30
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 35 01-Jul-2014 1300420650, 1300420693 N/A 6. ISSUED BY CODE N00167 7. ADMINISTERED BY (If other than Item 6) CODE S1103A NSWC, CARDEROCK DIVISION, MARYLAND 9500 MacArthur Blvd West Bethesda MD 20817 [email protected] 301-227-0548 DCMA ATLANTA 2300 LAKE PARK DRIVE, SUITE 300 SMYRNA GA 30080 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Orbis Sibro, Inc. 270 West Coleman Blvd. Suite2A Mt. Pleasant SC 29464-5649 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4100-FD04 10B. DATED (SEE ITEM 13) CAGE CODE 1SEL4 FACILITY CODE 02-Nov-2009 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) Unilateral modification in accordance with FAR Clause 52.232-22 'Limitation of Funds' E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Heather L Valiga, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Heather L Valiga 01-Jul-2014 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

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

35 01-Jul-2014 1300420650, 1300420693 N/A6.  ISSUED BY CODE N00167 7.  ADMINISTERED BY (If other than Item 6) CODE S1103A

NSWC, CARDEROCK DIVISION, MARYLAND

9500 MacArthur Blvd

West Bethesda MD 20817

[email protected] 301-227-0548

 

DCMA ATLANTA

2300 LAKE PARK DRIVE, SUITE 300

SMYRNA GA 30080

 

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

Orbis Sibro, Inc.    270 West Coleman Blvd. Suite2A    Mt. Pleasant SC 29464-5649   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4100-FD04

    10B.  DATED (SEE ITEM 13)

CAGECODE

1SEL4 FACILITY CODE   02-Nov-2009

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

SEE SECTION G 

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

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

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

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

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

[X] D.  OTHER (Specify type of modification and authority)Unilateral modification in accordance with FAR Clause 52.232-22 'Limitation of Funds'

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

SEE PAGE 2 

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

       Heather L Valiga, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Heather L Valiga 01-Jul-2014 

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

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

 

 

                  1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

Page 2: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

GENERAL INFORMATION

The purpose of this modification is to add the next increment of funding in the amount of . Accordingly, 

1) The total amount of funds obligated to the task is hereby increased from by to. The total remaining unfunded balance .

2) Sections B & G are revised to add the following:

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

400060       O&MN,N           

400061       O&MN,N           

600042       O&MN,N                   

600043       O&MN,N                   

3) The total value of the order is hereby increased from by to .

4) Section G Clause entitled "SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1983)" has been revised asfollows:

 ESTIMATED ITEM(S)   ALLOTTED TO COST   ALLOTTED TO FEE   PERIOD OF PERFORMANCE 

 4000                   Through 01 November 2014

 6000                             Through 01 November 2014

5) The Accounting and Appropriation Data added to Section G is as follows:

MOD 35  400060      130042065000001                     LLA : CD 97X4930 NH1C 252 77777 0 050120 2F 000000 A00002257229  400061      130042069300001                     LLA : CE 1741804 8U5N 252 V5S00 0 050120 2D 000000 A00002257522  600042      130042065000001                       LLA : CD 97X4930 NH1C 252 77777 0 050120 2F 000000 A00002257229  600043      130042069300002                       LLA : CE 1741804 8U5N 252 V5S00 0 050120 2D 000000 A00002257522  MOD 35 Funding  Cumulative Funding   6)The end of task order performance remains unchanged at 01 November 2014.

7) The contractor is not authorized to start performance associated with the funding cited for TI until the ContractingOfficer and Contracting Officer's Representative receive a copy of the fully signed Technical Instructions from thecontractor: TI-018.

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 2 of 3 FINAL

 

Page 3: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

A conformed copy of this Task Order is attached to this modification for informational purposes only.

 

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 3 of 3 FINAL

 

Page 4: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty UnitEst.

Cost

Fixed

FeeCPFF

1000 R408 Engineering Services, System Design, Engineering Support

(Fund Type - TBD)

1.0 LO

For ODC Items:

Item PSC Supplies/Services Qty UnitEst.

