organizational conflict of interest(s) as definedin paragraph (a).

(c) It is recognized that the effort to be performed by the Contractor under this order may create apotential organizational conflict of interest on the instant order or on a future acquisition. In orderto avoid this potential conflict of interest, and at the same time to avoid prejudicing the best interestof the Government, the right of the Contractor to participate in future procurement of equipmentand/or services that are the subject of any work under this order shall be limited as described below inaccordance with the requirements of FAR 9.5.

(d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that would permitor result in disclosure to any party outside the Government any information provided to theContractor by the Government during or as a result of performance of this order. Such informationincludes, but is not limited to, information submitted to the Government on a confidential basis byother persons. Further, the prohibition against release of Government provided information extendsto cover such information whether or not in its original form, e.g., where the information has beenincluded in Contractor generated work or where it is discernible from materials incorporating or basedupon such information. This prohibition shall not expire after a given period of time.

(2) The Contractor agrees that it shall not release, disclose, or use in any way that would permit orresult in disclosure to any party outside the Government any information generated or derived duringor as a result of performance of this order. This prohibition shall expire after a period of three yearsafter completion of performance of this order.

(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to anyaffiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any jointventure involving the Contractor, any entity into or with which it may merge or affiliate, or anysuccessor or assign of the Contractor. The terms of paragraph (f) of this Special ContractRequirement relating to notification shall apply to any release of information in contravention ofthis paragraph (d).

(e) The Contractor further agrees that, during the performance of this order and for a period of threeyears after completion of performance of the order, neither the Contractor, nor, anysubcontractor/consultant shall furnish to the United States Government, any system, component orservices which is the subject of the work to be performed under this contract, unless the Contractorimplements the OCI avoidance procedures set forth in an approved OCI Mitigation Plan.   Thecontractor shall not be prohibited from competing in procurements for systems, components orservices as addressed in FAR 9.505.2.

(f) The Contractor agrees that, if after award, it discovers an actual or potential organizationalconflict of interest, it shall make immediate and full disclosure in writing to the Contracting Officer.The notification shall include a description of the actual or potential organizational conflict of

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 20 of 86 FINAL

 

Page 23: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

interest, a description of the action, which the Contractor has taken or proposes to take to avoid,mitigate, or neutralize the conflict, and any other relevant information that would assist theContracting Officer in making a determination on this matter. Notwithstanding this notification, theGovernment may terminate the order for the convenience of the Government if determined to be inthe best interest of the Government.

(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, ofan organizational conflict of interest prior to the award of this order or becomes, or should become,aware of an organizational conflict of interest after award of this order and does not make animmediate and full disclosure in writing to the Contracting Officer, the Government may terminatethis order for default.

(h) If the Contractor takes any action prohibited by this requirement or fails to take action requiredby this requirement, the Government may terminate this order for default.

(i) The Contracting Officer's decision as to the existence or nonexistence of an actual or potentialorganizational conflict of interest shall be final.

(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing orselling to the United States Government its product lines in existence on the effective date of thisorder; nor, shall this requirement preclude the Contractor from participating in any research anddevelopment or delivering any design development model or prototype of any such equipment.Additionally, sale of catalog or standard commercial items are exempt from this requirement.

(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked toevaluate or advise the Government concerning its own products or activities or those of a competitorin order to ensure proper safeguards exist to guarantee objectivity and to protect the Government'sinterest.

(l) The Contractor shall include this requirement in subcontracts of any tier which involve access toinformation or situations/conditions covered by the preceding paragraphs, substituting"subcontractor" for "contractor" where appropriate.

(m) The rights and remedies described herein shall not be exclusive and are in addition to other rightsand remedies provided by law or elsewhere included in this order.

(n) Compliance with this requirement is a material requirement of this order.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 21 of 86 FINAL

 

Page 24: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

SECTION D PACKAGING AND MARKING

Delivery shall be in accordance with the provisions of the basic contract. Some deliveries maycontain classified information.

All technical reports and other deliverable items shall be marked to include, as a minimum, the primecontractor's name, contract number, and task order number.

All Deliverables shall be packaged and marked IAW Best Commercial Practice.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 22 of 86 FINAL

 

Page 25: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be performed at NSWCDD, Dahlgren, VA by the ContractingOfficer Representative (COR) designated herein.

PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURE

(a) This is a performance-based contract as defined in FAR Part 37.6 (PERFORMANCE BASEDACQUISITION). Contractor performance will be reviewed in accordance with the Quality AssuranceSurveillance Plan in Section H.

(b) The plan defines that this review and acceptance will become part of the annual ContractorPerformance Assessment Reporting System (CPARS). The contractor may obtain more informationregarding the CPARS process at the following internet site:  http://cpars.navy.mil

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 23 of 86 FINAL

 

Page 26: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

SECTION F DELIVERABLES OR PERFORMANCE

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

   

4000 1/1/2011 - 7/31/2011

4050 1/1/2011 - 7/31/2011

4100 8/1/2011 - 7/31/2012

4150 8/1/2011 - 7/31/2012

4200 8/1/2012 - 7/31/2013

4300 8/1/2013 - 7/31/2014

6000 1/1/2011 - 7/31/2011

6100 8/1/2011 - 7/31/2012

6150 8/1/2011 - 7/31/2012

6200 8/1/2012 - 7/31/2013

6300 8/1/2013 - 7/31/2014

7000 8/1/2014 - 7/31/2015

7001AA 8/1/2014 - 7/31/2015

7001AB 8/1/2014 - 7/31/2015

7001AC 8/1/2014 - 7/31/2015

7001AD 8/1/2014 - 7/31/2015

7001AE 8/1/2014 - 7/31/2015

7001AF 8/1/2014 - 7/31/2015

7001AG 8/1/2014 - 7/31/2015

7001AH 8/1/2014 - 7/31/2015

7001AJ 8/5/2014 - 7/31/2015

7001AK 8/18/2014 - 7/31/2015

7001AL 8/1/2014 - 7/31/2015

7001AM 8/28/2014 - 7/31/2015

7001AN 8/23/2014 - 7/31/2015

7001AP 8/1/2014 - 7/31/2015

7001AQ 9/22/2014 - 7/31/2015

7001AR 8/23/2014 - 7/31/2015

7001AS 12/22/2014 - 7/31/2015

7001AT 12/22/2014 - 7/31/2015

7001AU 12/22/2014 - 7/31/2015

7001AV 12/22/2014 - 7/31/2015

7001AW 12/22/2014 - 7/31/2015

7001AX 12/22/2014 - 7/31/2015

7001AY 12/22/2014 - 7/31/2015

7001AZ 1/26/2015 - 7/31/2015

7001BA 1/26/2015 - 7/31/2015

7001BB 1/26/2015 - 7/31/2015

7001BC 1/26/2015 - 7/31/2015

7001BD 3/4/2015 - 7/31/2015

7001BE 4/23/2015 - 7/31/2015

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 24 of 86 FINAL

 

Page 27: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

7001BF 4/23/2015 - 7/31/2015

7001BG 6/3/2015 - 7/31/2015

7001BH 6/3/2015 - 7/31/2015

7001BJ 6/3/2015 - 7/31/2015

7001BK 6/30/2015 - 7/31/2015

7100 8/1/2015 - 12/31/2015

7101 8/1/2015 - 12/31/2015

7102 8/1/2015 - 12/31/2015

7103 8/1/2015 - 12/31/2015

7104 8/1/2015 - 12/31/2015

9000 8/1/2014 - 7/31/2015

9001AA 8/1/2014 - 7/31/2015

9001AD 8/1/2014 - 7/31/2015

9001AF 8/1/2014 - 7/31/2015

9001AG 8/1/2014 - 7/31/2015

9001AS 12/22/2014 - 7/31/2015

9001AY 12/22/2014 - 7/31/2015

9001AZ 1/26/2015 - 7/31/2015

9001BD 3/12/2015 - 7/31/2015

9001BE 4/23/2015 - 7/31/2015

9001BF 4/23/2015 - 7/31/2015

9001BG 6/3/2015 - 7/31/2015

9001BH 6/3/2015 - 7/31/2015

9001BK 6/30/2015 - 7/31/2015

9100 8/1/2015 - 12/31/2015

9101 8/1/2015 - 12/31/2015

9102 8/1/2015 - 12/31/2015

9103 8/1/2015 - 12/31/2015

9104 8/1/2015 - 12/31/2015

CLIN - DELIVERIES OR PERFORMANCE

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

   

4000 1/1/2011 - 7/31/2011

4050 1/1/2011 - 7/31/2011

4100 8/1/2011 - 7/31/2012

4150 8/1/2011 - 7/31/2012

4200 8/1/2012 - 7/31/2013

4300 8/1/2013 - 7/31/2014

6000 1/1/2011 - 7/31/2011

6100 8/1/2011 - 7/31/2012

6150 8/1/2011 - 7/31/2012

6200 8/1/2012 - 7/31/2013

6300 8/1/2013 - 7/31/2014

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 25 of 86 FINAL

 

Page 28: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

7000 8/1/2014 - 7/31/2015

7001AA 8/1/2014 - 7/31/2015

7001AB 8/1/2014 - 7/31/2015

7001AC 8/1/2014 - 7/31/2015

7001AD 8/1/2014 - 7/31/2015

7001AE 8/1/2014 - 7/31/2015

7001AF 8/1/2014 - 7/31/2015

7001AG 8/1/2014 - 7/31/2015

7001AH 8/1/2014 - 7/31/2015

7001AJ 8/5/2014 - 7/31/2015

7001AK 8/18/2014 - 7/31/2015

7001AL 8/1/2014 - 7/31/2015

7001AM 8/28/2014 - 7/31/2015

7001AN 8/23/2014 - 7/31/2015

7001AP 8/1/2014 - 7/31/2015

7001AQ 9/22/2014 - 7/31/2015

7001AR 8/23/2014 - 7/31/2015

7001AS 12/22/2014 - 7/31/2015

7001AT 12/22/2014 - 7/31/2015

7001AU 12/22/2014 - 7/31/2015

7001AV 12/22/2014 - 7/31/2015

7001AW 12/22/2014 - 7/31/2015

7001AX 12/22/2014 - 7/31/2015

7001AY 12/22/2014 - 7/31/2015

7001AZ 1/26/2015 - 7/31/2015

7001BA 1/26/2015 - 7/31/2015

7001BB 1/26/2015 - 7/31/2015

7001BC 1/26/2015 - 7/31/2015

7001BD 3/4/2015 - 7/31/2015

7001BE 4/23/2015 - 7/31/2015

7001BF 4/23/2015 - 7/31/2015

7001BG 6/3/2015 - 7/31/2015

7001BH 6/3/2015 - 7/31/2015

7001BJ 6/3/2015 - 7/31/2015

7001BK 6/30/2015 - 7/31/2015

7100 8/1/2015 - 12/31/2015

7101 8/1/2015 - 12/31/2015

7102 8/1/2015 - 12/31/2015

7103 8/1/2015 - 12/31/2015

7104 8/1/2015 - 12/31/2015

9000 8/1/2014 - 7/31/2015

9001AA 8/1/2014 - 7/31/2015

9001AD 8/1/2014 - 7/31/2015

9001AF 8/1/2014 - 7/31/2015

9001AG 8/1/2014 - 7/31/2015

9001AS 12/22/2014 - 7/31/2015

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 26 of 86 FINAL

 

Page 29: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

9001AY 12/22/2014 - 7/31/2015

9001AZ 1/26/2015 - 7/31/2015

9001BD 3/12/2015 - 7/31/2015

9001BE 4/23/2015 - 7/31/2015

9001BF 4/23/2015 - 7/31/2015

9001BG 6/3/2015 - 7/31/2015

9001BH 6/3/2015 - 7/31/2015

9001BK 6/30/2015 - 7/31/2015

9100 8/1/2015 - 12/31/2015

9101 8/1/2015 - 12/31/2015

9102 8/1/2015 - 12/31/2015

9103 8/1/2015 - 12/31/2015

9104 8/1/2015 - 12/31/2015

Services to be performed hereunder will be provided at the contractor's facility and NSWCDD,Dahlgren, VA.

TECHNICAL DATA & INFORMATION

Technical Data & Information shall be delivered in accordance with the requirements of Section Cand the DD Form 1423, Contract Data Requirements List provided as Exhibit A.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 27 of 86 FINAL

 

Page 30: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

SECTION G CONTRACT ADMINISTRATION DATA

ACCOUNTING DATA The award document will include Accounting Data at the end of Section G. All lines of accounting arelisted sequentially under a heading that identifies the particular action (award or modification number)under which the funding was obligated. Under SeaPort-e, all funding is identified/obligated at theSubCLIN (SLIN) level. SLINs are established sequentially by the SeaPort-e software. Each obligationof funds receives a unique SLIN identifier, even if the funds are an increase to an existing line ofaccounting (ACRN). Thus, an individual project/work area or Technical Instruction that is fundedincrementally, could have one ACRN but multiple SLINs. Accounting for expenditures and invoicingat the SLIN level is required. SPECIAL INVOICE INSTRUCTIONS

Each SLIN providing funding designates a specific project area/work area/Technical Instruction(TI)/Work Breakdown Structure (WBS) item. Tracking and reporting shall be accomplished at theproject/work area/TI/WBS item level. Each indentified project/work area/TI/WBS shall be invoicedby its associated SLIN and ACRN. If multiple ACRNs are associated with a single project/workarea/TI/WBS, the contractor shall consult with the Contracting Officer Representative for additionalinvoicing instructions. Ddl-G1 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATIONCITATIONS

The payment office shall ensure that each payment under this order is made in accordance with theaccounting classification reference numbers (ACRNs) and subline item numbers (SLINs) shown oneach individual invoice.

ADDED IN MOD 52

252.204-0001 LINE ITEM SPECIFIC:  SINGLE FUNDING (SEP 2009)

The payment office shall make payment using the ACRN funding of the line item being billed.

Ddl-G10 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT ANDRESPONSIBILITIES 

Procuring Contracting Officer (PCO):

 (a)          Name:                          Code:            023                Address:       Naval Surface Warfare Center, Dahlgren Division                                    17632 Dahlgren Road, Suite 157                                    Dahlgren, Virginia 22448-5100                Phone:                          E-mail:          

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 28 of 86 FINAL

 

Page 31: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

(b)  PCO responsibilities are outlined in FAR 1.602-2.  The PCO is the only person authorized toapprove changes in any of the requirements of this Task Order, notwithstanding provisions containedelsewhere in this contract, the said authority remains solely the PCO’s.  The contractor shall notcomply with any order, direction or request of Government personnel unless it is issued in writing andsigned by the Contracting Officer or is pursuant to specific authority otherwise included as part ofthis contract.  In the event the contractor effects any change at the direction of any person otherthan the PCO, the change will be considered to be unauthorized.

Contract Specialist:

 (a)          Name:                          Code:          0231                Address:      Naval Surface Warfare Center, Dahlgren Division                                   17632 Dahlgren Road, Suite 157                                   Dahlgren, Virginia 22448-5100                Phone:                         E-mail:        

(b)   The Contract Specialist is the representative of the Contracting Officer for all contractualmatters.

Contracting Officers Representative  (COR):

(a)           Name:                           Code:            W11                Address:        Naval Surface Warfare Center, Dahlgren Division                                     19008 Wayside Drive, Suite 343                                     Dahlgren, VA  22448-5162                Phone:                          E-mail:            

(b)  The COR is the PCO’s appointed representative for technical matters.  The COR is not acontracting officer and does not have the authority to direct the accomplishment of effort which isbeyond the scope of the Task Order or to otherwise change any Task Order requirements.  A copy ofthe COR appointment letter which provides a delineation of COR authority and responsibilities isprovided as an attachment to this Task Order. 

Alternate Contracting Officers Representative  (ACOR):

(a)            Name:                         Code:          W11                Address:      Naval Surface Warfare Center, Dahlgren Division                                    19008 Wayside Drive, Suite 343                                    Dahlgren, VA  22448-5162                Phone:                         E-mail:        

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 29 of 86 FINAL

 

Page 32: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

(b)  The ACOR is responsible for COR responsibilities and functions in the event the COR isunavailable due to leave, illness, or other official business. The ACOR is appointed by the PCO; acopy of the ACOR appointment is provided as an attachment to this Task Order.

