82
N6133118F3006P00026 - FINAL Page 1 of 2 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 or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. E. IMPORTANT: Contractor is not is required to sign this document and return copies to the issuing office. AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE 2. AMENDMENT/MODIFICATION NUMBER 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUISITION NUMBER 5. PROJECT NUMBER (If applicable) 7. ADMINISTERED BY (If other than Item 6) CODE STANDARD FORM 30 (REV. 11/2016) Prescribed by GSA FAR (48 CFR) 53.243 FACILITY CODE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED (SEE ITEM 13) 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. 12. ACCOUNTING AND APPROPRIATION DATA (If required) copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NUMBER AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NUMBER IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15C. DATE SIGNED 15A. NAME AND TITLE OF SIGNER (Type or print) 16C. DATE SIGNED 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) PAGE OF PAGES 6. ISSUED BY CODE 8. NAME AND ADDRESS OF CONTRACTOR (Number, street, county, State and ZIP Code) (X) CODE 15B. CONTRACTOR/OFFEROR (Signature of person authorized to sign) 16B. UNITED STATES OF AMERICA (Signature of Contracting Officer) Previous edition unusable SCD P00026 N61331 1XZW5 SEE SECTION G FAR 52.232-22 Limitation of Funds Charlene Buduo , Contracting Officer SEE PAGE 2 101534548 S1002A NSWC, PANAMA CITY 110 Vernon Avenue Panama City, FL 32407-7001 Innovative Professional Solutions, Incorporated 8317 Front Beach Road Suite 17D Panama City Beach, Florida 32407 DCMA ORLANDO 3555 MAGUIRE BLVD. ORLANDO, FL 32803-3726 U 1300866476 N00178-04-D-4068/N6133118F3006 N/A 1 2 08/03/2020 05/05/2018 /s/Charlene Buduo 08/03/2020 C

N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

  • Upload
    others

  • View
    24

  • Download
    0

Embed Size (px)

Citation preview

Page 1: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 1 of 2

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 or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

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

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE

2. AMENDMENT/MODIFICATION NUMBER 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUISITION NUMBER 5. PROJECT NUMBER (If applicable)

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

STANDARD FORM 30 (REV. 11/2016) Prescribed by GSA FAR (48 CFR) 53.243

FACILITY CODE

9A. AMENDMENT OF SOLICITATION NUMBER

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NUMBER

10B. DATED (SEE ITEM 13)

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.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NUMBER AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NUMBER IN ITEM 10A.

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

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

D. OTHER (Specify type of modification and authority)

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15C. DATE SIGNED

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

16C. DATE SIGNED

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

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

PAGE OF PAGES

6. ISSUED BY CODE

8. NAME AND ADDRESS OF CONTRACTOR (Number, street, county, State and ZIP Code) (X)

CODE

15B. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

16B. UNITED STATES OF AMERICA

(Signature of Contracting Officer)

Previous edition unusable

SCD

P00026N61331

1XZW5

SEE SECTION G

FAR 52.232-22 Limitation of Funds

Charlene Buduo , Contracting Officer

SEE PAGE 2

101534548

S1002A

NSWC, PANAMA CITY110 Vernon AvenuePanama City, FL 32407-7001

Innovative Professional Solutions, Incorporated8317 Front Beach Road Suite 17DPanama City Beach, Florida 32407

DCMA ORLANDO3555 MAGUIRE BLVD.ORLANDO, FL 32803-3726

U

1300866476

N00178-04-D-4068/N6133118F3006

N/A

1 2

08/03/2020

05/05/2018

/s/Charlene Buduo08/03/2020

C

Page 2: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 2 of 2

General Information

The purpose of this modification is to:

 

(1) Administratively Correct a clerical error on P00025 in Sections B(Supplies and Services) and Section G (Contract Administration Data) whichde-obligated $ from SLIN 910106. As a result of this correction, thetotal obligated amount on SLIN 910106 remains $

(2) Provide incremental funding in the amount of $ to CLIN's 7200and 9201 as follows: 

CLIN/SLIN Fund Type  From ($) By ($) TO ($)

7200AJ OMN&N 0.00

7200AK WPN 0.00

9201AF OMN&N 0.00

9201AG WPN 0.00

(3) As a result of the above modification the total amount of funds obligatedto the task order is hereby increased from $ by $ to$

(4) The Task Order Contract Line Items (CLIN) funding are hereby identified inSection H (Special Contract Conditions) NAVSEA HQ 5252.232-9104 Allotment ofFunds Clause

(5) The total value of the task order is hereby increased/decreased from$ by $0.00 to $

(6) All other terms and conditions remain unchanged. 

 

Page 3: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 1 of 80

14. SHIP TO

ORDER FOR SUPPLIES OR SERVICESPAGE 1 OF

1. CONTRACT/PURCH ORDER/AGREEMENT NO. 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL (YYYYMMMDD)

4. REQUISITION/PURCH REQUEST NO. 5. PRIORITY

6. ISSUED BY CODE 7. ADMINISTERED BY (If other than 6) CODE 8. DELIVERY FOB

DESTINATION

OTHER(See Schedule ifother)

10. DELIVER TO FOB POINT BY (Date) (YYYYMMMDD)

12. DISCOUNT TERMS

13. MAIL INVOICES TO THE ADDRESS IN BLOCK

11. X IF BUSINESS IS

SMALL

SMALL DISAD-VANTAGED

WOMEN-OWNED

CODE 15. PAYMENT WILL BE MADE BY CODE MARK ALLPACKAGES ANDPAPERS WITH

IDENTIFICATIONNUMBERS IN

BLOCKS 1 AND 2.

16.TYPEOF

ORDER

DELIVERY/CALL

PURCHASE

This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of above numbered contract.

Reference your furnish the following on terms specified herein.ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVEBEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME.

If this box is marked, supplier must sign Acceptance and return the following number of copies:

NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED(YYYYMMMDD)

17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE

18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES20. QUANTITY

ORDERED/ACCEPTED*

21.UNIT

22. UNIT PRICE 23. AMOUNT

*If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted belowquantity ordered and encircle.

24. UNITED STATES OF AMERICA 25. TOTAL

26.DIFFERENCES

30. INITIALS

27a. QUANTITY IN COLUMN 20 HAS BEEN

INSPECTED RECEIVED ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED:

c. DATE (YYYYMMMDD)

b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

28. SHIP. NO.

PARTIAL

FINAL

31. PAYMENT

COMPLETE

PARTIAL

FINAL

29. D.O. VOUCHER NO.

32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR

34. CHECK NUMBER

35. BILL OF LADING NO.

42. S/R VOUCHER NO.

36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT.

a. DATE(YYYYMMMDD)

b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

37. RECEIVED AT

38. RECEIVED BY (Print) 39. DATE RECEIVED (YYYYMMMDD)

40. TOTAL CON- TAINERS

41. S/R ACCOUNT NUMBER

DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE.

CONTRACTING/ORDERING OFFICER

9. CONTRACTOR CODE FACILITY

NAME ANDADDRESS

BY:

d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

f. TELEPHONE NUMBER g. E-MAIL ADDRESS

80

N00178-04-D-4068 N6133118F3006 2020AUG03 1300866476 DO-C9N61331

NSWC, PANAMA CITY110 Vernon AvenuePanama City, FL 32407-7001

S1002A

DCMA ORLANDO3555 MAGUIRE BLVD.ORLANDO, FL 32803-3726

1XZW5 101534548

Innovative Professional Solutions, Incorporated8317 Front Beach Road Suite 17DPanama City Beach, FL 32407

SEE SCHEDULE

Net 30 Days WAWF

SEE SECTION G

SEE SECTION F

HQ0338

DFAS Columbus Center,South Entitlement OperationsP.O. Box 182264Columbus, OH 43218-2264

Innovative Professional Solutions, Incorporated Terence Houghton

SEE SCHEDULE

SEE SCHEDULE

/s/Charlene Buduo$

SCD: C

08/03/2020

Page 4: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 2 of 80

Section B - Supplies and ServicesCLIN - SUPPLIES OR SERVICES

Cost Type Items:

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

7000 R425 DIRECT LABOR - BASE YEAR. CPFF.ENGINEERING AND TECHNICALSUPPORT FOR THE IN-SERVICEMINES, MINE COUNTERMEASURES(MCM) TARGETS, MINEIMPROVEMENTS, AND NEWCONCEPT MINES in accordance withthe Performance Work Statement(PWS)in Section C, DD 1423-2 and all otherSection J attachments. See Section B,Notes A & D. (O&MN,N)

Labor Hours

700001 R425 Labor in support of TI-03 (O&MN,N)

700002 R425 Labor in support of TI-02 (WPN)

700003 R425 Labor in support of TI-02 (WPN)

700004 R425 Labor in support of TI-04 (O&MN,N)

700005 R425 Labor in support of TI-05 (WPN)

700006 R425 Labor in support Of TI- 07 (O&MN,N)

700007 R425 Labor in support of TI-07 (WPN)

700008 R425 Incremental Funding PR# 1300729369TI# 106 (RDT&E)

700009 R425 Incremental Funding PR# 1300727052TI# 108 (RDT&E)

700010 R425 Incremental Funding PR# 1300726019TI# 109 (RDT&E)

700011 R425 Incremental Funding PR# 1300729572TI# 110 (O&MN,N)

700012 R425 Incremental Funding PR# 1300738730TI# 12 (RDT&E)

700013 R425 Incremental Funding PR# 1300738729TI# 12 (WPN)

700014 R425 Incremental Funding PR# 1300740237TI# 13 (RDT&E)

700015 R425 Incremental Funding PR# 1300741492TI# 14 (OPN)

700016 R425 PR 1300742849 TI 15 2410a is herebyinvoked (O&MN,N)

700017 R425 Incremental Funding PR# 1300756121TI# 16 (O&MN,N)

700018 R425 Incremental Funding PR# 1300759503TI# 17 (RDT&E)

700019 R425 Incremental Funding PR# 1300761596TI# 18 (RDT&E)

700020 R425 Incremental Funding PR# 1300772154TI# 19 (RDT&E)

Page 5: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 3 of 80

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

7001 R425 DIRECT LABOR - OPTION 1. CPFF.ENGINEERING AND TECHNICALSUPPORT FOR THE IN-SERVICEMINES, MINE COUNTERMEASURES(MCM) TARGETS, MINEIMPROVEMENTS, AND NEWCONCEPT MINES in accordance withthe Performance Work Statement(PWS)in Section C, DD 1423-2 and all otherSection J attachments. See Section B,Notes A, B & D. (Fund Type - TBD)

Labor Hours

700101 R425 Incremental Funding PR# 1300785873TI# 22 (RDT&E)

700102 R425 Incremental Funding PR# 1300785871TI# 24 (O&MN,N)

700103 R425 Incremental Funding PR# 1300787531TI# 21 (WPN)

700104 R425 Incremental Funding PR# 1300787415TI# 21 (RDT&E)

700105 R425 Incremental Funding PR# 1300788024TI# 25 (RDT&E)

700106 R425 Incremental Funding PR# 1300788103TI# 20 (OPN)

700107 R425 Incremental Funding PR# 1300788025TI# 23 (RDT&E)

700108 R425 Incremental Funding PR# 1300792426TI# 26 (O&MN,N)

700109 R425 Incremental Funding PR# 1300795634TI# 27 Rev. 1 (RDT&E)

700110 R425 Incremental Funding PR# 1300796012TI# 27 rev. 1 (RDT&E)

700111 R425 Incremental Funding PR# 1300801244TI# 29 (O&MN,N)

700112 R425 Incremental Funding PR# 1300802980TI# 30 (OPN)

700113 R425 Incremental Funding PR# 1300807079TI# 31 (RDT&E)

700114 R425 Incremental Funding PR# 1300807194TI# 31 (RDT&E)

700115 R425 Incremental Funding PR# 1300825914TI# 32 (RDT&E)

700116 R425 Incremental Funding PR# 1300825679TI# 32 (RDT&E)

700117 R425 Incremental Funding PR# 1300827135TI# 33 (O&MN,N)

700118 R425 Incremental Funding PR# 1300833186TI# 34 (OPN)

700119 R425 Incremental Funding PR# 1300837254TI# 35 (RDT&E)

700120 R425 Incremental Funding PR# 1300844991TI# 37 (O&MN,N)

700122 R425 Incremental Funding PR# 1300846132TI# 38 Quick Strike MOD 03 (WPN)

Page 6: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 4 of 80

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

700123 R425 Incremental Funding PR# 1300839344TI# 36 In Service Mines (O&MN,N)

700124 R425 Incremental Funding PR# 1300852750TI# 39 QSJER (RDT&E)

700125 R425 Incremental Funding PR# 1300854336TI#40 (O&MN,N)

700126 R425 Incremental Funding PR# 1300858992TI#45 (O&MN,N)

7002 R425 This CLIN is Deleted - Do NOT use thisCLIN - DIRECT LABOR - OPTION 2.CPFF. ENGINEERING ANDTECHNICAL SUPPORT FOR THEIN-SERVICE MINES, MINECOUNTERMEASURES (MCM)TARGETS, MINE IMPROVEMENTS,AND NEW CONCEPT MINES inaccordance with the Performance WorkStatement(PWS) in Section C, DD1423-2 and all other Section Jattachments. See Section B, Notes A, B& D. (Fund Type - TBD)

1.00 Labor Hours

7003 R425 DIRECT LABOR - OPTION 3. CPFF.ENGINEERING AND TECHNICALSUPPORT FOR THE IN-SERVICEMINES, MINE COUNTERMEASURES(MCM) TARGETS, MINEIMPROVEMENTS, AND NEWCONCEPT MINES in accordance withthe Performance Work Statement(PWS)in Section C, DD 1423-2 and all otherSection J attachments. See Section B,Notes A, B & D. (Fund Type - TBD)Option

Labor Hours

7004 R425 DIRECT LABOR - OPTION 4. CPFF.ENGINEERING AND TECHNICALSUPPORT FOR THE IN-SERVICEMINES, MINE COUNTERMEASURES(MCM) TARGETS, MINEIMPROVEMENTS, AND NEWCONCEPT MINES in accordance withthe Performance Work Statement(PWS)in Section C, DD 1423-2 and all otherSection J attachments. See Section B,Notes A, B & D. (Fund Type - TBD)Option

Labor Hours

7100 Labor Cost- Engineering Services BaseYear

7100AB R425 Incremental Funding for MCM TargetProgram Management TI 0001 (OPN)

Labor Hours

7200 DIRECT LABOR - OPTION 2. CPFF.ENGINEERING AND TECHNICALSUPPORT FOR THE IN-SERVICEMINES, MINE COUNTERMEASURES(MCM) TARGETS, MINEIMPROVEMENTS, AND NEWCONCEPT MINES in accordance withthe Performance Work Statement(PWS)in Section C, DD 1423-2 and all otherSection J attachments. See Section B,Notes A, B & D.

7200AA R425 DIRECT LABOR - OPTION 2. CPFF.ENGINEERING AND TECHNICAL

Labor Hours

Page 7: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 5 of 80

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

SUPPORT FOR THE IN-SERVICEMINES, MINE COUNTERMEASURES(MCM) TARGETS, MINEIMPROVEMENTS, AND NEWCONCEPT MINES in accordance withthe Performance Work Statement(PWS)in Section C, DD 1423-2 and all otherSection J attachments. See Section B,Notes A, B & D. (Fund Type - TBD)

7200AB R425 Incremental Funding PR# 1300855411TI#41 (WPN)

Labor Hours

7200AC R425 Incremental Funding PR#1300855839TI#43 (RDT&E)

Labor Hours

7200AD R425 Incremental Funding PR# 1300856233TI#44 (RDT&E)

Labor Hours

7200AE R425 Incremental Funding PR# 1300856185TI#47 (RDT&E)

Labor Hours

7200AF R425 Incremental Funding PR#1300859169TI#42 10 USC 2410a is hereby invoked.(O&MN,N)

Labor Hours

7200AG R425 Incremental Funding PR# 1300858997TI# 46 - 10 U.S.C. 2410a Authority isbeing invoked. (O&MN,N)

Labor Hours

7200AH R425 Incremental Funding PR# 1300862130TI#48 QSJER (RDT&E)

Labor Hours

7200AJ R425 Incremental Funding PR#1300866476TI#50 (10) U.S.C. 2410 (a) Authority isbeing invoked (O&MN,N)

Labor Hours

7200AK R425 Incremental Funding PR#1300867561TI#49 QSMOD3 (WPN)

Labor Hours

Cost Only Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 R425 Travel Cost- Base Year (O&MN,N) 1.00 Lot $334,215.00

900001 R425 Travel in support of TI-03 (O&MN,N)

900002 R425 Travel in support of TI-04 (O&MN,N)

900003 R425 Travel in support of TI-05 (O&MN,N)

900004 R425 Travel in support of TI-07 (WPN)

900005 R425 Incremental Funding PR# 1300729369TI# 6 - travel (O&MN,N)

900006 R425 Incremental Funding PR# 1300727052TI# 8 - travel (O&MN,N)

900007 R425 Incremental Funding PR# 1300726019TI# 9 - travel (O&MN,N)

900008 R425 Incremental Funding PR# 1300740237TI# 13 (RDT&E)

900009 R425 PR 1300742849 TI 15 2410a is herebyinvoked (O&MN,N)

900010 R425 Incremental Funding PR# 1300756121TI# 16 (O&MN,N)

Page 8: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 6 of 80

Item PSC Supplies/Services Qty Unit Est. Cost

900011 R425 Incremental Funding PR# 1300759663TI# 5 Rev. 3 (O&MN,N)

9001 R425 Other Direct Costs - Travel in support ofCLIN 7001, See Section B, Notes B, C &D. (Fund Type - TBD)

1.00 Lot $

900101 R425 Incremental Funding PR# 1300785873TI# 22 (RDT&E)

900102 R425 Incremental Funding PR# 1300785871TI# 24 (O&MN,N)

900103 R425 Incremental Funding PR# 1300787531TI# 21 (WPN)

900104 R425 Incremental Funding PR# 1300788024TI# 25 (RDT&E)

900105 R425 Incremental Funding PR# 1300788103TI# 20 (OPN)

900106 R425 Incremental Funding PR# 1300796012TI# 27 rev. 1 (RDT&E)

900107 R425 Incremental Funding PR# 1300801244TI# 29 (O&MN,N)

900108 R425 Incremental Funding PR# 1300807079TI# 31 (RDT&E)

900109 R425 Incremental Funding PR# 1300827135TI# 33 (O&MN,N)

9002 R425 This CLIN is deleted. DO NOT USETHIS CLIN - Other Direct Costs - Travelin support of CLIN 7002, See Section B,Notes B, C & D. (Fund Type - TBD)

1.00 Lot $1.00

9003 R425 Other Direct Costs - Travel in support ofCLIN 7003, See Section B, Notes B, C &D. (Fund Type - TBD)Option

1.00 Lot $

9004 R425 Other Direct Costs - Travel in support ofCLIN 7004, See Section B, Notes B, C &D. (Fund Type - TBD)Option

1.00 Lot $

9100 Incidental Material in support of CLIN7000

9100AB R425 Miscellaneous Material Cost TI 0001(OPN)

1.00 Lot $

9100AC R425 Incidental Material in support of TI-03Quickstrike. (O&MN,N)

1.00 Lot $

9100AD R425 Material Cost (WPN) 1.00 Lot $

9100AE R425 Material in support of TI-04 (O&MN,N) 1.00 Lot $

9100AF R425 Material Purchases in support of TI-05(O&MN,N)

1.00 Lot $

9100AG R425 Incremental Funding PR# 1300729369TI# 6 Material (RDT&E)

1.00 Lot $

9100AH R425 Incremental Funding PR# 1300726019TI# 9 - Material (RDT&E)

1.00 Lot $

9100AJ R425 Incremental Funding PR# 1300740237TI# 13 (RDT&E)

1.00 Lot $

9100AK R425 Incremental Funding PR# 13007595030TI# 17 (RDT&E)

1.00 Lot $0.00

Page 9: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 7 of 80

Item PSC Supplies/Services Qty Unit Est. Cost

9100AL R425 Incremental Funding PR# 1300761596TI# 18 (RDT&E)

1.00 Lot $

9100AM R425 Incremental Funding PR# 1300772154TI# 19 (RDT&E)

1.00 Lot $

9101 R425 Other Direct Costs - Material in supportof CLIN 7001, See Section B, Notes B, C& D. (Fund Type - TBD)

1.00 Lot $

910101 R425 Incremental Funding PR# 1300785873TI# 22 (RDT&E)

910102 R425 Incremental Funding PR# 1300787415TI# 21 (RDT&E)

910103 R425 Incremental Funding PR# 1300788024TI# 25 (RDT&E)

910104 R425 Incremental Funding PR# 1300788103TI# 20 (OPN)

910105 R425 Incremental Funding PR# 1300795591TI# 26 (O&MN,N)

910106 R425 Incremental Funding PR# 1300799632TI# 28 (RDT&E)

910107 R425 Incremental Funding PR# 1300802980TI# 30 (OPN)

910108 R425 Incremental Funding PR# 1300807079TI# 31 (RDT&E)

910109 R425 Incremental Funding PR# 1300833186TI# 35 (OPN)

9102 R425 This CLIN is deleted - DO NOT USETHIS CLIN - Other Direct Costs -Material in support of CLIN 7002, SeeSection B, Notes B, C & D. (Fund Type -TBD)

1.00 Lot $1.00

9103 R425 Other Direct Costs - Material in supportof CLIN 7003, See Section B, Notes B, C& D. (Fund Type - OTHER)Option

1.00 Lot $

9104 R425 Other Direct Costs - Material in supportof CLIN 7004, See Section B, Notes B, C& D. (Fund Type - TBD)Option

1.00 Lot $

9200 OPT II Other Direct Costs - Travel insupport of Labor CLIN 7200

9200AA R425 OPT II Other Direct Costs - Travel inSupport of Labor CLIN 7200 (Fund Type- TBD)

1.00 Lot $

9200AB R425 Other Direct Costs - Travel - IncrementalFunding PR#1300855411 TI#41 insupport of Labor SLIN 7200AB (WPN)

1.00 Lot $

9200AC R425 Other Direct Costs - Travel - IncrementalFunding PR#1300855839 TI#43 insupport of Labor SLIN 7200AC(RDT&E)

1.00 Lot $

9200AD R425 Other Direct Costs - Travel - IncrementalFunding PR#1300856185 TI#47 insupport of Labor SLIN 7200AE(RDT&E)

1.00 Lot $

Page 10: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 8 of 80

Item PSC Supplies/Services Qty Unit Est. Cost

9200AE R425 Other Direct Costs - Travel - IncrementalFunding PR#1300859169 TI#42 insupport of Labor SLIN 7200AF. 10 USC2410a is hereby invoked. (O&MN,N)

1.00 Lot $

9200AF R425 Incremental Funding PR#1300858997ODC Travel TI# 46 10 U.S.C. 2410aAuthority is being invoked. (O&MN,N)

1.00 Lot $

9200AG R425 Other Direct Costs - Travel to supportLabor SLIN 7200AH PR#1300862130TI# 48 QSJER (RDT&E)

1.00 Lot $

9201 OPT II Other Direct Costs - Material insupport of labor CLIN 7200

9201AA R425 OPT II Other Direct Costs - Material insupport of Labor CLIN 7200 (Fund Type- TBD)

1.00 Lot $

9201AB R425 Other Direct Costs - Material -Incremental Funding PR#1300855839TI#43 in support of Labor SLIN 7200AC(RDT&E)

1.00 Lot $

9201AC R425 Other Direct Costs - Material -Incremental Funding PR#1300856233TI#44 in support of Labor SLIN 7200AD(RDT&E)

1.00 Lot $

9201AD R425 Incremental Funding PR# 1300858997ODC - Material - TI#46 10 U.S.C. 2410aAuthority is being invoked. (O&MN,N)

1.00 Lot $

9201AE R425 Other Direct Costs - Material -PR#1300862130 TI#48 in support ofLabor SLIN 7200AH (RDT&E)

1.00 Lot $

9201AF R425 Incremental Funding PR#1300866476ODC Material in support of Labor SLIN7200AJ - (10) U.S.C. 2410 (a) Authorityis being invoked (O&MN,N)

1.00 Lot $

9201AG R425 Incremental Funding PR#1399867561ODCs in support of Labor SLIN 7200AKTI#49 QSMOD3 (WPN)

1.00 Lot $

NOTES: NOTE A: TERM FORM, LEVEL OF EFFORT (See FAR Part 16.306(d)) The CLIN structure and corresponding level of effort in this Section B reflects the Task Order structure that will be awarded to the successfulOfferor.  Clause HQ B-2-0015 PAYMENT OF FEE(S) (LEVEL OF EFFORT-ALT 1) (NAVSEA) (MAY 2010) clause applies to these Items.  

NOTE B: OPTIONCLIN which may be unilaterally exercised in accordance with FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (NAVSEAVariation) (APR 2015)."

NOTE C: ODC These Items are non-fee bearing CLINs and shall be priced as cost-only.  Non-fee bearing refers to fee (i.e., profit), not allowable indirect costsor burdens. 

Page 11: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 9 of 80

NOTE D: CONTRACTS CROSSING FISCAL YEARSIn accordance with DFARS 232.703-3, this Task Order includes services that begin in one fiscal year and end in the next fiscal year. For CLINsand SLINs annotating this note; 10 U.S.C. 2410(a) authority applies authorizing use of an appropriation beyond the normal expiration date to fundseverable services for a period of performance of less than twelve months; the CLIN must begin in the fiscal year the appropriation wouldnormally have been available. NOTE E:All terms and conditions, including clauses, in the NAVSEA Seaport Multiple Award Contract (MAC) are hereby expressly incorporated into thistask order request for proposal and resulting task order. 

HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)

(a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waiveany entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. Theterm "residual dollar amount" shall include 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. For purposes of determining residual dollaramounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permittedby law.(b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costsfor either party associated with collecting such small dollar amounts could exceed the amount to be recovered. (End of Text)

HQ B-2-0007 LIMITATION OF COSTS OR LIMITATION OF FUNDS LANGUAGE

The clause entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF FUNDS" (FAR 52.232-22), as appropriate, shall applyseparately and independently to each separately identified estimated cost. (End of Text) 

HQ B-2-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING  OF PAYMENT (NAVSEA) (SEP 1990) 

(a)  For the purpose of paragraph (c) of the "PROGRESS PAYMENTS" clause of this contract, if included, the requirement that the Contractor developand deliver Provisioning Technical Documentation (PTD) is considered to be a "material requirement of this contract," and Contractor failure to makeadequate progress in the development of PTD, or to deliver acceptable PTD on a timely basis, may result in reduction or suspension of ProgressPayments as provided in said paragraph.