Cost

3000 R408 Not-To-Exceed Other Direct Costs (Materials,travel, miscellaneous

including applicable indirect costs) Non-Fee Bearing. (Fund Type - TBD)

1.0 LO

300001 R408

For Cost Type Items:

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

4000 R408 Engineering Services, System

Design, Engineering Support (Fund

Type - TBD)

1.0 LO

400001 R408 Incremental Funding in the amount

(SCN)

400002 R408 Incremental Funding in the amount

of (O&MN,N)

400003 R408 Incremental Funding in the amount

of (O&MN,N)

400004 R408 Incremental Funding in the amount

of (SCN)

400005 R408 Incremental Funding in the amount

of (O&MN,N)

400006 R408 Incremental Funding in the amount

of (WPN)

400007 R408 Incremental Funding in the amount

of (SCN)

400008 R408 Incremental Funding in the amount

of (SCN)

400009 R408 Incremental Funding in the amount

of (RDT&E)

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 1 of 27 FINAL

 

Page 5: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

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

400010 R408 Incremental Funding in the amount

of (WCF)

400011 R408 Incremental Funding in the amount

of (SCN)

400012 R408 Incremental Funding in the amount

of (SCN)

400013 R408 Incremental Funding in the amount

of (O&MN,N)

400014 R408 Incremental Funding in the amount

of for TI-PNCC Development

Support (RDT&E)

400015 R408 Incremental Funding in the amount

of (RDT&E)

400016 R408 Incremental Funding in the amount

of for Build Test Strategy

(BTS) (RDT&E)

400017 R408 Incremental Funding in the amount

of (RDT&E)

400018 R408 Incremental Funding in the amount

of (O&MN,N)

400019 R408 Incremental Funding in the amount

of for Shaft BearingTesting

Facility Suuport (SCN)

400020 R408 Incremental Funding in the amount

of for Reduced Total

Ownership Cost (RTOC) Support (SCN)

400021 R408 Incremental Funding in the amount

of for SUBSAFE/DSS-SOC

Technical Support(SCN)

400022 R408 Incremental Funding in the amount

of for Power Node Control

Center (PNCC) Development Support

(RDT&E)

400023 R408 Incremental Funding in the amount

of for ORP Class Materials

SIT support (RDT&E)

400024 R408 Incremental Funding in the amount

of for PMS397T facilitators

support (RDT&E)

400025 R408 Incremental Funding in the amount

of for SOF tasks (SCN)

400026 R408 Incremental Funding in the amount

of for SHAPEC Liasion Task

(SCN)

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 2 of 27 FINAL

 

Page 6: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

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

400027 R408 Incremental Funding in the amount

of for SUBSAFE

Construction Support (SCN)

400028 R408 Incremental Funding in the amount

of for VIRGINIA Class New

Construction Support (SCN)

400029 R408 Incremental Funding in the amount

of for SVRLA Independent

Review Team (O&MN,N)

400030 R408 Incremental Funding in the amount

of for 450D Support (RDT&E)

400031 R408 Incremental Funding in the amount

of for PMS397 Support

(RDT&E)

400032 R408 Incremental Funding in the amount

of for PMS397 Support

(RDT&E)

400033 R408 Incremental Funding in the amount

of for SUBSAFE Support

(SCN)

400034 R408 Incremental Funding in the amount

of for VRLA Red TeamSupport

- ISEA tasking (O&MN,N)

400035 R408 Incremental Funding in the amount

of for TI-001 (SCN)

400036 R408 Incremental Funding in the amount

of for TI-001 (RDT&E)

400037 R408 Incremental Funding in the amount

of for TI-001 (RDT&E)

400038 R408 Incremental Funding in the amount

of for TI-001 (SCN)

400039 R408 Incremental Funding in the amount

of for TI-001 (O&MN,N)

400040 R408 Incremental Funding in the amount

of for TI-001 (SCN)

400041 R408 Incremental Funding in the amount

of for TI-001 (RDT&E)

400042 R408 Incremental Funding in the amount

of for TI-03 (RDT&E)

400043 R408 Funding in the amount of

for TI-02 (O&MN,N)

400044 R408 Funding in the amount of for

TI-04 (RDT&E)

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 3 of 27 FINAL

 

Page 7: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

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

400045 R408 Funding in the amount of

for TI-05 (SCN)

400046 R408 Funding in the amount of for

TI-06 (SCN)

400047 R408 Funding in the amount of

for TI-07 (RDT&E)

400048 R408 Funding in the amount of

for TI-03 Rev 1 (O&MN,N)