CONSENT TO SUBCONTRACT For subcontracts and consulting agreements for services, where the prime contractor anticipates thathours delivered will be counted against the Level of Effort clause below, Consent To Subcontractauthority is retained by the Procuring Contracting Officer.

Ddl-H40   FUNDING PROFILE 

It is estimated that these incremental funds will provide the labor hours for the task order period asshown below. The following details funding to date:

CLINTotalECPFF

Fundingthis Ac on

PreviousFunding

TotalFunded

BalanceUnfunded

FundedLabor Hrs

Base            

                

Total BaseOp on 1            

            

Total Opt 1Op on 2            

 Total Opt 2Op on 3

Total Opt 3Op on 4

Total Opt 4Op on 5

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 30 of 86 FINAL

 

Page 33: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Total Opt 5 Total Order

SEA 5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)In accordance with the basic contract, the allotment of funds are as follows:

CLINPeriod ofPerformance

Allo ed toCost

Allo ed toFee

Es matedCPFF

Est. FundedThrough

Base

0 Total Base Op on 1

Total Opt 1 Op on 2

Total Opt 2 Op on 3

Total Opt 3 Op on 4

Total Opt 4 Op on 5

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 31 of 86 FINAL

 

Page 34: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Total Opt 5 Total Order

SEA 5252.216-9122   LEVEL OF EFFORT (DEC 2000) (a) The Contractor agrees to provide the total level of effort specified in the next sentence inperformance of the work described in Sections B and C of this order. The total level of effort for theperformance of this order shall be  total man-hours of direct labor, including subcontractordirect labor for those subcontractors specifically identified in the Contractor's proposal as havinghours included in the proposed level of effort. The man-hours are listed below.  CLIN Compensated Uncompensated4000                                          -  4050                                                -  4100                                        -  4150                                            -  4200                                        -  4300                                        -  7001                                        -  7100                                          -  7101                                          -  7102                                          -  7103                                          -  7104                                            -       (b) Listed above are both compensated and uncompensated man-hours associated with this order.Uncompensated effort is defined as hours provided by personnel in excess of hours per weekwithout additional compensation for such excess work. Total Time Accounting (TTA) effort isincluded in this definition. All other effort is defined as compensated effort. If no effort is indicatedin the above table, uncompensated/ TTA effort performed by the Contractor shall not be counted infulfillment of the level of effort obligations under this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shall onlyinclude effort performed in direct support of this task order and shall not include time and effortexpended on such things as local travel to and from an employee's usual work location,uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at anemployee's residence or other non-work locations (except as provided in paragraph (j) below), orother time and effort which does not have a specific and direct contribution to the tasks described inSections B and C. (d) The level of effort for this contract shall be expended at an average rate of approximately hours per week. It is understood and agreed that the rate of man-hours per month may fluctuate inpursuit of the technical objective, provided such fluctuation does not result in the use of the total

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 32 of 86 FINAL

 

Page 35: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

man-hours of effort prior to the expiration of the term hereof, except as provided in the followingparagraph. (e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure ofdirect labor to such an extent that the total man hours of effort specified above would be used priorto the expiration of the term, the Contractor shall notify the Contracting Officer in writing settingforth the acceleration required, the probable benefits which would result, and an offer to undertakethe acceleration at no increase in the estimated cost or fee together with an offer, setting forth aproposed level of effort, cost breakdown, and proposed fee, for continuation of the work untilexpiration of the term hereof. The offer shall provide that the work proposed will be subject to theterms and conditions of this contract and any additions or changes required by then current law,regulations, or directives, and that the offer, with a written notice of acceptance by the ContractingOfficer, shall constitute a binding contract. The Contractor shall not accelerate any effort untilreceipt of such written approval by the Contracting Officer. Any agreement to accelerate will beformalized by contract modification. (f) The Contracting Officer may, by written order, direct the Contractor to accelerate theexpenditure of direct labor such that the total man hours of effort specified in paragraph (a) abovewould be used prior to the expiration of the term. This order shall specify the acceleration requiredand the resulting revised term. The Contractor shall acknowledge this order within five days ofreceipt. (g) If the total level of effort specified in paragraph (a) above is not provided by the Contractorduring the period of this contract, the Contracting Officer, at its sole discretion, shall either (i)reduce the fee of this contract as follows: 

Fee Reduction =  Fee (Required LOE - Expended LOE)                                                           Required LOE or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST"(FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable,require the Contractor to continue to perform the work until the total number of man hours of directlabor specified in paragraph (a) above shall have been expended, at no increase in the fee of thiscontract. (h) The Contractor shall provide and maintain an accounting system, acceptable to theAdministrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which collectscosts incurred and effort (compensated and uncompensated, if any) provided in fulfillment of thelevel of effort obligations of this contract. The Contractor shall indicate on each invoice the totallevel of effort claimed during the period covered by the invoice, separately identifying compensatedeffort and uncompensated effort, if any. (i) Within 45 days after completion of the work under each separately identified period ofperformance hereunder, the Contractor shall submit the following information in writingto the Contracting Officer with copies to the cognizant Contract Administration Office and to theDCAA office to which vouchers are submitted: (1) the total number of man hours of direct laborexpended during the applicable period; (2) a breakdown of this total showing the number of manhours expended in each direct labor classification and associated direct and indirect costs; (3) abreakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable costincurred under the contract for the period. Within 45 days after completion of the work under the

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 33 of 86 FINAL

 

Page 36: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

contract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) the amount bywhich the estimated cost of this contract may be reduced to recover excess funds and, in the case ofan underrun in hours specified as the total level of effort; and (6) a calculation of the appropriate feereduction in accordance with this clause. All submissions shall include subcontractor information. (j) Unless the Contracting Officer determines that alternative worksite arrangements are detrimentalto contract performance, the Contractor may perform up to 10% of the hours at an alternativeworksite, provided the Contractor has a company-approved alternative worksite plan. The primaryworksite is the traditional “main office” worksite. An alternative worksite means an employee’sresidence or a telecommuting center. A telecommuting center is a geographically convenient officesetting as an alternative to an employee’s main office. The Government reserves the right to reviewthe Contractor’s alternative worksite plan. In the event performance becomes unacceptable, theContractor will be prohibited from counting the hours performed at the alternative worksite infulfilling the total level of effort obligations of the contract. Regardless of the work location, allcontract terms and conditions, including security requirements and labor laws, remain in effect. TheGovernment shall not incur any additional cost nor provide additional equipment for contractperformance as a result of the Contractor’s election to implement an alternative worksite plan. (k) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish manhours up to five percent in excess of the total man hours specified in paragraph (a) above, providedthat the additional effort is furnished within the term hereof, and provided further that no increase inthe estimated cost or fee is required. HQ B-2-0015   PAYMENT OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993) (a) For purposes of this task order, “fee” means "target fee" in cost-plus-incentive-fee typecontracts, "base fee" in cost-plus-award-fee type contracts, or “fixed fee” in cost-plus-fixed-fee forlevel of effort type delivery orders. (b) The Government shall make payments to the Contractor, subject to and in accordance with theclause in this contract entitled “FIXED FEE” (FAR 52.216-8) or “INCENTIVE FEE”, (FAR52.216-10), as applicable. Such payments shall be equal to the percentage of Fixed Fee to Cost shownfor the applicable CLIN in Section B on each invoice submitted by and payable to the Contractorpursuant to the clause of this contract entitled “ALLOWABLE COST AND PAYMENT” (FAR52.216-7), subject to the withholding terms and conditions of the “FIXED FEE” or “INCENTIVEFEE” clause, as applicable (percentage of fee is based on fee dollars divided by estimated cost dollars,including facilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed thefee amount(s) set forth in this task order. (c) The fee(s) specified in SECTION B, and payment thereof, is subject to adjustment pursuant toparagraph (g) of the special contract requirement entitled “LEVEL OF EFFORT”. If the fee(s) isreduced and the reduced fee(s) is less than the sum of all fee payments made to the Contractor underthis contract, the Contractor shall repay the excess amount to the Government. If the final adjustedfee exceeds all fee payments made to the contractor under this contract, the Contractor shall be paidthe additional amount, subject to the availability of funds. In no event shall the Government berequired to pay the Contractor any amount in excess of the funds obligated under this contract at thetime of the discontinuance of work. (d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until thecontract has been modified to reduce the fee(s) in accordance with the “LEVEL OF EFFORT” special

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 34 of 86 FINAL

 

Page 37: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

contract requirement, or until the Procuring Contracting Officer has advised the paying office inwriting that no fee adjustment is required. INSTRUCTIONS REGARDING INVOICING OF FIXED FEE DURING PERFORMANCE (a) Subparagraph (b) of the clause entitled "PAYMENT OF FEE(S) (LEVEL OF EFFORT)" abovestates that fixed fee payments shall be equal to the percentage of Fixed Fee to Cost shown for theapplicable CLIN in SECTION B. The contractor shall use that rate to invoice fixed fee. This ratecould vary by Task Order period (Base Period, Option 1, etc.). (b) The clause entitled "ALLOTMENT OF FUNDS" in this Section provides the cumulative amountfunded. Separate amounts are provided for Estimated Cost and Fixed Fee. The funded fixed fee isbased on the ratio of negotiated Fixed Fee to Estimated Cost in Section B (including Facilities CapitalCost of Money) for the applicable Task Order period. When obligating labor funds, the SeaPort-esoftware computes, for the Government, separate cumulative cost and fee amounts. These amountsare then used by the Government to complete the "ALLOTMENT OF FUNDS" clause. Thecontractor is not authorized to invoice in excess of the funded fee dollars shown in the“ALLOTMENT OF FUNDS” clause for each Labor CLIN. HQ B-2-0020   TRAVEL COSTS - ALTERNATE I (NAVSEA) (DEC 2005) (a)  Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actualtravel costs in accordance with FAR 31.205-46.  The costs to be reimbursed shall be those costsaccepted by the cognizant DCAA. (b)  Reimbursable travel costs include only that travel performed from the Contractor's facility to theworksite, in and around the worksite, and from the worksite to the Contractor's facility. (c)  Relocation costs and travel costs incident to relocation are allowable to the extent provided inFAR 31.205-35; however, Contracting Officer approval shall be required prior to incurring relocationexpenses and travel costs incident to relocation. (d)  The Contractor shall not be reimbursed for the following daily local travel costs:     (i)  travel at U.S. Military Installations where Government transportation is available,     (ii)  travel performed for personal convenience/errands, including commuting to and from work,and     (iii)  travel costs incurred in the replacement of personnel when such replacement is accomplishedfor the Contractor's or employee's convenience. Ddl-G40   PAYMENT, SELECTED ITEMS OF COST REIMBURSEMENT CONTRACTS (a) Travel costs (Including Foreign Travel)     (1) Air:  The contractor shall, to the maximum extent practicable, minimize overall travel costsby taking advantage of discounted airfare rates available thru advance purchase. Charges associatedwith itinerary changes and cancelations under nonrefundable airline tickets are reimbursable as long asthe changes are driven by the work requirement.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 35 of 86 FINAL

 

Page 38: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

    (2) Non-reimbursable travel:  The following travel shall not be reimbursed hereunder:  travelperformed for personal convenience or daily travel to and from work at the contractor's facility (i.e.designated work site). 

(b) Training The Government will not allow costs, nor reimburse costs associated with the contractor for trainingemployees in an effort to attain and/or maintain minimum personnel qualification requirements ofthis contract. Other training may be approved on a case-by-case basis by the Task Order Manager.Advance approval is required. Attendance at workshops or symposiums is considered training forpurposes of this clause. The contractor is encouraged to suggest a cost-sharing arrangement thataddresses registration/tuition, travel and labor costs. (c) General Purpose Office Equipment (GPOE) and Information Technology (IT) The cost of acquisition of GPOE and IT shall not be allowable as direct charges to this contract. Thecontractor is expected to have the necessary facilities to perform the requirements of this contract,including any necessary GPOE and IT. GPOE means equipment normally found in a business officesuch as desks, chairs, typewriters, calculators, file cabinets, etc. IT means any equipment orinterconnected system or subsystem of equipment that is used in the automatic acquisition, storage,manipulation, movement, control, display, switching, interchange, transmission, or reception of dataor information. IT includes computers, ancillary equipment, software, firmware and similar products,services (including support services), and related resources for both unclassified and classifiedapplications. (d) The requirements of the above clause apply equally to subcontractors and consultants. 

HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011) (a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OFPAYMENT REQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA)will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to acceptsupplies/services delivered under this contract. This web-based system located athttps://wawf.eb.mil provides the technology for government contractors and authorized Departmentof Defense (DoD) personnel to generate, capture and process receipt and payment-relateddocumentation in a paperless environment. Invoices for supplies/services rendered under thiscontract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoicesmay no longer be accepted for payment. ((b) It is recommended that the person in your company designated as the Central ContractorRegistration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for thesubmission of invoices, use the online training system for WAWF at http://wawftraining.com. TheVendor, Group Administrator (GAM), and sections marked with an asterisk in the training systemshould be reviewed. Vendor documentation is available under Resources at http://wawftraining.com. (c) The designated CCR EB point of contact is responsible for activating the company’s CAGE

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 36 of 86 FINAL

 

Page 39: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

code on WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EB point ofcontact will self-register under the company’s CAGE code on WAWF and follow the instructionsfor a group administrator. After the company is set-up on WAWF, any additional personsresponsible for submitting invoices must self-register under the company’s CAGE code athttps://wawf.eb.mil.  (d) The contractor shall use the following document types, DODAAC codes and inspection andacceptance locations when submitting invoices in WAWF: 

Type of Document(s): 

Invoice (FFP Supply & Service)Invoice and Receiving Report Combo (FFP Supply)Invoice as 2-in-1 (FFP Service Only)

     X    Cost Voucher (Cost Reimbursable, T&M, LH, or FPI)Receiving Report (FFP, DD250 Only) 

DODAAC Codes and Inspection and Acceptance Locations: 

Issue DODAAC N00178

Admin DODAAC S0512A

Pay Office DODAAC HQ0339

Inspector DODAAC n/a

Service Acceptor DODAAC n/a

Service Approver DODAAC S0512A

Ship To DODAAC n/a

DCAA Auditor DODAAC HAA05C

LPO DODAAC n/a

Inspection Location n/a

Acceptance Location n/a

 Attachments created in any Microsoft Office product may be attached to the WAWFinvoice, e.g., backup documentation, timesheets, etc. Maximum limit for size of each fileis 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes.  (e) The Contractor agrees to segregate costs incurred under this task order at the lowest level ofperformance, either task or subtask, rather than on a total task order basis, and to submit invoicesreflecting costs incurred at that level. Supporting documentation in WAWF for invoices shall includesummaries of work charged during the period covered as well as overall cumulative summaries byindividual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as acost breakdown of ODCs (materials and travel), by line item task or subtask. Subcontractors are alsorequired to provide labor categories, rates, and hours (both straight time and overtime) invoiced; aswell as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 37 of 86 FINAL

 

Page 40: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

be encrypted before submission to the prime contractor for WAWF invoice submittal.Subcontractors may email encryption code information directly to the Contracting Officer andContracting Officer Representative. Should the subcontractor lack encryption capability, thesubcontractor may also email detailed supporting cost information directly to the ContractingOfficer and Contracting Officer Representative; or other method as agreed to by the ContractingOfficer. (f) Before closing out of an invoice session in WAWF, but after submitting the document(s), you willbe prompted to send additional email notifications. Click on “Send More Email notification” and addthe acceptor/receiver email addresses noted below in the first email address block, and add any otheradditional email addresses desired in the following blocks. This additional notification to thegovernment is important to ensure that the acceptor/receiver is aware that the invoice documentshave been submitted into WAWF. Send Additional Email Notification To: 

COR:                ACOR:               Contract Specialist:  (g) The contractor shall submit invoices/cost vouchers for payment per contract terms and thegovernment shall process invoices/cost vouchers for payment per contract terms. Contractorsapproved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Finalvoucher submission will be approved by the ACO. (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above1-866 number or the NSWCDD WAWF point of contact   

Ddl-G12  POST AWARD MEETING (a) A Post Award Meeting with the successful offeror will be conducted within 60 working days afteraward of the contract. The meeting will be held at: TBD. (b) The contractor will be given at least five working days notice prior to the date of the conferenceby the Contracting Officer. (c) The requirement for a Post Award meeting shall, in no event, constitute grounds for excusabledelay by the Contractor in performance of any provisions in the contract.