 

  HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT – ALTERNATE 1) (NAVSEA) (MAY 2010)  

                       FIXED FEE TABLE

Section B Cost Items Hourly Rates Totals

CLIN Qty(Hrs)

EstimatedHourly

Rate(Rate)

FixedFee/Hour

(FF)FixedFee(Hrs*FF)

Estimated Cost(Hrs* Rate)

7000

7001

7002

7003

7004

 (a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plus-award-fee type contracts, or"fixed fee" in cost-plus-fixed-fee type contracts for level of effort type contracts.   

Page 12: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 10 of 80

(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled "FIXED FEE" (FAR52.216-8) or "INCENTIVE FEE"(FAR 52.216-10), as applicable.  Such payments shall be submitted by and payable to the Contractor pursuant to theclause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the"FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid fee at the hourly rate(s) specified above per man-hour performed andinvoiced.  Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract.  In no event shall the Government be requiredto pay the Contractor any amount in excess of the funds obligated under this contract. (End of Text)

 HQ B-2-0020 TRAVEL COSTS - ALTERNATE I (NAVSEA) (APR 2015)  (a) Except as otherwise provided herein, the Contractor shall be reimbursed for its actual travel costs in accordance with FAR 31.205-46. Thecosts to be reimbursed shall be those costs determined to be allowable, allocable and reasonable by the Procuring Contracting Officer,Administrative Contracting Officer or their duly authorized representative, as advised by DCAA. 

 (b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in and around the worksite, andfrom the worksite to the Contractor's facility. (c) Relocation costs and travel costs incidental to relocation are allowable to the extent provided in FAR 31.205-35; however, Contracting Officerapproval shall be required prior to incurring relocation expenses and travel costs incidental 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 accomplished for the Contractor's or employee's convenience.

(End of Text)

 HQ B-2-0021 CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (FEB 1997)  This entire contract is cost type.   (End of Text)

Page 13: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 11 of 80

Section C - Description/Specifications/Statement of Work

PERFORMANCE WORK STATEMENTFOR

ENGINEERING AND TECHNICAL SUPPORTFOR THE

IN-SERVICE MINES, MINE COUNTERMEASURES (MCM) TARGETS, MINE IMPROVEMENTS, AND NEW CONCEPT MINES

 

1.0 SCOPE

This Performance Work Statement (PWS) provides Engineering, Life Cycle and Technical Support for the QUICKSTRIKE MineImprovements Program for Service and Exercise and Training (E&T) QUICKSTRIKE Mines Mk 62 Mod 3, Mk 63 Mod 3, and Mk 65 Mod 3and new concept mines including QUICKSTRIKE standoff air delivered mines; the In-Service Mines Program to include theQUICKSTRIKE Mk 62, Mk 63 and Mk 65, Submarine-Launched Mobile Mine (SLMM) Mine Mk 67 and Obsolete Mines; MCM targets program; Clandestine Delivered Mines, and new concept mine programs.  These services will be performed in support of the Mine SystemsBranch, Mine Warfare (MIW) Systems Development Division, Littoral and MIW Systems Department, Naval Surface Warfare CenterPanama City Division (NSWC PCD).  The Contractor shall provide those non-personal technical services necessary to providetechnical support and analysis and maintain engineering documentation in support of these programs.  Performance of thisrequirement will partially be accomplished at NSWC PCD, Panama City, Florida.  These services require the Contractor have anin-depth understanding of QUICKSTRIKE Mines, In-Service Mines and MCM Targets; the force and support structure for thesystems, aircraft certification requirements for mine systems, as well as the Mine Allowance Database (MAD) and how it isstructured.

Also the Naval Surface Warfare Center Panama City Division (NSWC PCD) has the overall Engineering Agent (EA), TechnicalDirection Agent (TDA), In-Service Engineering Agent (ISEA), and Software Support Activity (SSA) responsibilities.  Tasks insupport of MCM targets shall include such things as investigating hardware and software modification requirements, logisticsplanning development and implementation, test and evaluation, analysis, and Foreign Military Sales (FMS) support.  Day-to-daytasks also include program management, acquisition, engineering, and logistics support to NSWC PCD and the equipment andsystems to meet program sponsor requirements.  The scope of this contract includes the efforts of the Contractor to supportthe NSWC PCD EA, TDA, ISEA and SSA.

The task areas defined in this PWS describe the Contractor requirement to provide a level of effort for the NSWC PCD TDA, ISEAand SSA functions in support of mine and MCM systems and targets, program functions, business and financial support functions,hardware design engineering, software engineering, system engineering, operational analysis and operational documentation tosupport NSWC PCD within the areas described in section 3.0 below.

1.1 Acronyms

The following acronyms are used in this PWS:

A&E Ammunition and Explosives

APL Allowance Parts List

AQL Acceptable Quality Level

AWARS-DES All Weapons Analysis and Reporting System – Data Entry System

AWIS All Weapons Information System

B2B  Back-to-Basics

BOE Basis of Estimate

CAC Common Access Card

CDM Clandestine Delivered Mine

CDRL Contract Data Requirements List

CFR  Code of Federal Regulations

COMOMAG Commander, Mobile Mine Assembly Group

COR Contracting Officers Representative

CPARS Contractor Performance Assessment Reporting System

CPI Critical Program Information

CSWF Cybersecurity Workforce

CUI Controlled Unclassified Information

DFARS Defense Federal Acquisition Regulation Supplement

DoD Department of Defense

DoN Department of the Navy

DRMO Defense Reutilization and Marketing Office

Page 14: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 12 of 80eCRAFT Electronic Cost Reporting and Financial Tracker

E&T Exercise and Training

EA Engineering Agent

ECMRA Enterprise-Wide Contractor Manpower Reporting Application

ECP Engineering Change Proposal

FAR Federal Acquisition Regulation

FMS Foreign Military Sales

FOIA Freedom of Information Act

FOUO For Official Use Only

FSO Facility Security Officer

FY Fiscal Year

GFE Government Furnished Equipment

GFI Government Furnished Information

GFM Government Furnished Material

GFP Government Furnished Property

I and D Intermediate and Depot

IA Information Assurance

I-Level Intermediate Level Maintenance

ILS Integrated Logistics Support

ILSP Integrated Logistics Support Plan

IPT Integrated Product Team

iRAPT Invoicing, Receipt, Acceptance and Property Transfer

ISEA In-Service Engineering Agent

IT Information Technology

ITAR International Traffic in Arms Regulation

JDAM Joint Direct Attack Munition

JTR Joint Travel Regulation

LCSP Life Cycle Sustainment Plan

MAD Mine Allowance Database

MCM Mine Countermeasures

MIW Mine Warfare

MOMAU Mobile Mine Assembly Unit

NALC Navy Ammunition Logistics Code

NATO North Atlantic Treaty Organization

NAVITTAR Navy Instrumented Threat Targets System

NAVSEA Naval Sea Systems Command

NAWCAD Naval Air Warfare Center Aircraft Division

NCEA Non-Combat Expenditure Allowances

NERP Navy Enterprise Resource Planning

NEXGEN Next Generation

NIIN National Item Identification Number

NISPOM National Industrial Security Program Operating Manual

NOR Notice of Revision

NOSSA Naval Ordnance Safety and Security Activity

Page 15: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 13 of 80NSA PC Naval Support Activity Panama City

NSN National Stock Number

NSWC PCD Naval Surface Warfare Center Panama City Division

NUWC Naval Undersea Warfare Center

ODC Other Direct Cost

OIS Ordnance Information System

O-Level Operational Level Maintenance

OPM Office of Personnel Management

OPSEC Operations Security

PCD Publication Change Directive

PCO Procuring Contracting Officer

PII Personally Identifiable Information

POA&M Plans of Action with Milestones

POC Point of Contact

PWS Performance Work Statement

QA Quality Assurance

QAPP Quality Assurance Program Plan

QMS Quality Management System

QS-J/ER QUICKSTRIKE-Extended Range

SAAR-N Systems Authorization Access Request Navy

SIPRNET Secret Internet Protocol Router Network

SLMM Submarine-Launched Mobile Mine

SSA Software Support Activity

T&E Testing and Evaluation

T&M Time and Materials

TA Trusted Agent

TASS Trusted Associate Sponsorship System

TDA Technical Direction Agent

TDD Target Detecting Device

TDP  Technical Data Package

TEMP Test and Evaluation Master Plan

 TI Technical Instruction

TWMS Total Workforce Management Services

U.S. United States

USAF U.S. Air Force

USN U.S. Navy

VEMS Versatile Exercise Mine System

VM Value Management

WSESRB Weapon System Explosive Safety Review Board

 

2.0 APPLICABLE DOCUMENTS

The following specifications, standards, handbooks, and documents form a part of this PWS and shall be used for guidanceunless otherwise specified within the body of this PWS. Guidance documents may be used as an aid in identifying applicabletopics to be addressed consistent with meeting the requirements of the program. The Contractor is not required to use anydocument cited “for guidance” or “as guidance”. The Contractor should propose alternatives to the specifications and standardscited herein, if it would enhance performance or cost effectiveness, as necessary. In the event of conflict between thedocuments referenced herein and the contents of this PWS, the order of precedence clause of this task order shall apply.

Page 16: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 14 of 80 2.1 Military Standards

 (a)  MIL-STD-2105D Hazard Assessment Tests for Non-Nuclear Munitions dated 19 Apr 2011

 (b)  MIL-STD-1322B Military Standard Unit Loads for Domestic and Overseas Shipment dated 08 Apr 2014

 2.2 Military Specifications:

 None

 2.3 Other Documents:

(a)     NSWCPCDINST 3960.6A, Naval Surface Warfare Center, Panama City Division Test and Evaluation manual, 14 March 2015

(b)     NOSSAINST 8023.11B, Standard Operating Procedures (SOP) Development, Implementation and Maintenance for Ammunition andExplosives, dated 27 Apr 2011

(c)     NSWC PCD INSTRUCTION 3500.1, Operational Risk Management Program, 30 JAN 2014

(d)     NAVSEA OP 5, Volume 1, Revision 7 Change 13, Ammunition and Explosives Safety Ashore, dated 02 April 2015.

(e)     NAVSEA SW020–AC-SAF-010 Rev 18, Navy Transportation Safety Manual for Ammunition, Explosives and Related HazardousMaterials dated August 2015

(f)      Technical Manual NAVSEA OP 3565/NAVAIR 16-1-529, Electromagnetic Radiation Hazards (U) (Hazards to Ordnance) (U)dated 01 Jul 2008

(g)     Joint Technical Bulletin TB 700–2 NAVSEAINST 8020.8CB TO 11A-1-47 Department of Defense Ammunition And ExplosivesHazard Classification Procedures dated 30 Jul 2012

(h)     SW551-A2-MMI-010   Mines MK 62 and 63 Description, Assembly and Test dated 08/01/2016

(i)       ST100-AS-MMI-010 Test Equipment for Underwater Mines Ancillary Equipment dated 08/01/2016

(j)      ST100-AS-MMI-020 Test Equipment for Underwater Mines Programmer MK 11 through Test Set MK 408 dated 08/01/2016

(k)     ST100-AS-MMI-030 Test Equipment for Underwater Mines, Test Set MK 503 through Test Set MK 649 dated 08/01/2016

(l)       SW550-AA-MMI-010 Mine Components; Description and Class-B Criteria dated 08/01/2016

(m)   SW550-AA-MMI-040 Instrument Rack Subassemblies for Mine Mk 56 dated 09/01/2005

(n)     SW550-AE-MMI-010 Mines, Underwater: Exercise and Training; Description and Class-B Criteria dated 08/01/2016 

(o)     SW550-AE-MMI-020 Mines, Underwater: Exercise and Training; Class-B Test and Refurbishment dated 08/01/2016

(p)     SW550-AE-MMI-050 Mines, Underwater: Laying dated 03/01/2013

(q)     SW550-AE-MMI-060 Mines, Underwater: Handling and Shop dated 03/01/2013

(r)      SW550-AE-MMI-080 Mine, Underwater: Laying, MK 67 dated 08/01/2016 

(s)      SW550-F0-PMS-010 Mines, Underwater: Maintenance System dated 08/01/2016

(t)      SW551-A3-MMI-010 Mine MK 65 Mods 0, 1, 3 and 4 dated 08/01/2016

(u)     SW551-B0-MMI-010 Mine, Underwater, Mark 56 MOD 0 dated 08/01/2016 

(v)     SW553-B2-MMI-010 Mine MK 67; Description, Upgrading, and Downgrading dated 08/01/2016

(w)    SW553-B2-MMI-020 Mine, Underwater: MK 67; Maintenance dated 08/01/2016

(x)     NSWC PCD INSTRUCTION 4855.3D, Quality Management and Continuous Process Improvement, of 18 JUL 2014

(y)     OPNAVINST 5530.13C, Department of the Navy Physical Security Instruction for Conventional Arms, Ammunition, andExplosives (AA&E)), dated 26 Sep 2003

(z)     DoD 4145.26-M, DOD Contractor’s Safety Manual for Ammunition and Explosives dated 13 Mar 2008

(aa) OPNAVINST 8023.24C, Navy Personnel Conventional Ammunition and Explosives Handling Qualification and CertificationProgram 17 Oct 2014

(bb) OPNAVINST 8020.14A with Change 1, Department of the Navy Explosives Safety Management Policy Manual dated 15 Aug 2014

(cc)  DoD Directive 8140.01, Cyberspace Workforce Management dated 11 August 2015

(dd) ISO 9001:2015, Quality Management System Dated January 2015 

(ee)  NSWCPCDINST 8023.4F, Naval Surface Warfare Center, Panama City Division Explosives Safety Policies, Requirements, andProcedures dated 31 March 2009 

(ff)   NSWCPCDINST 8023.5D, Ammunition and Explosives Personnel Qualification and Certification Program dated 07 March 2016

 (gg) NOSSAINST 8020.14F, Navy Shore Station Explosives Safety Compliance Program, of Sep 2015 

(hh) NAVSUP P-805, Navy and Marine Corps Conventional Ammunition Sentencing - Receipt, Segregation, Storage and IssueSentencing.

Military Specifications and Standards are available from https://assist.dla.mil/online/start/. OPNAV Instructions areavailable from https://doni.daps.dla.mil/opnav.aspx?RootFolder=%2FDirectives%2F03000%20Naval%20Operations%20and%20Readiness&

Page 17: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 15 of 80FolderCTID=0x012000E8AF0DD9490E0547A7DE7CF736393D04&View={CACF3AEF-AED4-433A-8CE5-A45245715B5C} . DoD Instructions areavailable from http://www.dtic.mil/whs/directives/corres/ins1.html. NSWC PCD Instructions are provided with the solicitation.  

 3.0 REQUIREMENTS

The Contractor shall coordinate with the Task Order Contract Specialist and the COR to conduct a kick-off meeting within tenworking days after the award of the Task Order. This meeting's date, time and location shall be determined at time of award. The Contractor shall assume responsibility for this task order within 45 calendar days after award to include assumingresponsibility for any Government Furnished Property and hiring personnel.

  (a) The Contractor shall ensure that employees shall communicate in and understand the English language and shall be UnitedStates (U.S.) citizens prior to being admitted to a Government facility. Contractor employees shall conduct themselves in aproper, efficient, courteous and businesslike manner. The Contractor shall remove from the site any individual whose continuedemployment is deemed by the Government to be contrary to the public interest or inconsistent with the best interests ofNational Security.

(b) The Contractor is responsible for ensuring all new employees are fully trained to meet functional position requirements.For Government mandatory training (i.e. Safety, Personally Identifiable Information (PII), etc.) the Contractor shall ensureall Contractor personnel working onsite in a Government facility are registered in the U.S. Navy Total Workforce ManagementServices (TWMS) website at https://twms.navy.mil/selfservice/login.asp. The Government will identify mandatory trainingthrough this website and the Contractor shall monitor and ensure that Contractor employees complete required mandatorytraining requirements by the required completion dates. The Contractor shall provide the following information for eachemployee that will be working onsite at a Government facility within 30 days: Employees Last Name, First Name (No nicknames);Reporting Date, Contract Number, Job Title and the Government Contracting Officers Representative (COR) Organization Code. TheContractor shall document changes to this list (additions or departures) and training completion tracking information in thetask order Contract Status Report.

Any additional onsite training in the support of NSWC PCD specific application problems will be provided by the Government asrequired. When additional training is required or specifically requested by the Government, the costs associated withattending this training will be specified in individual technical instructions and shall be approved by the PCO and purchasedas an Other Direct Cost (ODC) for the task order.

(c) Cyber Information Technology (IT) / Cybersecurity Workforce (CSWF) – the Contractor shall identify any personnel assignedto work on the contract that are considered part of the CSWF as defined in DoD Directive 8140.01at the Kick off meeting byproviding the information required by paragraph (b) above. The Contractor shall ensure all CSWF personnel are registered inthe U.S. Navy Total Workforce Management Services (TWMS) website at https://twms.navy.mil/selfservice/login.asp. TheGovernment will identify mandatory CSWF training through this website and the Contractor shall monitor and ensure thatContractor employees complete required mandatory training requirements by the required completion dates.

CSWF personnel may be required to complete additional training outside of TWMS. The Contractor shall document changes to theCSWF list (additions or departures) and provide CSWF training and certification tracking information in the task orderContract Status Report.

(d) This task order shall be partially performed at the Government’s facility located at the Naval Surface Warfare Center -Panama City Division, 110 Vernon Avenue, Panama City, FL 32407-7001. The Government will provide Office space for up to 2personnel including access to Next Generation (NEXGEN) enabled computers and telephones under this order as approved by theNSWC PCD Business Operations Department. The Government will also provide the consumables for the stated equipment such aspaper, toner cartridges, etc. The specific location(s) will be provided at time of award of the task order. The Contractorshall provide a list of employees who require access to these areas, including standard security clearance information foreach person, to the Contracting Officers Representative (COR) no later than three business days after the date of award. Thework space provided to the Contractor personnel shall be identified by the Awardee, with appropriate signage listing thecompany name and individual Contractor employee name.

Access to Government buildings at Naval Support Activity Panama City (NSA PC) is from 0600 to 1800 Monday through Friday,except Federal holidays. Normal work hours are from 0600 to 1700, Monday through Friday. Contractor personnel are not allowedto access any Government buildings at NSA PC outside the hours of 0600 to 1800 without the express approval of the ProcuringContracting Officer (PCO). 

When a Government facility is closed or early dismissal of Federal employees is directed due to severe weather, securitythreat, or a facility related problem that prevents personnel from working, onsite Contractor personnel regularly assigned towork at that facility should follow the same reporting and departure directions given to Government personnel. The Contractorshall not direct charge 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 or report to the facility,shall follow their parent company policy regarding whether they should go/stay home or report to another company facility.Subsequent to an early dismissal and during periods of inclement weather, onsite Contractors should monitor radio andtelevision announcements before departing for work to determine if the facility is closed or operating on a delayed arrivalbasis. 

When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, asecurity threat, or a facility related problem), on site Contractors will continue working established work hours or takeleave in accordance with parent company policy. Those Contractors who take leave shall not direct charge the non-working hoursto the task order. Contractors are responsible for predetermining and disclosing their charging practices for early dismissal,delayed openings, or closings in accordance with the Federal Acquisition Regulation (FAR), applicable cost accountingstandards, and company policy. Contractors shall follow their disclosed charging practices during the task order period ofperformance, and shall not follow any verbal directions to the contrary. The PCO will make the determination of cost allowability for time lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards, and theContractor's established accounting policy.

(e) Contractor-furnished vehicles shall meet the following criteria:

The company name shall be displayed on each of the Contractor's vehicles in a manner and size that is clearly visible. Allvehicles shall display a valid state license plate that complies with State Vehicle Code. Vehicles shall meet all otherrequirement of the State Vehicle Code, such as safety standards, and shall carry proof of insurance and state registration.The Contractor shall mark all Government Furnished Vehicles “Contractor operated” in one and one-half inch (1 ½”) lettering.

Page 18: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 16 of 80The color of the marking may be either black or blue to match other vehicle markings, and in close proximity to the U.S. Navy(USN) number. Contractor personnel shall not utilize cellular telephones or personal devices while operating Contractor-furnished equipment or vehicles or personal owned vehicles on Government property.

(f) Ammunition and Explosive (A&E) Handling Requirements

·       The Contractor shall comply with all Contractor and contractual requirements of OPNAVINST 8020.14A with Change 1.

·       All Contractor personnel performing A&E tasks under the scope of the contract will be covered in the Contractor's orNSWC PCDs Qualification and Certification Program.

·       The Contractor shall assume administrative responsibility for contract employee training, medical exams, andrecertification.

·       Contractors handling ammunition and explosives shall comply with explosive training, physical exams, and certificationof their employees, following applicable Explosives Handling Personnel Qualification and Certification Program requirements.The Contractor shall submit copies of Contractor personnel Qualifications/Certification records and monthly updates to theNSWC PCD Explosive Safety Officer (ESO) for verification of compliance.

·       Contractors handling A&E shall comply with the safety requirements promulgated in DOD 4145.26-M.

·       All shipments of A&E (live or inert) onto NSWC PCD or NSA PC shall be coordinated through NSWC PCD's Ordnance Officerand the local Naval Munitions Command.   Contractors shall comply with NSWCPCDINST 8023.4F and its references.

·       Contractors handling A&E shall read, understand, follow, and sign relevant NSWC PCD Standard Operating Procedures(SOPs) provided as Government Furnished Information (GFI) for any explosive evolutions they perform.

·       The Contractor shall report to the Government any A&E requirements that are not being met per the references as or ifthey occur.

·       Prior to initial operations, for each location Afloat or Ashore, operating personnel shall contact the local OrdnanceOfficer, Weapons Officer, Explosives Safety Officer (ESO), or other appropriate authority.   Operating personnel shall (a)disclose the scope of work and (b) obtain written guidance applicable to the specific proposed-operations, for each locationAfloat or Ashore.

·       The Contractor shall ensure processes that maintain the accuracy and currency of all inert inventory and inertinventory related records, and ensure project and program compliance with the directives that determine the manner in whichthey are maintained and reported.

·       Ensure the accuracy of all requisitions, processing transactions, disposition requests, and inventory accountabilityof all NSWC PCD ordnance related items.

·       Monitor the cleanliness and proper housekeeping of inert ordnance areas, including maintenance of safeguards andphysical security.

·       Ensure that tools and handling equipment are properly stored and restricted to uses specified.

·       Review the procedures for Inventory and Management of Ordnance and Ordnance related Items which relate to NSWC PCD perNAVSUP P-805, NSWCPCD INSTR 8023.4F and ensure these items are traceable to an Ordnance Item Custodian and reported accuratelyin the requisite database under these provisions. 

The Contractor shall, using the guidance of the documents of PWS paragraph 2.0 and Government Furnished Information (GFI),provide a level of effort of technical and engineering support in the following task areas.

3.1 Task Area #1 - QUICKSTRIKE Mod 3 and New Concept Mines including QUICKSTRIKE Standoff Delivery including QUICKSTRIKE-Joint Direct Attack Munition (JDAM) and QUICKSTRIKE-Extended Range (QS-J/ER), and other Mine Improvements technical support.

3.1.1 Project, Commander, Mobile Mine Assembly Group (COMOMAG), ISEA Support

The Contractor shall provide technical support coordination and communication with COMOMAG on the QUICKSTRIKE Mod 3 and newconcept mine issues they are working or providing support on to NSWC PCD. The Contractor shall coordinate communication withCOMOMAG with the cognizant NSWC PCD project engineer.  The Contractor shall provide technical support the Mines ProjectEngineer with assessment of emerging Fleet issues or requirements and provide recommendations on their resolution to ensurethe best possible support to the Fleet; review maintenance philosophy reflected in SW550-FO-PMS-010 Underwater MineMaintenance System for Mod 3 Mine systems and provide recommendations for changes, updates and revisions; provide assistanceto project engineer and COMOMAG.  The Contractor shall provide technical support NSWC PCD in the preparation, tracking,upkeep, and distribution of selected programmatic documentation. This will include developing, editing, formatting, andcopying programmatic documents for selected program distribution. Documents will include Requirements documents, Maintenancedocuments, Project Plans, System Engineering Plans, and others as required. The Contractor shall provide support in preparingor updating presentations for Technical Design Reviews, Quarterly Program Reviews, Project Reviews, and Integrated MasterSchedules.   (CDRL A001)

3.1.2 Mine to Delivery Platform Certification Support

The Contractor shall provide subject matter expertise regarding the certification status and processes associated withcertification of delivery of QUICKSTRIKE Mod 3, standoff delivery Mine systems, and new concepts mines by specific deliveryplatform.  The Contractor shall assess the feasibility of certifying specific Mod 3 mines on various U.S. Navy (USN) and U.S.Air Force (USAF) aircraft and provide guidance and recommendations for obtaining such certification.  The Contractor shallassist with coordination with Naval Air Warfare Center Aircraft Division (NAWCAD) Strike Ordnance and NAWCAD to track thestatus of the flight clearance request submitted for Mines on the F/A-18 Hornet A/D and E/F variants, P-3C Orion and P-8APoseidon, facilitate its progress where possible, and coordinate inputs required from NSWC PCD to facilitate progress.  TheContractor shall provide expertise and coordinate efforts to pursue certification of Mines on USAF B-1B Lancer, B-2A Spiritand B-52H Stratofortress aircraft, and other aircraft identified as mine layers during the period of performance to supportQUICKSTRIKE standoff delivery.   The contractor shall assist with certification of new concept mines on manned or unmannedair, surface, and subsurface delivery platforms including those mentioned above. The Contractor shall develop anddeliver Plans of Action with Milestones (POA&M) for obtaining approval and coordinate actions required to obtain suchapproval, including collection of ballistics and other data required by the USAF, planning and support for any flight testing

Page 19: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 17 of 80required by the USAF and development of any required documentation to support flight certification efforts. (CDRL A001, A002)

3.1.3 Technical Data Package (TDP) Development and Updates

The Contractor shall review TDPs for planned hardware procurements to support the QUICKSTRIKE Mod 3, standoff delivery Minesystems, and new concept mines.  The TDPs will be reviewed to ensure they are complete, current and accurate.  The Contractorshall identify required changes to drawings and work with NSWC PCD to initiate the required changes.  The Contractor shalldevelop draft Engineering Change Proposals (ECPs) and Notice of Revisions (NORs) for any drawings requiring changes forapproval via CMPro software system that NSWC PCD will provide access to. The Contractor shall review and annotate system leveldrawings to identify projected tactical and training configurations for QUICKSTRIKE Mod 3 Mines and assist with development,delivery and review of hardware configuration trees. (CDRL A003, A004, A005)

3.1.4 Technical Manual Reviews, Revisions, and Validations

The Contractor shall support reviews of QUICKSTRIKE Mod 3, standoff delivery Mine, and new concept mine technical manuals andidentify changes required to those documents.  The Contractor shall develop Publication Change Directives (PCDs) documentingthe required publication changes and submit them for approval via CMPro.  The Contractor shall develop and deliver assemblyand disassembly procedures for Mod 3 hardware and configurations.  Procedures shall be documented in final draft PCDs to theapplicable existing QUICKSTRIKE technical manuals.  The Contractor shall support any validations or verifications of theseprocedures. (CDRL A006)

3.1.5 Logistics Support

The Contractor shall conduct reviews of applicable QUICKSTRIKE Mod 3, standoff delivery mine and new concept mine logisticsdocumentation as required.  The Contractor shall review mine stratification and cross-leveling reports and depot workloadforecast and technically support NSWC PCD with cataloging change requests for National Stock Numbers (NSNs) and NavyAmmunition Logistics Code (NALC) assignment or revision.  This effort will also include initiation of Allowance Parts List(APL) updates.  The Contractor shall assist with logistics efforts required to introduce the QUICKSTRIKE Mod 3 and standoffdelivery mine configurations to the Fleet, including, but not limited to, development and delivery of revisions to logisticsdocuments, including the QUICKSTRIKE Mines Integrated Logistics Support Plan (ILSP) and Maintenance Plan.  The Contractorshall also support development of training material to support Fleet training evolutions.  The Contractor shall ensure theMine Allowance Database (MAD) is updated with Mod 3 and standoff delivery Mine configurations.