400049 R408 Funding in the amount of

for TI-09 (SCN)

400050 R408 Funding in the amount of

for TI-05 Rev 1 (SCN)

400051 R408 Funding in the amount of for

TI-10 (RDT&E)

400052 R408 Funding in the amount of for

TI-11 (RDT&E)

400053 R408 Funding in the amount of

for TI-02 Rev 1 (O&MN,N)

400054 R408 Funding in the amount of for

TI-13 (Fund Type - OTHER)

400055 R408 Funding in the amount of for

TI-14, 10 USC2410a is hereby

invoked (O&MN,N)

400056 R408 Funding in the amount of for

TI-15, 10 USC2410a is hereby

invoked (RDT&E)

400057 R408 Funding in the amount of for

TI-16 (O&MN,N)

400058 R408 Funding in the amount of for

TI-15 Rev 1, 10 USC 2410a is hereby

invoked (RDT&E)

400059 R408 Funding in the amount of for

TI-17, 10 USC2410a is hereby

invoked (O&MN,N)

400060 R408 Funding in the amount of

for TI-018, 10 USC 2410a is hereby

invoked (O&MN,N)

400061 R408 Funding in the amount of

for TI-018, 10 USC 2410a is hereby

invoked (O&MN,N)

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 4 of 27 FINAL

 

Page 8: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

LEVEL OF EFFORT

The level of effort for the performance of this task order is based on an anticipated level of  man-hours of direct labor for theentire five (5) year period of performance.

It is noted that the solicitation was issued using CLINs 1000 and 3000.  Prior to the issuance of this task order, the period ofperformance for these CLINs ended under the base contract.  Therefore, new CLINs 4000 and 6000 are identified above and wereused to specify the negotiated amounts for this task order.

The fee percentage applied to CLIN 4000 is

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 5 of 27 FINAL

 

Page 9: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

SECTION C DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORK

This is a performance based Statement of Work.  This effort performedhereunder will be evaluated in accordance with the performancestandard/acceptable quality levels described in provision "CAR H09Performance-Based Acquisition Evaluation Procedures for a Seaport-e Task Order(Mar 2006)(NSWCCD)."

Title:   Program Management, System Design, Engineering, Integration andQuality Assurance Support- SUBSAFE Certification, Deep Submergence SystemsScope of Certification and Special Operation Forces systems integration. 

1.0 Background

Naval Surface Weapons Center Carderock Division (NSWCCD) currently providessupport to NAVSEA for submarine new construction/conversion and in serviceefforts for SUBSAFE, Deep Submergence Systems, Scope of Certification, andSpecial Operation Forces system integration.  NSWCCD has been an integral partof the engineering and acquisition activities of these program offices. Inresponse to the maturation of these programs it is the desire of NSWCCD torealign its support areas, leveraging the commonalities of support to providea more streamlined and readily adaptable work force. As the Navy progressestowards delivery of new submarines to the fleet it is important that NSWCCDmaintains its ability to support these efforts in a timely and cost efficientmanner. Critical areas of support including acquisition, requirementsgeneration, engineering, logistics, quality assurance and program managementwill be further enhanced by this realignment of support. As a result the NavalSurface Warfare Center, Carderock Division (NSWCCD) will continue to improvethe lead role it fulfills with the PEO Submarine program offices.

2.0 Requirements

2.1 The contractor shall provide support to NSWCCD and NAVSEA. 

Support services as outlined here are at the Component level, System level andPlatform level. Specific areas of support could encompass the following typesof tasking:

2.1.1 Program Management

2.1.2 Engineering support

2.1.3 Logistics support

2.1.4 R&D support

2.1.5 Ship Construction planning

2.1.6 Requirements trade off support

2.1.7 Operational cycle development

2.1.8 Special Operations Force (SOF) requirements support

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 6 of 27 FINAL

 

Page 10: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

2.1.9 Quality Assurance Support   2.1.10 SUBSAFE

2.1.11 Scope of Certification

2.1.12 Work Flow Tracking

2.2 Tasks to be performed by the contractor shall include the following:

2.2.1 Engineering and Program Management (Submarine) support

2.2.1.1 Provide engineering and program management support as the OnsiteRepresentative at Electric Boat and provide program and technical supportassociated with the Lead Yard Services/Construction Design Support efforts forthe VIRGINIA Class Submarine Block contracts. Efforts include supporting/participating in weekly Configuration Management Team meetings, DesignReviews, LYS Financial reviews, CITIS and Planning Tools Working Groupmeetings and other meetings.