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------400001 W05/0340246C  LLA : AA 1791811 1227 252 WAWMC 0 068342 2D 000000 411638000000  Standard Number: N0002410WX20557/AA FY09 SCN; OWLD Nov 2015 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 38 of 86 FINAL

 

Page 41: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Funding for DDG-1000 Reporting WBS #: 1.10.2.1.99 CERS - NAV2602608 Subtask WBS #: 1.10.2.1.1 W11 - Mission System Cost Team TP  600001 W05/0340246C  LLA : AA 1791811 1227 252 WAWMC 0 068342 2D 000000 411638000000  Standard Number: N0002410WX20557/AA FY09 SCN; OWLD Nov 2015 Funding for DDG-1000 Reporting WBS #: 1.10.2.1.99 CERS - NAV2602608 Subtask WBS #: 1.10.2.1.1 W11 - Mission System Cost Team TP   BASE Funding  Cumulative Funding   MOD 01  400002 G21/1035239A  LLA : AB 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811RZTFM  FY10 RDTE funding for LCS SUW MP Program Support  400003 G21/1034044A  LLA : AC 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811RZTPM  FY10 RDTE funding for LCS SUW MP Program Support  400004 G21/1034042A  LLA : AD 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811R2TFM  FY11 RDTE funding for LCS SUW MP Program Support  400005 G21/1034041A  LLA : AE 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811R2TPM  FY11 RDTE funding for LCS SUW MP Program Support  400006 W05/1040034C  LLA : AF 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11CTXX2  FY11 RDDA funding for Aegis BMD Program Support Reporting WBS #: 1.2.9.1.5.99 CERS - E0197100DD00-CT Subtask WBS #: 1.2.9.1.5.1 W11 - COST TPS Number: E0197100DD00-CT  400007 W11/10243545  LLA : AG 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7G11GWOT1  FY09 OPN funding for PMS-480 AoA Support  400008 G33/1048226A  LLA : AH 1711319 W2DA 000 RA353 0 068342 2D 000000 00001000G250  Standard Number: N0001411WX20370/AA FY11 RDTE funding for Railgun Program Support  600002 W05/1040034C  LLA : AF 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11CTXX2  FY11 RDDA funding for Aegis BMD Program Support Reporting WBS #: 1.2.9.1.5.99 CERS - E0197100DD00-CT Subtask WBS #: 1.2.9.1.5.1 W11 - COST TPS Number: E0197100DD00-CT  600003 W11/10243545  LLA : 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 39 of 86 FINAL

 

Page 42: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

AG 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7G11GWOT1  FY09 OPN funding for PMS-480 AoA Support   MOD 01 Funding  Cumulative Funding   MOD 02  400009 W05/1060062C  LLA : AJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11W11C1  FY11 RDDA funding for Aegis Ashore Program Support Reporting WBS #: 1.2.16.2.99 W11 - CERS - AA COST ANALYSIS Subtask WBS #: 1.2.16.2.1 W11 - COST ANALYSIS TPS Number: D01912101  400010 W11/10603380  LLA : AK 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7F11KLAOA  FY11 RDTE funding for IWS 4 Saudi Navy Expansion Program Support  600004 W05/1060063C  LLA : AJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11W11C1  FY11 RDDA funding for Aegis Ashore Program Support Reporting WBS #: 1.2.16.2.99 W11 - CERS - AA COST ANALYSIS Subtask WBS #: 1.2.16.2.1 W11 - COST ANALYSIS TPS Number: D01912101  600005 W11/10603380  LLA : AK 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7F11KLAOA  FY11 RDTE funding for IWS 4 Saudi Navy Expansion Program Support   MOD 02 Funding  Cumulative Funding   MOD 03  400011 W05/1103238C  LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11CTXX3  FY11 RDDA funding for Aegis BMD Program Support. Reporting WBS #:1.2.9.1.5.99 CERS - E0197100DD00-CT Subtask WBS#: 1.2.9.1.5.1 W11 - COST TPS Number: E0197100DD00-CT  400012 G21/1110403A  LLA : AM 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811R1TFM  FY10 RDTE funding for LCS SUW MP Progam Support.  400013 G21/1110402A  LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811R1TPM  FY10 RDTE funding for LCS SUW MP Progam Support.  405001 W11/10975284  LLA : AP 97-11X8242 PPL4 251 V1C00 0 050120 2D 000000 A00000701170  Standard Number: N0002411RX01558/AA FY11 FMS funding for PMS 501 Saudi Navy Expansion Program Support. No Case Number.   MOD 03 Funding  Cumulative Funding   MOD 04  400014 Q07/11375984  LLA : AQ 1701810 87X7 253 SASLM 0 068342 2D 000000 X70010000000  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 40 of 86 FINAL

 

Page 43: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Standard Number: N0002411WX30253/AA FY10 OPN funding for LROI Program Support  600006 Q07/11375984  LLA : AQ 1701810 87X7 253 SASLM 0 068342 2D 000000 X70010000000  Standard Number: N0002411WX30253/AA FY10 OPN funding for LROI Program Support   MOD 04 Funding  Cumulative Funding   MOD 05 Funding  Cumulative Funding   MOD 06  400015 W05/1139442C  LLA : AR 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11W11C3  FY11 RDDA funding for Aegis Ashore Program Support Reporting WBS #:1.2.16.2.99 W11 - CERS - AA COST ANALYSIS Subtask WBS#: 1.2.16.2.1 W11 - COST ANALYSIS TPS Number: D01912101  400016 W11/11438566  LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7M11LAAD1  FY11 RDTE funding for Low Altitude Air Defense (LAAD) Program Support   MOD 06 Funding  Cumulative Funding   MOD 07  400016 W11/11438566  LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7M11LAAD1  FY11 RDTE funding for Low Altitude Air Defense (LAAD) Program Support  400017 W05/1172073C  LLA : AT 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDR11LCCT1  FY 11 OMN funding for DDG-1000 Program Support. Reporting WBS #: 1.10.5.1.99 CERS - NAV2605869 REPORTING Subtask WBS #: 1.10.5.1.4 W11 - LSEA LIFE CYCLE / MUSATOW TPS Number: NAV2605869  400018 G30/1173118A  LLA : AU 1711319 W2DA 255 RA353 0 068342 2D 000000 00001000G250  Standard Number: N0001411WX20370/AA FY11 RDTE funding for Railgun Program Support  400019 W05/1179008C  LLA : AV 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916  Standard Number: N0002411RX01069/AA FY11 RDTE funding for IWS 1.0 Cost Support Reporting WBS#: 1.13.3.99 CERS - ACB/PLSE/COST CONTRACT REPORTING Subtask WBS#: 1.13.4.1.1 W11 - COST ESTIMATION SUPPORT TPS Number: NAV2605799  600007 W05/1179008C  LLA : AV 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916  Standard Number: N0002411RX01069/AA FY11 RDTE funding for IWS 1.0 Cost Support. Reporting WBS#: 1.13.3.99 CERS - ACB/PLSE/COST CONTRACT REPORTING Subtask WBS#: 1.13.4.1.1 W11 - COST ESTIMATION SUPPORT TPS Number: NAV2605799   MOD 07 Funding  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 41 of 86 FINAL

 

Page 44: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Cumulative Funding   MOD 08  400007 W11/10243545  LLA : AG 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7G11GWOT1  FY09 OPN funding for PMS-480 AoA Support  400011 W05/1103238C  LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11CTXX3  FY11 RDDA funding for Aegis BMD Program Support. Reporting WBS #:1.2.9.1.5.99 CERS - E0197100DD00-CT Subtask WBS#: 1.2.9.1.5.1 W11 - COST TPS Number: E0197100DD00-CT  400013 G21/1110402A  LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811R1TPM  FY10 RDTE funding for LCS SUW MP Progam Support.  400014 Q07/11375984  LLA : AQ 1701810 87X7 253 SASLM 0 068342 2D 000000 X70010000000  Standard Number: N0002411WX30253/AA FY10 OPN funding for LROI Program Support  400019 W05/1179008C  LLA : AV 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916  Standard Number: N0002411RX01069/AA FY11 RDTE funding for IWS 1.0 Cost Support Reporting WBS#: 1.13.3.99 CERS - ACB/PLSE/COST CONTRACT REPORTING Subtask WBS#: 1.13.4.1.1 W11 - COST ESTIMATION SUPPORT TPS Number: NAV2605799  405001 W11/10975284  LLA : AP 97-11X8242 PPL4 251 V1C00 0 050120 2D 000000 A00000701170  Standard Number: N0002411RX01558/AA FY11 FMS funding for PMS 501 Saudi Navy Expansion Program Support. No Case Number.  410001 G30/1182473A  LLA : AU 1711319 W2DA 255 RA353 0 068342 2D 000000 00001000G250  Standard Number: N0001411WX20370/AA FY11 RDTE funding for Railgun Program Support.  410002 G21/1199090A  LLA : AM 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811R1TFM  FY10 RDTE funding for LCS SUW MP Program Support.  410003 G21/1199091A  LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811R1TPM  FY10 RDTE funding for LCS SUW MP Program Support.  410004 G21/1199088A  LLA : AW 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811RFTSE  FY10 RDTE funding for LCS SUW MP Program Support.  410005 G21/1199089A  LLA : AX 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811R3TPM  FY11 RDTE funding for LCS SUW MP Program Support.  410006 W05/1202114C  LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11CTXX3  FY11 RDDA funding for AEGIS BMD Program Support. 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 42 of 86 FINAL

 

Page 45: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Reporting WBS#: 1.2.9.1.5.99 CERS – E0197100DD00-CT Subtask WBS#: 1.2.9.1.5.1 W11 – COST TPS Number: E0197100DD00-CT  410007 W05/1139443C  LLA : AR 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11W11C3  FY11 RDDA funding for Aegis Ashore Program Support. Reporting WBS#: 1.2.16.2.99 W11 – CERS – AA COST ANALYSIS Subtask WBS #: 1.2.16.2.1 W11 – COST ANALYSIS TPS Number: D01912101  600001 W05/0340246C  LLA : AA 1791811 1227 252 WAWMC 0 068342 2D 000000 411638000000  Standard Number: N0002410WX20557/AA FY09 SCN; OWLD Nov 2015 Funding for DDG-1000 Reporting WBS #: 1.10.2.1.99 CERS - NAV2602608 Subtask WBS #: 1.10.2.1.1 W11 - Mission System Cost Team TP  600002 W05/1040034C  LLA : AF 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11CTXX2  FY11 RDDA funding for Aegis BMD Program Support Reporting WBS #: 1.2.9.1.5.99 CERS - E0197100DD00-CT Subtask WBS #: 1.2.9.1.5.1 W11 - COST TPS Number: E0197100DD00-CT  600003 W11/10243545  LLA : AG 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7G11GWOT1  FY09 OPN funding for PMS-480 AoA Support  600004 W05/1060063C  LLA : AJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11W11C1  FY11 RDDA funding for Aegis Ashore Program Support Reporting WBS #: 1.2.16.2.99 W11 - CERS - AA COST ANALYSIS Subtask WBS #: 1.2.16.2.1 W11 - COST ANALYSIS TPS Number: D01912101  600005 W11/10603380  LLA : AK 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7F11KLAOA  FY11 RDTE funding for IWS 4 Saudi Navy Expansion Program Support  600006 Q07/11375984  LLA : AQ 1701810 87X7 253 SASLM 0 068342 2D 000000 X70010000000  Standard Number: N0002411WX30253/AA FY10 OPN funding for LROI Program Support  600007 W05/1179008C  LLA : AV 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916  Standard Number: N0002411RX01069/AA FY11 RDTE funding for IWS 1.0 Cost Support. Reporting WBS#: 1.13.3.99 CERS - ACB/PLSE/COST CONTRACT REPORTING Subtask WBS#: 1.13.4.1.1 W11 - COST ESTIMATION SUPPORT TPS Number: NAV2605799  610001 G21/1196054A  LLA : AY 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811R2TPM  FY11 RDTE funding for LCS SUW MP Program Support.  610002 W05/1202114C  LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11CTXX3  FY11 RDDA funding for AEGIS BMD Program Support. Reporting WBS#: 1.2.9.1.5.99 CERS – E0197100DD00-CT Subtask WBS#: 1.2.9.1.5.1 W11 – COST TPS Number: E0197100DD00-CT  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 43 of 86 FINAL

 

Page 46: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

610003 W05/1139443C  LLA : AR 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11W11C3  FY11 RDDA funding for AEGIS Ashore Program Support.   MOD 08 Funding  Cumulative Funding   MOD 09  410008 W05/1208254C  LLA : AT 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDR11LCCT1  FY11 OMN funding for DDG-1000 Program Support. Reporting WBS #: 1.10.5.1.99 CERS – NAV2605869 REPORTING Subtask WBS #: 1.10.5.1.4 W11 – LSEA LIFE CYCLE/MUSATOW TPS Number: NAV2605869  410009 W05/1208253C  LLA : AZ 1781811 1227 252 WAWMC 0 068342 2D 000000 201218000000  Standard Number: N0002411WX20591/AA FY08 SCN funding for DDG-1000 Program Support. OWLD = March 2015. Reporting WBS #: 1.10.2.1.99 CERS – NAV2602608 Subtask WBS#: 1.10.2.1.1 W11 – MISSION SYSTEM COST TEAM TPS Number: NAV2602608  610004 W05/1208254C  LLA : AT 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDR11LCCT1  FY11 OMN funding for DDG-1000 Program Support. Reporting WBS #: 1.10.5.1.99 CERS – NAV2605869 REPORTING Subtask WBS #: 1.10.5.1.4 W11 – LSEA LIFE CYCLE/MUSATOW TPS Number: NAV2605869  610005 W05/1208253C  LLA : AZ 1781811 1227 252 WAWMC 0 068342 2D 000000 201218000000  Standard Number: N0002411WX20591/AA FY08 SCN funding for DDG-1000 Program Support. OWLD = March 2015. Reporting WBS #: 1.10.2.1.99 CERS – NAV2602608 Subtask WBS#: 1.10.2.1.1 W11 – MISSION SYSTEM COST TEAM TPS Number: NAV2602608   MOD 09 Funding  Cumulative Funding   MOD 10  410010 W05/1214067C  LLA : AV 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916  Standard Number: N0002411RX01069/AA FY11 RDTE funding for IWS 1.0 Cost Support. Reporting WBS #: 1.13.3.99 CERS – ACB/PLSE/COST CONTRACT REPORTING Subtask WBS #: 1.13.4.1.1 W11 – COST ESTIMATION SUPPORT TPS Number: NAV2605799  610006 W05/1214067C  LLA : AV 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916  Standard Number: N0002411RX01069/AA FY11 RDTE funding for IWS 1.0 Cost Support. Reporting WBS #: 1.13.3.99 CERS – ACB/PLSE/COST CONTRACT REPORTING Subtask WBS #: 1.13.4.1.1 W11 – COST ESTIMATION SUPPORT TPS Number: NAV2605799   MOD 10 Funding  Cumulative Funding   MOD 11  410011 W05/1221087C  LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11CTXX3  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 44 of 86 FINAL

 