The contractor shall support the logistics of ordnance systems as it pertains to packaging, handling, and storage. Packagingof ordnance is in accordance with individual packaging specifications per item as packaged in reference drawings or TechnicalPublication Procedures. Handling and storage is in accordance with NAVSEA OP-5. Handling of live ordnance requires that thecontractor obtain a certification for each type of ordnance through the qualification & certification process as referenced inNAVSEA OP-5.

  (CDRL A001, A007)

3.1.6 Hazard Classifications

The Contractor shall support Hazardous Classification of mine components and initiate changes to all required supportingdocumentation.  Classifications shall be coordinated with Naval Ordnance Safety and Security Activity (NOSSA) personnel. (CDRLA007, A010)

3.1.7 Fleet Hardware Issue Resolution

The Contractor shall provide technical support resolution of issues with in-service hardware where it affects the QUICKSTRIKEMod 3 and standoff delivery systems.  The Contractor shall provide technical support the NSWC PCD system engineer withanalysis and during technical-assist visits to selected Mobile Mine Assembly Units (MOMAUs) as required.  The Contractor shallprepare and deliver ECPs, NORs and PCDs as necessary that contain instructions for corrective actions. (CDRL A001, A004, A005,A006)

3.1.8 Field Test Support

The Contractor shall support field testing and fleet exercises involving QUICKSTRIKE Mod 3, standoff delivery mines, and newconcept mines for both hardware and software components.  This includes support for the in-water evaluation of the TargetDetecting Device (TDD) Mk 71 Mod 1, a key component of the QUICKSTRIKE Mod 3 Mine configuration.  This support will includepreparation, assembly and disassembly of QUICKSTRIKE Mk 62, Mk 63, Mk 65, standoff delivered mine system hardware, and newconcept mine systems to be utilized during testing at the test site.  Support will include participation in test planning,mine assembly prior to testing and at the test site, support at the test site, and disassembly and packing of mine assets andhardware for shipment after completion of testing.  This support requires the Contractor have an in-depth understanding ofQUICKSTRIKE Mine Assembly, system configuration and logistics requirements. Field test support may also include otherevaluations of QUICKSTRIKE Mines Mod 3 hardware, standoff delivery mine hardware, or other Mine Improvement Systems. Thissupport may entail the Contractor handling explosive materials. Contractor personnel shall be qualified and certified inhandling explosive materials in accordance with OPNAVINST 8023.24C, DOD 4145.26-M, and NSWCPCDINST 8023.5D.  (CDRL A001)

3.1.9 Project Quality Management Support

The Contractor shall support in developing Quality Assurance (QA) management plans and procedures for the Mod 3, standoffdelivery mine, and new concept projects to meet the requirements of NSWC PC INST 4855.3D, or equivalent QA management system. The Contractor shall provide support to conduct QA activities as defined in these QA management plans.  The Contractor shallalso provide support in developing and delivery plans for: Project Organization, Risk Management, Configuration management,Contract Management Plan, and Team Training. (CDRL A008)

3.1.10 Safety Support

The Contractor shall provide technical support NSWC PCD in obtaining safety approval of the various QUICKSTRIKE Mine Mod 3,standoff delivery mine, and new concept mine configurations. This will entail creating safety plans, reports, safety reviewboard data packages, safety review board and Weapon Systems Explosive Safety Review Board (WSESRB) presentation material, andtravel to and from safety meetings.  This will also require participation in system safety working groups and publishing anddelivering meeting minutes.  (CDRL A009, A010, A011)

3.2 Task Area #2 - In-Service Mines Support

Page 20: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 18 of 803.2.1 Project Support

The Contractor shall provide technical support coordination and communication with Navy Munitions Command on the In-ServiceMine issues they are working or providing support to NSWC PCD.  Communication shall be coordinated with the NSWC PCDIn-Service Mine project engineer.  The Contractor shall provide technical support the In-Service Mine Project Engineer withassessment of emerging Fleet issues and requirements and providing recommendations on their resolution to ensure the bestpossible support to the Fleet.  The Contractor shall review the maintenance philosophy reflected in SW550-FO-PMS-010Underwater Mine Maintenance System for current Mine systems and provide recommendations for changes, updates and revisions. The Contractor shall provide support to the NSWC PCD in preparing or updating presentations for Quarterly Program Reviews,Project Reviews, and Integrated Master Schedules.  The Contractor shall provide financial management support, such aspreparing financial reports, Value Management (VM) reports, Basis of Estimate (BOE), Back-to-Basics (B2B) packages and updatesto the Navy Enterprise Resource Planning (NERP) system.   (CDRL A001)

3.2.2 Mine to Aircraft Certification Support

The Contractor shall provide subject matter expertise regarding the certification status and processes associated withcertification of delivery of Mine systems by specific aircraft.  The Contractor shall assess the feasibility of certifyingspecific mines on various Navy and Air Force aircraft and provide guidance and recommendations for obtaining suchcertification.  Certification efforts are currently underway on the B-52H Stratofortress, FA-18E/F Hornet, and the P-8APoseidon aircraft. Knowledge of the various Mines, Target and VEMS system configurations is desired. (CDRL A001)

3.2.3 Technical Data Package (TDP) Development and Update

The Contractor shall review TDPs for planned hardware procurements to support the In-Service Mine systems.  The TDPs will bereviewed to ensure they are complete, current and accurate.  The Contractor shall identify required changes to drawings andwork with NSWC PCD to initiate the required changes.  The Contractor shall develop and deliver draft ECPs and NORs for anydrawings requiring change and support required changes to the applicable drawings. (CDRL A003, A004, A005)

3.2.4 Technical Manual Reviews and Revisions

The Contractor shall support reviews of In-Service Mine technical manuals and identify changes required to those documents. The Contractor shall develop and deliver PCDs documenting the required publication changes and submit them for approval viaCMPro.  Contractor shall draft ECPs and necessary NORs in support of this tasking. (CDRL A004, A005, A006)

3.2.5 Logistics Support

The Contractor shall conduct reviews of applicable In-Service Mine logistics documentation as required.  The Contractor shallreview mine stratification and cross-leveling reports and depot workload forecast and technically support logistician withcataloging change requests for NSN and NALC assignment or revision.  This effort will also include initiation of APL updates. The Contractor shall support any changes required due to the assignment of the permanent hazardous classification for minehardware.  This effort will include all required cataloging and development and submission of NIIN and NALC requests.Contractor shall technically support NSWC PCD in semi-annual review of In-Service Mines Sponsor Owned Material located atNaval Undersea Warfare Center (NUWC) Detachment Hawthorne, Nevada.

The contractor shall support the logistics of ordnance systems as it pertains to packaging, handling, and storage. Packagingof ordnance is in accordance with individual packaging specifications per item as packaged in reference drawings or TechnicalPublication Procedures. Handling and storage is in accordance with NAVSEA OP-5. Handling of live ordnance requires that thecontractor obtain a certification for each type of ordnance through the qualification & certification process as referenced inNAVSEA OP-5. (CDRL A001, A007)

3.2.6 All Weapons Information System (AWIS) Update

The Contractor shall update configuration and allowance data contained in the Mine Allowance Database (MAD) module of AWISbased on direction and approval from NSWC PCD.  Contractor shall review and provide recommended actions on maintenance testdata contained in the All Weapons Analysis and Reporting System – Data Entry System (AWARS-DES) module.  (CDRL A012)

3.2.7 Demilitarization

The Contractor shall prepare demilitarization plans and procedures for mine hardware as required.  Procedures for selectedQUICKSTRIKE Mines Mk 62, Mk 63 and Mk 65, SLMM Mine Mk 67 and obsolete mines hardware shall be prepared.  Contractor shalltechnically support fleet Units in turnover of SLMM Mine Mk 67 hardware to the NAVSEA Demilitarization Manager and the DefenseReutilization and Marketing Office (DRMO). (CDRL A013)

3.2.8 Support Fleet Hardware Issues

The Contractor shall technically support resolution of issues with in-service hardware.  The Contractor shall providetechnical support the NSWC PCD mine systems engineer with analysis and during technical-assist visits to selected fleet Units,as required.   The Contractor shall prepare and deliver ECPs, NORs and PCDs as necessary that contain instructions forcorrective actions. (CDRL A001, A004, A005, A006)

3.2.9 Hazard Classifications

The Contractor shall support Hazardous Classification testing (in accordance with reference (a) of selected mine components inorder to determine appropriate hazard classification assignment.  In addition to testing, Contractor will prepare final reportproviding results of testing. Classifications shall be coordinated with NOSSA personnel. (CDRL A007, A010)

3.3 Task Area #3 - Mine Countermeasure Targets (Instrumented or non-Instrumented)

The MCM Targets Program is made up of the Versatile Exercise Mine System (VEMS), Targets, Navy Instrumented Threat TargetsSystem (NAVITTAR), and future systems. The Contractor shall provide the full spectrum of operations and maintenance support tothe ISEA to include design, safety, test support, software, technical documentation, specifications and standards,perfortravelmance and maintenance data analysis, maintenance engineering, computer hardware and software support,installation, Fleet engineering support, training and manning, Integrated Logistics Support (ILS), data management,configuration management,  supply support and repair facilities support as amplified in the following paragraphs.

3.3.1 Program Support

Page 21: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 19 of 80(a) Program Meetings. The Contractor shall attend meetings, program reviews, conferences, Integrated Product Teams (IPT’s),Workload Conferences and other meetings as required to support MCM Targets program and NSWC PCD.  In support of thesemeetings, the Contractor may be required to draft presentation packages, meeting minutes or a trip report as required.  (CDRLA011, A014)

(b) Ordnance Reports. The Contractor shall provide technical support NSWC PCD in the preparation, tracking, upkeep, anddistribution of selected Ordnance documentation. This will include Non-Combat Expenditure Allowances (NCEA), OrdnanceInformation System (OIS), Usage and Expenditure reports, Ordnance Requests, Ordnance Requisitions, All Weapons InformationSystem (AWIS), Inventory objectives and others as required.  (CDRL A015, A020)

(c) Programmatic Support. The Contractor shall provide technical support NSWC PCD in the preparation, tracking, upkeep, anddistribution of selected programmatic documentation. This will include developing, editing, formatting, and copyingprogrammatic documents for selected program distribution. Documents will include Requirements documents, Maintenancedocuments, Project Plans, System Engineering Plans, and others as required.  (CDRL A015)

(d) Maintenance Reports. The Contractor shall provide technical support NSWC PCD in the preparation, tracking, upkeep, anddistribution of Maintenance Reports from data compiled from AWARS and Targets Modules in the All Weapon Information System(AWIS). The Contractor shall also interface with the Naval Munitions Command Divisions and Units on Maintenance Issues. (CDRLA015)

(e) Metrics. The Contractor shall provide technical support NSWC PCD in the preparation, tracking, upkeep, and distribution ofMetrics data compiled from various reports and sources. (CDRL A015)

3.3.2 TDP Development and Update

The Contractor shall provide technical support NSWC PCD in the preparation, reviewing, tracking, upkeep, and distribution ofTDPs for planned hardware procurements to support the MCM Target systems.  The TDPs shall be reviewed to ensure they arecomplete, current and accurate.  The Contractor shall identify required changes to drawings and work with NSWC PCD to initiatethe required changes.  The Contractor shall develop draft ECPs and NORs for any drawings requiring changes for approval viaCMPro. The Contractor shall review and annotate system level drawings to identify projected configurations for MCM Targets andtechnically support development and review of hardware configuration trees.  (CDRL A003, A004, A005)

3.3.3 Technical Manuals and Documents

The Contractor shall provide technical support NSWC PCD in the preparation, reviewing, tracking, upkeep, and distribution ofMCM Targets technical manuals and documents and identify changes required to those documents.  The Contractor shall developPCDs documenting the required publication changes and submit them for approval via CMPro.  (CDRL A006)

 3.3.4 Logistics Support

The Contractor shall conduct reviews of applicable MCM Targets logistics documentation as required.  The Contractor shallreview mine stratification and cross-leveling reports and depot workload forecast and technically support NSWC PCD withcataloging change requests for NSN and NALC assignment or revision.  This effort will also include initiation of APL updatesand all required cataloging and development and submission of National Item Identification Number (NIIN) and NALC requests.Contractor shall provide technical support NSWC PCD in semi-annual review of MCM Targets Sponsor Owned Material located atNSWC PCD, Florida.

The contractor shall support the logistics of ordnance systems as it pertains to packaging, handling, and storage. Packagingof ordnance is in accordance with individual packaging specifications per item as packaged in reference drawings or TechnicalPublication Procedures. Handling and storage is in accordance with NAVSEA OP-5. (CDRL A001, A007)

3.3.5 All Weapons Information System (AWIS) Update

The Contractor shall update MCM targets configuration and allowance data contained in the Mine Allowance Database (MAD) moduleof AWIS.  (CDRL A012)

3.3.6 Intermediate and Depot (I and D) Level Maintenance Facilities

The Contractor shall provide technical support trouble shooting, resolution, and repair of MCM Targets hardware at I and Dlevel Facilities at NSWC PCD.  The Contractor shall provide technical support MCM Targets System Engineer with analysis andduring technical-assist visits to selected fleet Units as required.  Examples of support that may need to be provided in thisarea include Overhaul of VEMS MK 74 and MK 75, Test Set Trouble Shooting and Repair, and sub-component trouble shooting andRepair.

(a) Depot Level Maintenance. The Contractor shall provide technical support resolution, troubleshooting and repair of MCMTargets hardware at the Depot Level Facility. Examples of support that may need to be provided in these areas include overhaulof VEMS MK 74 and MK 75, Test Set Trouble Shooting and Repair, and sub-component trouble shooting and repair. The Contractormay also be required to provide painting and fabrication services in support of overhauls, repairs, and modifications.

3.3.7 System Re-Design, Modifications, and Product Improvements

The Contractor shall provide systems engineering and analysis support to the NSWC PCD MCM Targets program to include:  developprogram and related engineering concepts and perform scientific and engineering analyses and planning to achieve statedobjectives; develop a system safety program and supporting hazard analyses for incorporation of safety requirements inperformance specifications; monitor and assess the scientific, overall engineering and system safety aspects of a program;perform system engineering and develop performance specifications to establish configuration functional baselines for thesystem or prime items including computer programs; perform or direct research, development, test and simulations toinvestigate problems, probe alternate technical approaches to evaluate program achievements; review development and scientificprograms as well as engineering change proposals for their impact on engineering concepts, design, safety and performance;develop or technically support preparation or modification of top level program documents such as the Test and EvaluationMaster Plan (TEMP); develop required procedures and test packages (in accordance with reference (a)) for performing testingincluding technical evaluations; support systems engineering and analysis related to test and evaluation programs; performanalyses to assess the utilization of the system under operational conditions and technically support the preparation ofoperational guidelines. (CDRL A001)

(a) Hardware Support. The Contractor may also be required to provide painting and fabrication services in support ofmodifications and product improvements.

Page 22: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 20 of 80(b) Software Support. The Contractor shall provide certified Labview software development support, along with programminglanguages, and software modifications in support of product modifications and improvements as required.

3.3.8 Testing and Evaluation (T&E)

The Contractor shall comply with Reference (a) in providing T&E support to the MCM targets program during test phases. Supportshall encompass developing test plans, test documentation including briefs, Test Logs, Mission Summaries, plan and coordinatetest schedules, execute tests, data analyses, and test reports. The Contractor shall provide test personnel support to operateunder the cognizance of a qualified Test Director and a qualified System Test Engineer. In addition, the Contractor shallprovide maintenance support, operators, observers, or other crew positions that allow for completion of the test.  TheContractor shall debrief the individual missions and observed system performance to NSWC PCD support personnel.  TheContractor shall perform Operational (O-Level) and Intermediate Level (I-Level) maintenance on the MCM Targets and supportequipment in support of tests from all platforms. The Contractor shall supply parts and materials necessary to support testpreparation, testing and O- and I-Level Maintenance.  The Contractor shall evaluate existing operational and testingprocedures and determine improvement potential.  (CDRL A001, A011, A016, A017, A018, A019)

3.4 Task Area #4 – Clandestine Delivered Mine (CDM) Support

3.4.1  Project Support

The Contractor shall provide technical support coordination and communication with Navy Munitions Command on the CDM systemissues they are working or providing support on to NSWC PCD.  Communication shall be coordinated with the NSWC PCD projectengineer.  The Contractor shall provide technical support the CDM program with assessment of emerging Fleet issues andrequirements and providing recommendations on their resolution to ensure the best possible support to the Fleet.  TheContractor shall review the maintenance philosophy reflected in SW550-FO-PMS-010 Underwater Mine Maintenance System andprovide recommendations for changes, updates and revisions.  The Contractor shall provide support to the NSWC PCD in preparingor updating presentations for Technical Design Reviews, Quarterly Program Reviews, Project Reviews, and Integrated MasterSchedules.  The Contractor shall provide financial management support, such as preparing and delivering financial reports,Value Management (VM) reports, Basis of Estimate (BOE), Back-to-Basics (B2B) packages and updates to the Navy EnterpriseResource Planning (NERP) system. (CDRL A001)

3.4.2  Technical Data Package (TDP) Preparation and Updates

The Contractor shall review TDPs for planned hardware procurements to support the CDM system.  The TDPs will be reviewed toensure they are complete, current and accurate.  The Contractor shall identify required changes to drawings and work with NSWCPCD to initiate the required changes.  The Contractor shall develop draft ECPs and NORs for any drawings requiring changes forapproval via CMPro. The Contractor shall review and annotate system level drawings to identify projected tactical and trainingconfigurations for the CDM and assist with development and review of hardware configuration trees. (CDRL A003, A004, A005)

3.4.3 Logistics Support

The Contractor shall prepare and conduct reviews of applicable CDM logistics documentation as required.  The Contractor shallprepare cataloging change requests for NSN and NALC assignment or revision.  This effort will also include initiation of APLupdates.  The Contractor shall assist with logistics efforts required to introduce the CDM configurations to the Fleet,including, but not limited to, development of revisions to logistics documents, including the CDM Life Cycle Sustainment Plan(LCSP) and Maintenance Plan.  The Contractor shall also support development of training material to support Fleet trainingevolutions.  The Contractor shall ensure the Mine Allowance Database (MAD) is updated with CDM configurations.  The Contractorshall support Hazardous Classification of mine components and initiate changes to all required supporting documentation. Classifications shall be coordinated with Naval Ordnance Safety and Security Activity (NOSSA) personnel

The contractor shall support the logistics of ordnance systems as it pertains to packaging, handling, and storage. Packagingof ordnance is in accordance with individual packaging specifications per item as packaged in reference drawings or TechnicalPublication Procedures. Handling and storage is in accordance with NAVSEA OP-5. Handling of live ordnance requires that thecontractor obtain a certification for each type of ordnance through the qualification & certification process as referenced inNAVSEA OP-5. (CDRL A001, A007)

3.4.4 Technical Manual

The Contractor shall support reviews of CDM technical manuals and identify changes required to those documents.  TheContractor shall develop PCDs documenting the required publication changes and submit them for approval via CMPro.  TheContractor shall develop assembly and disassembly procedures for CDM hardware and configurations.  Procedures shall bedocumented in final draft PCDs to the applicable existing technical manuals.  The Contractor shall support any validations orverifications of these procedures. (CDRL A006)

3.4.5 Test and Evaluation (T&E) Support

The Contractor shall provide T&E support to the CDM program during test phases. Support shall encompass technical supportdeveloping test plans, test documentation including briefs, Test Logs, Mission Summaries, test schedules, data analyses, andtest reports. The Contractor shall provide test personnel support to operate under the cognizance of a qualified Test Directorand a qualified System Test Engineer. In addition, the Contractor shall provide maintenance support, operators, observers, orother crew positions that allow for completion of the test.  The Contractor shall debrief the individual missions and observedsystem performance to NSWC PCD support personnel.  The Contractor shall perform maintenance on the CDM hardware and supportequipment in support of tests from all platforms. The Contractor shall supply parts and materials necessary to support testpreparation, testing and maintenance.  The Contractor shall evaluate existing operational and testing procedures and determineimprovement potential. (CDRL A001, A011, A016, A017, A018, A019)

3.4.6 Quality Management Support. 

The Contractor shall support in developing QA management plans and procedures for the CDM program to meet the requirements ofNSWC PC INST 4855.3D, or equivalent QA management system.  The Contractor shall provide support to conduct QA activities asdefined in these QA management plans.  The Contractor shall also provide support in developing plans for: ProjectOrganization, Risk Management, Configuration management, Contract Management Plan, and Team Training. (CDRL A008)

3.4.7 Safety Support

The Contractor shall provide technical support NSWC PCD in obtaining safety approval of the various CDM configurations. Thiswill entail creating safety plans, reports, safety review board and Weapon Systems Explosive Safety Review Board (WSESRB) data

Page 23: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 21 of 80packages, safety review board presentation material, and travel to and from safety meetings.  This will also requireparticipation in system safety working groups and publishing meeting minutes. (CDRL A009, A010, A011)

3.4.8 Fleet Hardware Issue Resolution

The Contractor shall assist with resolution of issues with in-service hardware where it affects the CDM system.  TheContractor shall assist with analysis and during technical-assist visits to selected Navy Munitions Commands as required.  TheContractor shall prepare and deliver ECPs, NORs and PCDs as necessary that contain instructions for corrective actions. (CDRLA001, A004, A005, A006)

3.5 Progress Reporting

3.5.1 Weekly Status Report

The Contractor shall provide weekly reports discussing progress and financial expenditures along with issues and resolutionsto the respective project engineers; and costs to date along with percentage of total funding spent, by each Monday of theweek following each week's effort. The Contractor shall track expenses in a manner corresponding to the CLIN Work BreakdownStructure (WBS) of the order for the three individual projects.  Progress shall be reported in labor hours and dollars bylabor category for each assigned WBS category. (CDRL A021)

3.5.2 Contract Status Report (CDRL A022)

The below Electronic Cost Reporting and Financial Tracking (eCRAFT) reporting is required at this time.The contractor status reports shall be submitted monthly until the modification implementing eCRAFT isissued - then Contractor status reports shall be submitted as specified below. 

(a) The Contractor agrees to upload the Contractor's Funds and Man-hour Expenditure Reports in theElectronic Cost Reporting and Financial Tracking (eCRAFT) System and submit the Contract Status Report onthe day and for the same timeframe the contractor submits an invoice into the Invoicing, Receipt,Acceptance, and Property Transfer (iRAPT) system. Compliance with this requirement is a materialrequirement of this contract. Failure to comply with this requirement may result in contracttermination. 

(b) The Contract Status Report indicates the progress of work and the status of the program and of allassigned tasks. It informs the Government of existing or potential problem areas. 

(c) The Contractor's Funds and Man-hour Expenditure Report reports contractor expenditures for labor,materials, travel, subcontractor usage, and other contract charges. 

(1) Access: 

eCRAFT: Reports are uploaded through the eCRAFT System Periodic Report Utility (EPRU). The EPRUspreadsheet and user manual can be obtained at: http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC/Newport/Partnerships/ Commercial-Contracts/Information-eCraft-/ under eCRAFT information. TheeCRAFT e-mail address for report submission is: [email protected]. If you have problemsuploading reports, please see the Frequently Asked Questions at the site address above. 

(2) Submission and Acceptance/Rejection: 

The contractor shall submit reports on the same day and for the same timeframe the contractor submits aninvoice in iRAPT. The amounts shall be the same. eCRAFT acceptance/rejection will be indicated by e-mailnotifications from eCRAFT. 

2.  The Contractor shall complete Attachment J.6 entitled: “Template Average Bid Rates v2.2” spreadsheeton a one-time basis and submit to the individual noted in Block 6 of this SF30 as soon as possible butnot later than 1:00 PM Central Standard Time on 20 May 2018.  The Contractor shall annotate in the UploadTab only its labor expenditures  based on its “original” proposal costs for the current year of theircontract/task order and submit separate labor expenditure tabs or spreadsheet(s) for each option year.

3.6 Safety Program (CDRL A023)

The Contractor shall document and implement a Safety Program for all non-office related work performed under this Task Order.The Contractor shall describe or reference in a Safety Plan the methods that will be used to identify and apply safety andhazard control. The Safety Plan shall list the industry safety standards or specifications that are the sources of safetyrequirements with which the Contractor is required to comply and any others the Contractor intends to use. The Safety Planshall address:

Equipment Operation, Transport, Handling, Assembly and Storage

Equipment Test and checkout

Equipment modifications, test and inspection

A&E safety

Emergency operations

General safety and fire requirements not covered above

Such other operations deemed necessary by the Contractor to safely execute the requirements of the Task Order.

Page 24: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 22 of 80The Contractor shall describe in the Safety Plan the techniques and procedures to be used by the Contractor to ensure that theobjectives and requirements of the safety program are met in the safety training for engineers, technicians, operating, andmaintenance personnel. The Safety Plan shall describe the mishap and hazardous malfunction analysis process for mishaps andthe process for mishap and malfunction reporting to the COR, PCO, and any other Government officials required. The Contractorshall conduct all non-office functions in accordance with the approved Safety Plan.