2.2.1.2 Provide engineering and program management support for the developmentof a Propulsor Test Stand for VA Class designed to increase interval betweenrequired propulsor/shaft change-out and shaft bearing root cause analysisteam.

2.2.1.3 Provide technical and program management services to Total OwnershipCost (TOC) reduction efforts and associated Cross Functional Teams.  Providestrategic planning and advisory services related to US Navy TOC reduction anddevelop an approach for investment strategy and identify necessary analysis toachieve TOC reductions, specifically in the area of maintenance, energy andquality.

2.2.1.4 Provide program and technical support associated with the preparations

and planning for and execution of  maintenance of VA Class and provide programoffice liaison support with Portsmouth Naval Shipyard, SHAPEC and EBC tofoster continuous communication with headquarters and assist with keepingthese activities plans in line with the Program Office.

2.2.1.5 Provide technical and engineering support services as onsiterepresentatives for systems integration technical leads for various HM&Esystems within TSUB acquisition program offices.

2.2.1.6 Provide program and technical support to the HM&E Design, Acquisitionand Life Cycle Management issues for TSUB acquisition program offices.

2.2.1.7 Provide engineering and program support for pressure hull technologyand in documenting the technical rationale underlying the current US Navy Hullsurveillance methodology, including hull surveillance periodicities,locations, and frequency.

2.2.1.8 Provide technical and program support to Virginia Class deliveries byassisting US Navy activities in providing submarine named home states aScience, Technology, Engineering and Math (STEM) Outreach program.

2.2.1.9 Provide engineering and technical support to Battery Technology areasfor fast attack and strategic in-service submarines, such as efforts involving

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 7 of 27 FINAL

 

Page 11: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

the VRLA Battery.

2.2.1.10 Provide technical and program support in providing technical guidancefor all related matters to implement Team Submarine processes for advancedinternational R&D programs and support the ship builders Constructionprocesses including support for OHIO replacement program and other advanceprogram support.

2.2.1.11 Provide engineering and program management support for SubmarineAcoustic Health Technology research and development and addressing SubmarineAcoustic Fleet Support areas.

2.2.1.12 Provide engineering and program management support for MaterialsTechnology research, development, testing and evaluation for Undersea areas.

2.2.1.13 Provide engineering and program management support for SubmarineHydromechanics Technology research, development, Test and Evaluation areas

2.2.1.14 Provide engineering and program management support related toSubmarine Machinery Technology research, development, test, and evaluation.

2.2.1.15 Provide technical and engineering support to submarine fleet andnaval shipyard community related to intermediate depot maintenanceavailability planning and execution.

2.2.2 Provide program office Construction Planning and Certification Supportfor US Navy Submarines.

2.2.2.1 Review and analysis of ship construction documentation

2.2.2.2 Review of SUBSAFE / Quality Assurance

2.2.2.3 Review and analysis of ship construction documentation

2.2.2.4 Review of SUBSAFE / Quality Assurance Documentation

2.2.2.5 Review and analysis of Scope of Certification documentation

2.2.2.6 SUBSAFE / Quality Assurance OQE requirements review

2.2.2.7 SUBSAFE / Quality Assurance Program Assessment

2.2.2.8 SUBSAFE / Quality Assurance Business Process Improvement

2.2.2.9 SUBSAFE /Scope of Certification Liaison Action Requests (LARs)resolution

2.2.2.10 Review of SUBSAFE /Scope of Certification Maintenance documentation

2.2.2.11 Attend working meetings – a minimum of 4 meetings per year

2.2.2.12 Provide meeting agenda minutes and trip reports, other related workas required

2.2.2.13 Develop, assemble, route and track program documents and decisionmemoranda 

3.0 Progress Reports

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 8 of 27 FINAL

 

Page 12: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

The contractor shall prepare a monthly progress report. The progress reportshall indicate the amount expended and the number of labor hours used duringthe reporting period and the cumulative amount expended and labor hours usedto date. In addition, the progress report shall include a description of anyproblems encountered during the reporting period.