Page 47: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

FY11 RDDA for AEGIS BMD Program Support. Reporting WBS #: 1.2.9.1.5.99 CERS – E0197100DD00-CT Subtask WBS#: 1.2.9.1.5.1 W11 – COST TPS Number: E0197100DD00-CT   MOD 11 Funding  Cumulative Funding   MOD 12  410012 W05/1229087C  LLA : AZ 1781811 1227 252 WAWMC 0 068342 2D 000000 201218000000  Standard Number: N0002411WX20591/AA FY08 SCN funding for DDG-1000 Program Support. OWLD = May 2015. Reporting WBS #: 1.10.2.1.99 CERS - NAV2602608 Subtask WBS #: 1.10.2.1.1 W11- MISSION SYSTEM COST TEAM TPS Number: NAV2602608  410013 W11/12290722  LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7M11LAAD1  FY11 RDTE funding for Low Altitude Air Defense (LAAD) Program Support  410014 G30/1231483A  LLA : BA 1711319 W2DA 253 RA353 0 068342 2D 000000 00001000G250  Standard Number: N0001411WX20370/AB FY11 RDTE funding for Railgun Program Support   MOD 12 Funding  Cumulative Funding   MOD 13  410015 G21/12444544  LLA : BB 97X4930 NH1E 000 77777 0 000178 2F 000000 21QD211PERSL  FY09 OPN funding for LROI Cost Analysis Support  410016 G21/12444542  LLA : AQ 1701810 87X7 253 SASLM 0 068342 2D 000000 X70010000000  Standard Number: N0002411WX30253/AA FY10 OPN funding for LROI Cost Analysis Support  410017 W05/1245260C  LLA : AV 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916  Standard Number: N0002411RX01069/AA FY11 RDTE funding for IWS 1.0 Cost Support. Reporting WBS #: 1.13.3.99 CERS - ACB/PLSE/COST CONTRACT REPORTING Subtask WBS #: 1.13.4.1.1 W11 - COST ESTIMATION SUPPORT TPS Number: NAV2605799  410018 W05/1242472C  LLA : BC 1711319 A5BJ 255 WS020 0 050120 2D 000000 A00000675112  Standard Number: N0002411RX01289/AA FY11 RDTE funding for IWS 1.0 Cost Support. Reporting WBS #: 1.13.5.99 CERS - NAV2606353 Subtask WBS #: 1.13.5.7.1 W11 - COST ANALYSIS TPS Number: NAV2606353  410019 W05/1242463C  LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA911C1CE1  FY11 RDTE funding for IWS 1.0 Cost Support. Reporting WBS #: 1.13.3.99 CERS - ACB/PLSE/COST CONTRACT REPORTING Subtask WBS #: 1.13.4.1.1 W11 - COST ESTIMATION SUPPORT TPS Number: NAV2605799  410020 W05/1243016C  LLA : BE 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDR11LC233  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 45 of 86 FINAL

 

Page 48: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

FY11 OMN funding for DDG-1000 Program Support. Reporting WBS #: 1.10.5.1.99 CERS - NAV2605869 REPORTING Subtask WBS #: 1.10.5.1.3 W64 - LSEA LIFE CYCLE TPS Number: NAV2605869  410021 W05/1245124C  LLA : BF 1711611 1227 252 SH500 0 050120 2D 000000 A00000861805  Standard Number: N0002411RX03037/AA FY11 SCN funding for DDG-1000 Program Support. OWLD = Aug 2016. Reporting WBS #: 1.10.2.1.99 CERS - NAV2602608 Subtask WBS #: 1.10.2.1.1 W11 - MISSION SYSTEM COST TEAM TPS Number: NAV2602608  610007 G21/12444542  LLA : AQ 1701810 87X7 253 SASLM 0 068342 2D 000000 X70010000000  Standard Number: N0002411WX30253/AA FY10 OPN funding for LROI Cost Analysis Support   MOD 13 Funding  Cumulative Funding   MOD 14  415001 12721862  LLA : AP 97-11X8242 PPL4 251 V1C00 0 050120 2D 000000 A00000701170  Standard Number: N0002411RX01558/AA FY11 FMS for PMS 501 Saudi Navy Expansion Program. No FMS Case Number.  615001 12721882  LLA : AP 97-11X8242 PPL4 251 V1C00 0 050120 2D 000000 A00000701170  Standard Number: N0002411RX01558/AA FY11 FMS for PMS 501 Saudi Navy Expansion Program. No FMS Case Number.   MOD 14 Funding  Cumulative Funding   MOD 15 Funding  Cumulative Funding   MOD 16  410022  LLA : BG 97X4930 NH1E 252 77777 0 050120 2F 000000 A00000987724 FY12 RDTE funding for LCS SUW MP program support   MOD 16 Funding  Cumulative Funding   MOD 17  410023 1300241709-00001  LLA : BH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000996618 FY12 RDT&E funding for Aegis BMD Program Support W11 - COST; Task/Subtask - 02005/20704; WBS Element: 1.2.9.1.5.1  410024 1300241709-00002  LLA : BH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000996618 FY12 RDT&E funding for Aegis Ashore Program Support W11 - COST; Task/Subtask - 02005/20708; WBS Element: 1.2.9.1.5.2   MOD 17 Funding  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 46 of 86 FINAL

 

Page 49: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Cumulative Funding   MOD 18  410025 1300248818-00001  LLA : BJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001049493 FY11 RDT&E funding for LCS SUW MP Program Support   MOD 18 Funding  Cumulative Funding   MOD 19  410026 1300252556-00001  LLA : BK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001075771 FY12 RDT&E funding for LCS SUW MP Program Support  410027 1300252556-00002  LLA : BL 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001075771 FY12 RDT&E funding for LCS SUW MP Program Support   MOD 19 Funding  Cumulative Funding   MOD 20  410013 W11/12290722  LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7M11LAAD1  FY11 RDTE funding for Low Altitude Air Defense (LAAD) Program Support   MOD 20 Funding  Cumulative Funding   MOD 21  410028 1300256534-00001  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412WX21060/AA FY12 RDT&E funding for Railgun Program Support  410029 1300256534-00002  LLA : BN 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000G250 Standard Number: N0001412WX20896/AB FY12 RDT&E funding for Railgun Program Support  410030 1300259163-00001  LLA : BP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001121724 FY12 RDT&E funding for AEGIS Ashore Program Support  410031 1300259040-00001  LLA : BQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001121323 FY12 RDT&E funding for AEGIS BMD Program Support  610008 1300259163-00001  LLA : BP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001121724 FY12 RDT&E funding for AEGIS Ashore Program Support  610009 1300259040-00001  LLA : BQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001121323 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 47 of 86 FINAL

 

Page 50: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

FY12 RDT&E funding for AEGIS BMD Program Support   MOD 21 Funding  Cumulative Funding   MOD 22  410032 1300273412-00001  LLA : BR 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001218436 SCN funding for DDG-1000 Program Support. SCN OWLD Date: 8/31/2016. Task/Subtask: 03012/30030; WBS : 1.10.2.1.1; Approp: SCN; WAW: TPS: NAV2602608; CERS Task/Sub: 99970/92608; CERS WBS: 1.10.2.1.99  410033 1300273414-00001  LLA : BS 1781811 1227 253 WAWMC 0 068342 2D 000000 201218000000 Standard Number: N0002412RX20931/AA FY08 SCN funding for DDG 1000 Program Support. SCN OWLD date: 8/2016. Task/Subtask: 03012/30030; WBS : 1.10.3.1.4; Approp: SCN; WAW: TPS: NAV2602608; CERS Task/Sub: 99970/92608; CERS WBS: 1.10.2.1.99. Reporting WBS #: 1.10.2.1.99, WBS Title: CERS - NAV2602608.0, Subtask WBS #: 1.10.2.1.1, WBS Title: W11 - MISSION SYSTEM COST TEAM 1000.   MOD 22 Funding  Cumulative Funding   MOD 23  410034 1300279715-00001  LLA : BT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001260478 FY11 OPN funding for TI 9.  410035 1300279716-00001  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412RX20216/AA FY12 RDT&E funding for TI 12.  610010 1300279716-00002  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412RX20216/AA FY12 RDT&E funding for TI 12.   MOD 23 Funding  Cumulative Funding   MOD 24  420001 1300281250  LLA : BU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001270134 Full PR # is 1300281250-00001. FY12 RDTE funding for TI 3 (LCS).  420002 1300281250  LLA : BV 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001270134 Full PR # is 1300281250-00002. FY11 RDTE funding for TI 3 (LCS).  420003 1300281250  LLA : BW 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001270134 Full PR # is 1300281250-00003. FY12 RDTE funding for TI 3 (LCS).  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 48 of 86 FINAL

 

Page 51: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

420004 1300281250  LLA : BX 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001270134 Full PR # is 1300281250-00004. FY11 RDTE funding for TI 3 (LCS).  420006 1300281473  LLA : BZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001271200 Full PR # is 1300281473-00001. FY12 RDDA funding for TI 4 (Aegis BMD). Reporting WBS # : 1.2.9.1.5.99, WBS Title : CERS - E0197100DD00-CT Subtask WBS # : 1.2.9.1.5.1, WBS Title : W11 - COST Funding Type : AEGIS BMD Funding Document : HQ0006211429-AA.  TPS: D12.1.1.1.01-CT; Task/Subtask: 02005/20704 ; CERS TASK/SUBTASK: 02  420007 1300284467  LLA : CA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001287633 Full PR # is 1300284467-00001. FY12 RDDA funding for TI 5 (Aegis Ashore). TPS: D12.1.1.1.01-CT; Task/Subtask: 02005/20704 ; CERS TASK/SUBTASK: 02005/99005; Title W11-COST; WBS# 1.2.9.1.5.1  420008 1300283584  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412RX20216/AA Full PR # is 1300283584-00001. FY12 RDTE funding for TI 12 (SSL).  420009 1300277131  LLA : CB 1701811 1224 253 X8WML 0 068342 2D 000000 20010400301A Standard Number: N0002410WX21751/AD Full PR # is 1300277131-00001. FY10 SCN funding for TI 13 (GEDMS).  620001 1300281473  LLA : BZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001271200 Full PR # is 1300281473-00002. FY12 RDDA funding for TI 4 (Aegis BMD). Reporting WBS # : 1.2.9.1.5.99, WBS Title : CERS - E0197100DD00-CT Subtask WBS # : 1.2.9.1.5.1, WBS Title : W11 - COST Funding Type : AEGIS BMD Funding Document : HQ0006211429-AA.  TPS: D12.1.1.1.01-CT; Task/Subtask: 02005/20704 ; CERS TASK/SUBTASK: 02  620002 1300284467  LLA : CA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001287633 Full PR # is 1300284467-00002. FY12 RDDA funding for TI 5 (Aegis Ashore). TPS: D12.1.1.1.01-CT; Task/Subtask: 02005/20704 ; CERS TASK/SUBTASK: 02005/99005; Title W11-COST; WBS# 1.2.9.1.5.1  620003 1300283584  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Full PR # is 1300283584-00002. FY12 RDTE funding for TI 12 (SSL).  620004 1300277131  LLA : CB 1701811 1224 253 X8WML 0 068342 2D 000000 20010400301A Full PR # is 1300277131-00002. FY10 SCN funding for TI 13 (GEDMS).   MOD 24 Funding  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 49 of 86 FINAL

 

Page 52: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Cumulative Funding   MOD 25  420010 1300281250-00005  LLA : BY 97X4930 NH1E 255 77777 0 050120 2F 000000 A40001270134 FY11 RDTE funding for TI 3.  420011 1300288242-00001  LLA : CC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001306186 FY12 OMN for TI 1. Task=04001, Subtask=40004, TPS=NAV2605869. Reporting WBS # : 1.10.3.1.99, WBS Title : CERS - NAV2605869 REPORTING Subtask WBS # : 1.10.3.1.4, WBS Title : W11 - LSEA LIFE CYCLE / MUSATOW. Task/Subtask: 04001/40004; WBS : 1.10.3.1.4; Approp: OMN; WAW: 010836 TPS: NAV2605869; CERS Task/Sub: 99971/95869; CERS WBS: 1.10.3.1.99  420012 1300288554-00001  LLA : BN 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000G250 Standard Number: N0001412WX20896\AB FY12 RDTE funding for TI 2.  420013 1300288470-00001  LLA : CD 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001307607 FY12 RDTE funding for TI 14. Task=08030, Subtask=00057, TPS=NAV2602660 ACB-16. Reporting WBS # : 1.7.3.1.99, WBS Title : CERS - NAV2602660 Subtask WBS # : 1.7.5.7.2, WBS Title : W11 ACB-16/TI16 PLANNING & ENG  620005 1300288242-00002  LLA : CC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001306186 FY12 OMN funding for TI 1. Task=04001, Subtask=40004, TPS=NAV2605869. Reporting WBS # : 1.10.3.1.99, WBS Title : CERS - NAV2605869 REPORTING Subtask WBS # : 1.10.3.1.4, WBS Title : W11 - LSEA LIFE CYCLE / MUSATOW. Task/Subtask: 04001/40004; WBS : 1.10.3.1.4; Approp: OMN; WAW: 010836 TPS: NAV2605869; CERS Task/Sub: 99971/95869; CERS WBS: 1.10.3.1.99   MOD 25 Funding  Cumulative Funding   MOD 26 Funding  Cumulative Funding   MOD 27  410019 W05/1242463C  LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA911C1CE1  FY11 RDTE funding for IWS 1.0 Cost Support. Reporting WBS #: 1.13.3.99 CERS - ACB/PLSE/COST CONTRACT REPORTING Subtask WBS #: 1.13.4.1.1 W11 - COST ESTIMATION SUPPORT TPS Number: NAV2605799  410027 1300252556-00002  LLA : BL 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001075771 FY12 RDT&E funding for LCS SUW MP Program Support  410029 1300256534-00002  LLA : BN 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000G250 Standard Number: N0001412WX20896/AB FY12 RDT&E funding for Railgun Program Support  410031 1300259040-00001  LLA : 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 50 of 86 FINAL

 

Page 53: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

BQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001121323 FY12 RDT&E funding for AEGIS BMD Program Support  410035 1300279716-00001  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412RX20216/AA FY12 RDT&E funding for TI 12.  420014 1300295995  LLA : CE 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001340518 Full PR # is 1300295995-00001. FY12 RDTE funding for TI 11. Task = 10630, Subtask = 00014, TPS =NAV2605799.  420015 1300290735  LLA : CF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001317074 Full PR # is 1300290735-00001. FY12 RDDA funding for TI 4. TPS: D12.1.1.1.01-CT; Task/Subtask 02005/20704; Subtask Title: W11 - COST WBS: 1.2.9.1.5.1; Appropriation: RDT&E; CERS Task/Subtask: 02005/99005. Reporting WBS # : 1.2.9.1.5.99, WBS Title : CERS - E0197100DD00-CT Subtask WBS # : 1.2.9.1.5.1, WBS Title : W11 - COST.  420016 1300290738  LLA : CG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001317135 Full PR # is 1300290738-00001. FY12 RDDA funding for TI 5. TPS: D12.1.1.1.01-CT; Task/Subtask 02005/20708; Subtask Title: W11 - COST AA, WBS: 1.2.9.1.5.2; Appropriation: RDT&E; CERS Task/Subtask: 02005/99005. Reporting WBS # : 1.2.9.1.5.99, WBS Title : CERS - E0197100DD00-CT Subtask WBS # : 1.2.9.1.5.2, WBS Title : W11 - COST AA (was WSPO).  610001 G21/1196054A  LLA : AY 97X4930 NH1E 000 77777 0 000178 2F 000000 21G0811R2TPM  FY11 RDTE funding for LCS SUW MP Program Support.  610007 G21/12444542  LLA : AQ 1701810 87X7 253 SASLM 0 068342 2D 000000 X70010000000  Standard Number: N0002411WX30253/AA FY10 OPN funding for LROI Cost Analysis Support  610008 1300259163-00001  LLA : BP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001121724 FY12 RDT&E funding for AEGIS Ashore Program Support  610009 1300259040-00001  LLA : BQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001121323 FY12 RDT&E funding for AEGIS BMD Program Support  620006 1300295995  LLA : CE 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001340518 Full PR # is 1300295995-00002. FY12 RDTE funding for TI 11. Task=10670, Subtask=00036, TPS=NAV2606353.  620007 1300290735  LLA : CF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001317074 Full PR # is 1300290735-00002. FY12 RDDA funding for TI 4. TPS: D12.1.1.1.01-CT; Task/Subtask 02005/20704; Subtask Title: W11 - COST WBS: 1.2.9.1.5.1; Appropriation: RDT&E; CERS Task/Subtask: 02005/99005. Reporting WBS # : 1.2.9.1.5.99, WBS Title : CERS - E0197100DD00-CT 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 51 of 86 FINAL

 