3.7 Quality Assurance (CDRL A024)

The Contractor shall provide and maintain a Quality Management System (QMS) that meets the requirements of ISO 9001:2015. TheContractor shall submit a Quality Assurance Program Plan (QAPP) to the COR within 30 days after award that documents thequality system procedures, planning, and all other documentation and data that comprise the QMS for Government review andapproval. The QAPP shall identify the means by which the Contractor will ensure quality system effectiveness and demonstratecomprehensive management and review of their process data, to identify trends and progress in quality of services and dataproducts provided. The QAPP shall describe what is measured, how often it is tracked, and who reviews and assures thatappropriate action is initiated when trends are unfavorable. The Government may perform inspections, validations,verifications and/or evaluations deemed necessary to ascertain conformance and compliance to the requirements and adequacy ofthe implemented procedures. The Government reserves the right to disapprove the QMS or portions thereof when it fails to meetits contractual requirements. The supplier shall require a QMS of its sub-tier suppliers to ensure control of quality of theservices and data products or supplies provided. 3.8 Travel

Anticipated travel destinations include Hawthorne, NV; Mechanicsburg, PA; Guam; Okinawa, Japan; Misawa, Japan; Charleston, SC;San Diego, CA; Washington, DC; Indian Head, MD; Tinker AFB, OK; Barksdale, AFB, LA; Eglin AFB, FL; Yorktown, VA; Edwards AFB,CA; Seal Beach, CA; Patuxent River NAS, MD; Dahlgren, VA; China Lake, CA; Ft.Lauderdale, FL; Dania Beach, Florida, Norfolk,VA; San Diego, CA; Bahrain, Alexandria, VA; Egypt, White Sands, NM; Camden AR, Saipan, McAlester Army Ordnance DepotMcAlester, Oklahoma, Hickam AFB Kauai, HI and Dyess AFB in Abilene, Texas. The number of times the Contractor may be requiredto travel to each location cited above may vary as program requirements dictate, provided that the total estimated travel costis not exceeded. All travel requirements will be approved by the Contracting Officer via a Technical Instruction (TI). Beforeinitiating any travel, the Contractor(s) shall submit a detailed and fully-burdened estimate that includes the number ofemployees traveling, their expected travel costs for airfare, lodging, per diem, rental car, taxi/mileage and any other costsor actions requiring approval. The travel estimate shall be submitted to the Contracting Officer's Representative (COR) andContract Specialist. Actuals cost, resulting from the performance of travel requirements, shall be reported as part of theContractor's monthly status report. The reportable cost shall also be traceable to the Contractor's invoice.

The Contractor(s) will be reimbursed for its reasonable actual travel costs in accordance with HQ B-2-0020 Travel Cost – Alt I(NAVSEA) (Dec 2005) of the SeaPort-e Multiple Award Contract. Travel expenses are limited by the Department of Defense (DoD)Joint Travel Regulation (JTR).

3.9 Material Purchases

Only items directly used for this order, for work within the scope, shall be purchased under the material line item. Materialpurchase above $3,500 shall be approved by the PCO via a technical instruction prior to purchase by the Contractor. Thepurchase request shall be itemized and contain the cost or price analysis performed by the Contractor to determine thereasonableness of pricing. The request and supporting documentation shall be submitted, in writing (e-mail is preferred), tothe COR for concurrence prior to being submitted to the PCO for approval. The COR shall review and provide approval formaterial purchases at and below $3,500. Information Technology (IT) equipment, or services must be approved by the proper NSWCPCD approval authority.  All IT requirements, regardless of dollar amount, submitted under this Task Order shall be submittedto the Contracting Officer for review and approval prior to purchase. The definition of information technology is identical tothat of the Clinger-Cohen Act, that is, any equipment or interconnected system or subsystem of equipment that is used in theautomatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, orreception of data or information.  Information technology includes computers, ancillary equipment, software, firmware andsimilar procedures, services (including support services), and related resources.

3.10 Navy Enterprise Resource Planning (NERP) Access

Contractor personnel assigned to perform program or project management support work under this task order may require limitedaccess to the NERP System which requires a Common Access Card (CAC). The Contractor shall submit a request for NERP access andthe role required via the COR to the Competency Role Mapping Point of Contact (POC). The COR will validate the need foraccess, ensure all prerequisites are completed, and with the assistance of the Role Mapping POC, identify the Computer BasedTraining requirements needed to perform the role assigned.

Items to have been completed prior to requesting a role for NERP include: Systems Authorization Access Request Navy (SAAR-N),DD Form 2875, Annual Information Assurance (IA) training certificate and Office of Personnel Management (OPM) Questionnairefor National Security Positions (Standard Form (SF) 86).

(a)  For directions on completing the SF86, the Contractor is instructed to consult with their company's Facility SecurityOfficer (FSO). In order to maintain access to required systems, the Contractor shall ensure completion of annual IA training,monitor expiration of requisite background investigations, and initiate re-investigations. 

(b)  All Contractor personnel requiring access to NERP require a Common Access Card (CAC). The Contractor shall be responsibleto ensure that all employees that require CAC are processed in a timely manner. The COR will assign a Trusted Agent (TA) andsponsor to support the Contractor Facility Security Officer (FSO) in navigating the process to obtain Common Access Cards(CAC) through the Trusted Associate Sponsorship System (TASS). Additional information on the process for Contractors requiringa CAC can be found at: http://www.cac.mil/common-access-card/getting-your-cac/for-contractors/.

4.0 GOVERNMENT FURNISHED PROPERTY (GFP)

4.1 Government Furnished Information (GFI):

The Government will provide the Contractor with documentation as required such as TDPs, draft TDP's, technical manuals thatrequire updates, and draft logistics documentation.  All Government furnished information (GFI) shall be returned at thecompletion of this task order.

4.2 Government Furnished Material (GFM): None

Page 25: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 23 of 804.3 Government Furnished Equipment (GFE): 

4.3.1 Only the GFP listed in Attachment J.9, in the quantity, shown, will be furnished by the Government.  All other propertyrequired for the performance of this task order shall be furnished by the Contractor.

4.3.2 The Government furnished property shall be returned to the following address at the completion of this task order:

                Receiving Officer                Naval Support Activity Panama City                Building 100                101 Vernon Avenue                Panama City Beach, FL  32407-7018

 A DD Form 1149 shall accompany the GFP.  A copy of this form shall be mailed to:

                Naval Surface Warfare Center Panama City Division                Attn:  Code 022                110 Vernon Avenue                Panama City, FL  32407-7001

5.0 SECURITY

The highest security classification for work under this task order is SECRET.  Access to and generation of classifieddocuments may be required.  Receipt and storage of classified hardware may also be required.  The Contractor may be requiredto research various classified mines and ordnance documents that are available only on the Secret Internet Protocol RouterNetwork (SIPRNET).  To view and download these classified documents, Contractor personnel require SIPRNET access. Additionally some of these documents carry North Atlantic Treaty Organization (NATO) security classification.  Provisions ofthe attached DD Form 254 for this task order apply.

RELEASE OF INFORMATION

    (a) Release of information shall be in accordance with Section I, DFARS Clause 252.204-7000, Disclosure of Information.

    (b) All technical data provided to the contractor by the Government will be protected from public disclosure in accordancewith the markings contained thereon.  All other information relating to the items to be delivered or services to be performedunder this contract may not be disclosed by any means without prior approval of the appropriate NSWC PCD authority. Dissemination or public disclosure includes, but is not limited to, permitting access to such information by foreign nationalsor by any other person or entity; publication of technical or scientific papers; advertising; or any other proposed publicrelease.  The contractor shall provide adequate physical protection to such information to preclude access by any person orentity not authorized such access by the Government.

5.1 Controlled Unclassified Information (CUI)

Controlled unclassified information (CUI) is official information that requires the application of controls and protectivemeasures for a variety of reasons and has not been approved for public release, to include technical information, proprietarydata, information requiring protection under the Privacy Act of 1974, and Government-developed privileged informationinvolving the award of contracts. CUI is a categorical designation that refers to unclassified information that does not meetthe standards for National Security Classification under Executive Order 13526, but is (a) pertinent to the national interestof the United States or to the important interests of entities outside the Federal Government, and (b) under law or policyrequires protection from unauthorized disclosure, special handling safeguards, or prescribed limits on exchange ordissemination.

5.2 Minimum Requirements for Access to Controlled Unclassified Information (CUI) 

Prior to access, Contractor personnel requiring access to Department of the Navy (DoN) controlled unclassified information(CUI) or "user level access to DoN or DoD networks and information systems, system security and network defense systems, or tosystem resources providing visual access and/or ability to input, delete or otherwise manipulate sensitive information withoutcontrols to identify and deny sensitive information" contractors must have clearance eligibility, or submit an ElectronicQuestionnaire for Investigation Processing (SF 86) to NSWC PCD Security for processing and subsequent adjudication by the DoNCentral Adjudication Facility.

5.3 Minimum Protection Requirements for Controlled Unclassified Information

Security classification guides and unclassified limited documents (e.g., For Official Use Only (FOUO), Distribution StatementControlled) are not authorized for public release and, therefore, cannot be posted on a publicly accessible webserver ortransmitted over the Internet unless appropriately encrypted.

5.4 For Official use Only (FOUO) 

FOUO is a document designation, not a classification. This designation is used by Department of Defense (DoD) and a number ofother federal agencies to identify information or material, which although unclassified, disclosure to the public of theinformation would reasonably be expected to cause a foreseeable harm to an interest protected by one or more provisions of theFreedom of Information Act (FOIA). This includes information that qualifies for protection pursuant to the provisions of thePrivacy Act of 1974, as amended. FOUO must be marked, controlled and safeguarded in accordance with DoDM 5200.01, Vol. 4, DoDInformation Security Program: Controlled Unclassified Information (CUI), February 24, 2012

5.5 Security of Unclassified DoD Information on Non-DoD Information Systems (DoDI 8582.01) DoD Policy 

Adequate security shall be provided for all unclassified DoD information on non-DoD information systems. Appropriaterequirements shall be incorporated into all contracts, grants, and other legal agreements with non-DoD entities.

Information Safeguards are applicable to unclassified DoD information in the possession or control of non-DoD entities onnon-DoD information systems, to the extent provided by the applicable contract, grant, or other legal agreement with the DoD.

Information Safeguards

Unclassified DoD information that has not been cleared for public release may be disseminated by the Contractor, grantee, or

Page 26: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 24 of 80awardee to the extent required to further the contract, grant, or agreement objectives, provided that the information isdisseminated within the scope of assigned duties and with a clear expectation that confidentiality will be preserved. Examplesinclude:

        a. Non-public information provided to a Contractor (e.g., with a request for proposal).

        b. Information developed during the course of a contract, grant, or other legal agreement (e.g., draft documents,reports, or briefings and deliverables).

        c. Privileged information contained in transactions (e.g., privileged contract information, program schedules,contract-related event tracking).

It is recognized that adequate security will vary depending on the nature and sensitivity of the information on any givennon-DoD information system. However, all unclassified DoD information in the possession or control of non-DoD entities onnon-DoD information systems shall minimally be safeguarded as follows:

        a. Do not process unclassified DoD information on publically available computers (e.g., those available for use by thegeneral public in kiosks or hotel business centers).

        b. Protect unclassified DoD information by at least one physical or electronic barrier (e.g., locked container orroom, logical authentication or logon procedure) when not under direct individual control of an authorized user.

        c. At a minimum, overwrite media that have been used to process unclassified DoD information before external releaseor disposal.

        d. Encrypt all information that has been identified as CUI when it is stored on mobile computing devices such aslaptops and personal digital assistants, compact disks, or authorized removable storage media such as thumb drives and compactdisks, using the best encryption technology available to the Contractor or teaming partner.

        e. Limit transfer of unclassified DoD information to subcontractors or teaming partners with a need to know and obtaina commitment from them to protect the information they receive to at least the same level of protection as that specified inthe contract or other written agreement.

        f. Transmit e-mail, text messages, and similar communications containing unclassified DoD information using technologyand processes that provide the best level of privacy available, given facilities, conditions, and environment. Examples ofrecommended technologies or processes include closed networks, virtual private networks, public key-enabled encryption, andtransport layer security.

        g. Encrypt organizational wireless connections and use encrypted wireless connections where available when traveling.If encrypted wireless is not available, encrypt document files (e.g., spreadsheet and word processing files), using at leastapplication-provided password protected level encryption.

        h. Transmit voice and fax transmissions only when there is a reasonable assurance that access is limited to authorizedrecipients.

        i. Do not post unclassified DoD information to website pages that are publicly available or have access limited onlyby domain or Internet protocol restriction. Such information may be posted to website pages that control access by useridentification and password, user certificates, or other technical means and provide protection via use of transport layersecurity or other equivalent technologies during transmission. Access control may be provided by the intranet (vice thewebsite itself or the application it hosts). 

        j. Provide protection against computer network intrusions and data exfiltration, minimally including:

                 (1) Current and regularly updated malware protection services, e.g., anti-virus, anti-spyware.

                 (2) Monitoring and control of both inbound and outbound network traffic (e.g., at the external boundary,sub-networks, individual hosts); including blocking unauthorized ingress, egress, and exfiltration through technologies suchas firewalls and router policies, intrusion prevention or detection services, and host-based security services. Promptapplication of security-relevant software patches, service packs, and hot fixes.

        k. Comply with other current Federal and DoD information protection and reporting requirements for specifiedcategories of information (e.g., medical, proprietary, Critical Program Information (CPI), personally identifiableinformation, export controlled) as specified in contracts, grants, and other legal agreements.

        l. Report loss or unauthorized disclosure of unclassified DoD information in accordance with contract, grant, or otherlegal agreement requirements and mechanisms.

        m. Do not use external IT services (e.g., e-mail, content hosting, database, document processing) unless they provideat least the same level of protection as that specified in the contract or other written agreement.

5.6 Operations Security

Operations Security (OPSEC) is concerned with the protection of critical information: facts about intentions, capabilities,operations, or activities that are needed by adversaries or competitors to bring about failure or unacceptable consequences ofmission accomplishment.

Critical information includes information regarding:

- Operations, missions, and exercises, test schedules or locations;

- Location/movement of sensitive information, equipment, or facilities;

- Force structure and readiness (e.g., recall rosters);

- Capabilities, vulnerabilities, limitations, security weaknesses;

- Intrusions/attacks of DoD networks or information systems;

Page 27: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 25 of 80- Network (and system) user identifications and passwords;

- Movements of key personnel or visitors (itineraries, agendas, etc.); and

- Security classification of equipment, systems, operations, etc.

The Contractor, subcontractors and their personnel shall employ the following countermeasures to mitigate the susceptibilityof critical information to exploitation, when applicable:

- Practice OPSEC and facilitate OPSEC awareness;

- Immediately retrieve documents from printers assessable by the public;

- Shred sensitive and Controlled Unclassified Information (CUI) documents when no longer needed;

- Protect information from personnel without a need-to-know;

- When promulgating information, limit details to that essential for legitimacy;

- During testing and evaluation, practice OPSEC methodologies of staging out of sight, desensitization, or speed of execution,whenever possible.

6.0 GOVERNMENT AND CONTRACTOR RELATIONSHIP

(a) The services to be delivered under this Task Order are non-personal services and the parties recognize and agree that noemployer-employee relationship exists or will exist under the Task Order between the Government and the Contractor'spersonnel.  It is, therefore, in the best interest of the Government to afford both parties a full understanding of theirrespective obligations. 

(b) All Contractor, Subcontractor, and consultant personnel shall wear prominently displayed identification badges at alltimes when performing work on NSWC PCD property or attending meetings in the performance of this Task Order.  The badge shallcontain the individual's name, the company name and logo.  When participating in such meetings (e.g., as a speaker, panelmember), those individuals in Contractor employ must supplement physical identification (e.g., badges, place markers) withverbal announcements so that it is clear to the assembled group that they are employees of the Contractor, not NSWC PCDemployees. In addition, when working on NSWC PCD property, all Contractor, Subcontractor, and consultant personnel shall havesigns visible on their desks or at their work sites that clearly state that they are not NSWC PCD employees.

(c) The Contractor is responsible for supervision of all Contractor personnel assigned to this Task Order.  The Contractorshall exercise ultimate over all aspects of Contractor personnel day-to-day work under this Task Order including theassignment of work, means and manner of Contractor employee performance and the amount of Contractor supervision provided. The Contractor shall be ultimately responsible for all aspects of performance under this Task Order including the work of itsContractor personnel. 

Contractor personnel under this Task Order shall not:

      (1) Be placed in a position where they are under the supervision, direction, or evaluation of a Government employee.

     (2) Be placed in a position of command, supervision, administration or control over Government personnel, or overpersonnel of other Contractors under other NSWC PCD contracts, or become a part of the Government organization.

     (3) Be used in administration or supervision of Government procurement activities. 

     (4) Have access to proprietary information belonging to another without the express written permission of the owner ofthat proprietary information.

(d) Employee Relationship:

      (1) The services to be performed under this Task Order do not require the Contractor or its personnel to exercisepersonal judgment and discretion on behalf of the Government.  Rather the Contractor's personnel will act and exercisepersonal judgment and discretion on behalf of the Contractor.

      (2) Rules, regulations, directives and requirements that are issued by the U.S. Navy and NSWC PCD under itsresponsibility for good order, administration, and security are applicable to all personnel who enter the Governmentinstallation or who travel on Government transportation. This is not to be construed or interpreted to establish any degree ofGovernment control that is inconsistent with a non-personal service Task Order. 

 (e) Inapplicability of Employee Benefits: This Task Order does not create an employer-employee relationship. Accordingly,entitlements and benefits applicable to such relationships do not apply. 

     (1) Payments by the Government under this Task Order are not subject to the Federal income tax withholdings. 

    (2) Payments by the Government under this Task Order are not subject to the Federal Insurance Contributions Act.

    (3) The Contractor is not entitled to unemployment compensation benefits under the Social Security Act, as amended, byvirtue of performance of this Task Order.

    (4) The Contractor is not entitled to workman's compensation benefits by virtue of this Task Order. 

    (5) The entire consideration and benefits to the Contractor for performance of this Task Order are contained in theprovisions for payment under this Task Order.

(f)   Notice.  It is the Contractor's, as well as, the Government's responsibility to monitor Task Order activities and notifythe Contracting Officer if the Contractor believes that the intent of this clause has been or may be violated. 

    (1) The Contractor should notify the Contracting Officer in writing promptly, within three (3) calendar days from the dateof any incident that the Contractor considers to constitute a violation of this clause.  The notice should include the date,nature, and circumstances of the conduct, the name, function and activity of each Government employee or Contractor officialor employee involved or knowledgeable about such conduct, identify any documents or substance of any oral communicationinvolved in the conduct, and the estimate in time by which the Government must respond to this notice to minimize cost, delay

Page 28: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 26 of 80or disruption of performance. 

   (2) The Contracting Officer shall promptly, within five (5) calendar days after receipt of notice, respond to the notice inwriting.  In responding, the Contracting Officer will either:

         (i) confirm the conduct is in violation and when necessary direct the mode of further performance,

         (ii) countermand any communication regarded as a violation

         (iii) deny that the conduct constitutes a violation and when necessary direct the mode of further performance; or

         (iv) in the event the notice is inadequate to make a decision, advise the Contractor what additional information isrequired, and establish the date by which it should be furnished by the Contractor and the date.  

7.0 PERFORMANCE BASED REQUIREMENTS

The Task Order service requirements are summarized below into Performance Objectives, Performance Standards and AcceptableQuality Levels (AQLs) that relate directly to mission essential items. The performance thresholds describe the minimallyacceptable levels of service required for each requirement and are considered critical to mission success. Procedures as setforth in the FAR 52.246-5, Inspection of Services – Cost Reimbursement, shall be utilized to remedy all deficiencies.

Table 1: Performance Work Statement Evaluation Criteria & Standards:

  Work Area Performance Objective Performance Standard AQL Surveillance Method  

Performance WorkStatement (PWS) Task Area #1paragraphs 3.1andsubparagraphs

Assist with coordinationand communication withCommander, Mobile MineAssembly Group (COMOMAG).

Apprises project engineerof all communications,schedules, and decisionswith COMOMAG.  Documentsminutes and actions ofmeetings andteleconferences.

Recorded meetings andteleconferences aredocumented with few errorsand published in a timelyfashion. 100% completed bydue date

IAW 52.246-5Inspection ofServices – CostReimbursement  

  Provide subject matterexpertise regardingcertification status andprocesses, review TDPs,logisticsdocumentation, hazardousclassification data, fleetissues, associated withcertification of deliveryof Mine systems variousdelivery platforms..

Provides support for fieldtest and evaluation events. Serves as subject matterexperts, providing adviceand assistance withdecisions and planning.

Technical Analysis andReports based on reviews/comment/approval cycles tomeet acceptance. 100%completed by due date withno more than 2 reviewcycles to ensure data isacceptable. 

IAW 52.246-5Inspection ofServices – CostReimbursement

 

Performance WorkStatement (PWS)Task Area # 2paragraph 3.2andsubparagraphs

Analyze fleet submittedin-service and maintenanceissues, integration issues,drawing packages, technicalmanuals, provisioning data,AWIS data, Mine Allowancedata, demilitarizationprocedures, engineeringanalyses, logisticssupport, hazardousclassification testing andresults.

Documents are technicallyaccurate and grammaticallycorrect. Documents andrevisions are delivered IAWagreed upon schedules.

Technical Analysis andReports based on reviews/comment/approval cycles tomeet acceptance. 100%completed by due date withno more than 2 reviewcycles to ensure data isacceptable. 

IAW 52.246-5Inspection ofServices – CostReimbursement

 

Performance WorkStatement (PWS)Task Area # 3paragraphs 3.3andsubparagraphs

For MCM targets - Analyzeand prepare changes toMission requirements,review drawings and ECPs,provisioning data,trade-off studies, 

Documents are technicallyaccurate and grammaticallycorrect. Documents andrevisions are delivered IAWagreed upon schedules.

Technical Analysis andReports based on reviews/comment/approval cycles tomeet acceptance. 100%completed by due date withno more than 2 reviewcycles to ensure data isacceptable. 

IAW 52.246-5Inspection ofServices – CostReimbursement

 

  Perform Maintenance toexercise targets andassociated supportequipment IAW technicalinstructions and manuals.

Review technicaldocumentation of assembliesto insure they meet RFIcondition through repair andtesting.

Reviews require no morethan two (2)review/comment/ approvalcycles, to meetacceptance. 100% includeproposed correctiveactions. 100%completed bydue date and assembly isoperational and certifiedfor operation.

IAW 52.246-5Inspection ofServices – CostReimbursement

 

  Participate in and PerformTest and evaluationanalyses and investigationsof emerging technologies toinclude developing test

Analyses and investigationsinclude adequate depth andbreadth to clearly identifyand qualify issues. CurrentDoD policy and/or industry

Analyses andinvestigations require nomore than two (2)review/comment/approvalcycles, to meet

IAW 52.246-5Inspection ofServices – CostReimbursement

 

Page 29: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 27 of 80plans and relateddocumentation supportingshipboard tests of futureSystems methods andprocedures.

standards are followed.Results delivered IAW agreedupon schedules.

acceptance. 100% includecomprehensive proposed toallow for expeditiousGovernment action. 100%completed by due date.

 

Performance WorkStatement (PWS)Task Area # 4paragraphs 3.4andsubparagraphs

For Clandestine MineSystems - Analyze andprepare changes to Missionrequirements, reviewdrawings and ECPs,provisioning data,trade-off studies,maintenance issues,integration issues, drawingpackages, technicalmanuals, provisioning data,demilitarizationprocedures, engineeringanalyses, logisticssupport, hazardousclassification, testing andresults.

Documents are technicallyaccurate and grammaticallycorrect. Documents andrevisions are delivered IAWagreed upon schedules.

Technical Analysis andReports based on reviews/comment/approval cycles tomeet acceptance. 100%completed by due date withno more than 2 reviewcycles to ensure data isacceptable. 

IAW 52.246-5Inspection ofServices – CostReimbursement

 

8.0 SUBCONTRACTORS AND CONSULTANTS

 (a) In addition to the information required by Federal Acquisition Regulation (FAR) 52.244-2 in the Contractor's basicSeaPort-e contract, the Contractor shall include the following information in requests to add Subcontractors or consultantsduring performance, regardless of subcontract type or pricing arrangement. These requirements apply to all subcontracts andconsulting agreements where labor hours performed will be counted against the requirements of the Level of Effort clause inSection H of the Task Order.

 (1) A copy of the proposed Subcontractor’s cost or price proposal.

 (2) The results of negotiations to incorporate rate caps no higher than the lower of (i) SeaPort-e rate caps for the primeContractor, or in the case where the proposed Subcontractor is also a SeaPort-e prime, (ii) rate caps that are no higher thanthe Subcontractor's prime SeaPort-e contract.

 (3) Detailed justifications to include second-tier subcontracting to other Subcontractors or consultants to include arationale why these additional firms or consultants could not be obtained by subcontracts or consulting agreements with theprime Contractor.

 (b) As required by FAR 15.404-3(b) the Contractor shall conduct an appropriate cost or price analysis and include the resultsof this analysis with each request to add a Subcontractor or consultant." 

 (c) Time and Materials (T&M) pricing arrangements require an accounting system rating of adequate as deemed by theContracting Officer. In these instances, the Contractor shall provide specific justification for negotiating subcontracts withthis pricing arrangement. The prime Contractor is strongly encouraged to ensure that any fee rate incorporated into thenegotiated labor rate(s) does not exceed SeaPort-e limitations. In the case of subcontracts with T&M or Labor Hour pricingarrangements, also identify specific additional surveillance and controls to be employed by the prime Contractor to ensurethat efficient performance methods are being employed.

9.0 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA)

The Contractor shall report Contractor labor hours (including subcontractor labor hours) required for performance of servicesprovided under this contract for the [NAMED COMPONENT] via a secure data collection site.  Contracted services excluded fromreporting are based on Product Service Codes (PSCs).  The excluded PSCs are:

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet(D322) ONLY;

(5) S, Utilities ONLY;

(6) V, Freight and Shipping ONLY.   

The Contractor is required to completely fill in all required data fields using the following web addresshttps://www.ecmra.mil.  

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY),which runs October 1 through September 30.  While inputs may be reported any time during the FY, all data shall be reported nolater than October 31 of each calendar year.  Contractors may direct questions to the help desk, linked athttps://www.ecmra.mil.

HQ C-1-0001 Items 7000 - 7004 - Data Requirements (NAVSEA) (SEP 1992).

The data to be furnished hereunder shall be prepared in accordance with the Contract Data Requirements List, DD Form 1423,Exhibit(s) A, attached hereto.

HQ C-1-0007 ITEM(S) Exhibit A CDRL A0001 - PROVISIONING TECHNICAL  DOCUMENTATION (NAVSEA) (FEB 1994) 

Page 30: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 28 of 80The Provisioning Technical Documentation (PTD) shall be in accordance with the Provisioning RequirementsStatement (PRS), including NAVSEA Addendum for PTD Requirements dated January 1993, the ProvisioningPerformance Schedule and the Contract Data Requirements List, DD Form 1423, Exhibit A CDRL A0001 , attachedhereto. 

HQ C-2-0002 Access to Proprietary Data or Computer Software (NAVSEA) (JUN 1994).