4.0 Government Furnished Information

The contractor shall be furnished with all pertinent documentation within five(5) working days of task award. This GFI shall be returned to the Governmentwith-in thirty (30) days after completion of this task or with submission ofthe final report.

5.0 Government Furnished Equipment and Office Space

The contractor shall be furnished with desk space at the Washington Navy Yardtwo to three days per week.

6.0 Travel

The primary place of performance will be at the contractor's facility.  Thecontractor personnel shall be required to perform local travel in and aroundthe Washington, DC metro area, approximately five (5) round trips of 3-dayduration to Groton, CT and Bremberton WA, and five (5) round trips of 2-dayduration to Norfolk, VA. Travel to other locations may be required asspecified in Technical Instructions.

7.0 Period of Performance

The period of performance is from the effective date of the task order awardthrough five (5) years with no options.

8.0 Deliverables

The deliverables shall be submitted in hard copy and/or electronic format asdetermined by the Contracting Officer’s Representative (COR), and inaccordance with appropriate security requirements.

* Monthly Progress Report (financial and technical)

* Design & Program Reports (as required)

* Trip Reports (as required)

* Meeting reports (as required)

* Briefing material (as required)

9.0 Security Requirements

Contractor personnel must have a security clearance at the SECRET level andany classified reports generated shall be classified up to and includingSECRET level in accordance with DD Form 254 “Contractor SecurityClassification Specifications.”

10.0 Contracting Officer’s Representative (COR) 

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 9 of 27 FINAL

 

Page 13: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 10 of 27 FINAL

 

Page 14: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

SECTION D PACKAGING AND MARKING

Packing and Marking shall be in accordance with Section D of the base contract.

Deliverables - The deliverables, as specified in Section 5 of the Statement of Work, shall be delivered to the CORby mail and/or electronically to:

Mark for:

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 11 of 27 FINAL

 

Page 15: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be performed by the Government at destination by the Contracting Officer'sRepresentative (COR).

Mark for:

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 12 of 27 FINAL

 

Page 16: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

SECTION F DELIVERABLES OR PERFORMANCE

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

   

1000 11/2/2009 - 11/1/2014

3000 5/13/2009 - 10/1/2014

4000 9/28/2009 - 11/1/2014

6000 9/28/2009 - 9/28/2014

52.211-8 TIME OF DELIVERY (JUN 1997)

(a) The Government requires delivery to be made according to the following schedule:

ITEM NO.                QUANTITY     WITHIN DAYS AFTER DATE OF TASK ORDER

4000 & 6000                 ALL           Five (5) years after the effective date of the Task Order

(End of Clause)

DELIVERY INFORMATION

 

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 13 of 27 FINAL

 

Page 17: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

SECTION G CONTRACT ADMINISTRATION DATA

G17S TOM APPOINTMENT (AUG 2005)

(a) Task Order Ordering Officer hereby appoints the following individual as the Contracting Officer's Representative (COR) for this task order:

CAR-G11  INVOICE INSTRUCTIONS (DEC 2007) (NSWCCD)

(a) In accordance with clause of this contract entitled "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS" (DFARS 252.232-7003), the Naval Surface Warfare Center, Carderock Division (NSWCCD) willutilize the DoD Wide

 Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract.  This web-based system located at https://wawf.eb.mil provides the technology for governmentcontractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment.  Invoices for supplies/services rendered under thiscontract shall be submitted electronically through WAWF.  Submission of hard copy DD250/invoices may no longer be accepted for payment.

(b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use theonline training system for WAWF at http://wawftraining.com.  The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the training system should be reviewed.  Vendor Quick Reference Guidesalso are available at http://acquisition.navy.mil/navyaos/content/view/full/3521/.  The most useful guides are “Getting Started for Vendors” and “WAWF Vendor Guide”.

(c) The designated CCR EB point of contact is responsible for activating the company’s CAGE code on WAWF by calling 1-866-618-5988.  Once the company is activated, the CCR EB point of contact will self-registerunder the company’s CAGE code on WAWF and follow the instructions for a group administrator.  After the company is set-up on WAWF, any additional persons responsible for submitting invoices must self-registerunder the company’s CAGE code at https://wawf.eb.mil.