Page 54: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Subtask WBS # : 1.2.9.1.5.1, WBS Title : W11 - COST.  620008 1300290738  LLA : CG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001317135 Full PR # is 1300290738-00002. FY12 RDDA funding for TI 5. TPS: D12.1.1.1.01-CT; Task /Subtask 02005/20708; Subtask Title: W11 - COST AA. WBS: 1.2.9.1.5.2; Appropriation: RDT&E; CERS Task/Subtask: 02005/99005. Reporting WBS # : 1.2.9.1.5.99, WBS Title : CERS - E0197100DD00-CT Subtask WBS # : 1.2.9.1.5.2, WBS Title : W11 - COST AA (was WSPO).   MOD 27 Funding  Cumulative Funding   MOD 28  420017 1300303370  LLA : BN 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000G250 Standard Number: N0001412WX20896/AB Full PR # is 1300303370-00001. FY12 RDTE funding for TI #2.  420018 1300303370  LLA : BN 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000G250 Standard Number: N0001412WX20896/AB Full PR # is 1300303370-00002. FY12 RDTE funding for TI #2.  420019 1300303370  LLA : BN 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000G250 Standard Number: N0001412WX20896/AB Full PR # is 1300303370-00003. FY12 RDTE funding for TI #2.  420020 1300296189  LLA : CH 1721319 A5XB 252 WS010 0 050120 2D 000000 A00001342107 Full PR # is 1300296189-00001. FY12 RDTE funding for TI #11.  420021 1300302289  LLA : CJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001379881 Full PR # is 1300302289-00001. FY12 RDTE funding for TI #11.  420022 1300304364  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412RX20216/AA Full PR # is 1300304364-00001. FY12 RDTE funding for TI #12.  620009 1300303370  LLA : BN 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000G250 Standard Number: N0001412WX20896/AB Full PR # is 1300303370-00001. FY12 RDTE funding for TI #2.  620010 1300296189  LLA : CH 1721319 A5XB 252 WS010 0 050120 2D 000000 A00001342107 Full PR # is 1300296189-00002. FY12 RDTE funding for TI #11.  620011 1300304364  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 52 of 86 FINAL

 

Page 55: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412RX20216/AA Full PR # is 1300304364-00002. FY12 RDTE funding for TI #12.   MOD 28 Funding  Cumulative Funding   MOD 29 Funding  Cumulative Funding   MOD 30  420023 1300310512  LLA : CK 1721611 1227 252 SH500 0 050120 2D 000000 A00001452645 Full PR # is 1300310512-00001. FY12 SCN funding for TI 1. Reporting WBS #: 1.10.2.1.99, WBS Title: CERS - NAV2602608.0, Subtask WBS #: 1.10.2.1.1, WBS Title: W11 - MISSION SYSTEM COST TEAM 1000, Funding Type: DDG, Funding Document: N0002412WX04920-AA, Work Completion: 12/31/2012, SCN OWLD Date: 08/30/2016, Expiration Date : 09/30/2016, Hull: FY12, WAW: 003059.   MOD 30 Funding  Cumulative Funding   MOD 31  420024 1300314059  LLA : BN 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000G250 Standard Number: N0001412WX20896/AB Full PR # is 1300314059-00001. FY12 RDTE funding for TI #2.  420025 1300314826  LLA : CL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001490127 Full PR # is 1300314826-00001. FY12 RDDA for TI #4. Task = 02005, Subtask = CO005, TPS =D1.1.1.1.01-CT, 1.2.7.2.5.2  420026 1300314826  LLA : CL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001490127 Full PR # is 1300314826-00001. FY12 RDDA funding for TI #5. Task = 02005, Subtask = CO0004, TPS=D12.1.1.1.01-CT, 1.2.7.2.5.1  420027 1300311901  LLA : CM 97X4930 NH1E 252 77777 0 050120 2F 000000 A10001466562 Full PR # is 1300311901-00002. FY11 SCN for TI #1. Reporting WBS # : 1.10.1.3.99, WBS Title : CERS - REPORTING NAV2606083.2 Subtask WBS # : 1.10.1.3.1, WBS Title : W22 - MSE LEAD 1002  420028 1300311901  LLA : CN 97X4930 NH1E 252 77777 0 050120 2F 000000 A20001466562 Full PR # is 1300311901-00003. FY11 SCN funding for TI #1. Reporting WBS # : 1.10.1.1.99, WBS Title : CERS - NAV2606083 Subtask WBS # : 1.10.1.1.1, WBS Title : W22 - MSE LEAD 1000  420029 1300311901  LLA : CP 97X4930 NH1E 252 77777 0 050120 2F 000000 A30001466562 Full PR # is 1300311901-00004. 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 53 of 86 FINAL

 

Page 56: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

FY11 SCN for TI #1. Reporting WBS # : 1.10.1.2.99, WBS Title : CERS - REPORTING NAV2606083.1 Subtask WBS # : 1.10.1.2.1, WBS Title : W22 - MSE LEAD 1001   MOD 31 Funding  Cumulative Funding   MOD 32  420030 1300315867  LLA : CQ 1731611 1227 252 SH500 0 050120 2D 000000 A00001496760 Full PR # is 1300315867-00001. FY13 SCN funding for TI #1. Reporting WBS # : 1.10.1.4.99, WBS Title : CERS - NAV2606084 Subtask WBS # : 1.10.1.4.1, WBS Title : W05 - PROGRAM DIRECTOR 1000  420031 1300316830  LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001502301 Full PR # is 1300316830-00001. FY13 RDTE funding for TI #3.  420032 1300316830  LLA : CS 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001502301 Full PR # is 1300316830-00002. FY13 RDTE funding for TI #3.  420033 1300316830  LLA : CT 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001502301 Full PR # is 1300316830-00003. FY13 RDTE funding for TI #3.  620012 1300315867  LLA : CQ 1731611 1227 252 SH500 0 050120 2D 000000 A00001496760 Full PR # is 1300315867-00001. FY13 SCN funding for TI #1. Reporting WBS # : 1.10.1.4.99, WBS Title : CERS - NAV2606084 Subtask WBS # : 1.10.1.4.1, WBS Title : W05 - PROGRAM DIRECTOR 1000  620013 1300316830  LLA : CT 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001502301 Full PR # is 1300316830-00003. FY13 RDTE funding for TI #3.   MOD 32 Funding  Cumulative Funding   MOD 33  420034 1300323717  LLA : CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001541797 Full PR # is 1300323717-00001. FY13 RDDA funding for TI #4. Task=02005, Subtask=084AB, TPS=D.13.002-CT  420035 1300323717  LLA : CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001541797 Full PR # is 1300323717-00001. FY13 RDDA funding for TI #5. Task=02005, Subtask=084AA, TPS=D.13.002-CT   MOD 33 Funding  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 54 of 86 FINAL

 

Page 57: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Cumulative Funding 4180977.00  MOD 34  420036 1300325505  LLA : CV 1731319 A5XZ 252 WS100 0 050120 2D 000000 A00001552286 Full PR # is 1300325505-00001. FY13 RDT&E funding for TI #14. Task=08030, Subtask=00057, TPS=NAV2602660 ACB-16; CERS WBS:1.7.3.1.99  620014 1300325505  LLA : CW 1731319 A5XZ 252 WS100 0 050120 2D 000000 A00001552286 Full PR # is 1300325505-00001. FY13 RDT&E funding for TI #14. Task=08030, Subtask=00057, TPS=NAV2602660 ACB-16; CERS WBS:1.7.3.1.99   MOD 34 Funding  Cumulative Funding   MOD 35  420037 1300329509  LLA : CX 1731319 A5XB 252 WS010 0 050120 2D 000000 A00001579574 Standard Number: AA/N0002413WX03011 PR 1300329509-00001 TI #11 TASK 10630 SUBTASK 00012 TPS NAV2605799   MOD 35 Funding  Cumulative Funding   MOD 36 Funding  Cumulative Funding   MOD 37  420038 1300329601  LLA : CB 1701811 1224 253 X8WML 0 068342 2D 000000 20010400301A Standard Number: N0002410WX21751 Full PR # is 1300329601-00001. FY13 SCN funding for TI #13.   420039 1300334907  LLA : CY 1721611 1224 252 SH400 0 050120 2D 000000 A00001615135 Full PR # 1300334907-00001 TI: 11 FY13 SCN; Funding Doc #N0002413WX06835-AA  420040 1300325730  LLA : CZ 1731611 1227 252 SH500 0 050120 2D 000000 A00001554683 Full PR #1300325730-00001 TI: 1 FY 13 SCN Funding Doc # N0002413WX01775  420041 1300335413  LLA : DA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001618328 Full PR # 1300335413 TI: 15 FY 13 SCN Funds; Doc#HSBP1209X01693  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 55 of 86 FINAL

 

Page 58: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

420042 1300333738  LLA : DB 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000G250 Full PR # 1300333738-00001 TI: 02 FY13 RDTE; Funding Doc #N0001412WX20896  420043 1300333738  LLA : DB 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000G250 Standard Number: N0001412WX20896 Full PR # 1300333738-00002 TI: 02 FY13 RDTE; Funding Doc #N0001412WX20896  420044 1300333738  LLA : DB 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000G250 Standard Number: N0001412WX20896 Full PR # 1300333738-00003 TI: 02 FY13 RDTE; Funding Doc #N0001412WX20896  420045 1300333738  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412WX21060 Full PR # 1300333738-00004 TI: 02 FY13 RDTE; Funding Doc #N0001412WX21060  620015 1300334907  LLA : CY 1721611 1224 252 SH400 0 050120 2D 000000 A00001615135 Full PR # 1300334907-00001 TI: 11 FY 13 SCN; Fund Doc# N002413WX06835-AA  620016 1300335413  LLA : DA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001618328 Full PR # 1300335413-00001 TI: 15 FY 13 SCN; Fund Doc #HSBP1209X01693   MOD 37 Funding  Cumulative Funding   MOD 38 Funding  Cumulative Funding   MOD 39  420046 1300323717  LLA : CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001541797 INCREMENTAL FUNDING FOR TI04; TASK FUND DOC.: HQ0006320403-AA  420047 1300323717  LLA : CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001541797 INCREMENTAL FUNDING TO TI05; TASK FUND DOC.: HQ0006320403-AA   MOD 39 Funding  Cumulative Funding   MOD 40  430001 1300364024  LLA : 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 56 of 86 FINAL

 

Page 59: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

DC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001815286 Incremental Funding for TI# 2; Funding Doc#: N0001413wx20686  430002 1300364024  LLA : DD 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001815286 Incremental Funding for TI# 3; Funding Doc#: N0002413WX02169  430003 1300364024  LLA : DE 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001815286 Incremental Funding for TI#: 3; Funding Doc#: N0002413WX02169  430004 1300364024  LLA : DF 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001815286 Incremental Funding for TI# 3; Funding Doc#: N0002412WX10088  430005 1300323717  LLA : CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001541797 Incremental funding for TI#: 4; Funding Doc#: HQ0006320403-AA  430006 1300329509  LLA : CX 1731319 A5XB 252 WS010 0 050120 2D 000000 A00001579574 INCREMENTAL FUNDING FOR TI#11  630001 1300364024  LLA : DE 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001815286 Incremental Funding for TI#: 3; Funding Doc#: N0002413WX02169  630002 1300323717  LLA : CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001541797 Incremental Funding TI# 4; FUNDING DOC#: HQ0006320403-AA  630003 1300329509  LLA : CX 1731319 A5XB 252 WS010 0 050120 2D 000000 A00001579574 Incremental funding for TI#11   MOD 40 Funding  Cumulative Funding   MOD 41  420009 1300277131-00001  LLA : CB 1701811 1224 253 X8WML 0 068342 2D 000000 20010400301A Standard Number: N0002410WX21751/AD Full PR # is 1300277131-00001. FY10 SCN funding for TI 13 (GEDMS).  420022 1300304364  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412RX20216/AA Full PR # is 1300304364-00001. FY12 RDTE funding for TI #12.  420041 1300335413  LLA : DA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001618328 Full PR # 1300335413 TI: 15 FY 13 SCN Funds; Doc#HSBP1209X01693  430007 1300323717  LLA : 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 57 of 86 FINAL

 

Page 60: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001541797 Incremental Funding for TI#4; Funding Doc#: HQ00063220403-AA  430008 1300325505  LLA : CV 1731319 A5XZ 252 WS100 0 050120 2D 000000 A00001552286  620004 1300277131-00002  LLA : CB 1701811 1224 253 X8WML 0 068342 2D 000000 20010400301A Full PR # is 1300277131-00002. FY10 SCN funding for TI 13 (GEDMS).  620011 1300304364  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412RX20216/AA Full PR # is 1300304364-00002. FY12 RDTE funding for TI #12.  620014 1300325505  LLA : CW 1731319 A5XZ 252 WS100 0 050120 2D 000000 A00001552286 Full PR # is 1300325505-00001. FY13 RDT&E funding for TI #14. Task=08030, Subtask=00057, TPS=NAV2602660 ACB-16; CERS WBS:1.7.3.1.99  620016 1300335413  LLA : DA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001618328 Full PR # 1300335413-00001 TI: 15 FY 13 SCN; Fund Doc #HSBP1209X01693   MOD 41 Funding  Cumulative Funding   MOD 42 Funding  Cumulative Funding   MOD 43  420036 1300325505  LLA : CV 1731319 A5XZ 252 WS100 0 050120 2D 000000 A00001552286 Full PR # is 1300325505-00001. FY13 RDT&E funding for TI #14. Task=08030, Subtask=00057, TPS=NAV2602660 ACB-16; CERS WBS:1.7.3.1.99 MOD 43 - Realignment  430008 1300325505  LLA : CV 1731319 A5XZ 252 WS100 0 050120 2D 000000 A00001552286 PR: 1300325505-00002 RDT&E FY13 FED: 9/30/13 WCD: 9/30/13 TI #14; *Realignment of funds from SLIN 420036 in the amount of $60,957*  430009 1300378012  LLA : DH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001905549 MOD 43 - Labor; Funds Exp. 09/30/14 PR# 1300378012; TI# 4  430010 1300376334  LLA : DG 1731611 1227 251 SH500 0 050120 2D 000000 A00001890226 Standard Number: N0002413WX10381-AA MOD 43 - Labor; Funds Exp. 09/30/17 PR# 1300376334-0001; TI# 1  430012 1300371602  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 58 of 86 FINAL

 

Page 61: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

LLA : DJ 1731319 W2DA 255 RA353 0 068342 2D 000000 00000000G250 MOD 43 - Labor; Funds Exp. 09/30/14 PR# 1300371602; TI# 2  630005 1300371602  LLA : DJ 1731319 W2DA 255 RA353 0 068342 2D 000000 00000000G250 MOD 43 - ODC; Funds Exp. 09/30/14 PR# 1300371602-0001; TI# 2   MOD 43 Funding  Cumulative Funding   MOD 44  430013 130038831200001  LLA : DK 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002010004 MOD # 44 - Labor PR# 1300388312; TI#16  430014 130039356100001  LLA : DL 1741319 A5XZ 252 WS100 0 050120 2D 000000 A00002050468 MOD #44 - LABOR PR# 1300393561-00001; TI#14 SSDS  430015 130039403000001  LLA : DM 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000SSM0 MOD 44 - LABOR PR# 1300394030-00001; TI# 2 RAILGUN  430016 130039403000002  LLA : DN 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000G250 MOD 44 - LABOR PR# 1300394030-00002; TI# 2 RAILGUN  430017 130039418600002  LLA : DP 1741319 C4KB 252 24VCS 0 050120 2D 000000 A10002054388 MOD 44 - LABOR PR# 1300394186-00002; TI# 3 LCS  630006 130038831200001  LLA : DK 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002010004 MOD # 44 - ODCs PR# 1300388312; TI# 16   MOD 44 Funding  Cumulative Funding   MOD 45  430018 130040118100001  LLA : DR 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002105233 MOD 45 - Labor PR# 1300401181-00001; TI# 11  430019 130039454200002  LLA : DS 1741319 C4KB 252 24VCS 0 050120 2D 000000 A10002056673 MOD 45 - Labor PR# 1300394542-00002; TI# 3  430020 130039714100001  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 59 of 86 FINAL

 