(a)  Performance under this contract may require that the Contractor have access to technical data, computer software, orother sensitive data of another party who asserts that such data or software is proprietary.  If access to such data orsoftware is required or to be provided, the Contractor shall enter into a written agreement with such party prior to gainingaccess to such data or software.  The agreement shall address, at a minimum, (1) access to, and use of, the proprietary dataor software exclusively for the purposes of performance of the work required by this contract, and (2) safeguards to protectsuch data or software from unauthorized use or disclosure for so long as the data or software remains proprietary.  Inaddition, the agreement shall not impose any limitation upon the Government or its employees with respect to such data orsoftware.  A copy of the executed agreement shall be provided to the Contracting Officer.  The Government may unilaterallymodify the contract to list those third parties with which the Contractor has agreement(s).

(b)  The Contractor agrees to: (1) indoctrinate its personnel who will have access to the data or software as to therestrictions under which access is granted; (2) not disclose the data or software to another party or other Contractorpersonnel except as authorized by the Contracting Officer; (3) not engage in any other action, venture, or employment whereinthis information will be used, other than under this contract, in any manner inconsistent with the spirit and intent of thisrequirement; (4) not disclose the data or software to any other party, including, but not limited to, joint venturer,affiliate, successor, or assign of the Contractor; and (5) reproduce the restrictive stamp, marking, or legend on each use ofthe data or software whether in whole or in part. 

(c)  The restrictions on use and disclosure of the data and software described above also apply to such information receivedfrom the Government through any means to which the Contractor has access in the performance of this contract that containsproprietary or other restrictive markings. 

(d) The Contractor agrees that it will promptly notify the Contracting Officer of any attempt by an individual, company, orGovernment representative not directly involved in the effort to be performed under this contract to gain access to suchproprietary information.  Such notification shall include the name and organization of the individual, company, or Governmentrepresentative seeking access to such information.

(e)  The Contractor shall include this requirement in subcontracts of any tier which involve access to information covered byparagraph (a), substituting "subcontractor" for "Contractor" where appropriate.

(f)  Compliance with this requirement is a material requirement of this contract.

HQ C-2-0011 Computer Software and/or Computer Database(s) delivered to and/or received from the Government (NAVSEA) (APR2004).

(a) The Contractor agrees to test for viruses all computer software and/or computer databases, as defined in the clause entitled"RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER SOFTWARE DOCUMENTATION" (DFARS 252.227-7014), beforedelivery of that computer software or computer database in whatever media and on whatever system the software is delivered.  TheContractor warrants that any such computer software and/or computer database will be free of viruses when delivered.

 (b) The Contractor agrees to test any computer software and/or computer database(s) received from the Government for virusesprior to use under this contract.  (c) Unless otherwise agreed in writing, any license agreement governing the use of any computer software to be delivered as aresult of this contract must be paid-up and perpetual, or so nearly perpetual as to allow the use of the computer software orcomputer data base with the equipment for which it is obtained, or any replacement equipment, for so long as such equipment isused.  Otherwise the computer software or computer database does not meet the minimum functional requirements of this contract.In the event that there is any routine to disable the computer software or computer database after the software is developedfor or delivered to the Government, that routine shall not disable the computer software or computer database until at leasttwenty-five calendar years after the delivery date of the affected computer software or computer database to the Government. (d) No copy protection devices or systems shall be used in any computer software or computer database delivered under thiscontract to restrict or limit the Government from making copies.  This does not prohibit license agreements from specifying themaximum amount of copies that can be made. (e) Delivery by the Contractor to the Government of certain technical data and other data is now frequently required in digitalform rather than as hard copy.  Such delivery may cause confusion between data rights and computer software rights.  It is agreedthat, to the extent that any such data is computer software by virtue of its delivery in digital form, the Government will belicensed to use that digital-form data with exactly the same rights and limitations as if the data had been delivered as hardcopy.  (f) Any limited rights legends or other allowed legends placed by a Contractor on technical data or other data delivered indigital form shall be digitally included on the same media as the digital-form data and must be associated with the correspondingdigital-form technical data to which the legends apply to the extent possible.  Such legends shall also be placed in human-readable form on a visible surface of the media carrying the digital-form data as delivered, to the extent possible. 

HQ C-2-0014 Contractor's Proposal (NAVSEA) (MAR 2001).

(a) Performance of this contract by the Contractor shall be conducted and performed in accordance with detailed obligations towhich the Contractor committed itself in proposal ENGINEERING AND TECHNICAL SUPPORT FOR THE IN-SERVICE MINES, MINECOUNTERMEASURES TARGETS, MINE IMPROVEMENTS, and NEW CONCEPT MINES PROGRAM dated    5 July 2017 in response to NSWC PCDSolicitation No. N61331-17-R-3035.  

(b)  The technical volume(s) of the Contractor's proposal is incorporated by reference and hereby made subject to the provisionsof the "ORDER OF PRECEDENCE" (FAR 52.215-8) clause of this contract. Under the "ORDER OF PRECEDENCE" clause, the technical volumeof the Contractor's proposal referenced herein is hereby designated as item (f) of the clause, following "the specification" in

Page 31: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 29 of 80the order of precedence. 

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

 (a)  "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, aperson is unable or potentially unable to render impartial assistance or advice to the Government, or the person's objectivityin performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage.  "Person"as used herein includes Corporations, Partnerships, Joint Ventures, and other business enterprises.

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

 (c)  It is recognized that the effort to be performed by the Contractor under this contract may create a potentialorganizational conflict of interest on the instant contract or on a future acquisition.  In order to avoid this potentialconflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of theContractor to participate in future procurement of equipment and/or services that are the subject of any work under thiscontract shall be limited as described below in accordance 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 permit or result indisclosure to any party outside the Government any information provided to the Contractor by the Government during or as aresult of performance of this contract.  Such information includes, but is not limited to, information submitted to theGovernment on a confidential basis by other persons.  Further, the prohibition against release of Government providedinformation extends to 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 based upon 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 or result indisclosure to any party outside the Government any information generated or derived during or as a result of performance ofthis contract.  This prohibition shall expire after a period of three years after completion of performance of this contract.

             (3)  The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliateof the Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor,any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor.  The terms of paragraph(f) of this Special Contract Requirement relating to notification shall apply to any release of information in contraventionof this paragraph (d).

 (e)  The Contractor further agrees that, during the performance of this contract and for a period of three years aftercompletion of performance of this contract, the Contractor, any affiliate of the Contractor, any subcontractor, consultant, oremployee of the Contractor, any joint venture involving the Contractor, any entity into or with which it may subsequentlymerge or affiliate, or any other successor or assign of the Contractor, shall not furnish to the United States Government,either as a prime Contractor or as a subcontractor, or as a consultant to a prime Contractor or subcontractor, any system,component or services  which is the subject of the work to be performed under this contract.  This exclusion does not apply toany re-competition for those systems, components or services furnished pursuant to this contract.  As provided in FAR 9.505-2,if the Government procures the system, component, or services on the basis of work statements growing out of the effortperformed under this contract, from a source other than the Contractor, subcontractor, affiliate, or assign of either, duringthe course of performance of this contract or before the three year period following completion of this contract has lapsed,the Contractor may, with the authorization of the cognizant Contracting Officer, participate in a subsequent procurement forthe same system, component, or service.  In other words, the Contractor may be authorized to compete for procurement(s) forsystems, components or services subsequent to an intervening procurement.

 (f)  The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest; itshall make immediate and full disclosure in writing to the Contracting Officer.  The notification shall include a descriptionof the actual or potential organizational conflict of interest, a description of the action which the Contractor has taken orproposes 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, the Government may terminatethe contract for the convenience of the Government if determined to be in the best interest of the Government.

 (g)  Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of an organizationalconflict of interest prior to the award of this contract or becomes, or should become, aware of an organizational conflict ofinterest after award of this contract and does not make an immediate and full disclosure in writing to the ContractingOfficer, the Government may terminate this contract for default.

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

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

 (j)  Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to the UnitedStates Government its product lines in existence on the effective date of this contract; nor, shall this requirement precludethe Contractor from participating in any research and development or delivering any design development model or prototype ofany 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 to evaluate or advise theGovernment concerning its own products or activities or those of a competitor in order to ensure proper safeguards exist toguarantee objectivity and to protect the Government's interest.

(l)  The Contractor shall include this requirement in subcontracts of any tier which involve access to information orsituations/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 rights and remedies providedby law or elsewhere included in this contract.

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

HQ C-2-0059 Updating Specifications and Standards (NAVSEA) (AUG 1994).

Page 32: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 30 of 80If, during the performance of this or any other contract, the contractor believes that any contract contains outdated ordifferent versions of any specifications or standards, the contractor may request that all of its contracts be updated to includethe current version of the applicable specification or standard.  Updating shall not affect the form, fit or function of anydeliverable item or increase the cost/price of the item to the Government.  The contractor should submit update requests to theProcuring Contracting Officer with copies to the Administrative Contracting Officer and cognizant program office representativefor approval.  The contractor shall perform the contract in accordance with the existing specifications and standards untilnotified of approval/disapproval by the Procuring Contracting Officer.  Any approved alternate specifications or standards willbe incorporated into the contract.

HQ C-2-0065 SOFTWARE DEVELOPMENT REQUIREMENTS (NAVSEA) (DEC 2006) (MODIFIED) (SEP 2012) (CDRL A025)

(a) The contractor shall define a general Software Development Plan (SDP) appropriate for the computer software effort to beperformed under this contract. The SDP shall, at a minimum:

    (1) Define the contractor's proposed life cycle model and the processes used as a part of that model. In this context, theterm "life cycle model" is as defined in IEEE Std. 12207:2008;

    (2) Contain the information defined by ISO/IEC/IEEE 15289:2011, section 7.3 (generic content) and the Mapping of ISO/IEC12207:2008 (IEEE Std. 12207:2008) Clauses to Information Items for Each Software Life Cycle Process in Table 2 of ISO/IEC/IEEE15289:2011. In all cases, the level of detail shall be sufficient to define all software development processes, activities,and tasks to be conducted;

    (3) Identify the specific standards, methods, tools, actions, strategies, and responsibilities associated with developmentand qualification;

    (4) Document all processes applicable to the system to be acquired, including the Primary, Supporting, and Organizationallife cycle processes as defined by IEEE Std. 12207:2008 as appropriate.  Such processes shall be equivalent to thosearticulated by CMMI®;

    (5) Include the content defined by all information items listed in Table 2 of ISO/IEC/IEEE 15289:2011, as appropriate forthe system and be consistent with the processes proposed by the developers;

    (6) Adhere to the characteristics defined in section 6.1 ISO/IEC/IEEE 15289:2011, as appropriate;

    (7) Describe the overall life cycle and include primary, supporting, and organizational processes based on the workcontent of this contract;

    (8) Be in accordance with the framework defined in IEEE Std. 12207:2008, including, but not limited to, defining theprocesses, the activities to be performed as a part of the processes, the tasks which support the activities, and thetechniques and tools to be used to perform the tasks;

    (9) Contain a level of information sufficient to allow the use of the SDP as the full guidance for the developers. Inaccordance with 7.3 of ISO/IEC/IEEE 15289:2011, such information shall at a minimum contain, specific standards, methods,tools, actions, reuse strategy, and responsibility associated with the development and qualification of all requirements,including safety and security.

(b) The SDP shall be delivered to the Government for concurrence under CDRL A025 and shall not vary significantly from thatproposed to the Government for evaluation for award. The contractor shall follow the Government concurred with SDP for allcomputer software to be developed or maintained under this effort. Any changes, modifications, additions or substitutions tothe SDP also require prior Government concurrence.

 

Page 33: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 31 of 80

Section D - Packaging and Marking

HQ D-1-0001 PACKAGING OF DATA   

Data to be delivered by Integrated Digital Environment (IDE) or other electronic media shall be as specified in the contract.

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

Classified reports, data, and documentation shall be prepared for shipment in accordance with National Industrial Security Program Operating Manual(NISPOM), DOD 5220.22-M dated 28 February 2006 with Change 1 dated 28 March 2013.

HQ D-2-0003 ADDITIONAL MARKING REQUIREMENTS FOR FMS ITEMS  (NAVSEA) (SEP 1992) 

(a) The following identifying marks shall appear on the outside of each box, parcel and/or crate and all shipping papers included in each shipment: 

NAVY_________________________________________________________________________________________

FMS CASE_____________________________________________________________________________________

REQUISITION NO_______________________________________________________________________________

ITEM DESCRIPTION_____________________________________________________________________________

If a consolidated shipment of several items in one container is forwarded, add to the above information "CONSOLIDATED SHIPMENT, CONTAINS                          ITEMS". 

(b) The inscription "UNITED STATES OF AMERICA" shall be affixed in a suitable size indelible stencil, label or printed form on all external shippingcontainers or the exterior surface of uncrated items. 

(c) All invoices, correspondence, reports and other documents shall be identified with the appropriate FMS case designator, requisition number(s), anditem description(s). 

 (End of Text)

  HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)

All reports delivered by the Contractor to the Government under this contract shall prominently show on the cover of the report:

 (1)  name and business address of the Contractor(2)  contract number(3)  task order number(4)  sponsor:  (Name of Individual Sponsor, Name of Requiring Activity, City and State)

 (End of Text)

DISTRIBUTION LIMITATION STATEMENT

Documentation generated under this order shall have the following Distribution Limitation Statement and Destruction Notice affixed to the frontcover and title page (if any):

DISTRIBUTION D:  DISTRIBUTION AUTHORIZED TO DEPARTMENT OF DEFENSE AND DOD CONTRACTORSONLY; ADMINISTRATIVE/OPERATIONAL USE; (DATE). OTHER REQUESTS FOR THIS DOCUMENT SHALL BEREFERRED TO COMMANDING OFFICER, NAVAL SURFACE WARFARE CENTER PANAMA CITY, CODE A03,110 VERNON AVENUE, PANAMA CITY, FLORIDA 32407-7001.

Page 34: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 32 of 80

DESTRUCTION NOTICE - FOR CLASSIFIED DOCUMENTS, FOLLOW PROCEDURES IN DOD 5220.22-M,NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, CHAPTER 5, SECTION 7 OR DOD5200.1-R, INFORMATION SECURITY PROGRAM REGULATION. FOR UNCLASSIFIED, LIMITED DOCUMENTS,DESTROY BY ANY METHOD THAT WILL PREVENT DISCLOSURE OF CONTENTS OR RECONSTRUCTION OFTHE DOCUMENT.

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

Page 35: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 33 of 80

Section E - Inspection and Acceptance

 HQ E-1-0001 INSPECTION AND ACCEPTANCE LANGUAGE FOR DATAInspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423.    (End of Text) 

HQ E-1-0002 ACCEPTANCE OF ENGINEERING SERVICES 

Item(s)  CLIN's 7000-7004  - Acceptance shall be made by the cognizant ACO upon receipt of a copy of the authorization for services and the

original certification of performance. 

(End of Text)

 

HQ E-1-0006 INSPECTION AND ACCEPTANCE OF PTD 

Item(s)  CDRL  A0001   - The Government may accept, conditionally accept, or reject the Provisioning Technical Documentation (PTD) within sixtydays after its delivery, or as specified on the applicable CDRL(s).  A notice of conditional acceptance shall state any corrective action required by theContractor.  If PTD is rejected, the Contractor may be required, at the option of the Government, to correct any or all of the PTD.  The Contractor shallat no additional cost to the Government make any necessary changes, modifications or corrections to the PTD.  The Government shall take action onthe corrected PTD within the time limit specified above.  Government action under this requirement shall not affect or limit any other rights it may

have under this contract. 

(End of Text) 

 HQ E-1-0007 INSPECTION AND ACCEPTANCE LANGUAGE FOR LOE SERVICES   Item(s) CLIN's 7000 - 7004 - Inspection and acceptance shall be made by the Contracting Officer’s Representative (COR) or a designatedrepresentative of the Government.   (End of Text)

HQ E-2-0003 CALIBRATION SYSTEM REQUIREMENTS (NAVSEA) (APR 2015)

The calibration of measuring and testing equipment shall, as a minimum, adhere to the requirements of ANSI/NCSL Z540.3-2006.

(End of Text) 

 HQ E-2-0004 COST OF QUALITY DATA (NAVSEA) (MAY 1995)

Cost of Quality Data: The contractor shall maintain and use quality cost data as a management element of the quality program. The specificquality cost data to be maintained and used will be determined by the contractor. These data shall, on request, be identified and made available for"on site" review by the Government representative.  (End of Text)

 HQ E-2-0008 INSPECTION AND TEST RECORDS (NAVSEA) (MAY 1995) Inspection and Test Records: Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observationsmade, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be

Page 36: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 34 of 80

used for trend analysis and to assess corrective action and effectiveness.   (End of Text)

 HQ E-2-0014 QUALITY IN SOFTWARE DEVELOPMENT AND PRODUCTION (NAVSEA) (MAY 1995)  

  Quality in Software Development and Production: The contractor's software quality program shall be an integral part of the overall QualityAssurance Program. Software quality program controls shall be applicable to all project software that is developed, maintained, or modified withinthe following categories:  

(a)    All deliverable software(b)   All deliverable software that is included as part of deliverable hardware or firmware.(c)    Non deliverable software (commercially available or user-developed) used for development, fabrication, testing, or acceptance of deliverable

software or hardware (includes automated fabrication, test, and inspection/acceptance equipment software and software design, test, and inspectiontools).

(d)   Commercially available, reusable, or Government software designated as part of a deliverable item.  (End of Text)

 HQ E-2-0015 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (APR 2017)

The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ANSI/ISO/ASQ9001-2015 Quality Management Systems and supplemental requirements imposed by this contract. The quality management system procedures,planning, and all other documentation and data that comprise the quality management system shall be made available to the Government forreview. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform anynecessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures.The Contractor shall require of subcontractors a quality management system achieving control of the quality of the services and/or suppliesprovided. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet thecontractual requirements.(End of Text)

HQ E-2-0017 USE OF CONTRACTOR’S INSPECTION EQUIPMENT (NAVSEA) (MAY 1995)

The contractor's gages, and measuring and testing devices shall be made available for use by the Government when required to determine conformance

with contract requirements.  If conditions warrant, the contractor’s personnel shall be made available for operations of such devices and for verificationof their accuracy and condition.

(End of Text)

_______________________________________________________________________________________

Contractor Performance Assessment Reporting System (CPARS) Contractor Performance under this task order will be evaluated annually utilizing the Contractor Performance Assessment Reporting system(CPARS).  The contractor may obtain more information regarding the CPARS process at:

https://www.cpars.gov/

Page 37: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 35 of 80

Section F - Deliveries or Performance

 

HQ F-1-0002  DELIVERY LANGUAGE FOR ENGINEERING SERVICES

 Item(s) CLIN's 7000-7004 Engineering services shall be performed within 12 months after unconditional acceptance ofthe last unit of Item(s) .  The Contractor shall notify the Contracting Officer in writing via the Contract AdministrationOffice (CAO) of the actual date of unconditional acceptance of the last unit of the foregoing item(s), with a copy to theapplicable NAVSEA/DRPM/PEO code identified in Section C under Engineering Services.

  HQ F-1-0003 PERFORMANCE LANGUAGE FOR LOE SERVICES The Contractors shall perform the work described in SECTION C, at the level of effort specified in SECTION B, as follows:   

Item(s) Period of PerformanceCLIN Period Description From To7000 Base Year Labor Effective Date of Award 12 months thereafter*

9000 Base Year Travel Effective Date of Award 12 months thereafter*

    9100   Base Year  Materials Effective Date of Award 12 months thereafter*

7001 Option 1 Labor Exercise of Option 12 months thereafter*

9001 Option 1 Travel Exercise of Option 12 months thereafter*

    9101     Option 1  Materials Exercise of Option 12 months thereafter*

7002 Option 2 Labor Exercise of Option 12 months thereafter*

9002 Option 2 Travel Exercise of Option 12 months thereafter*

     9102     Option 2              Materials     Exercise of Option      12 months thereafter*

7003 Option 3 Labor Exercise of Option 12 months thereafter*

9003 Option 3 Travel Exercise of Option 12 months thereafter*

    9103     Option 3             Materials     Exercise of Option        12 months thereafter*

7004   Option 4   Labor Exercise of Option 12 months thereafter*

9004    Option 4   Travel Exercise of Option 12 months thereafter*

    9104     Option 4            Materials     Exercise of Option        12 months thereafter*

*Estimated. (End of Text)

 ____________________________________________________________________________________  

HQ F-2-0002  ADDITIONAL SHIPPING INSTRUCTIONS FOR FMS ITEMS  (NAVSEA) (SEP 1992) 

(a)  The Contractor shall, within sixty days prior to the first scheduled delivery date, notify the cognizant Contract Administration Office(CAO) of the point of origin, description of material, quantity, approximate gross weight and cubic measurement, number of cases,approximate date shipment is expected to be ready for movement, appropriate requisition number(s) and FMS case designator.  The notificationshall be accompanied by six (6) copies of priced Material Inspection and Receiving Report (MIRR) (DD Form 250) with packing lists. 

(b) The CAO shall forward the above information to:

Technical POC: Bryan Smallin 

Page 38: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 36 of 80

Phone: (850) 235-5482

Email: [email protected] . 

(c) Subsequent to notification as required by paragraph (b), the CAO shall: 

            (1) Forward four (4) copies of priced DD Form 250 with packing lists and one (1) copy of bill of lading to the Country FreightForwarder, and 

            (2) Forward two (2) copies of priced DD Form 250 with packing lists and one (1) copy of bill of lading or other evidence of deliveryto the office specified in paragraph (b) above.

 HQ F-2-0003 DATA DELIVERY LANGUAGE FOR SERVICES ONLY PROCUREMENTS All data to be furnished under this contract shall be delivered prepaid to the destination(s) and at thetime(s) specified on the Contract Data Requirements List(s), DD Form 1423.   

(End of Text) 

HQ F-2-0004  F.O.B. DESTINATION (NAVSEA) (APR 2015) 

All supplies hereunder shall be delivered with all transportation charges prepaid, in accordance with the clause hereof entitled "F.O.B.DESTINATION" (FAR 52.247-34) in accordance with the delivery instructions specified herein. 

The Contractor shall not ship directly to a military air or water port terminal without authorization by the cognizant Contract AdministrationOffice. 

Except when the Material Inspection and Receiving Report (MIRR) (DD 250) is used as an invoice, the Contractor shall enter unit prices on allMIRR copies.  Contract line items shall be priced using actual prices, or if not available, estimated prices.  When the price is estimated, an "E"shall be entered after the price. 

All data to be furnished under this contract shall be delivered prepaid to destination(s) at the time(s) specified on the Contract DataRequirements List(s), DD Form 1423. 

(End of Text)

The Period of Performance of the following Firm items are as follows:

7000   06/05/2018 - 06/04/2019

7001   06/05/2019 - 06/04/2020

7002   06/05/2020 - 06/04/2021

7100 AB   06/05/2018 - 06/04/2019

7200 AA   06/05/2020 - 06/04/2021

7200 AB   06/05/2020 - 06/04/2021

7200 AC   06/05/2020 - 06/04/2021

7200 AD   06/05/2020 - 06/04/2021

7200 AE   06/05/2020 - 06/04/2021

7200 AF   06/05/2020 - 06/04/2021

7200 AG   06/11/2020 - 06/04/2021

Page 39: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 37 of 80

7200 AH   06/11/2020 - 06/04/2021

7200 AJ   08/03/2020 - 06/04/2021

7200 AK   08/03/2020 - 06/04/2021

9000   06/05/2018 - 06/04/2019

9001   06/05/2019 - 06/04/2020

9002   06/05/2020 - 06/04/2021

9100 AB   06/05/2018 - 06/04/2019

9100 AC   06/05/2019 - 06/04/2020

9100 AD   06/05/2020 - 06/04/2021

9100 AE   06/05/2021 - 06/04/2022

9100 AF   06/05/2018 - 06/04/2019

9100 AG   06/05/2018 - 06/04/2019

9100 AH   06/05/2018 - 06/04/2019

9100 AJ   06/05/2018 - 06/04/2019

9100 AK   06/05/2018 - 06/04/2019

9100 AL   06/05/2018 - 06/04/2019

9100 AM   06/05/2018 - 06/04/2019

9101   06/05/2019 - 06/04/2020

9102   06/05/2020 - 06/04/2021

9200 AA   06/05/2020 - 06/04/2021

9200 AB   06/05/2020 - 06/04/2021

9200 AC   06/05/2020 - 06/04/2021

9200 AD   06/05/2020 - 06/04/2021

9200 AE   06/05/2020 - 06/04/2021

9200 AF   06/11/2020 - 06/04/2021

9200 AG   06/11/2020 - 06/04/2021

9201 AA   06/05/2020 - 06/04/2021

9201 AB   06/05/2020 - 06/04/2021

9201 AC   06/05/2020 - 06/04/2021

9201 AD   06/11/2020 - 06/04/2021

9201 AE   06/11/2020 - 06/04/2021

9201 AF   08/03/2020 - 06/04/2021

9201 AG   08/03/2020 - 06/04/2021

The Period of Performance of the following Option items are as follows:

7003   06/05/2021 - 06/04/2022

7004   06/05/2022 - 06/04/2023

9003   06/05/2021 - 06/04/2022

9004   06/05/2022 - 06/04/2023

9103   06/05/2021 - 06/04/2022

9104   06/05/2022 - 06/04/2023

Page 40: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 38 of 80

Section G - Contract Administration Data

Government Points of Contact: HQ G-2-0004 PURCHASING OFFICE REPRESENTATIVE(s) Procurement Contracting OfficerVaughn Lasater110 Vernon AvePanama City, FL [email protected]

Contract SpecialistKristin Jacks110 Vernon AvePanama City, FL [email protected]

HQ G-2-0003 CONTRACTING OFFICER’S REPRESENTATIVE Thu T. Nguyen110 Vernon AvePanama City, FL [email protected] 

____________________________________________________________________________________ 

OmbudsmanGerald Sorrell110 Vernon AvePanama City, FL [email protected]      

Defense Contract Management Agency (DCMA)

S1002A 

DCMA ORLANDO

3555 MAGUIRE BLVD.

ORLANDO FL 32803-3726

[email protected]

(407) 228-5115

Defense Finance and Accounting Services (DFAS)

HQ0338

DFAS Columbus MOCAS (MOC-G)

P.O. BOX 182264

Columbus, OH. 43218-2264

[email protected]

Page 41: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 39 of 80

 Please see the link below regarding DFAS payment instructions:

DFAS payment instructions in accordance with PGI 204.7018 (b)(1) and b(2)https://www.acq.osd.mil/dpap/dars/pgi/pgi_htm/current/PGI204_71.htm#payment_instructions\

___________________________________________________________________________________________ 

 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)(a)    Definitions. As used in this clause—

“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation in Wide Area Workflow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.(b)   Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.(c)    WAWF access. To access WAWF, the Contractor shall—

(1)   Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and  (2)   Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.

(d)   WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site beforesubmitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page athttps://wawf.eb.mil/

(e)    WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.(f)    WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for

this contract/order:

(1)   Document type. The Contractor shall use the following document type(s).  Cost Voucher(2)   Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting

officer.   Destination/Destination (3)   Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating

payment requests and receiving reports in the system.