(d) The contractor shall use the following document types, DODAAC codes and inspection and acceptance locations when submitting invoices  in WAWF:

Type of Document (contracting officer check all that apply)

  Invoice (FFP Supply & Service)

   

  Invoice and Receiving Report Combo (FFP Supply)

   

  Invoice as 2-in-1 (FFP Service Only)

   

 X Cost Voucher (Cost Reimbursable, T&M , LH, or FPI)

   

  Receiving Report (FFP, DD250 Only)

DODAAC Codes and Inspection and Acceptance Locations (contracting officer complete appropriate information as applicable)

Issue DODAAC   N00167

   Admin DODAAC   S1103A

   Pay Office DODAAC   HQ0338

   Service Approver DODAAC   N00167

   Ship To DODAAC   N00167

   DCAA Auditor DODAAC   HAA632

Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup documentation, timesheets, etc.  Maximum limit for size of each file is 2 megabytes.  Maximum limit for size offiles per invoice is 5 megabytes.

(e) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be prompted to send additional email notifications.  Click on “Send More Email Notification” and add theacceptor/receiver email addresses noted below in the first email address block, and add any other additional email addresses desired in the following blocks.  This additional notification to the government is important toensure that the acceptor/receiver is aware that the invoice documents have been submitted into WAWF.

Send Additional Email Notification To:

 

(f) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms.  Contractors approved by DCAA for directbilling will submit cost vouchers directly to DFAS via WAWF.  Final voucher submission will be approved by the ACO.

(g) The WAWF system has not yet been implemented on some Navy programs; therefore, upon written concurrence from the cognizant Procuring Contracting Officer, the Contractor is authorized to use DFAS WinS forelectronic end to end invoicing until the functionality of WinS has been incorporated into WAWF.

(h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number or the NSWCCD WAWF point of contact Kay Wade at (301) 227-5419 or [email protected].(End of Clause)

SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contractsubline 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 available andallotted to this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINscovered thereby, and the period of performance for which it is estimated the allotted amount(s) will cover are as follows:

ESTIMATED ITEM(S)    ALLOTTED TO COST    ALLOTTED TO FEE    PERIOD OF PERFORMANCE

4000                       Through 01 November 2014

6000                               Through 01 November 2014

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 14 of 27 FINAL

 

Page 18: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/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 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) or "LIMITATION OF COST (FACILITIES)"(FAR 52.232-21), as applicable.

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

FUNDING PROFILE

The following details the funding to date:

Total Contract CPFF    Funds This Action   Previous Funding   Funds Available   Balance Unfunded

       

(End of Clause)

SEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in Sections B and C of this contract. The total level of effort for the performance of thiscontract shall be 75,000 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level ofeffort.

(b) Of the total man-hours of direct labor set forth above, it is estimated that (to be identified at the task order level) man-hours are uncompensated effort.

Uncompensated effort is defined as hours provided by personnel in excess of hours per week without additional compensation for such excess work. All other effort is defined as compensated effort. If no effort isindicated in the first sentence of this paragraph, uncompensated effort performed by 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 contract and shall not include time and effort expended on such things as (localtravel to and from an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or other non-work locations (except asprovided in paragraph (j) 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 288.47 hours per week. It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technicalobjective, provided such fluctuation does not result in the use of the total man-hours of effort prior to 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 of effort specified above would be used prior to the expiration of theterm, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefits which would result, and an offer to undertake the acceleration at no increase in the estimatedcost or fee together with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the term hereof. The offer shall provide that the work proposed willbe subject to the terms and conditions of this contract and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer,shall constitute a binding contract. The Contractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Any agreement to accelerate 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 of effort specified in paragraph (a) above would be used prior to theexpiration of the term. This order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge this order within five days of receipt.

(g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period of this contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract asfollows:

Fee Reduction = Fee x ((Required LOE minus Expended LOE)divided by Required LOE)

or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable, require the Contractor tocontinue to perform the work until the total number of man hours of direct labor specified in paragraph (a) above shall have been expended, at no increase in the fee of this contract.

(h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort(compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shall indicate on each invoice the total level of effort claimed during the period covered bythe invoice, separately identifying compensated effort and uncompensated effort, if any.

(i) Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit the following information in writing to the Contracting Officer with copies tothe cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number of man hours of direct labor expended during the applicable period; (2) a breakdown of this totalshowing the number of man hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable costincurred under the contract for the period. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) the amount by which the estimatedcost of this contract may be reduced to recover excess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of the appropriate fee reduction in accordance with this clause.All submissions shall include subcontractor information.