Page 62: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

LLA : DT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002073412 MOD 45 - Labor PR# 1300397141-00001; TI# 4  430021 130040141400001  LLA : DU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002106768 MOD 45 - Labor PR# 1300401414-00001; TI# 17  630007 130040141400002  LLA : DU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002106768 MOD 45 - ODCs PR# 1300401414*-00002; TI# 17   MOD 45 Funding  Cumulative Funding   MOD 46  430022 130040620900001  LLA : DV 9730300 265Y A5X AF309 4 000000 25 1A0010 470050A00113 047123 021001  MOD 46 - Labor PR# 1300406209-00001; TI# 18  430023 130039403000003  LLA : DN 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000G250 MOD 46 - Labor PR# 1300394030-00003; TI# 2  430024 130040551400001  LLA : DW 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002143199 MOD 46 - Labor PR# 1300405514-00001; TI# 11   MOD 46 Funding  Cumulative Funding   MOD 47  420020 130029618900001  LLA : CH 1721319 A5XB 252 WS010 0 050120 2D 000000 A00001342107 Full PR # is 1300296189-00001. FY12 RDTE funding for TI #11.  420047 130032371700002  LLA : CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001541797 INCREMENTAL FUNDING TO TI05; TASK FUND DOC.: HQ0006320403-AA  430014 130039356100001  LLA : DL 1741319 A5XZ 252 WS100 0 050120 2D 000000 A00002050468 MOD #44 - LABOR PR# 1300393561-00001; TI#14 SSDS  430025 130039403000004  LLA : DM 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000SSM0 MOD 47 - Labor PR# 1300394030-00004; TI# 2  430026 130041428900001  LLA : 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 60 of 86 FINAL

 

Page 63: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

DX 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002208602 MOD 47 - Labor PR# 1300414289-00001; TI# 11  430027 130041763600001  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 MOD 47 - Labor PR# 1300417636-00001; TI# 4  430028 130039403000005  LLA : DN 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000G250 MOD 47 - Labor PR# 1300394030-00005; TI #2  620010 130029618900002  LLA : CH 1721319 A5XB 252 WS010 0 050120 2D 000000 A00001342107 Full PR # is 1300296189-00002. FY12 RDTE funding for TI #11.  630008 130041428900001  LLA : DX 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002208602 MOD 47 - ODC PR# 1300414289-00001; TI# 11  630009 130041763600001  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 MOD 47 - ODC PR# 1300417636-00001; TI# 4   MOD 47 Funding  Cumulative Funding   MOD 48  430029 130042149500001  LLA : DZ 1741319 C4KB 252 24VCS 0 050120 2D 000000 A00002264173 MOD 48 - Labor PR# 1300421495-00001; TI # 3  430030 130042149400001  LLA : EA 1741319 C4KB 252 24VCS 0 050120 2D 000000 A00002264041 MOD 48 - Labor PR# 1300421494-00001; TI# 3  430031 130042602600001  LLA : EB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002298744 MOD 48 - Labor PR# 1300426026-00001; TI# 17   MOD 48 Funding  Cumulative Funding   MOD 49  430032 130043521400001  LLA : EC 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002361160 MOD - Labor PR# 1300435214-00001; TI# 19   MOD 49 Funding  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 61 of 86 FINAL

 

Page 64: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Cumulative Funding   MOD 50  700001 130043678400001  LLA : DN 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000G250 MOD 50 - Labor PR# 1300436784-00001; TI#2  700002 130043553600001  LLA : EE 1741319 C4LC 252 24VCS 0 050120 2D 000000 A00002363028 MOD 50 - Labor PR# 1300435536-00001; TI#3    700003 130043539600001  LLA : EF 1741319 C4LC 252 24VCS 0 050120 2D 000000 A00002362212 MOD 50 - Labor PR# 1300435396-00001; TI# 3  700004 130039714100002  LLA : DT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002073412 MOD 50 - Labor PR# 1300397141-00002; TI# 4  700005 130041763600002  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 MOD 50 - Labor PR# 1300417636-00002; TI# 4  700006 130043307600001  LLA : EG 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002343797 MOD 50 - Labor PR# 1300433076-00001; TI# 11  700007 130043528400001  LLA : EH 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002361555 MOD 50 - Labor PR# 1300435284-00001; TI# 19  900001 130043539600001  LLA : EF 1741319 C4LC 252 24VCS 0 050120 2D 000000 A00002362212 MOD 50 - ODCs PR# 1300435396-00001; TI# 3  900002 130041763600002  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 MOD 50 - ODCs PR# 1300417636-00002; TI# 4  900003 130043307600001  LLA : EG 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002343797 MOD 50 - ODCs PR# 1300433076-00001; TI# 11   MOD 50 Funding  Cumulative Funding   MOD 51  430027 130041763600001  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 62 of 86 FINAL

 

Page 65: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 MOD 47 - Labor PR# 1300417636-00001; TI# 4  630009 130041763600001  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 MOD 47 - ODC PR# 1300417636-00001; TI# 4  700005 130041763600002  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 MOD 50 - Labor PR# 1300417636-00002; TI# 4  900002 130041763600002  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 MOD 50 - ODCs PR# 1300417636-00002; TI# 4   MOD 51 Funding  Cumulative Funding   MOD 52  700001 130043678400001  LLA : DN 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000G250 MOD 50 - Labor PR# 1300436784-00001; TI#2  700002 130043553600001  LLA : EE 1741319 C4LC 252 24VCS 0 050120 2D 000000 A00002363028 MOD 50 - Labor PR# 1300435536-00001; TI#3    700003 130043539600001  LLA : EF 1741319 C4LC 252 24VCS 0 050120 2D 000000 A00002362212 MOD 50 - Labor PR# 1300435396-00001; TI# 3  700004 130039714100002  LLA : DT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002073412 MOD 50 - Labor PR# 1300397141-00002; TI# 4  700005 130041763600002  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 MOD 50 - Labor PR# 1300417636-00002; TI# 4  700006 130043307600001  LLA : EG 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002343797 MOD 50 - Labor PR# 1300433076-00001; TI# 11  700007 130043528400001  LLA : EH 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002361555 MOD 50 - Labor PR# 1300435284-00001; TI# 19  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 63 of 86 FINAL

 

Page 66: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

7001AB 130043678400001  LLA : DN 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000G250 Standard Number: N0001414RX20075 - AA TI#2 Railgun Cost Support  7001AC 130043553600001  LLA : EE 1741319 C4LC 252 24VCS 0 050120 2D 000000 A00002363028 TI#3 LCS SUW MP Cost Support  7001AD 130043539600001  LLA : EF 1741319 C4LC 252 24VCS 0 050120 2D 000000 A00002362212 TI#3 LCS SUW MP Cost Support  7001AE 130039714100002  LLA : DT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002073412 TI#4 Aegis BMD and Aegis Ashore Support  7001AF 130041763600002  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 TI#4 Aegis BMD & Aegis Ashore Support  7001AG 130043307600001  LLA : EG 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002343797 TI#11 ACB Planner Cost Support to IWS 1.0  7001AH 130043528400001  LLA : EH 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002361555 TI#19 Managed Network Business Cost Estimate/Case Analysis  900001 130043539600001  LLA : EF 1741319 C4LC 252 24VCS 0 050120 2D 000000 A00002362212 MOD 50 - ODCs PR# 1300435396-00001; TI# 3  900002 130041763600002  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 MOD 50 - ODCs PR# 1300417636-00002; TI# 4  900003 130043307600001  LLA : EG 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002343797 MOD 50 - ODCs PR# 1300433076-00001; TI# 11  9001AD 130043539600001  LLA : EF 1741319 C4LC 252 24VCS 0 050120 2D 000000 A00002362212 TI#3 LCS SUW MP Cost Support  9001AF 130041763600002  LLA : DY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002235019 TI#4 - Aegis BMD and Aegis Ashore Support  9001AG 130043307600001  LLA : EG 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002343797 TI#11 - ACB Planner Cost Support to IWS 1.0   MOD 52 Funding  Cumulative Funding  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 64 of 86 FINAL

 

Page 67: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

 MOD 53  7001AJ 130044641100001  LLA : EJ 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002437203  7001AK 130044909400001  LLA : EK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002455321  7001AL 130043678400002  LLA : DN 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000G250 Standard Number: N0001414RX20075 - AA  7001AM 130045162600001  LLA : EL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002476567  7001AN 130045060200001  LLA : EM 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000SSM0 Standard Number: N0001414RX20053   MOD 53 Funding  Cumulative Funding   MOD 54  7001AP 130044284400001  LLA : EN 1731319 A5FH 252 WS030 0 050120 2D 000000 A00002414275  7001AQ 130045624500001  LLA : EP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002523650  7001AR 130045060200002  LLA : EQ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002522381   MOD 54 Funding  Cumulative Funding   MOD 55  7001AS 130046388900001  LLA : ER 1751319 C4LC 252 24VCS 0 050120 2D 000000 A00002609128  7001AT 130046397200001  LLA : ES 1751319 C4LC 252 24VCS 0 050120 2D 000000 A00002609272  7001AU 130046388400001  LLA : ET 1751810 84RA 252 V4X00 0 050120 2D 000000 A00002608651  7001AV 130046690000001  LLA : EU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002633905  7001AW 130045060200004  LLA : EV 1741319 W3DJ 255 RA353 0 068342 2D 000000 02911000G300  7001AX 130046938200001  LLA : EX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002653027 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 65 of 86 FINAL

 

Page 68: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

 7001AY 130047082600001  LLA : EY 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002665616  9001AS 130045060200003  LLA : DN 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000G250  9001AY 130047082600001  LLA : EY 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002665616   MOD 55 Funding  Cumulative Funding   MOD 56 Funding  Cumulative Funding   MOD 57  7001AZ 130047410000001  LLA : EZ 9740400 1120 P44 55040 3 251C96 KM 970494 47DWAM42317 049447   7001BA 130047385300001  LLA : FA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002691411  7001BB 130047389200001  LLA : FB 9750400 2520 XCS D09PF Y 15AB11 5I TFY151 671AB251HQ00 065423230400040603892 044411   7001BC 130047508800001  LLA : FC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002703499  9001AZ 130047410000001  LLA : EZ 9740400 1120 P44 55040 3 251C96 KM 970494 47DWAM42317 049447    MOD 57 Funding  Cumulative Funding   MOD 58  400014 Q07/11375984  LLA : AQ 1701810 87X7 253 SASLM 0 068342 2D 000000 X70010000000  Standard Number: N0002411WX30253/AA FY10 OPN funding for LROI Program Support  400018 G30/1173118A  LLA : AU 1711319 W2DA 255 RA353 0 068342 2D 000000 00001000G250  Standard Number: N0001411WX20370/AA FY11 RDTE funding for Railgun Program Support  410027 130025255600002  LLA : BL 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001075771 FY12 RDT&E funding for LCS SUW MP Program Support  410030 130025916300001  LLA : BP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001121724 FY12 RDT&E funding for AEGIS Ashore Program Support  410034 130027971500001  LLA : 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 66 of 86 FINAL

 

Page 69: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

BT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001260478 FY11 OPN funding for TI 9.  410035 130027971600001  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412RX20216/AA FY12 RDT&E funding for TI 12.  420009 130027713100001  LLA : CB 1701811 1224 253 X8WML 0 068342 2D 000000 20010400301A Standard Number: N0002410WX21751/AD Full PR # is 1300277131-00001. FY10 SCN funding for TI 13 (GEDMS).  420022 130030436400001  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412RX20216/AA Full PR # is 1300304364-00001. FY12 RDTE funding for TI #12.  420041 130033541300001  LLA : DA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001618328 Full PR # 1300335413 TI: 15 FY 13 SCN Funds; Doc#HSBP1209X01693  420045 130033373800004  LLA : BM 1721319 W2DA 255 RA353 0 068342 2D 000000 00001000GGA0 Standard Number: N0001412WX21060 Full PR # 1300333738-00004 TI: 02 FY13 RDTE; Funding Doc #N0001412WX21060  430010 130037633400001  LLA : DG 1731611 1227 251 SH500 0 050120 2D 000000 A00001890226 Standard Number: N0002413WX10381-AA MOD 43 - Labor; Funds Exp. 09/30/17 PR# 1300376334-0001; TI# 1  430013 130038831200001  LLA : DK 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002010004 MOD # 44 - Labor PR# 1300388312; TI#16  430022 130040620900001  LLA : DV 9730300 265Y A5X AF309 4 000000 25 1A0010 470050A00113 047123 021001  MOD 46 - Labor PR# 1300406209-00001; TI# 18  430026 130041428900001  LLA : DX 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002208602 MOD 47 - Labor PR# 1300414289-00001; TI# 11  430028 130039403000005  LLA : DN 1741319 W2DA 255 RA353 0 068342 2D 000000 00000000G250 MOD 47 - Labor PR# 1300394030-00005; TI #2  430030 130042149400001  LLA : EA 1741319 C4KB 252 24VCS 0 050120 2D 000000 A00002264041 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 67 of 86 FINAL

 

Page 70: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

MOD 48 - Labor PR# 1300421494-00001; TI# 3  430031 130042602600001  LLA : EB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002298744 MOD 48 - Labor PR# 1300426026-00001; TI# 17  430032 130043521400001  LLA : EC 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002361160 MOD - Labor PR# 1300435214-00001; TI# 19  7001BD 130048169700001  LLA : FE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002753314  9001BD 130048169700001  LLA : FE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002753314   MOD 58 Funding  Cumulative Funding   MOD 59 Funding  Cumulative Funding   MOD 60  7001BE 130048601300001  LLA : FF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002783129 TI# 4  7001BF 130049172300001  LLA : FG 1751319 84ER 252 240V0 0 050120 2D 000000 A00002825235 TI# 21  9001BE 130048601300001  LLA : FF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002783129  9001BF 130049172300001  LLA : FG 1751319 84ER 252 240V0 0 050120 2D 000000 A00002825235   MOD 60 Funding  Cumulative Funding   MOD 61 Funding  Cumulative Funding   MOD 62  7001BG 130047205500001  LLA : FH 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002677796 Standard Number: MIPR4H040J7354  7001BH 130049871900001  LLA : FJ 1751319 A5XB 252 WS010 0 050120 2D 000000 A00002876021  7001BJ 130050091600001  LLA : FK 1751319 C4LC 252 24VCS 0 050120 2D 000000 A00002892498  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 68 of 86 FINAL

 

Page 71: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

9001BG 130047205500001  LLA : FH 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002677796 Standard Number: MIPR4H040J7354  9001BH 130049871900001  LLA : FJ 1751319 A5XB 252 WS010 0 050120 2D 000000 A00002876021   MOD 62 Funding  Cumulative Funding   MOD 63  7001BK 130050794300001  LLA : FL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002938041  9001BK 130050794300001  LLA : FL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002938041   MOD 63 Funding  Cumulative Funding   MOD 64  710001 130050926900001  LLA : FM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002946721 Labor Funding from MDA for TI 4 - (Mod 64).  910001 130050926900001  LLA : FM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002946721 ODC Funding from MDA for TI 4 - (Mod 64).   MOD 64 Funding  Cumulative Funding   MOD 65  710001 130050926900001  LLA : FM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002946721 Labor Funding from MDA for TI 4 - (Mod 64). **Deob from MDA Funding - New SLIN Value - . (Mod 65).  710101 130050725000001  LLA : FN 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002933398 Labor Funding from NAVSEA for TI 11 - (Mod 65).  710102 130050569500001  LLA : FP 1751319 A5XB 252 WS010 0 050120 2D 000000 A00002921936 Labor Funding from NAVSEA for TI 11 - (Mod 65).  710103 130050951300001  LLA : FS 1751319 C4LC 252 24VCS 0 050120 2D 000000 A00002948213 Labor Funding from NAVSEA (PEO LCS PMS 420) for TI 3 *LCS SUW MP Scheduling Support* - (Mod 65)  710104 130050951800001  LLA : FT 1751319 C4LC 252 24VCS 0 050120 2D 000000 A00002948458 Labor Funding from NAVSEA (PEO LCS PMS 420) for TI 3 *LCS SUW MP cost estimating and EVM Support* - (Mod 65) 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 69 of 86 FINAL

 