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

 Pay Official DoDAAC   HQ0338

 Issue By DoDAAC  N61331

 Admin DoDAAC   S1002A

 Inspect By DoDAAC  N/A

 Ship To Code  N61331 (invoice purposes only)

 Ship From Code  N/A

 Mark For Code  N/A

 Service Approver (DoDAAC)  N61331

 Service Acceptor (DoDAAC)  N61331

 Accept at Other DoDAAC  N/A

 LPO DoDAAC  (Leave Blank)

 DCAA Auditor DoDAAC  TBD

 Other DoDAAC(s)  N/A

 (4)   Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item

Page 42: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 40 of 80descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined inDFARS Appendix F, (e.g. timesheets) in support of each payment request. 

 (5)   WAWF email notifications. The Contractor shall enter the e-mail address identified below in the “Send Additional Email Notifications” field of WAWF

once a document is submitted in the [email protected]@navy.mil

(g)    WAWF point of contact.       (1)   The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.

NSWC PCD WAWF Point of Contact (POC):  [email protected] and [email protected] .  Please send an e-mail to both POCs. (2)   For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. 

(End of clause)

 HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (APR 2015)  (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order(TO), as applicable, at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line item number(CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in WideArea Workflow (WAWF) for invoices shall include summaries 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, a cost breakdown of other direct costs (ODCs),materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors, subcontractors are also required to provide laborcategories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supportingdocumentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption codeinformation directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability,the subcontractor may also email detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File TransferProtocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall bedue if the contractor does not provide the COR and CO email notification as required herein. (End of Text)

HQ G-2-0002 CONTRACT ADMINISTRATION DATA

Enter below the address (street and number, city, county, state and zip code) of the Contractor's facility which will administer the contract if such address isdifferent from the address shown on the SF 26 or SF 33, as applicable.

Innovative Professional Solutions8317 Front Beach Road, Suite # 17D2Panama City Beach, Fl. 32407-4804 

 The Contractor points of contact for this Task Order are as follows:

Terrence Houghton        [email protected]

  (End of Text)

 BASE Funding 0.00 Cumulative Funding 0.00 

 MOD P00001  7100AB 130068784800001  LLA : AA 1781804 8C4C 251 24VCS 0 050120 2D 000000 A00004331283  9100AK 130075950300002  LLA : 

Page 43: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 41 of 80

AV 1791319 C502 251 24VCS 0 050120 2D 000000 A00004843546   MOD P00001 Funding  Cumulative Funding  

 MOD P00002 Funding 0.00 Cumulative Funding  

 MOD P00003  700001 130071510300001  LLA : AB 1781804 8C4C 251 24VCS 0 050120 2D 000000 A00004532435  700002 130071472400001  LLA : AC 1761507 C3QS 251 24VCS 0 050120 2D 000000 A00004530659  700003 130071510200001  LLA : AD 1771507 C3QS 251 24VCS 0 050120 2D 000000 A00004532433  700004 130071510100001  LLA : AE 1781804 8D4D 251 24VCS 0 050120 2D 000000 A00004532210  900001 130071510300003  LLA : AB 1781804 8C4C 251 24VCS 0 050120 2D 000000 A00004532435  900002 130071510100003  LLA : AE 1781804 8D4D 251 24VCS 0 050120 2D 000000 A00004532210  9100AD 130071510200002  LLA : AD 1771507 C3QS 251 24VCS 0 050120 2D 000000 A00004532433  9100AE 130071510100002  LLA : AE 1781804 8D4D 251 24VCS 0 050120 2D 000000 A00004532210  9100AL 130076159600002  LLA : AW 1791319 C502 251 24VCS 0 050120 2D 000000 A00004856874   MOD P00003 Funding  Cumulative Funding  

 MOD P00004  

Page 44: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 42 of 80

700005 130072237600001  LLA : AF 1781804 8C4C 251 24VCS 0 050120 2D 000000 A00004577083  700006 130072189300001  LLA : AG 1771507 C3QS 251 24VCS 0 050120 2D 000000 A00004573964  700007 130072189100001  LLA : AH 1781507 C3QS 251 24VCS 0 050120 2D 000000 A00004573881  900003 130072237600002  LLA : AF 1781804 8C4C 251 24VCS 0 050120 2D 000000 A00004577083  900004 130072189300002  LLA : AG 1771507 C3QS 251 24VCS 0 050120 2D 000000 A00004573964  9100AF 130072237600003  LLA : AF 1781804 8C4C 251 24VCS 0 050120 2D 000000 A00004577083   MOD P00004 Funding  Cumulative Funding  

 MOD P00005  700008 130072936900001  LLA : AJ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004619777  700009 130072705200001  LLA : AK 1781319 C502 251 24VCS 0 050120 2D 000000 A00004604637  700010 130072601900001  LLA : AL 1781319 C502 251 24VCS 0 050120 2D 000000 A00004597933  700011 130072957200001  LLA : AM 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004621010  900005 130072936900002  LLA : AJ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004619777  900006 130072705200002  LLA : AK 1781319 C502 251 24VCS 0 050120 2D 000000 A00004604637  900007 130072601900003  

Page 45: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 43 of 80

LLA : AL 1781319 C502 251 24VCS 0 050120 2D 000000 A00004597933  9100AG 130072936900003  LLA : AJ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004619777  9100AH 130072601900002  LLA : AL 1781319 C502 251 24VCS 0 050120 2D 000000 A00004597933   MOD P00005 Funding  Cumulative Funding  

 MOD P00006  700012 130073873000001  LLA : AN 1781319 C502 251 24VCS 0 050120 2D 000000 A00004678051  700013 130073872900001  LLA : AP 1761507 C3QS 251 24VCS 0 050120 2D 000000 A00004677901  700014 130074023700001  LLA : AQ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004685696  700015 130074149200001  LLA : AR 1781804 8D4D 251 24VCS 0 050120 2D 000000 A00004695850  900008 130074023700002  LLA : AQ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004685696  9100AJ 130074023700003  LLA : AQ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004685696   MOD P00006 Funding  Cumulative Funding  

 MOD P00007  700016 130074284900001  LLA : AS 1781804 8D4D 251 24VCS 0 050120 2D 000000 A00004707110  900009 130074284900002  LLA : AS 1781804 8D4D 251 24VCS 0 050120 2D 000000 A00004707110 

Page 46: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 44 of 80

  MOD P00007 Funding  Cumulative Funding  

 MOD P00008  700017 130075612100001  LLA : AT 1791804 8D4D 251 24VCS 0 050120 2D 000000 A00004819241  900010 130075612100002  LLA : AT 1791804 8D4D 251 24VCS 0 050120 2D 000000 A00004819241  900011 130075966300001  LLA : AU 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004845109   MOD P00008 Funding  Cumulative Funding  

 MOD P00009  700018 130075950300001  LLA : AV 1791319 C502 251 24VCS 0 050120 2D 000000 A00004843546  700019 130076159600001  LLA : AW 1791319 C502 251 24VCS 0 050120 2D 000000 A00004856874  9100AK 130075950300002  LLA : AV 1791319 C502 251 24VCS 0 050120 2D 000000 A00004843546  9100AL 130076159600002  LLA : AW 1791319 C502 251 24VCS 0 050120 2D 000000 A00004856874   MOD P00009 Funding  Cumulative Funding  

 MOD P00010  700020 130077215400001  LLA : AX 1791319 C502 251 24VCS 0 050120 2D 000000 A00004939470  9100AM 130077215400002  LLA : 

Page 47: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 45 of 80

AX 1791319 C502 251 24VCS 0 050120 2D 000000 A00004939470   MOD P00010 Funding  Cumulative Funding  

 MOD P00011  700017 130075612100001  LLA : AT 1791804 8D4D 251 24VCS 0 050120 2D 000000 A00004819241   MOD P00011 Funding  Cumulative Funding  

 MOD P00012  700101 130078587300001  LLA : AY 1791319 C502 251 24VCS 0 050120 2D 000000 A00005049249  700102 130078587100001  LLA : AZ 1791804 8D4D 251 24VCS 0 050120 2D 000000 A00005049248  700103 130078753100001  LLA : BA 1791507 C3QS 251 24VCS 0 050120 2D 000000 A00005059712  700104 130078741500001  LLA : BB 1791319 C502 251 24VCS 0 050120 2D 000000 A00005059706  700105 130078802400001  LLA : BC 1791319 C502 251 24VCS 0 050120 2D 000000 A00005063538  700106 130078810300001  LLA : BD 1791810 84RA 251 V4X00 0 050120 2D 000000 A00005063573  700107 130078802500001  LLA : BE 1791319 C502 251 24VCS 0 050120 2D 000000 A00005063540  900101 130078587300002  LLA : AY 1791319 C502 251 24VCS 0 050120 2D 000000 A00005049249  900102 130078587100002  LLA : AZ 1791804 8D4D 251 24VCS 0 050120 2D 000000 A00005049248  

Page 48: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 46 of 80

900103 130078753100002  LLA : BA 1791507 C3QS 251 24VCS 0 050120 2D 000000 A00005059712  900104 130078802400002  LLA : BC 1791319 C502 251 24VCS 0 050120 2D 000000 A00005063538  900105 130078810300003  LLA : BD 1791810 84RA 251 V4X00 0 050120 2D 000000 A00005063573  910101 130078587300003  LLA : AY 1791319 C502 251 24VCS 0 050120 2D 000000 A00005049249  910102 130078741500002  LLA : BB 1791319 C502 251 24VCS 0 050120 2D 000000 A00005059706  910103 130078802400003  LLA : BC 1791319 C502 251 24VCS 0 050120 2D 000000 A00005063538  910104 130078810300002  LLA : BD 1791810 84RA 251 V4X00 0 050120 2D 000000 A00005063573   MOD P00012 Funding  Cumulative Funding  

 MOD P00013  700012 130073873000001  LLA : AN 1781319 C502 251 24VCS 0 050120 2D 000000 A00004678051  700019 130076159600001  LLA : AW 1791319 C502 251 24VCS 0 050120 2D 000000 A00004856874  700020 130077215400001  LLA : AX 1791319 C502 251 24VCS 0 050120 2D 000000 A00004939470  900006 130072705200002  LLA : AK 1781319 C502 251 24VCS 0 050120 2D 000000 A00004604637  900007 130072601900003  LLA : AL 1781319 C502 251 24VCS 0 050120 2D 000000 A00004597933  900010 130075612100002  

Page 49: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 47 of 80

LLA : AT 1791804 8D4D 251 24VCS 0 050120 2D 000000 A00004819241  900011 130075966300001  LLA : AU 97X4930 NH1D 251 77777 0 050120 2F 000000 A00004845109  9100AK 130075950300002  LLA : AV 1791319 C502 251 24VCS 0 050120 2D 000000 A00004843546  9100AL 130076159600002  LLA : AW 1791319 C502 251 24VCS 0 050120 2D 000000 A00004856874   MOD P00013 Funding  Cumulative Funding  

 MOD P00014  700108 130079242600001  LLA : BF 1791804 8D4D 251 24VCS 0 050120 2D 000000 A00005108432  910105 130079559100001  LLA : BG 1791804 8D4D 251 24VCS 0 050120 2D 000000 A00005136322   MOD P00014 Funding  Cumulative Funding  

 MOD P00015  700109 130079563400001  LLA : BH 1781319 C502 251 24VCS 0 050120 2D 000000 A00005137747  700110 130079601200001  LLA : BJ 1791319 C502 251 24VCS 0 050120 2D 000000 A00005140210  700111 130080124400001  LLA : BK 1791804 8D4D 251 24VCS 0 050120 2D 000000 A00005194359  900106 130079601200002  LLA : BJ 1791319 C502 251 24VCS 0 050120 2D 000000 A00005140210  900107 130080124400002  LLA : BK 1791804 8D4D 251 24VCS 0 050120 2D 000000 A00005194359 

Page 50: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 48 of 80

 910106 130079963200001  LLA : BL 1791319 C502 251 24VCS 0 050120 2D 000000 A00005180315   MOD P00015 Funding  Cumulative Funding  

 MOD P00016  700112 130080298000001  LLA : BM 1791810 84RA 251 V4X00 0 050120 2D 000000 A00005210032  700113 130080707900001  LLA : BN 1791319 C502 251 24VCS 0 050120 2D 000000 A00005236487  700114 130080719400001  LLA : BP 1781319 C502 251 24VCS 0 050120 2D 000000 A00005237688  900108 130080707900002  LLA : BN 1791319 C502 251 24VCS 0 050120 2D 000000 A00005236487  910107 130080298000002  LLA : BM 1791810 84RA 251 V4X00 0 050120 2D 000000 A00005210032  910108 130080707900003  LLA : BN 1791319 C502 251 24VCS 0 050120 2D 000000 A00005236487   MOD P00016 Funding  Cumulative Funding  

 MOD P00017 Funding 0.00 Cumulative Funding  

 MOD P00018  700115 130082591400001  LLA : BQ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00005418426  700116 130082567900001  LLA : BR 1701319 C502 251 24VCS 0 050120 2D 000000 A00005418073  700117 130082713500001  

Page 51: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 49 of 80

LLA : BS 97X4930 NH1D 251 77777 0 050120 2F 000000 A00005427148  900109 130082713500003  LLA : BS 97X4930 NH1D 251 77777 0 050120 2F 000000 A00005427148   MOD P00018 Funding  Cumulative Funding  

 MOD P00019  700118 130083318600001  LLA : BT 97X4930 NH1D 251 77777 0 050120 2F 000000 A00005471557  700119 130083725400001  LLA : BU 1701319 C502 251 24VCS 0 050120 2D 000000 A00005503991  910109 130083318600002  LLA : BV 97X4930 NH1D 251 77777 0 050120 2F 000000 A10005471557   MOD P00019 Funding  Cumulative Funding  

Accounting Data

CLIN/SLIN PR Number Amount

N6133118F3006P00020

700120 130084499100001 $

LLA :

BW 97X4930 NH1D 251 77777 0 050120 2F 000000 A00005558192

Standard Document #:

700122 130084613200001 $

LLA :

BY 1791507 C3QS 251 24VCS 0 050120 2D 000000 A00005565037

Standard Document #:

700123 130083934400001 $

LLA :

BX 1701804 8D4D 251 24VCS 0 050120 2D 000000 A00005518466

Standard Document #:

Page 52: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 50 of 80

Accounting Data

MOD Funding: $

Cumulative Funding: $

N6133118F3006P00021

700124 130085275000001 $

LLA :

BZ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00005609194

Standard Document #:

MOD Funding: $

Cumulative Funding: $

N6133118F3006P00022

700125 130085433600001 $

LLA :

CA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00005617554

Standard Document #:

700126 130085899200001 $

LLA :

CB 1701804 8D4D 251 24VCS 0 050120 2D 000000 A00005649229

Standard Document #:

MOD Funding: $

Cumulative Funding: $

N6133118F3006P00023

7200AB 130085541100001 $

LLA :

CC 1791507 C3QS 251 24VCS 0 050120 2D 000000 A00005624356

Standard Document #:

7200AC 130085583900001 $

LLA :

CD 1701319 C502 251 24VCS 0 050120 2D 000000 A00005627826

Standard Document #:

7200AD 130085623300001 $

LLA :

CE 1701319 C502 251 24VCS 0 050120 2D 000000 A00005631153

Page 53: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 51 of 80

Accounting Data

Standard Document #:

7200AE 130085618500001 $

LLA :

CF 1701319 C502 251 24VCS 0 050120 2D 000000 A00005630724

Standard Document #:

7200AF 130085916900001 $

LLA :

CG 1701804 8C4C 251 24VCS 0 050120 2D 000000 A00005651357

Standard Document #:

9200AB 130085541100002 $

LLA :

CC 1791507 C3QS 251 24VCS 0 050120 2D 000000 A00005624356

Standard Document #:

9200AC 130085583900003 $

LLA :

CD 1701319 C502 251 24VCS 0 050120 2D 000000 A00005627826

Standard Document #:

9200AD 130085618500002 $

LLA :

CF 1701319 C502 251 24VCS 0 050120 2D 000000 A00005630724

Standard Document #:

9200AE 130085916900002 $

LLA :

CG 1701804 8C4C 251 24VCS 0 050120 2D 000000 A00005651357

Standard Document #:

9201AB 130085583900002 $

LLA :

CD 1701319 C502 251 24VCS 0 050120 2D 000000 A00005627826

Standard Document #:

9201AC 130085623300002 $

LLA :

CE 1701319 C502 251 24VCS 0 050120 2D 000000 A00005631153

Standard Document #:

Page 54: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 52 of 80

Accounting Data

MOD Funding: $

Cumulative Funding: $

N6133118F3006P00024

7200AG 130085899700001 $

LLA :

CH 1701804 8D4D 251 24VCS 0 050120 2D 000000 A00005649469

Standard Document #:

7200AH 130086213000001 $

LLA :

CJ 1701319 C502 251 24VCS 0 050120 2D 000000 A00005668578

Standard Document #:

9200AF 130085899700003 $

LLA :

CH 1701804 8D4D 251 24VCS 0 050120 2D 000000 A00005649469

Standard Document #:

9200AG 130086213000002 $

LLA :

CJ 1701319 C502 251 24VCS 0 050120 2D 000000 A00005668578

Standard Document #:

9201AD 130085899700002 $

LLA :

CH 1701804 8D4D 251 24VCS 0 050120 2D 000000 A00005649469

Standard Document #:

9201AE 130086213000003 $

LLA :

CJ 1701319 C502 251 24VCS 0 050120 2D 000000 A00005668578

Standard Document #:

MOD Funding: $

Cumulative Funding: $

N6133118F3006P00025

700122 130084613200001

LLA :

BY 1791507 C3QS 251 24VCS 0 050120 2D 000000 A00005565037

Page 55: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 53 of 80

Accounting Data

Standard Document #:

700124 130085275000001

LLA :

BZ 97X4930 NH1D 251 77777 0 050120 2F 000000 A00005609194

Standard Document #:

700125 130085433600001

LLA :

CA 97X4930 NH1D 251 77777 0 050120 2F 000000 A00005617554

Standard Document #:

700126 130085899200001

LLA :

CB 1701804 8D4D 251 24VCS 0 050120 2D 000000 A00005649229

Standard Document #:

900106 130079601200002

LLA :

BJ 1791319 C502 251 24VCS 0 050120 2D 000000 A00005140210

Standard Document #:

900107 130080124400002

LLA :

BK 1791804 8D4D 251 24VCS 0 050120 2D 000000 A00005194359

Standard Document #:

900108 130080707900002

LLA :

BN 1791319 C502 251 24VCS 0 050120 2D 000000 A00005236487

Standard Document #:

900109 130082713500003

LLA :

BS 97X4930 NH1D 251 77777 0 050120 2F 000000 A00005427148

Standard Document #:

910107 130080298000002

LLA :

BM 1791810 84RA 251 V4X00 0 050120 2D 000000 A00005210032

Standard Document #:

Page 56: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 54 of 80

Accounting Data

910108 130080707900003

LLA :

BN 1791319 C502 251 24VCS 0 050120 2D 000000 A00005236487

Standard Document #:

910109 130083318600002

LLA :

BV 97X4930 NH1D 251 77777 0 050120 2F 000000 A10005471557

Standard Document #:

MOD Fundin :

Cumulative Funding: $

N6133118F3006P00026

7200AJ 130086647600001 $

LLA :

CK 1701804 8D4D 251 24VCS 0 050120 2D 000000 A00005698586

Standard Document #:

7200AK 130086756100001 $

LLA :

CL 1701507 C3QS 251 24VCS 0 050120 2D 000000 A00005704898

Standard Document #:

9101 $

LLA :

Standard Document #:

9201AF 130086647600002 $

LLA :

CK 1701804 8D4D 251 24VCS 0 050120 2D 000000 A00005698586

Standard Document #:

9201AG 130086756100002 $

LLA :

CL 1701507 C3QS 251 24VCS 0 050120 2D 000000 A00005704898

Standard Document #:

MOD Funding: $

Cumulative Funding: $

Page 57: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 55 of 80

Section H - Special Contract Requirements

5252.202-9101 ADDITIONAL DEFINTIONS (May 1993)

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

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

(b) REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR) – All references to the FAR in this contract shall be deemed toalso reference the appropriate sections of the Defense FAR Supplement (DFARS), unless clearly indicated otherwise.    (c) REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSE ACQUISITION REQULATION – All referencesin this document to either the Armed Services Procurement Regulation (ASPR) or the Defense Acquisition Regulation (DAR) shall be deemed tobe references to the appropriate sections of the FAR/DFARS.    (End of Text)

5252.216-9122 LEVEL OF EFFORT – ALTERNATE 1 (May 2010)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in Sections B and C ofthis contract.  The total level of effort for the performance of this contract shall be 351,865 total man-hours of direct labor, including Subcontractordirect labor for those Subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level of effort.    (b) Of the total man-hours of direct labor set forth above, it is estimated that    0   (Offeror to fill-in) man-hours are uncompensated effort. Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excesswork.  All other effort is defined as compensated effort.  If no effort is indicated in the first sentence of this paragraph, uncompensated effort performedby the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract.    (c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed in direct support of this contractand shall not include time and effort expended on such things as (local travel to and from an employee's usual work location), uncompensated effortwhile on travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or other non-work locations (except as provided inparagraph (i) below), or other time and effort which does not have a specific and direct contribution to the tasks described in Sections B and C.    (d) The level of effort for this contract shall be expended at an average rate of approximately 1,353 hours per week.  It is understood and agreed thatthe rate of man-hours per month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the totalman-hours of effort prior to the expiration of the term hereof, except as provided in the following paragraph.    (e)  If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such an extent that the total man-hours ofeffort specified above would be used prior to the expiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth theacceleration required, the probable benefits which would result, and an offer to undertake the acceleration at no increase in the estimated cost or feetogether with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of theterm hereof.  The offer shall provide that the work proposed will be subject to the terms and conditions of this contract and any additions or changesrequired by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitutea binding contract.  The Contractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer.  Any agreement toaccelerate will be formalized by contract modification.    (f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor such that the total man-hours ofeffort specified in paragraph (a) above would be used prior to the expiration of the term.  This order shall specify the acceleration required and theresulting revised term.  The Contractor shall acknowledge this order within five days of receipt.    (g) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative Contracting Officer and the Defense ContractAudit Agency (DCAA), which collects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillment of the level of effortobligations of this contract.  The Contractor shall indicate on each invoice the total level of effort claimed during the period covered by the invoice,separately identifying compensated effort and uncompensated effort, if any.    (h) Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit thefollowing information in writing to the Contracting Officer with copies to the cognizant Contract Administration Office and to the DCAA officeto which vouchers are submitted:  (1) the total number of man-hours of direct labor expended during the applicable period; (2) a breakdown of

Page 58: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 56 of 80

this total showing the number of man-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdownof other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for the period.  Within 45 daysafter completion of the work under the contract, the Contractor shall submit, in addition, in the case of a cost under run; (5) the amount by whichthe estimated cost of this contract may be reduced to recover excess funds.  All submissions shall include Subcontractor information.    (i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contract performance, the Contractor mayperform up to 10% of the hours at an alternative worksite, provided the Contractor has a company-approved alternative worksite plan.  The primaryworksite is the traditional “main office” worksite.  An alternative worksite means an employee’s residence or a telecommuting center.  A telecommutingcenter is a geographically convenient office setting as an alternative to an employee’s main office.  The Government reserves the right to review theContractor’s alternative worksite plan.  In the event performance becomes unacceptable, the Contractor will be prohibited from counting the hoursperformed at the alternative worksite in fulfilling the total level of effort obligations of the contract.  Regardless of work location, all contract terms andconditions, including security requirements and labor laws, remain in effect.  The Government shall not incur any additional cost nor provide additionalequipment for contract performance as a result of the Contractor’s election to implement an alternative worksite plan.     (j)  Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OF FUNDS or LIMITATION OF COSTclauses, as applicable, the period of performance may be extended and the estimated cost may be increased in order to permit the Contractor toprovide all of the man-hours listed in paragraph (a) above.  The Contractor shall continue to be paid fee for each man-hour performed inaccordance with the terms of the contract.   (End of Text)

 NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (Jan 2008)   (a)  The Task Order Contract Line Items (CLIN) Funding Tables are identified in Section G Contract Administration Data.This contract is incrementally funded with respect to both cost and fee.  The amount(s) presently available and allotted to this contract forpayment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled"FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below.  The amount(s) presently availableand allotted to this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below.  As provided in the clause of thiscontract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period of performance for which it isestimated the allotted amount(s) will cover are as follows:  

NAVSEA 5252.232-9104 ALLOTMENT OF FUNDSLEVEL OF EFFORT

 Est POP Through

CLIN Cost Fee CPFF  7000  7001  7100  7200AB  06/04/20217200AC  06/04/20217200AD  06/04/20217200AE  06/04/20217200AF  06/04/20217200AG  06/04/20217200AH  06/04/20217200AJ  06/04/20217200AK  06/04/20219000  9001  9100  9101  9200AB  9200AC  9200AD  9200AE  9200AF  

Page 59: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 57 of 80

9200AG  9201AB  06/04/20219201AC  06/04/20219201AD  06/04/20219201AE  06/04/20219201AF  06/04/20219201AG  06/04/2021Total     (b)  The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally fundedCLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s)allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover.  (c)  CLINs/SLINs    None     are fully funded and performance under these CLINs/SLINs is subject to the clause of this contract entitled"LIMITATION OF COST" (FAR 52.232-20).  (d)  The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully fundedCLINs/SLINs.   (End of Text)

5252.237-9106 SUBSTITUTION OF PERSONNEL (Sep 1990)

(a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed. Accordingly, the Contractor agrees toassign to this contract those key persons whose resumes were submitted with the proposal necessary to fulfill the requirements of the contract. Nosubstitution shall be made without prior notification to and concurrence of the Contracting Officer in accordance with this requirement.

(b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to be replaced. The ContractingOfficer shall be notified in writing of any proposed substitution at least forty-five (45) days, or ninety (90) days if a security clearance is to beobtained, in advance of the proposed substitution. Such notification shall include: (1) an explanation of the circumstances necessitating thesubstitution; (2) a complete resume of the proposed substitute; and (3) any other information requested by the Contracting Officer to enablehim/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided the partial basis for award. (End of Text)

5252.242-9115 TECHNICAL INSTRUCTIONS (APR 2015)  (a) Performance of the work hereunder may be subject to written technical instructions signed by the Contracting Officer and the ContractingOfficer's Representative specified in Section G of this contract. 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 work emphasis, fill in details or otherwise serve toaccomplish the contractual statement of work.(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions of work description.  

 (b) Technical instructions must be within the general scope of work stated in the contract. Technical instructions may not be used to: (1) assignadditional work under the contract; (2) direct a change as defined in the "CHANGES" clause of this contract; (3) increase or decrease the contractprice or estimated contract amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) changeany of the terms, conditions or specifications of the contract.  