Page 72: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

 710201 130050537100001  LLA : FQ 9750400 1120 P54 55040 3 251C00 00 000494 47DWAM50804 049447  Labor Funding from CNO for TI 20 Funding Doc: DWAM50804 - (Mod 65).  710301 130048984500001  LLA : FR 1751319 W2DA 251 00014 0 050120 2D 000000 A00002810794 Labor Funding from ONR for TI 2 - (Mod 65).  910101 130050725000001  LLA : FN 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002933398 ODC Funding from NAVSEA for TI 11 - (Mod 65).  910102 130050951800001  LLA : FT 1751319 C4LC 252 24VCS 0 050120 2D 000000 A00002948458 ODC Funding from NAVSEA (PEO LCS PMS 420) for TI 3 *LCS SUW MP cost estimating and EVM Support* - (Mod 65)  910201 130050537100001  LLA : FQ 9750400 1120 P54 55040 3 251C00 00 000494 47DWAM50804 049447  ODC Funding from CNO for TI 20 Funding Doc: DWAM50804 - (Mod 65).   MOD 65 Funding  Cumulative Funding   MOD 66  710401 130051758500001  LLA : FU 97X4930 NH1E 252 77777 0 050120 2F 000000 A00003002320 FMS Labor Funding from Mexico (MX-P-GAX) for TI 16 *FMS CASE MXPGAX NO COSTS MAY BE INCURRED AFTER 09/30/15 * - (Mod 66)  910401 130051758500001  LLA : FU 97X4930 NH1E 252 77777 0 050120 2F 000000 A00003002320 FMS ODC Funding from Mexico (MX-P-GAX) for TI 16 *FMS CASE MXPGAX NO COSTS MAY BE INCURRED AFTER 09/30/15 * - (Mod 66)   MOD 66 Funding  Cumulative Funding   MOD 67  710105 130051758700001  LLA : FV 1751319 84ER 255 240V0 0 050120 2D 000000 A00003002420 Labor Funding from NAVSEA (Joint Service EOD) for TI 21 - (Mod 67)  910103 130051758700001  LLA : FV 1751319 84ER 255 240V0 0 050120 2D 000000 A00003002420 ODC Funding from NAVSEA (Joint Service EOD) for TI 21 - (Mod 67)   MOD 67 Funding  Cumulative Funding   MOD 68  710002 130052298700001  LLA : FW 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003036626 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 70 of 86 FINAL

 

Page 73: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Labor Funding from MDA for TI 11 - (Mod 68).  710106 130052092600002  LLA : FX 1751319 84NP 255 V5405 0 050120 2D 000000 A10003023865 Labor Funding from NAVSEA for TI 12 (Mod 68).  910002 130052298700001  LLA : FW 97X4930 NH1E 251 77777 0 050120 2F 000000 A00003036626 ODC Funding from MDA for TI 11 - (Mod 68).  910104 130052092600002  LLA : FX 1751319 84NP 255 V5405 0 050120 2D 000000 A10003023865 ODC Funding from NAVSEA for TI 12 (Mod 68).   MOD 68 Funding  Cumulative Funding  

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 71 of 86 FINAL

 

Page 74: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

SECTION H SPECIAL CONTRACT REQUIREMENTS

MANDATORY REQUIREMENTS Offerors must meet all mandatory requirements at time of proposal submission, or have anacceptable plan to meet the requirements by start date of the task order performance. In addition,mandatory requirements must be maintained throughout the life of the task order. The mandatoryrequirements are as follows: Requirement 1 – Facility Security Clearance and Location - The contractor’s facilitysupporting this requirement shall be located within a 120 minute commuting time of NSWCDD,Dahlgren, VA and be capable of processing and securely storing up to SECRET level informationin its facility. See Attachment J.1, DD Form 254. Requirement 2 – Personnel Security Clearances – The Program Manager, personnel that willbe located on-site at NSWCDD, and other personnel assigned to perform classified efforts mustpossess and maintain a SECRET level clearance. Requirement  3 – Organizational Conflict of Interest (OCI) Certification/Mitigation Plan -The offeror shall certify compliance with the OCI clause or present an acceptable plan toneutralize any actual or perceived organizational conflict of interest. The certification and/ormitigation plan shall cover all team members.

LABOR CATEGORY QUALIFICATION REQUIREMENTS

To perform the requirements of the Performance Work Statement, the Government desirespersonnel with the appropriate experience and professional development qualifications.  Laborcategories are identified as Key and Non-Key.  The experience level for each Key Personnel laborcategory and each Non-Key Personnel labor category is identified in the clause entitledPERSONNEL QUALIFICATIONS below.

Two groups of Key Personnel will support this order - Resumed Key Personnel andNon-Resumed Personnel Performing in Key Labor Categories.      

Resumed Key Personnel are the Key Personnel whose resumes were submitted with the offeror’sproposal for evaluation purposes or their replacement in accordance with the CHANGES INRESUMED KEY PERSONNEL clause below.  (Section L provision 5.2 RESUMES identifiesthe number of Full-Time Equivalents for which resumes are required in the offeror's proposal.)Key Personnel qualification levels are considered to be “Desired” for those individuals whoseresumes are submitted for evaluation with the proposal. Resumes for any replacement of theseproposed resumed key personnel following award shall be equal to or better than the individualsinitially proposed, as required by the clause CHANGES IN RESUMED KEY PERSONNELbelow.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 72 of 86 FINAL

 

Page 75: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Non-Resumed Personnel Performing in Key Labor Categories are the remaining personnelproposed to provide support in the Key Personnel labor categories. Non-Resumed PersonnelPerforming in Key Labor Categories should meet or exceed the PERSONNELQUALIFICATIONS indentified in the clause below.

Non-Key Personnel are the personnel proposed to provide hours in labor categories that are notidentified as Key.  Non-Key Personnel should meet or exceed the PERSONNELQUALIFICATIONS identified in the clause below.

Prior to charging Non-Resumed Personnel Performing in Key Labor Categories and Non-KeyPersonnel under the order, the contractor shall provide a written notification stating theindividual's name, order labor category, employer, tasking/project the person will support, andcertifying that the individual either meets the minimum qualifications of the labor category asspecified under the order OR identifying the labor category qualifications the person does notfully meet and providing a brief explanation of the benefits of this person performing in thestated order labor category.  Personnel qualification certifications for additional and/orreplacement personnel should be submitted via e-mail. E-mail submissions shall be madesimultaneously to the Contract Specialist, Contracting Officer Representative (COR), AlternateContacting Officers Representative (ACOR), and Technical Assistant (TA), if applicable. TheContract Specialist will acknowledge receipt of these notifications. THIS DOES NOT APPLYTO THE NON-RESUMED PERSONNEL PERFORMING IN KEY LABOR CATEGORIESAND NON-KEY PERSONNEL ORIGINALLY PROPOSED UNDER THIS EFFORT; ITONLY APPLIES TO POST-AWARD REPLACEMENTS.

When Non-Resumed Personnel Performing in Key Labor Categories or Non-Key Personnel willno longer be charged against this order (no longer employed by the company, assigned to anotherprogram, etc.), the contractor shall notify the Contract Specialist, COR, ACOR, and TA (ifapplicable) via e-mail with the date of departure from this order.

PERSONNEL QUALIFICATIONS

   (a)  Key Personnel Qualifications

     (1)  Program Manager – Sixteen (16) years experience in cost estimation and analysis for theGovernment, with at least eight (8) years experience leading multiple, complex cost estimating andcost research projects. An individual in this category needs  a working knowledge of cost estimatingprincipals and experience in at least two (2) of the five (5) major task areas listed in thePerformance Work Statement (PWS sections 2.1 - 2.5).

     (2)  Senior Cost Analyst – Nine (9) years experience in cost estimation and analysis for theGovernment, with at least three (3) years experience leading complex cost estimating and costresearch projects. An individual in this category needs a working knowledge of cost estimatingprincipals and experience in at least two (2) of the five (5) major task areas listed in the

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 73 of 86 FINAL

 

Page 76: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Performance Work Statement (PWS sections 2.1 - 2.5). Broad knowledge of cost estimating datasources, tools, methodologies, and risk analysis. Demonstrated ability to quickly establish contactsthroughout DoD and Industry community to acquire data and information relevant to costestimating needs.

   (b)  Non-Key Personnel Qualifications

     (1)  Intermediate Cost Analyst – Five (5) years experience in cost estimation and analysis forthe Government.  Demonstrated ability to work independently with little direction, and in teams,to develop cost estimates.

     (2)  Junior Cost Analyst - Two (2) years experience in cost estimation and analysis for theGovernment.  Demonstrated ability to take direction, and in teams, to develop cost estimates withsome oversight.

CHANGES IN RESUMED KEY PERSONNEL

(a) The Contractor agrees that a partial basis for award of this order are the Resumed KeyPersonnel proposed.  Accordingly, the Contractor agrees to assign to this order those keypersons whose resumes were submitted with the proposal necessary to fulfill the requirements ofthe order.  No substitution shall be made without prior notification to and concurrence of theContracting Officer in accordance with this requirement.

(b) The contractor agrees that during the first 180 days of the period of performance no ResumedKey Personnel substitutions will be permitted unless such substitutions are necessitated by anindividual's sudden illness, death, or termination of employment.  All proposed substitutionsshall have qualifications equal to or higher than the qualifications of the person to be replaced.The Contracting Officer shall be notified in writing of any proposed substitution at least fifteen(15) days, or thirty (30) days if a security clearance is to be obtained, in advance of the proposedsubstitution.  Such notification shall include:

     (1) An explanation of the circumstances necessitating the substitution;     (2) A complete resume of the proposed substitute;     (3) The hourly rates of the incumbent and the proposed substitute;     (4) A chart summarizing the years of experience and professional development for theindividuals involved in the substitution; and     (5) Any other information requested by the Contracting Officer to enable him/her to judgewhether or not the Contractor is maintaining the same high quality of personnel that provided thepartial basis for award.

(c) Requests for post award approval of replacement Resumed Key Personnel should besubmitted via e-mail.  E-mail submissions shall be made simultaneously to the ContractSpecialist, COR, ACOR, and the TA, if applicable.  It is desired that resumes be submitted in theformat required below.  Electronic notification via e-mail from the Contract Specialist will serve

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 74 of 86 FINAL

 

Page 77: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

as written approval/disapproval on behalf of the Contracting Officer.

RESUME FORMAT AND CONTENT REQUIREMENTS All resumes submitted under this order shall include, as a minimum, the following information:

     (a)  Complete Name     (b)  Task Order Labor Category & Contractor Labor Category     (c)  Percentage of Time to be Allocated to this Effort     (d)  Current Work Location & Proposed Work Location     (e)  Current Security Clearance Level (identify Interim or Final)     (f)  Years of Professional Experience     (g)  Educational History / Professional Development      (h)  Chronology of Work History/ Professional Experience

SEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

(a) Performance of the work hereunder shall be subject to written technical instructions issuedelectronically by the Contract Specialist on behalf of the Contracting Officer. As used herein,technical instructions are defined to include the following:

(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift workemphasis, fill in details or otherwise serve to accomplish the contractual SOW.

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

(b) Technical instructions must be within the general scope of work stated in the order. Technicalinstructions may not be used to: (1) assign additional work under the order; (2) direct a change asdefined in the "CHANGES" clause of the basic contract; (3) increase or decrease theestimated order amount (including fee), as applicable, the level of effort, or the time requiredfor task order performance; or (4) change any of the terms, conditions or specifications of the order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope ofthe order or is inconsistent with this requirement, the Contractor shall notify the ContractingOfficer in writing within ten (10) working days after the receipt of any such instruction. TheContractor shall not proceed with the work affected by the technical instruction unless and untilthe Contractor is notified by the Contracting Officer that the technical instruction is within thescope of this order.

(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performingthat portion of the contractual work statement which is not affected by the disputed technicalinstruction.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 75 of 86 FINAL

 

Page 78: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

SAVINGS INITIATIVES The following cost savings initiatives (that are in addition to the cost savings initiatives specified inthe contractor’s basic contract) are required under this task order:

 

QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)

1.  PURPOSE

This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied documentused to make sure systematic quality assurance methods are used in the administration of thisperformance based service task order.  This QASP sets forth the guidelines and processes theGovernment will employ to ensure the contractor performs in accordance with the performanceobjectives and the Government receives the quality of services called for in the order.  Thisperformance evaluation does not replace any other requirement for evaluating contractor performancethat may be required by this task order such as a Contractor Performance Assessment Reporting System(CPARS) report or a Task Order Performance Evaluation (TOPE) report.

2.  AUTHORITY

Authority for issuance of this QASP is provided under Contract Section E – Inspection andAcceptance, which provides for inspections and acceptance of the services and documentation calledfor in service contracts/task order to be executed by the Contracting Officer or a duly authorizedgovernment representative.

3.  SCOPE

The QASP is put in place to provide Government surveillance oversight of the contractor’s effortsto assure that they are timely, effective, and delivering the results specified in the order.  Thecontractor’s performance on this task order will be evaluated by the Government as described below.  

 The following are the evaluation periods for this task order:

1st evaluation period:  1/1/11 – 4/30/11

2nd evaluation period: 5/1/11 – 4/30/12

3rd evaluation period:  5/1/12 – 4/30/13

4th evaluation period:  5/1/13 – 4/30/14

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 76 of 86 FINAL

 

Page 79: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

5th evaluation period:  5/1/14 – 4/30/15 The evaluation will cover all work performed by the contractor during evaluation period but will notinclude cumulative information from prior periods.  Based on the evaluation results, the ContractingOfficer will assign an overall performance rating.

 If the Contracting Officer assigns an “Unsatisfactory” overall performance rating for the periodevaluated, the next option period will not be exercised.  As options are exercised, improvedperformance is required as demonstrated in Table 2.

4.  GOVERNMENT RESOURCES AND RESPONSIBILITIES

The following Government resources shall have responsibility for the implementation of this QASP:

Contracting Officer – The Contracting Officer ensures performance of all necessary actions foreffective contracting, ensures compliance with the terms of the contract/task order and safeguards theinterests of the United States in the contractual relationship.  It is the Contracting Officer that assuresthe Contractor receives impartial, fair and equitable treatment under the task order.  The ContractingOfficer is ultimately responsible for the final determination of the adequacy of the Contractor’sperformance.  The Procuring Contracting Officer (PCO) for this task order is identified in Section G.

Contract Specialist – An individual assigned by the PCO to assist in the daily administration of thetask order.  The Contract Specialist also provides input to the PCO and the Contracting OfficerRepresentative (COR) as to the quality of performance for areas addressed in this QASP.  The ContractSpecialist for this task order is identified in Section G.

Contracting Officer Representative – The COR is responsible for technical administration of thetask order and assures proper Government surveillance of the contractor’s performance.  The COR isnot empowered to make any contractual commitments or to authorize any changes on theGovernment’s behalf.  Any changes that the contractor deems may affect contract price, terms, orconditions shall be referred to the Contracting Officer for action.  The COR for this task order isidentified in Section G.

Government Technical Point of Contact (TPOC) – The COR may designate an individualGovernment Technical Point of Contact to assist in administering specific projects under the taskorder.  The Government TPOC is responsible for assisting in administering a specific project under thetask order.  A Government TPOC cannot, in any manner, alter the scope of the task order, makecommitments or authorize any changes on the Government’s behalf.

5.  METHODS OF QA SURVEILLANCE

a.  Quality Assurance Surveillance Plan (QASP) – The below listed methods of surveillance shallbe used by the COR in the technical administration and the PCO/Contract Specialist in non-technicaladministration of this QASP.  The Performance Rating resulting from the QASP will be a determinantin exercising an option.

b.  Contractor Performance Assessment Report System (CPARS) – The market place forinformation technology, engineering, and management support services is very competitive.  As such,the successful offeror has a vested interest in the Government generated CPARS under this contract.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 77 of 86 FINAL

 

Page 80: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

 An evaluation using the CPARS format will be performed at the end of each year of performance. This evaluation will also be a determinant in exercising an option.  In the CPAR System theGovernment will address the quality of product or service, schedule, cost control, business relations,management, and other important areas.  CPARS information may affect future source selectionsthroughout DoD, as well as the continuation of this order.  The annual CPARS assessment will be usedas an additional performance oversight and communication tool with the QASP.

6.  DOCUMENTATION

a.  Contractor – For each QASP assessment period the Contractor will provide a self-assessment ofthe performance provided.  The self-assessment report shall be delivered to the COR and ContractSpecialist NLT 30 days following the period being evaluated.  The self-assessment shall cover allareas of the Government QASP.  Contractor format is acceptable with Government concurrence. The COR’s “Recommendation to the Contracting Officer” will be provided  to the contractor forreview and comment.  Within 10 days of receiving the “Recommendation to the ContractingOfficer” the contractor shall respond to the COR and Contract Specialist with an “agreement withthe recommendation” or a “disagreement with the recommendation and supporting documentation”.

b.  Government – For each QASP assessment period, the COR and Contract Specialist will provide a“Recommendation to the Contracting Officer” addressing all performance criterion in the QASP.   Inaddition to providing the “Recommendation to the Contracting Officer”, the COR will maintain acomplete Quality Assurance file.  The file will contain copies of reports, evaluations,recommendations, and any actions related to the Government’s performance of the quality assurancefunction.  The COR shall forward these records to the Contracting Officer at termination orcompletion of the order.

7.  SURVEILLANCE

The tables below set forth the performance ratings, standards, outcomes, and surveillance methods tobe used to document the results of the surveillance.

a.  Performance Ratings:  The Government will evaluate the contractor’s performance of thePerformance Work Statement (PWS) and the Contracting Officer will assign one of the followingratings:  Excellent, Satisfactory, or Unsatisfactory.  The standards associated with these ratings are asfollows.

TABLE 1:  OVERALL PERFORMANCE RATINGS

Overall Performance Rating Standard

Excellent“Excellent” ratings for all performance evaluation criteriain Tables 3, 5 and 6.

SatisfactoryA minimum of “Satisfactory” rating for all performanceevaluation criteria in Tables 3, 5 and 6.

UnsatisfactoryA rating of “Unsatisfactory” for one or more performanceevaluation criteria in Tables 3, 5 and 6.

 b.  Objectives/Determination:

The Contracting Officer will make a performance determination at the end of each evaluation period. The determination will be based upon the Contractor’s Self-Evaluation Report, the COR’s

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 78 of 86 FINAL

 

Page 81: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

recommendations, the contractor’s comments to the COR’s recommendation, and any otherinformation deemed relevant by the Contracting Officer.  The Contracting Officer shall resolvedisagreements between the COR’s recommendations and the contractor’s self-assessmentreport/comments regarding the evaluation.  The Contracting Officer’s performance determination isunilateral and final.  The Contracting Officer will document the determination and provide a copy tothe contractor within 30 days of receipt of the contractor’s self-assessment.

The following table details how incentives shall apply to performance under this order.

TABLE 2: OBJECTIVES

AssessmentPeriod

Acceptable PerformanceDefinition

How Measured Incentives

 Base:

 Overall PerformanceRating of at least“Satisfactory”.   (SeeTable 1.)  One or moreCriteria rated asExcellent”.   (See Tables3, 5, and 6.)

 After the firstevaluation periodusing the QASPevaluation ratings;annually usingCPARS. 

 (+) Meet the acceptableperformance definition as acondition for exercise of option1.* (-) Does not meet the acceptableperformance definition.  Optionshall not be exercised. 

 Option I:

 Overall PerformanceRating of at least“Satisfactory”.   (SeeTable 1.)  One or moreCriteria rated as“Excellent”.   (See Tables3, 5, and 6.)

 After the secondevaluation periodusing the QASPevaluation ratings;annually usingCPARS. 

 (+) Meet the acceptableperformance definition as acondition for exercise of anoption 3.* (-) Does not meet the acceptableperformance definition.  Optionshall not be exercised.

 Option II:

 Overall PerformanceRating of at least“Satisfactory”.   (SeeTable 1.)  One or moreCriteria rated as“Excellent”.   (See Tables3, 5, and 6.)

 After the thirdevaluation periodusing the QASPevaluation ratings;annually using theCPARS. 

 (+) Meet the acceptableperformance definition as acondition for exercise of anoption 3.* (-) Does not meet the acceptableperformance definition.  Optionshall not be exercised.

 Option III:

 Overall PerformanceRating of at least“Satisfactory”.   (SeeTable 1.)  Two or moreCriteria rated asExcellent”.   (See Tables3, 5, and 6.)

 After the fourthevaluation periodusing the QASPevaluation ratings;annually using theCPARS. 

 (+) Meet the acceptableperformance definition as acondition for exercise of anoption 4.* (-) Does not meet the acceptableperformance definition.  Optionshall not be exercised.

 Option IV:

 Overall PerformanceRating of at least“Satisfactory”.   (SeeTable 1.)  Two or more

 After the fifthevaluation periodusing the QASPevaluation ratings;

 (+) Meet the acceptableperformance definition as acondition for exercise of anoption 5.*

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 79 of 86 FINAL

 

Page 82: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

Criteria rated asExcellent”.   (See Tables3, 5, and 6.)

annually using theCPARS. 

 (-) Does not meet the acceptableperformance definition.  Optionshall not be exercised.

Option V: Overall PerformanceRating of at least“Satisfactory”.   (SeeTable 1.)  Two or moreCriteria rated asExcellent”.   (See Tables3, 5, and 6.)

Annually using theCPARS.

Final CPARS ratings.

* The Government will not exercise the next option year term unless the contractor meets theacceptable performance definition, but meeting the acceptable performance definition does notguarantee exercise of an option.

c.  Performance Evaluation Criteria

The contractor’s performance will be evaluated using the criteria and standards identified in Tables 3,5, and 6 below.  The Overall Performance Rating will be based on all criteria in Tables 3, 5, and 6. Each of the criteria in Tables 3, 5, and 6 must score a minimum of “satisfactory” to receive anOverall Performance Rating of “Satisfactory” in each assessment period.   One or more individualcriteria ratings of “Excellent” are required in each period to obtain Acceptable Performance (SeeTable 2).

Table 4 identifies the Performance Requirements for specific areas of the PWS.  The assessments ofall Table 4 elements are “rolled-up” into the “Task Performance” criterion of Table 3.

TABLE 3: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

TaskPerformance

Work product/service fails tomeet Acceptable Quality Levels(AQLs) defined in PerformanceRequirements Summary Table(Table 4).

Work product/serviceroutinely meets AcceptableQuality Levels (AQLs)defined in PerformanceRequirements SummaryTable (Table 4).

Work product/service frequentlyexceeds Acceptable QualityLevels (AQLs) defined inPerformance RequirementsSummary Table (Table 4).

Staffing

Contractor provides marginallyqualified or unqualifiedpersonnel. Lapses in coverageoccur regularly.  Poor level ofretention and attraction of keypersonnel.

Contractor provides qualifiedpersonnel.  Lapses incoverage may occasionallyoccur and are correctedpromptly.  Reasonable levelof retention and attraction ofkey personnel.

Contractor provides highlyqualified personnel.  Contractorreassigns personnel to ensureproper coverage.  Actual lapses incoverage occur very rarely, if ever,and are corrected promptly. Contractor ensures staff trainingremains current.  High level ofretention and attraction of keypersonnel.

Timeliness

Contractor frequently missesdeadlines, schedules, or is slowto respond to governmentrequests or is non-responsive togovernment requests.

Contractor routinely meetsdeadlines, schedules, andresponds quickly togovernment requests.

Contractor always meetsdeadlines, schedules, andresponds immediately togovernment requests.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 80 of 86 FINAL

 

Page 83: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

CustomerSatisfaction

Fails to meet customerexpectations.

Meets customer expectations. Exceeds customer expectations.

TABLE 4:  PERFORMANCE REQUIREMENTS SUMMARY TABLE

Work AreaPerformance

ObjectivePerformance

StandardAcceptable Quality

Level (AQL)

QualitySurveillance Plan

TypicalMonitoring

MethodsPWSparagraph2.1

(a)  Provide theDDG 1000program costestimating andanalyses support.

(a)  Provide accurateand timely costartifacts and supportin accordance withorder and project taskplans.

(a)  Deliverablescontain only fewgrammatical errorsand are technicallysound andsupported. 

(a)  Governmentreview ofdeliverables.

PWSparagraph2.2

(b)  Provide theRailgun programcost estimatingand analysessupport.

(b)  A Provideaccurate and timelycost artifacts andsupport in accordancewith order andproject task plans.

(b)  Deliverablescontain only fewgrammatical errorsand are technicallysound andsupported. 

(b)  Governmentreview ofdeliverables.

PWSparagraph2.3

(c)  Provide theLCS SUWprogram costestimating andanalyses support.

(c)  Provide accurateand timely costartifacts and supportin accordance withorder and project taskplans.

(c)  Deliverablescontain only fewgrammatical errorsand are technicallysound andsupported. 

(c)  Governmentreview ofdeliverables.

PWSparagraph2.4

(d)  Provide theAEGIS BMDprogram costestimating andanalyses support.

(d)  Provide accurateand timely costartifacts and supportin accordance withorder and project taskplans.

(d)  Deliverablescontain only fewgrammatical errorsand are technicallysound andsupported. 

(d)  Governmentreview ofdeliverables.

PWSparagraph2.5

(f)  Provide theAA program costestimating andanalyses support.

(f)  Provide accurateand timely costartifacts and supportin accordance withorder and project taskplans.

(f)  Deliverablescontain only fewgrammatical errorsand are technicallysound andsupported. 

(f)  Governmentreview ofdeliverables.

PWSparagraph2.6

(g)  Provide W11cost estimatingand analysessupport.

(g)  Provide accurateand timely costartifacts and supportin accordance withorder and project taskplans.

(g)  Deliverablescontain only fewgrammatical errorsand are technicallysound andsupported. 

(g)  Governmentreview ofdeliverables.

 

TABLE 5: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA ANDSTANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

ProblemResolution

Problems are unresolved,repetitive, or take excessive

Problems are resolvedquickly with minimal

Problems are non-existent or thecontractor takes corrective action

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 81 of 86 FINAL

 

Page 84: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

government effort to resolve. government involvement.without governmentinvolvement.

ResponsivenessContractor’s management isunresponsive to governmentrequests and concerns.

Contractor’s management isresponsive to governmentrequests and concerns.

Contractor’s management takesproactive approach in dealingwith government representativesand anticipates Governmentconcerns.

Communications

Contractor often fails tocommunicate with governmentin an effective and timelymanner.

Contractor routinelycommunicates withgovernment in an effectiveand timely manner.

Contractor takes a proactiveapproach such thatcommunications are almostalways clear, effective andtimely.

 

TABLE 6: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

 CRITERION

 UNSATISFACTORY

 SATISFACTORY

 EXCELLENT

Cost Management

Contractor routinely failsto complete the effortwithin the originallyagreed to estimated cost,i.e. cost overrunsfrequently occur.

Contractor routinelycompletes the effort withinthe originally agreed toestimated cost.  Contractorprovides measures forcontrolling all costs atestimated costs.  Fundsand resources are generallyused in a cost-effectivemanner.  No majorresource managementproblems are apparent.

Reductions in direct costs tothe Government belowcontract estimated costs arenoteworthy.  Contractorprovides detailed cost analysisand recommendations toGovernment for resolution ofproblems identified.  Fundsand resources are optimallyused to provide the maximumbenefit for the funds andresources available. Documented savings areapparent.

Cost ReportingReports are generally late,inaccurate incomplete orunclear.

Reports are timely,accurate, complete andclearly written.  Problemsand/or trends areaddressed, and an analysisis also submitted.

Reports are clear, accurate, andpro-active.  Problems and/ortrends are addressedthoroughly, and thecontractor’s recommendationsand/or corrective plans areimplemented and effective.

 

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 82 of 86 FINAL

 

Page 85: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

SECTION I CONTRACT CLAUSES

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by unilateral modification provided thatthe Government gives the Contractor a preliminary written notice of its intent to extend at least 30days before the contract expires. The preliminary notice does not commit the Government to anextension.

(b) If the Government exercises this option, the extended contract shall be considered to include thisoption clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shallnot exceed five years.

52.244-2  SUBCONTRACTS (JUNE 2007) - ALTERNATE 1 (JUNE 2007)

Paragraph (j) from the basic contract is completed as follows for this order:

     (j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which wereevaluated during negotiations:

              

The Contracting Officer's consent to a subcontract does not constitute a determination of theacceptability of the subcontract terms or price, or of the allowability of the costs.

MOD 56 was added as a subcontractor to provide support to Tecolote Research Inc.

SUBCONTRACTORS/CONSULTANTS 

In addition to the information required by FAR 52.244-2(e)(1) Alternate I, the contractor shallinclude the following information in requests to add subcontractors or consultants duringperformance, regardless of subcontract type or pricing arrangement: 

            (1) Impact on subcontracting goals;

            (2) Impact on providing the support at the contracted value; and

             (3) The results of negotiations to incorporate rate caps no higher than the lower of (i)Seaport-e rate caps for the prime contractor, or in the case where the proposed subcontractor isalso a Seaport-e prime, (ii) rate caps that are no higher than the subcontractor's prime Seaport-econtract.

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 83 of 86 FINAL

 

Page 86: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

252.225-7027 RESTRICTION ON CONTINGENT FEES FOR FOREIGN MILITARYSALES (APR 2003)

     with subparagraph (b)(1) completed as follows:

            (b)(1) For sales to the Government of Saudi Arabia, contingent fees in any amount. 252.225-7028 EXCLUSIONARY POLICIES AND PRACTICES OF FOREIGNGOVERNMENTS (APR 2003)

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 84 of 86 FINAL

 

Page 87: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

SECTION J LIST OF ATTACHMENTS

Exhibit A - Contract Data Requirements List - CDRL - DD1423

Attachment J.1 - DoD Contract Security Classification Specification - DD254rev.1

Attachment J.2 - COR Appointment Letter [replaced in Mod 18]

Attachment J.3 - New ACOR Appointment Letter [added in Mod 36]

Attachment J.4 - Option 1 Technical Instructions (TIs)                      J.4.1 - TI-09, Rev 1.1 [added in Mod 23]                      J.4.2 - TI-12, Rev 1  [added in Mod 23] 

Attachment J.5 – Option 2 Technical Instructions (TIs)                J.5.1     TI-01, Rev 2 [added in Mod 30]                J.5.2     TI-02, Rev 2 [added in Mod 30]                J.5.3     TI-03, Rev 2 [added in Mod 30]                J.5.4     TI-04, Rev 2 [added in Mod 30]                J.5.5     TI-05, Rev 2 [added in Mod 30]                J.5.6     TI-11, Rev 2 [added in Mod 30]                J.5.7     TI-12, Rev 2 [added in Mod 30]                J.5.8     TI-13, Rev 2 [added in Mod 30]                J.5.9     TI-14, Rev 2 [added in Mod 30]                J.5.10   TI-15, Rev 2 [added in Mod 36]                Attachment J.6 - Option 3 Technical Instructions (TIs)                J.6.1    TI-01, Rev 3 [added on Mod xx]                J.6.2    TI-02, Rev 3 [added on Mod 40]                J.6.3    TI-03, Rev 3 [added on Mod 40]                J.6.4    TI-04, Rev 3 [added on Mod 40]                J.6.5    TI-11, Rev 3 [added on Mod 40]                J.6.6    TI-14, Rev 3 [added on Mod 40]                J.6.7    TI-16, Rev 3 [added on Mod 44]                 J.6.8   TI-17, Rev 3 [added on MOD 45]                   J.6.9   TI-18, Rev 3 [added on MOD 46]                   J.6.10  TI-19, Rev 3 [added on MOD 49]

Attachment J.7 - Option 4 Technical Instructions (TIs)                J.7.1 TI-02, Rev 4 [added on MOD 50]                J.7.2 TI-03, Rev 4 [added on MOD 50]                J.7.3 TI-04, Rev 4 [added on MOD 50]                J.7.4 TI-11, Rev 4 [added on MOD 50]                J.7.5 TI-16, Rev 4 [added on MOD 50]                J.7.6 TI-19, Rev 4 [added on MOD 50]                J.7.7 TI-20, Rev 4 [added on MOD 54]                 J.7.8 TI-16 Rev 4a [added on MOD 54]                 J.7.9 TI-1   Rev 4   [added on MOD 55]                J.7.10 TI-4 Rev 4a [added on MOD 55]                J.7.11 TI-21 Rev 4 [added on MOD 57]

DISTRIBUTION:

Hard Copy

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 85 of 86 FINAL

 

Page 88: N00178 S0512A NSWC, DAHLGREN DIVISION DCMA LOS … · 420038 b506 ti13 mod 37 cb (scn) 420039 b506 ti11 mod 37 cy (scn) 420040 b506 ti1 mod 37 cz (scn) 420041 b506 ti15 mod 37 da

File

EDADCMA Los Angeles (S0512A)DFAS Columbus Center, West Entitlement (HQ0339)DCAA Western Region, Central Coast Branch Office (HAA724)NSWCDD Comptroller

Email

Contractor:                 

FSC: B506AID: 138983

 CONTRACT NO.

 N00178-05-D-4608 DELIVERY ORDER NO.

 0003 AMENDMENT/MODIFICATION NO.

 68 PAGE

 86 of 86 FINAL