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

 (d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion of the contractual work statement

Page 60: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 58 of 80

which is not affected by the disputed technical instruction. (End of Text)

  252.223-7002  Safety Precautions for Ammunition and Explosives.

SAFETY PRECAUTIONS FOR AMMUNITION AND EXPLOSIVES (MAY 1994)

      (a)  Definition.  “Ammunition and explosives,” as used in this clause—

              (1)  Means liquid and solid propellants and explosives, pyrotechnics, incendiaries and smokes in the followingforms:

                    (i)  Bulk,

                    (ii)  Ammunition;

                    (iii)  Rockets;

                    (iv)  Missiles;

                    (v)  Warheads;

                    (vi)  Devices; and

                    (vii)  Components of (i) through (vi), except for wholly inert items.

              (2)  This definition does not include the following, unless the Contractor is using or incorporating these materialsfor initiation, propulsion, or detonation as an integral or component part of an explosive, an ammunition or explosive enditem, or of a weapon system—

                    (i)  Inert components containing no explosives, propellants, or pyrotechnics;

                    (ii)  Flammable liquids;

                    (iii)  Acids;

                    (iv)  Oxidizers;

                    (v)  Powdered metals; or

                    (vi)  Other materials having fire or explosive characteristics.

      (b)  Safety requirements.

              (1)  The Contractor shall comply with the requirements of the DoD Contractors' Safety Manual for Ammunitionand Explosives, DoD 4145.26-M, hereafter referred to as “the manual,” in effect on the date of the solicitation for thiscontract.  The Contractor shall also comply with any other additional requirements included in the schedule of this contract.

              (2)  The Contractor shall allow the Government access to the Contractor's facilities, personnel, and safety programdocumentation.  The Contractor shall allow authorized Government representatives to evaluate safety programs,implementation, and facilities.

      (c)  Noncompliance with the manual.

              (1)  If the Contracting Officer notifies the Contractor of any noncompliance with the manual or scheduleprovisions, the Contractor shall take immediate steps to correct the noncompliance.  The Contractor is not entitled to

Page 61: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 59 of 80

reimbursement of costs incurred to correct noncompliances unless such reimbursement is specified elsewhere in thecontract.

              (2)  The Contractor has 30 days from the date of notification by the Contracting Officer to correct thenoncompliance and inform the Contracting Officer of the actions taken.  The Contracting Officer may direct a different timeperiod for the correction of noncompliances.

              (3)  If the Contractor refuses or fails to correct noncompliances within the time period specified by the ContractingOfficer, the Government has the right to direct the Contractor to cease performance on all or part of this contract.  TheContractor shall not resume performance until the Contracting Officer is satisfied that the corrective action was effectiveand the Contracting Officer so informs the Contractor.

              (4)  The Contracting Officer may remove Government personnel at any time the Contractor is in noncompliancewith any safety requirement of this clause.

              (5)  If the direction to cease work or the removal of Government personnel results in increased costs to theContractor, the Contractor shall not be entitled to an adjustment in the contract price or a change in the delivery orperformance schedule unless the Contracting Officer later determines that the Contractor had in fact complied with themanual or schedule provisions.  If the Contractor is entitled to an equitable adjustment, it shall be made in accordance withthe Changes clause of this contract.

      (d)  Mishaps.  If a mishap involving ammunition or explosives occurs, the Contractor shall—

              (1)  Notify the Contracting Officer immediately;

              (2)  Conduct an investigation in accordance with other provisions of this contract or as required by the ContractingOfficer; and

              (3)  Submit a written report to the Contracting Officer.

      (e)  Contractor responsibility for safety.

              (1)  Nothing in this clause, nor any Government action or failure to act in surveillance of this contract, shall relievethe Contractor of its responsibility for the safety of—

                    (i)  The Contractor's personnel and property;

                    (ii)  The Government's personnel and property; or

                    (iii)  The general public.

              (2)  Nothing in this clause shall relieve the Contractor of its responsibility for complying with applicable Federal,State, and local laws, ordinances, codes, and regulations (including those requiring the obtaining of licenses and permits) inconnection with the performance of this contract.

      (f)  Contractor responsibility for contract performance.

              (1)  Neither the number or frequency of inspections performed by the Government, nor the degree of surveillanceexercised by the Government, relieve the Contractor of its responsibility for contract performance.

              (2)  If the Government acts or fails to act in surveillance or enforcement of the safety requirements of this contract,this does not impose or add to any liability of the Government.

      (g)  Subcontractors.

              (1)  The Contractor shall insert this clause, including this paragraph (g), in every subcontract that involvesammunition or explosives.

Page 62: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 60 of 80

                    (i)  The clause shall include a provision allowing authorized Government safety representatives to evaluatesubcontractor safety programs, implementation, and facilities as the Government determines necessary.

                    (ii)  NOTE:  The Government Contracting Officer or authorized representative shall notify the primeContractor of all findings concerning subcontractor safety and compliance with the manual.  The Contracting Officer orauthorized representative may furnish copies to the subcontractor.  The Contractor in turn shall communicate directly withthe subcontractor, substituting its name for references to “the Government”.  The Contractor and higher tier subcontractorsshall also include provisions to allow direction to cease performance of the subcontract if a serious uncorrected or recurringsafety deficiency potentially causes an imminent hazard to DoD personnel, property, or contract performance.

              (2)  The Contractor agrees to ensure that the subcontractor complies with all contract safety requirements.  TheContractor will determine the best method for verifying the adequacy of the subcontractor's compliance.

              (3)  The Contractor shall ensure that the subcontractor understands and agrees to the Government's right to accessto the subcontractor's facilities, personnel, and safety program documentation to perform safety surveys.  The Governmentperforms these safety surveys of subcontractor facilities solely to prevent the occurrence of any mishap which wouldendanger the safety of DoD personnel or otherwise adversely impact upon the Government's contractual interests.

              (4)  The Contractor shall notify the Contracting Officer or authorized representative before issuing any subcontractwhen it involves ammunition or explosives.  If the proposed subcontract represents a change in the place of performance,the Contractor shall request approval for such change in accordance with the clause of this contract entitled “Change inPlace of Performance--Ammunition and Explosives”.

 (End of clause)

 _____________________________________________________________________________________ 

252.223-7003  Change in Place of Performance--Ammunition and Explosives. CHANGE IN PLACE OF PERFORMANCE--AMMUNITION AND EXPLOSIVES (DEC 1991)       (a)  The Offeror shall identify, in the “Place of Performance” provision of this solicitation, the place of performance ofall ammunition and explosives work covered by the Safety Precautions for Ammunition and Explosives clause of thissolicitation.  Failure to furnish this information with the offer may result in rejection of the offer.       (b)  The Offeror agrees not to change the place of performance of any portion of the offer covered by the SafetyPrecautions for Ammunition and Explosives clause contained in this solicitation after the date set for receipt of offerswithout the written approval of the Contracting Officer.  The Contracting Officer shall grant approval only if there isenough time for the Government to perform the necessary safety reviews on the new proposed place of performance.       (c)  If a contract results from this offer, the Contractor agrees not to change any place of performance previously citedwithout the advance written approval of the Contracting Officer.  (End of clause)  __________________________________________________________________________________________ 5252.245-9108  GOVERNMENT-FURNISHED PROPERTY (PERFORMANCE)    (APR 2015) The Government will provide only that property identified in an attachment in Section J, notwithstanding any term or condition of this contract to thecontrary.  Upon Contractor's written request to the cognizant Technical Program Manager, via the cognizant Contract Administration Office, theGovernment will furnish the identified government property for use in the performance of this contract: Attachment J.9. 

Page 63: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 61 of 80

SOFA information regarding Bahrain

(APPLICABLE TO U.S. FIRMS ONLY)

The Defense Cooperation Agreement (DCA) and Major Non-NATO Ally Designation reportedly give the United Statesaccess to Bahrain’s air bases, enables the United States to preposition strategic materiel (mostly U.S. Air Force munitions),requires consultations with Bahrain if its security is threatened, and provides for joint exercises and U.S. training ofBahraini forces.57 It includes a "Status of Forces Agreement" (SOFA) under which U.S. military personnel serving inBahrain operate under U.S. law, however the document is highly classified.

SOFA CONTRACT CLAUSES

INVITED CONTRACTED PERSONNEL OR TECHNICAL REPRESENTATIVE STATUS – JAPAN

(APPLICABLE TO U.S. FIRMS ONLY)

Contractor personnel may be classified as members of the “civilian component” under Article I-(b) of the Status of ForcesAgreement (SOFA) between Japan and the United States. This classification may be available, upon application, to all ofInnovative Professional Solutions,personnel who are United States citizens, who do not ordinarily reside in Japan, andwhose presence in Japan is necessary for the execution of this contract. This classification may entitle the employee to enterJapan, pursuant to invitational orders, under Article IX of the SOFA. Contracted personnel classified as members of the“civilian component” under this Section shall be subject to all U.S. Forces regulations and directives, which pertain to the“civilian component” in Japan. The following privileges may be extended in accordance with current U.S. Department ofDefense Directives, Military Base Interservice Support Agreements and the SOFA.

(a) Entry into and exit from Japan as “exempt personnel.”

(b) Duty free import-export into and from Japan.

(c) U.S. customs exemptions under USFJ PL 4-3.

(d) U.S. customs exemptions under the Tariff Act of 1930.

(e) Army Air Force Exchange Service (AAFES), exchange service station, theater, and commissary, subject to MerchandiseControl Directives to be administered through the Office of Information.

(f) Laundry and dry cleaning.

(g) Military banking facilities.

(h) Transient billeting facilities on a space-available basis, not to exceed three days and three nights.

(i) Open mess (club) membership, as determined by each respective club.

(j) Casualty assistance (mortuary services) on a reimbursable basis, as specified in AFI 34-501.

(k) Routine medical care to be provided on a reimbursable basis, in accordance with AFI 41-115.

(l) Dental care is limited to relief of emergencies on a reimbursable basis.

(m) Employment, emergency leave, and home leave-type travel and transportation for principal U.S. civilian employees andtheir families will be provided on a reimbursable basis, insofar as such travel and transportation entitlements do not exceedthose authorized members of the U.S. civilian component shall not be allowed space available travel privileges aboard AirMobility Command contract or military aircraft as provided military personnel unless such person travels in a retiredmilitary status. (n) Department of Defense Dependent Schools(DoDDS) Elementary and Secondary Education facilities ona space available, tuition-paying basis.

Page 64: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 62 of 80

(o) Postal support, as authorized by DOD 4525-8AF Sup 1.

(p) Local recreation services on a space available basis.

(q) Armed Forces Recreation Center, on a space available basis.

(r) Privately owned vehicle (POV) operator’s license.

(s) Registration of privately owned vehicle (POV).

(t) Purchase of petroleum and oil products. Whenever the word “reimbursable” is used in the aforementioned logisticsupport/privileges, it means that the (contract) shall pay the U.S. Government for the services rendered and/or suppliesutilized. The above privileges may be granted to U.S. citizens personnel, so long as they are employed under this contract.However, any violation of these privileges will be cause for immediate withdrawal of such privileges for the principaland/or his/her dependents and could result in total loss of such privileges to all Contracted Employees and Family Membersunder this contract. It is agreed that withdrawal of any or all of these privileges for reasons cited in paragraph (c) above,will not affect nor constitute grounds for delay in or non-performance of any portion of any contract between the U.S.Government, nor will such action form the basis for any claim against the U.S. Government, based on the contract orotherwise, nor will such action be considered breach of contract or any portion thereof.

STATUS OF FORCES AGREEMENTS (SOFA) – CONTRACTS TO BE PERFORMED IN JAPAN

The Status of Forces Agreement between the United States and Japan (SOFA) governs the rights and obligations of theUnited States armed forces in Japan. Unless a contractor is present in Japan solely to perform under a contract with theUnited States for the sole benefit of the United States armed forces in Japan and is accorded privileges under SOFA ArticleXIV, it and its employees shall be subject to all the laws and regulations of Japan, including the US-Japan SOFA. Certaincontractor employees and their dependents not accorded privileges under SOFA Article XIV may be accorded status underSOFA Article I(b) with potential eligibility for logistic support. Dependents of contractors or of contractor employees whoreceive SOFA Article XIV status do not receive SOFA status under SOFA Article XIV or SOFA Article I(b) based on theirstatus as dependents. The Contractor shall comply with the instruction of the Contracting Officer concerning the entry of itsemployees, equipment, and supplies into Japan, and shall comply with all applicable Japanese laws and regulations as wellas United States Forces Japan (USFJ) and USFJ component policies and regulations during the performance of thiscontract.

SOFA ARTICLE XIV STATUS

(a) Awardee may apply for Article XIV status under the United States – Japan Status of Forces Agreement (SOFA). Offersshall be prepared based on the assumption that SOFA Article XIV status will be granted by Government in consultationwith the Government of Japan. If the Government determines that Awardee does not qualify for SOFA Article XIV status orthat SOFA Article XIV status is otherwise inappropriate, an equitable adjustment shall be made to the cost/price and otherappropriate terms of the contract. Persons, including corporations organized under the laws of the United States, and theiremployees who are ordinarily a resident in the United States and whose presence in Japan is solely for the purpose ofexecuting contracts with the United States for the benefit of the United States armed forces may acquire privileged statusunder SOFA Article XIV. Such contractors and contractor employees are eligible for agency privileges and benefits underthe SOFA but otherwise remain subject to the laws and regulations of Japan. Neither SOFA Article XIV nor SOFA ArticleI(b) status and privileges extend to dependents of SOFA Article XIV contractors or contractor employees.

(b) Procedures.

(1) Formal application for SOFA Article XIV status shall be made to HQ USFJ only after the contract has been awardedand the contractor’s place of operation in Japan has been determined. (2) A contractor seeking SOFA Article XIV status foritself and its employees shall submit the following to the Contracting Officer as part of its offer: (i) Proof that the contractoris a person ordinarily resident in the United States or a corporation organized under the laws of the United States and that itspresence in Japan is solely for the purpose of executing contracts with the United States for the benefit of the United Statesarmed forces; and (ii) Proof that the contractor’s employees are persons ordinarily a resident in the United States and that

Page 65: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 63 of 80

their presence in Japan is solely for the purpose of performing work under contracts with the United States for the benefit ofthe United States armed forces.

(3) The Contracting Officer shall make the initial determination whether the contractor qualifies for SOFA Article XIVstatus. Upon a determination of qualification, the Contracting Officer shall forward a request for designation throughcomponent channels to Commander, United States Forces, Japan, ATTN: USFJ/J5, Unit 5068, APO AP 96328. The requestshall include the items requested in subparagraph (b)(2), a full explanation of the necessity of using a United Statescontractor, and relevant documentation. See USFJ Instruction 64-102 for further details.

(4) HQ USFJ shall make the final determination on the contractor’s SOFA Article XIV status upon consultation with theGovernment of Japan.

(5) Upon receipt of HQ USFJ approval, the Contracting Officer shall issue Letters of Identification indicating SOFA ArticleXIV status has been granted to the contractor and contractor employees.

(6) Once a contractor has been designated under SOFA Article XIV, it is not necessary that it be redesignated if a follow-oncontract is awarded to that contractor; provided the new contract does not involve a material change from the work underwhich the SOFA Article XIV designation was originally granted and there is no significant delay between completion of theexisting contract and initiation of performance under the follow-on contract.

(c) SOFA Article XIV privileges and benefits. In accordance with SOFA Article XIV, paragraphs 3 through 8, uponcertification by appropriate United States authorities as to their identity, such persons and their employees shall be accordedthe following benefits of the SOFA. Note: Privileges and benefits afforded under SOFA Article XIV do not extend todependents/family members.

(1) Access to and movement between facilities and areas in use by the United States armed forces and between suchfacilities and areas and the ports or airports of Japan as provided for in SOFA Article V, paragraph 2;

(2) Entry into Japan and exemption from Japanese laws and regulations on the registration and control of aliens as providedfor in SOFA Article IX;

(3) Exemption from customs duties and other such charges on furniture and household goods for private use imported byperson when they first arrive to work in Japan, vehicles and parts imported for private use, and reasonable quantities ofclothing and household goods for everyday private use which are mailed into Japan through United States military postoffices as provided for in SOFA Article XI, paragraph 3;

(4) If authorized by the installation commander or designee, the right to use Navy exchanges, post exchanges, baseexchanges, commissaries, messes, social clubs, theaters, newspapers and other non appropriated fund organizations-regulated by United States military authorities as provided for in SOFA Article XV;

(5) The transmission into or outside of Japan of United States dollar or dollar instruments realized as a result of contractperformance as provided for in SOFA Article XIX, paragraph 2;

(6) The use of postal facilities as provided for in SOFA Article XXI;

(7) Exemption from the laws and regulations of Japan with respect to terms and conditions of employment except that suchexemption shall not apply to the employment of local nationals in Japan;

(8) Exemption from taxes and similar charges of Japan on depreciable assets except houses, held, used, or transferred forthe execution of contracts referenced in subparagraph (a);

(9) Exemption from taxation in Japan on the holding, use transfer by death, or transfer to person or agencies entitled to taxexemption under the SOFA, of movable property, tangible or intangible, the presence of which in Japan is due solely to thetemporary presence of these persons in Japan, provided such exemption shall not apply to property held for the purpose ofinvestment or the conduct of other business in Japan or to any intangible property registered in Japan. No exemption fromtaxes payable for the use of roads by private vehicles is provided under SOFA Article XIV;

Page 66: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 64 of 80

(10) Exemption from income or corporation taxes of the Government of Japan or any other taxing agency in Japan on anyincome derived under a contract made in the United States with the Government of the United States in connection with theconstruction, maintenance or operation of any of the facilities or area covered by the SOFA. The provisions of thisparagraph do not exempt such persons from payment of income or corporation taxes on income derived from Japanesesources;

(11) Japan authorities have the right to exercise jurisdiction over SOFA personnel in relation to offenses committed in Japanand punishable by the law of Japan. In those cases in which the Japanese authorities have the primary right to exercisejurisdiction but decide not to do so, the United States shall have the right to exercise such jurisdiction as is conferred on itby the law of the United States. SOFA ARTICLE I(b) STATUS

(a) SOFA Article I(b) status. Individuals including, but not limited to, technical advisors, consultants, entertainers servingunder contracts with the United States for the provision of services in support of U.S. armed forces in Japan, and whosepresence is required in Japan to provide such services, may acquire SOFA status in Japan as part of the civilian componentunder Article I(b) of the SOFA. Note SOFA Article I(b) does not create a lawful status

in Japan for any entity other than individuals (e.g., the corporation employing the individual). To qualify for SOFA statusunder SOFA Article I(b), such individuals must be:

(1) United States nationals,

(2) not ordinarily resident in Japan (or if ordinarily resident in Japan, receive permission from the GOJ to change statusfollowing the procedures set out in USFJI 36-2611, Changes of Status by Person in Japan to One of the Categories

(3) present in Japan at the invitation of the United States, and solely for the purpose of executing contracts for the benefit ofthe United States armed forces (including Foreign Military Sales contracts), and, Authorized by the Status of ForcesAgreement),

(4) not contractors, employees of a contractor whose presence in Japan is solely for the purpose of executing contractswithin the definition of SOFA Article XIV.

(b) SOFA Article I(b) procedures. Contractor personnel must obtain a Letter of Identification from Contracting Officer toauthorize entry into Japan under SOFA Article I(b) and to identify which Article I(b) privileges and benefits will beprovided to each employee/dependent. Contractor shall, in writing, identify all contractor personnel and accompanyingdependents eligible for SOFA Article I(b) status to the Contracting Officer.

c) SOFA Article 1(b) privileges and benefits. Persons granted authority to enter Japan under SOFA Article I(b) and theirdependents (defined as spouse, children under 21, and, if dependent for over half their support upon an individual havingSOFA Article I(b) status, parents and children over 21) shall be accorded the following benefits of the SOFA. Theseprivileges are personal to the employee/dependent and to not inure to the employer.

(1) Access to and movement between facilities and areas in use by the United States armed forces and between suchfacilities and areas and the ports or airports of Japan as provided for in SOFA Article V, paragraph 2;

(2) Entry into Japan and exemption from Japanese laws and regulations on the registration and control of aliens as providedfor in SOFA Article IX;

(3) Acceptance as valid by Japan, without a driving test or fee, a U.S. Forces, Japan Operator’s Permit for Civilian Vehicleas provided for in SOFA Article X. Issuance of such permit shall be subject to applicable military regulation;

(4) Exemption from customs duties and other such charges on materials, supplies, and equipment which are to beincorporated into articles or facilities used by the United States armed forces furniture, household goods for private useimported by person when they first arrive to work in Japan, vehicles and parts imported for private use, and reasonablequantities of clothing and household goods for everyday private use which are mailed into Japan through United Statesmilitary post offices as provided for in SOFA Article XI, paragraphs 2 and 3;

Page 67: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 65 of 80

(5) Exemption from the laws and regulations of Japan with respect to terms and conditions of employment as provided forin SOFA Article XII, paragraph 7, except that such exemption shall not apply to the employment of local nationals in Japan;

(6) Exemption from Japanese taxes to the Government of Japan or to any other taxing agency in Japan on income receivedas a result of their service with the United States armed forces as provided for in SOFA Article XIII. The provisions ofArticle XIII do not exempt such persons from payment of Japanese taxes on income derived from Japanese sources;

(7) If authorized by the installation commander or designee, the right to use Navy exchanges, post exchanges, baseexchanges, commissaries, messes, social clubs, theaters, newspapers and other nonappropriated fund organizationsregulated by United States military authorities as provided for in SOFA Article XV;

(8) The transmission into or outside of Japan of United States dollar or dollar instruments realized as a result of contractperformance as provided for in SOFA Article XIX, paragraph 2;

(9) The use of postal facilities as provided for in SOFA Article XXI;

(10) Exemption from taxation in Japan on the holding, use transfer by death, or transfer to person or agencies entitled to taxexemption under the SOFA, of movable property, tangible or intangible, the presence of which in Japan is due solely to thetemporary presence of these persons in Japan, provided such exemption shall not apply to property held for the purpose ofinvestment or the conduct of other business in Japan or to any intangible property registered in Japan.

(11) Japan authorities have the right to exercise jurisdiction over SOFA personnel in relation to offenses committed in Japanand punishable by the law of Japan. In those cases in which the Japanese authorities have the primary right to exercisejurisdiction but decide not to do so, the United States shall have the right to exercise such jurisdiction as is conferred on itby the law of the United States.

LOGISTIC SUPPORT

Contractor (if awarded Article XIV status), contractor personnel, and in the case of contractor personnel granted

SOFA Article I(b) status, dependents, shall, subject to availability as determined by the installation commander or designee,be provided logistic support including, but not limited to, the items below

(a) Navy, Base or Post Exchange, exchange service stations, theaters, and commissary (Article I(b) personnel/dependentsand Article XIV personnel only);

(b) Laundry and dry cleaning;

(c) Military banking facilities (Article I(b) personnel/dependents and Article XIV personnel only);

(d) Transient billeting facilities;

(e) Open mess (club) membership, as determined by each respective club (Article I(b) personnel/dependents and ArticleXIV personnel only);

(f) Casualty assistance (mortuary services) on a reimbursable basis;

(g) Routine medical care on a reimbursable basis for U.S. citizens and emergency medical care on a reimbursable basis fornon-U.S. citizens;

(h) Dental care, limited to relief of emergencies on a reimbursable basis;

(i) Department of Defense Dependent Schools on a space-available and tuition-paying basis;

(j) Postal support, as authorized by military postal regulations (Article I(b) personnel/dependents and Article XIV personnelonly);

Page 68: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 66 of 80

(k) Local recreation services on a space-available basis;

(l) Issuance of U.S. Forces, Japan Operator’s Permit (Article I(b) personnel/dependents and Article XIV personnel only);

(m) Issuance of vehicle license plates (Article I(b) personnel/dependents and Article XIV personnel only).

(End of Clause)

Page 69: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 67 of 80

Section I - Contract Clauses

All terms and conditions, including clauses, in the NAVSEA Seaport Multiple Award Contract (MAC) are hereby expressly incorporated into this taskorder request for proposal and resulting task order.

 

CLAUSES INCORPORATED BY REFERENCE

*FAR 52.245-1 Government Property (Jan 2017)*FAR 52.245-9 Use and Charges (April 2012)FAR 52.227-11 Patent Rights -- Ownership by the Contractor (May 2014)FAR 52.227-13 Patent Rights -- Ownership by the Government (Dec 2007)FAR 52.222-41 Service Contract Labor Standards (May 2014)FAR 52.216-8  Fixed fee (June 2011)FAR 52.222-17 Nondisplacement of Qualified Workers (May 2014)                                              FAR 52.232-20 Limitation of Cost (Apr 1984)FAR 52.232-22 Limitation of Funds (Apr 1984)*DFARS 252.211-7007 Reporting of Government Furnished Property (Aug 2012)DFARS 252.227-7038 Patent Rights—Ownership by the Contractor (Large Business) (June 2012)

*DFARS 252.245-7001 Tagging, Labeling and Marking of Government Furnished Property (APR 2012)*DFARS 252.245-7002 Reporting Lost of Government Property (Dec 2017)*DFARS 252.245-7003 Contractor Property Management System Administration (Apr 2012)*DFARS 252.245-7004 Reporting, Reutilization and Disposal (Dec 2017)  *Added modification P00017

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (NAVSEA Variation) (APR 2015)

(a)   The Government may extend the term of this contract by written notice(s) to the Contractor within the periods specified below. If more than one optionexists the Government has the right to unilaterally exercise any such option whether or not it has exercised other options.

 Item(s)

Latest Option Exercise DateCLINs Period Description

 7001 Option 1 Labor No later than 12 months after task order effective date

 9001/9101 Option 1 ODC No later than 12 months after task order effective date 7002 Option 2 Labor No later than 24 months after task order effective date 9002/9102 Option 2 ODC No later than 24 months after task order effective date 7003 Option 3 Labor No later than 36 months after task order effective date 9003/9103 Option 3 ODC No later than 36 months after task order effective date 7004 Option 4 Labor No later than 48 months after task order effective date 9004/9104 Option 4 ODC No later than 48 months after task order effective date

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

 (c)   The total duration of this contract, including the exercise of any option(s) under this clause, shall not exceed five (5) years, however, in accordance with

paragraph (j) of the requirement of this contract entitled "LEVEL OF EFFORT – ALTERNATE I", (NAVSEA 5252.216-9122), if the total manhoursdelineated in paragraph (a) of the LEVEL OF EFFORT requirement, have not been expended within the period specified above, the Government mayrequire the Contractor to continue to perform the work until the total number of manhours specified in paragraph (a) of the aforementioned requirementhave been expended.

 (End of Clause)

52.222-2 PAYMENT OF OVERTIME PREMIUMS (Jul 1990)

 

Page 70: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 68 of 80(a) The use of overtime is authorized under this contract if the overtime premium does not exceed *zero  or the overtime premium is paid for work --

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

production bottlenecks of a sporadic nature;(2)  By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant

protection, operation of utilities, or accounting;(3)  To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or a float that are

continuous in nature and cannot reasonably be interrupted or completed otherwise; or(4)  That will result in lower overall costs to the Government.

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

 (1)  Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload, staffing, and other data of

the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime;(2)  Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;(3)  Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with

identification of each affected contract; and(4)  Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel.

 * Insert either “zero” or the dollar amount agreed to during negotiations. The inserted figure does not apply to the exceptions in subparagraph (a)(1)through (a)(4) of the clause.

 (End of Clause)

 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (May 2014)

 In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies theclasses of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employedby the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only:  It is not a Wage Determination

                      

Employee ClassMonetary Wage –Fringe Benefits

 Laborer  $11.24

 Painter  $17.79

 Technician  $36.27

 Word Processor  $14.94

 (End of Clause)

52.244-2 SUBCONTRACTS (Oct 2010)

(a) Definitions. As used in this clause—

 “Approved purchasing system” means a Contractor’s purchasing system that has been reviewed and approved in accordance with Part 44 of the FederalAcquisition Regulation (FAR)

 “Consent to subcontract” means the Contracting Officer’s written consent for the Contractor to enter into a particular subcontract.

 “Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies or services for performance of theprime contract or a subcontract. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders.

 (b)When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpriced contract actions (including unpricedmodifications or unpriced delivery orders), and only if required in accordance with paragraph (c) or (d) of this clause.

 (c)If the Contractor does not have an approved purchasing system, consent to subcontract is required for any subcontract that-

 (1)   Is of the cost-reimbursement, time-and-materials, or labor-hour type; or(2)   Is fixed-price and exceeds—

                        (i)         For a contract awarded by the Department of Defense, the Coast Guard, or the National Aeronautics and Space Administration, the greater of the

Page 71: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 69 of 80simplified acquisition threshold or 5 percent of the total estimated cost of the contract; or

                      (ii)         For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics and Space Administration, either the simplifiedacquisition threshold or 5 percent of the total estimated cost of the contract.

 (d)If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer’s written consent before placingthe following subcontracts:CONTRACTS WITH ANY FIRM NOT INCLUDED WITH THE BASIC CONTRACT PROPOSAL. THE TASK ORDER CONTRACTING OFFICER'SAPPROVAL IS REQUIRED TO ADD TEAM MEMBERS TO THE TASK ORDER AFTER AWARD.  PARAGRAPH 8.0 OF THE PWS PROVIDESTHE DOCUMENTATION FOR APPROVAL.

 (e)(1)The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract or modification thereof for which consent isrequired under paragraph (b), (c), or (d) of this clause, including the following information:

                         (i)         A description of the supplies or services to be subcontracted.                      (ii)         Identification of the type of subcontract to be used.                    (iii)         Identification of the proposed subcontractor.                     (iv)         The proposed subcontract price.                      (v)         The subcontractor’s current, complete, and accurate certified cost or pricing data and Certificate of Current Cost or Pricing Data, if required by other

contract provisions.                     (vi)         The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards when such data are required by other provisions of this

contract.                   (vii)         A negotiation memorandum reflecting -

 (A) The principal elements of the subcontract price negotiations;(B) The most significant considerations controlling establishment of initial or revised prices;(C) The reason certified cost or pricing data were or were not required;(D) The extent, if any, to which the Contractor did not rely on the subcontractor’s certified cost or pricing data in determining the price objective and innegotiating the final price;(E) The extent to which it was recognized in the negotiation that the subcontractor’s certified cost or pricing data were not accurate, complete, or current;the action taken by the Contractor and the subcontractor; and the effect of any such defective data on the total price negotiated;(F) The reasons for any significant difference between the Contractor’s price objective and the price negotiated; and(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shall identify each critical performance element,management decisions used to quantify each incentive element, reasons for the incentives, and a summary of all trade-off possibilities considered.

               (2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract for which consent is not required underparagraph (b), (c), or (d) of this clause.

 (f)Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to any subcontract nor approval of theContractor’s purchasing system shall constitute a determination –

 (1)   Of the acceptability of any subcontract terms or conditions;(2)   Of the allowability of any cost under this contract; or(3)   To relieve the Contractor of any responsibility for performing this contract.

 (g)No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost basis, and any feepayable under cost-reimbursement type subcontracts shall not exceed the fee limitations in FAR 15.404-4(c)(4)(i).

 (h)The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and prompt notice of any claim made against theContractor by any subcontractor or vendor that, in the opinion of the Contractor, may result in litigation related in any way to this contract, with respect towhich the Contractor may be entitled to reimbursement from the Government.

 (i)The Government reserves the right to review the Contractor’s purchasing system as set forth in FAR Subpart 44.3.

 (j)Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated during negotiations:  To be completed attime of award. (End of Clause)

 

52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984).

Page 72: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 70 of 80

Funds are not presently available for performance under this contract beyond May 2019. The Government’s obligation forperformance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment forcontract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance underthis contract beyond May 2019, until funds are made available to the Contracting Officer for performance and until the Contractorreceives notice of availability, to be confirmed in writing by the Contracting Officer.

(End of clause)

 

DFARS 252.225-7040 Contractor Personnel Supporting U.S. Armed Forces Deployed Outside the United States.  Asprescribed in 225.371-5(a), use the following clause:

CONTRACTOR PERSONNEL SUPPORTING U.S. ARMED FORCES DEPLOYED OUTSIDE THE UNITED STATES (OCT2015) (a) Definitions. As used in this clause— “Combatant Commander” means the commander of a unified or specified combatantcommand established in accordance with 10 U.S.C. 161. “Contractors authorized to accompany the Force,” or “CAAF,” meanscontractor personnel, including all tiers of subcontractor personnel, who are authorized to accompany U.S. Armed Forces inapplicable operations and have been afforded CAAF status through a letter of authorization. CAAF generally include all U.S.citizen and third-country national employees not normally residing within the operational area whose area of performance is in thedirect vicinity of U.S. Armed Forces and who routinely are collocated with the U.S. Armed Forces (especially in non-permissiveenvironments). Personnel collocated with U.S. Armed Forces shall be afforded CAAF status through a letter of authorization. Insome cases, Combatant Commander subordinate commanders may designate mission-essential host nation or local nationalcontractor employees (e.g., interpreters) as CAAF. CAAF includes contractors previously identified as contractors deploying withthe U.S. Armed Forces. CAAF status does not apply to contractor personnel in support of applicable operations within theboundaries and territories of the United States.

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

“Designated reception site” means the designated place for the reception, staging, integration, and onward movement of contractorsdeploying during a contingency. The designated reception site includes assigned joint reception centers and other Service or privatereception sites.

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

“Non-CAAF” means personnel who are not designated as CAAF, such as local national (LN) employees and non-LN employeeswho are permanent residents in the operational area or third-country nationals not routinely residing with U.S. Armed Forces (andthird-country national expatriates who are permanent residents in the operational area) who perform support functions away fromthe close proximity of, and do not reside with, U.S. Armed Forces. Government-furnished support to non-CAAF is typicallylimited to force protection, emergency medical care, and basic human needs (e.g., bottled water, latrine facilities, security, and foodwhen necessary) when performing their jobs in the direct vicinity of U.S. Armed Forces. Non-CAAF status does not apply tocontractor personnel in support of applicable operations within the boundaries and territories of the United States.

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

(b) General.

(1) This clause applies to both CAAF and non-CAAF when performing in a designated operational area outside the United States tosupport U.S. Armed Forces deployed outside the United States in—

(i) Contingency operations;

(ii) Peace operations, consistent with Joint Publication 3-07.3; or

(iii) Other military operations or military exercises, when designated by the Defense Federal Acquisition Regulation SupplementPart 252—Solicitation Provisions and Contract Clauses 1998 EDITION 252.225-96 Combatant Commander or as directed by theSecretary of Defense.

Page 73: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 71 of 80

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

(3) When authorized in accordance with paragraph (j) of this clause to carry arms for personal protection, Contractor personnel areonly authorized to use force for individual self-defense.

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

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

(c) Support.

(1)(i) The Combatant Commander will develop a security plan for protection of Contractor personnel in locations where there is notsufficient or legitimate civil authority, when the Combatant Commander decides it is in the interests of the Government to providesecurity because—

(A) The Contractor cannot obtain effective security services;

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

(C) Threat conditions necessitate security through military means.

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

(2)(i) Generally, CAAF will be afforded emergency medical and dental care if injured while supporting applicable operations.Additionally, non-CAAF employees who are injured while in the vicinity of U. S. Armed Forces will normally receive emergencymedical and dental care. Emergency medical and dental care includes medical care situations in which life, limb, or eyesight isjeopardized. Examples of emergency medical and dental care include examination and initial treatment of victims of sexual assault;refills of prescriptions for life-dependent drugs; repair of broken bones, lacerations, infections; and traumatic injuries to thedentition. Hospitalization will be limited to stabilization and short-term medical treatment with an emphasis on return to duty orplacement in the patient movement system.

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

(iii) Medical or dental care beyond this standard is not authorized. (

3) Contractor personnel must have a Synchronized Predeployment and Operational Tracker (SPOT)-generated letter ofauthorization signed by the Contracting Officer in order to process through a deployment center or to travel to, from, or within thedesignated operational area. The letter of authorization also will identify any additional authorizations, privileges, or Governmentsupport that Contractor personnel are entitled to under this contract. Contractor personnel who are issued a letter of authorizationshall carry it with them at all times while deployed.

(4) Unless specified elsewhere in this contract, the Contractor is responsible for all other support required for its personnel engagedin the designated operational area under this contract. (d) Compliance with laws and regulations.

(1) The Contractor shall comply with, and shall ensure that its personnel supporting U.S. Armed Forces deployed outside theUnited States as specified in paragraph (b)(1) of this clause are familiar with and comply with, all applicable—

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

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

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

(iv) Orders, directives, and instructions issued by the Combatant Commander, including those relating to force protection, security,

Page 74: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 72 of 80

health, safety, or relations and interaction with local nationals.

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

(3) The Contractor shall ensure that CAAF and non-CAAF are aware—

(i) Of the DoD definition of “sexual assault” in DoD Directive 6495.01, Sexual Assault Prevention and Response Program;

(ii) That the offenses addressed by the definition are covered under the Uniform Code of Military Justice (see paragraph (e)(2)(iv)of this clause). Other sexual misconduct may constitute offenses under the Uniform Code of Military Justice, Federal law, such asthe Military Extraterritorial Jurisdiction Act, or host nation laws; and

(iii) That the offenses not covered by the Uniform Code of Military Justice may nevertheless have consequences to the contractoremployees (see paragraph (h)(1) of this clause).

(4) The Contractor shall report to the appropriate investigative authorities, identified in paragraph (d)(6) of this clause, any allegedoffenses under—

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

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

(5) The Contractor shall provide to all contractor personnel who will perform work on a contract in the deployed area, beforebeginning such work, information on the following:

(i) How and where to report an alleged crime described in paragraph (d)(4) of this clause.

(ii) Where to seek victim and witness protection and assistance available to contractor personnel in connection with an allegedoffense described in paragraph (d)(4) of this clause.

(iii) That this section does not create any rights or privileges that are not authorized by law or DoD policy.

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

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

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

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

(iv) Defense Criminal Investigative Service at http://www.dodig.mil/HOTLINE/index.html;

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

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

(8)(i) The Contractor shall ensure that Contractor employees supporting the U.S. Armed Forces are aware of their rights to—

(A) Hold their own identity or immigration documents, such as passport or driver’s license, regardless of the documents’ issuingauthority;

(B) Receive agreed upon wages on time;

(C) Take lunch and work-breaks;

(D) Elect to terminate employment at any time;

Page 75: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 73 of 80

(E) Identify grievances without fear of reprisal;

(F) Have a copy of their employment contract in a language they understand;

(G) Receive wages that are not below the legal host-country minimum wage;

(H) Be notified of their rights, wages, and prohibited activities prior to signing their employment contract; and

(I) If housing is provided, live in housing that meets host- country housing and safety standards.

(ii) The Contractor shall post these rights in employee work spaces in English and in any foreign language(s) spoken by asignificant portion of the workforce.

(iii) The Contractor shall enforce the rights of Contractor personnel supporting the U.S. Armed Forces. (e)Preliminary personnelrequirements.

(1) The Contractor shall ensure that the following requirements are met prior to deploying CAAF (specific requirements for eachcategory will be specified in the statement of work or elsewhere in the contract):

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

(ii) All CAAF deploying in support of an applicable operation—

(A) Are medically, dentally, and psychologically fit for deployment and performance of their contracted duties;

(B) Meet the minimum medical screening requirements, including theater-specific medical qualifications as established by thegeographic Combatant Commander (as posted to the Geographic Combatant Commander’s website or other venue); and

(C) Have received all required immunizations as specified in the contract.

(1) During predeployment processing, the Government will provide, at no cost to the Contractor, any military specificimmunizations and/or medications not available to the general public.

(2) All other immunizations shall be obtained prior to arrival at the deployment center.

(3) All CAAF and selected non-CAAF, as specified in the statement of work, shall bring to the designated operational area a copyof the U.S. Centers for Disease Control and Prevention (CDC) Form 731, International Certificate of Vaccination or Prophylaxis asApproved by the World Health Organization, (also known as "shot record" or "Yellow Card") that shows vaccinations are current.

(iii) Deploying personnel have all necessary passports, visas, and other documents required to enter and exit a designatedoperational area and have a Geneva Conventions identification card, or other appropriate DoD identity credential, from thedeployment center.

(iv) Special area, country, and theater clearance is obtained for all personnel deploying. Clearance requirements are in DoDDirective 4500.54E, DoD Foreign Clearance Program. For this purpose, CAAF are considered non-DoD contactor personneltraveling under DoD sponsorship.

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

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

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

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

(vi) All personnel have received isolated personnel training, if specified in the contract, in accordance with DoD Instruction1300.23, Isolated Personnel Training for DoD Civilian and Contractors.

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

(A) Basic training is required for all CAAF. The basic training will be provided through—

Page 76: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 74 of 80

(1) A military-run training center; or

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

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

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

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

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

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

(iv) In time of declared war or a contingency operation, CAAF are subject to the jurisdiction of the Uniform Code of MilitaryJustice under 10 U.S.C. 802(a)(10).

(v) Such employees are required to report offenses alleged to have been committed by or against Contractor personnel toappropriate investigative authorities.

(vi) Such employees will be provided victim and witness protection and assistance.

(f) Processing and departure points. CAAF shall—

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

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

(3) Process through a designated reception site (DRS) upon arrival at the deployed location. The DRS will validate personnelaccountability, ensure that specific designated operational area entrance requirements are met, and brief Contractor personnel ontheater-specific policies and procedures.

(g) Personnel data.

(1) The Contractor shall use the Synchronized Predeployment and Operational Tracker (SPOT) web-based system, to enter andmaintain the data for all CAAF and, as designated by USD(AT&L) or the Combatant Commander, non- CAAF supporting U.S.Armed Forces deployed outside the United States as specified in paragraph (b)(1) of this clause. (2) The Contractor shall enter therequired information about their contractor personnel prior to deployment and shall continue to use the SPOT web based system athttps://spot.dmdc.mil to maintain accurate, up-to-date information throughout the deployment for all Contractor personnel.Changes to status of individual Contractor personnel relating to their in-theater arrival date and their duty location, to includeclosing out the deployment with their proper status (e.g., mission complete, killed, wounded) shall be annotated within the SPOTdatabase in accordance with the timelines established in the SPOT Business Rules at http://www.acq.osd.mil/log/PS/ctr_mgt_accountability.html.

(h) Contractor personnel.

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

Page 77: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 75 of 80

including the Termination for Default clause.

(2) The Contractor shall identify all personnel who occupy a position designated as mission essential and ensure the continuity ofessential Contractor services during designated operations, unless, after consultation with the Contracting Officer, ContractingOfficer’s representative, or local commander, the Contracting Officer directs withdrawal due to security conditions.

(3) The Contractor shall ensure that Contractor personnel follow the guidance at paragraph (e)(2)(v) of this clause and any specificCombatant Commander guidance on reporting offenses alleged to have been committed by or against Contractor personnel toappropriate investigative authorities.

(4) Contractor personnel shall return all U.S. Government-issued identification, to include the Common Access Card, toappropriate U.S. Government authorities at the end of their deployment (or, for non-CAAF, at the end of their employment underthis contract).

(i) Military clothing and protective equipment.

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

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

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

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

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

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

(j) Weapons.

(1) If the Contractor requests that its personnel performing in the designated operational area be authorized to carry weapons forindividual self-defense, the request shall be made through the Contracting Officer to the Combatant Commander, in accordancewith DoD Instruction 3020.41, Operational Contractor Support. The Combatant Commander will determine whether to authorizein-theater Contractor personnel to carry weapons and what weapons and ammunition will be allowed.

(2) If Contractor personnel are authorized to carry weapons in accordance with paragraph (j)(1) of this clause, the ContractingOfficer will notify the Contractor what weapons and ammunition are authorized.

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

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

(A) Safely;

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

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

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

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

(iv) Comply with applicable Combatant Commander and local commander force-protection policies; and

Page 78: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 76 of 80

(v) Understand that the inappropriate use of force could subject them to U.S. or host-nation prosecution and civil liability.

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

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

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

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

(m) Evacuation.

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

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

(n) Next of kin notification and personnel recovery.

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

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

(o) Mortuary affairs. Contractor personnel who die while in support of the U.S. Armed Forces shall be covered by the DoDmortuary affairs program as described in DoD Directive 1300.22, Mortuary Affairs Policy, and DoD

Instruction 3020.41, Operational Contractor Support.

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

(q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all subcontractswhen subcontractor personnel are supporting U.S. Armed Forces deployed outside the United States i n—

(1) Contingency operations;

(2) Peace operations consistent with Joint Publication 3-07.3; or (3) Other military operations or military exercises, whendesignated by the Combatant Commander or as directed by the Secretary of Defense.

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

(End of clause)

DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States. As prescribed in225.372-2, use the following clause: ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE

CONTRACTORS OUTSIDE THE UNITED STATES (JUN 2015)

Page 79: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 77 of 80

(a) Definition. “United States,” as used in this clause, means, the 50 States, the District of Columbia, and outlying areas.

(b) Except as provided in paragraph

(c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract,shall?

(1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;

(2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, registerwith the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any securityrelated requirements of the Embassy of their nationality;

(3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate withthat which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent suchinformation can be made available prior to travel outside the United States; and

(4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel.

(c) The requirements of this clause do not apply to any subcontractor that is?

(1) A foreign government;

(2) A representative of a foreign government; or

(3) A foreign corporation wholly owned by a foreign government.

(d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from (Contracting Officer to insertapplicable information cited in PGI 225.372-1).

DFARS PGI 225.372 Antiterrorism/force protection. PGI 225.372-1 General.

Information and guidance pertaining to DoD antiterrorism/force protection policy for contracts that require performance or traveloutside the United States can be obtained from the following offices:

(1) For Navy contracts: Naval Criminal Investigative Service (NCIS), Code 21; telephone, DSN 288-9077 or commercial (202)433-9077.

DFARS 252.225-7993 PROHIBITION ON PROVIDING FUNDS TO THE ENEMY (Deviation 2015-O0016) (September2015)

(a) The Contractor shall-

(1) Exercise due diligence to ensure that none of the funds, including supplies and services, received under this contract areprovided directly or indirectly (including through subcontracts) to a person or entity who is actively opposing United States orCoalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities;

(2) Check the list of prohibited/restricted sources in the System for Award Management at

www.sam.gov -

(i) Prior to subcontract award; and

(ii) At least on a monthly basis; and

(3) Terminate or void in whole or in part any subcontract with a person or entity listed in SAM as a prohibited or restricted sourcepursuant to subtitle E of Title VIII of the NDAA for FY 2015, unless the Contracting Officer provides to the Contractor writtenapproval of the Head of Contracting Activity to continue the subcontract.

(b) The Head of the Contracting Activity has the authority to-

Page 80: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 78 of 80

(1) Terminate this contract for default, in whole or in part, if the Head of the Contracting Activity determines in writing that thecontractor failed to exercise due diligence as required by paragraph (a) of this clause;

(2)(i) Void this contract, in whole or in part, if the Head of the Contracting Activity determines in writing that any funds receivedunder this contract have been provided directly or indirectly to a person or entity who is actively opposing United States orCoalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities.

(ii) When voided in whole or in part, a contract is unenforceable as contrary to public policy, wither in its entirety or with regard toa segregable task or effort under the contract, respectively.

(c) The Contractor shall include the substance of this clause, including this paragraph (c), in subcontracts, including subcontractsfor commercial items, under this contract that have an estimated value of $50,000 and will be performed outside of the UnitedStates and its outlying areas.

(End of Clause)

 

DFARS 252.225-7994 ADDITIONAL ACCESS TO CONTRACTOR AND SUBCONTRACTOR RECORDS IN THEUNITED STATES CENTRAL COMMAND THEATER OF OPERATIONS (Deviation 2015-O0013) (March 2015)

(a) In addition to any other existing examination-of-records authority, the Department of Defense is authorized to examine anyrecords of the Contractor to the extent necessary to ensure that funds available under this Contract are not—

(1) Subject to extortion or corruption; or

(2) Provided, directly or indirectly, to persons or entities that are actively supporting an insurgency or otherwise actively opposingUnited States or coalition forces in a contingency operation.

(b) The substance of this clause, including this paragraph (b), is required to be included in subcontracts under this contract thathave an estimated value over $100,000.

(End of clause)

 

 _____________________________________________________________________________

252.227-7030 Technical Data -- Withholding of Payment (Mar 2000)

(a) If technical data specified to be delivered under this contract, is not delivered within the time specified by this contract or isdeficient upon delivery (including having restrictive markings not identified in the list described in the clause at 252.227–7013(k)of this contract), the Contracting Officer may until such data is accepted by the Government, withhold payment to the Contractor often percent (10%) of the total contract price or amount unless a lesser withholding is specified in the contract. Payments shall notbe withheld nor any other action taken pursuant to this paragraph when the Contractor’s failure to make timely delivery or todeliver such data without deficiencies arises out of causes beyond the control and without the fault or negligence of the Contractor.

(b) The withholding of any amount or subsequent payment to the Contractor shall not be construed as a waiver of any rightsaccruing to the Government under this contract.

(End of Clause)

 

DFARS 252.237-7019 Training for Contractor Personnel Interacting with Detainees.

As prescribed in 237.171-4, use the following clause: TRAINING FOR CONTRACTOR PERSONNEL INTERACTING WITHDETAINEES (JUN 2013) (a)

Definitions. As used in this clause—

Page 81: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 79 of 80

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

“Detainee” means a person in the custody or under the physical control of the Department of Defense on behalf of the United StatesGovernment as a result of armed conflict or other military operation by United States armed forces.

“Personnel interacting with detainees” means personnel who, in the course of their duties, are expected to interact with detainees.(b) Training requirement. This clause implements Section 1092 of the National Defense

Authorization Act for Fiscal Year 2005 (Pub. L. 108-375).

(1) The Combatant Commander responsible for the area where a detention or interrogation facility is located will arrange fortraining to be provided to contractor personnel interacting with detainees. The training will address the international obligations andlaws of the United States applicable to the detention of personnel, including the Geneva Conventions. The Combatant Commanderwill arrange for a training receipt document to be provided to personnel who have completed the training.

(2)(i) The Contractor shall arrange for its personnel interacting with detainees to—

(A) Receive the training specified in paragraph (b)(1) of this clause—

(1) Prior to interacting with detainees, or as soon as possible if, for compelling reasons, the Contracting Officer authorizesinteraction with detainees prior to receipt of such training; and

(2) Annually thereafter; and (B) Provide a copy of the training receipt document specified in paragraph (b)(1) of this clause to theContractor for retention.

(ii) To make these arrangements, the following points of contact apply: [Contracting Officer to insert applicable point of contactinformation cited in PGI 237.171-3(b).]

(3) The Contractor shall retain a copy of the training receipt document(s) provided in accordance with paragraphs (b)(1) and (2) ofthis clause until the contract is closed, or 3 years after all work required by the contract has been completed and accepted by theGovernment, whichever is sooner.

(c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c), in all subcontracts,including subcontracts for commercial items, that may require subcontractor personnel to interact with detainees in the course oftheir duties.

(End of clause)

Page 82: N6133118F3006P00026 - FINAL 1 2 AMENDMENT OF … · project number (if applicable) 7. administered by (if other than item 6) code standard form 30 (rev. 11/2016) prescribed by gsa

N6133118F3006P00026 - FINAL

Page 80 of 80

Section J - List of Attachments

HQ J-2-0002  STANDARD LANGUAGE FOR CONTRACTS

The following document(s), exhibit(s), and other attachment(s) form a part of this contract:

Exhibit A - Contract Data Requirements List (CDRL's)

Exhibit B - DI-MGMT-81991 Contract Status Report

Attachment J.1 - Security Classification Form DD 254 dated 7 December 2017

Attachment J.2 - Key Personnel

Attachment J.3 NSWC PCD Instruction 3960.6 Test and Evaluation Manual

Attachment J.4 NSWC PCD Instruction 4855.3D Qualitly Management and Continuous Process Improvement

Attachment J.5 NSWC PCD Instruction 3500.1 Operational Risk Management Program

Attachment J.6 eCraft Template Average Bid Rates v2.2 dated 4 May 2018

Attachment J.7 Government Furnished Property

AttachmentNumber

File Name Description

DI_MGMT_81864.pdf Exhibit B - DI-MGMT-81991 Contract Status Report

NSWC_PCD_INST_4855.3D_Quality_Management_and_Continuous_Process_Improvement.pdfAttachment J.4_NSWC PCD Instruction 4855.3DQualitly Management and Continuous ProcessImprovement

N6133118F3006DD254.pdf Attachment_J.1_DD254_Dec2017_DO_N6133118F3006

Attachment_J.2_KeyPersonnel._6e1a06d0-d0c8-4d25-a90a-c40cd050327f.pdf Attachment J.2 Key Personnel

NSWCPCDINST_3960.6-Test_and_Evaluation_Manual_07_OCT_2011.pdfAttachment J.3_NSWC PCD Instruction 3960.6 Test andEvaluation Manual

Contract_Data_Requirements_List_04_12_2017_.doc Exhibit A - Contract Data Requirements List (CDRL's)

Attachment_J.6_eCraft_AVGBIDRATES_v2_2.xlsx Attachment_J.6_eCraft_AvgBidRateSpreadsheet

NSWCPCDINST_3500.1_ORM_Program.pdfAttachment_J.5_NSWC PCD Instruction 3500.1Operational Risk Management Program