(j) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man hours up to five percent in excess of the total man hours specified in paragraph (a) above, provided that the additionaleffort is furnished within the term hereof, and provided further that no increase in the estimated cost or fee is required.

(End of Clause)

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------400001 92541678  LLA : AA 97X4930 NH1C 000 77777 0 000167 2F 000000 061202081020  600001 92541678  LLA : AA 97X4930 NH1C 000 77777 0 000167 2F 000000 061202081020   BASE Funding 101000.00 Cumulative Funding 101000.00  MOD 01  400002 93620833  LLA : AB 1701804 8B2B 250 45404 068892 2D C00025 454040S0251Q N4540410RC00025/AA   MOD 01 Funding 346620.00 Cumulative Funding 447620.00  MOD 02  400003 00474831  LLA : AC 97X4930 NH1C 000 77777 0 000167 2F 000000 101202000120  400004 00536777  LLA : AD 97X4930 NH1C 000 77777 0 000167 2F 000000 101202017056  600002 00536777  

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 15 of 27 FINAL

 

Page 19: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

LLA : AD 97X4930 NH1C 000 77777 0 000167 2F 000000 101202017056   MOD 02 Funding  Cumulative Funding   MOD 03  400005 00495812  LLA : AE 1701804 8B5B 253 SAS04 0 068342 2D 000000 15B250000250 N0002410WX02034/AA  400006 00619154  LLA : AF 1791507 82FU 253 SAS4X 0 068342 2D 000000 FUCA10000000 N0002410WX40329/AA  400007 00619156  LLA : AG 97X4930 NH1C 000 77777 0 000167 2F 000000 101202052490  400008 00619157  LLA : AH 97X4930 NH1C 000 77777 0 000167 2F 000000 101202040220  600003 00619154  LLA : AF 1791507 82FU 253 SAS4X 0 068342 2D 000000 FUCA10000000 N0002410WX40329/AA  600004 00619156  LLA : AG 97X4930 NH1C 000 77777 0 000167 2F 000000 101202052490   MOD 03 Funding  Cumulative Funding   MOD 04  400009 00848418  LLA : AJ 97X4930 NH1C 000 77777 0 000167 2F 000000 101202720030  600005 00848418  LLA : AJ 97X4930 NH1C 000 77777 0 000167 2F 000000 101202720030   MOD 04 Funding 500000.00 Cumulative Funding 1789620.00  MOD 05  400010 01107441  LLA : AK 97X4930 NH1M 000 77777 0 064267 2F 000000 01000WX00034 N6426710WX00034/AA  400011 01107446  LLA : AL 97X4930 NH1C 000 77777 0 000167 2F 000000 101202050020  600006 01107441  LLA : AK 97X4930 NH1M 000 77777 0 064267 2F 000000 01000WX00034 N6426710WX00034/AA   MOD 05 Funding  Cumulative Funding   MOD 06  400012 01190870  LLA : AM 97X4930 NH1C 000 77777 0 000167 2F 000000 101202054020  400013 01314927  LLA : AC 97X4930 NH1C 000 77777 0 000167 2F 000000 101202000120  600007 01190870  LLA : AM 97X4930 NH1C 000 77777 0 000167 2F 000000 101202054020  600008 01314927  LLA : AC 97X4930 NH1C 000 77777 0 000167 2F 000000 101202000120   MOD 06 Funding 263155.29 Cumulative Funding 2166775.29  MOD 07  400014 01581849  LLA : AN 9700400 8CSN 253 SAS07 0 068342 2D 010240 2939B0000000 N0002410WX11508/AA  600009 01581849  LLA : AN 9700400 8CSN 253 SAS07 0 068342 2D 010240 2939B0000000 N0002410WX11508/AA   MOD 07 Funding  Cumulative Funding   MOD 08  400015 01965746  LLA : AP 1701319 87ME 253 SAOOE 0 068342 2D 010240 10200000CON0 N0002410WX12240/AA  600010 01965746  LLA : AP 1701319 87ME 253 SAOOE 0 068342 2D 010240 10200000CON0 N0002410WX12240/AA   MOD 08 Funding  Cumulative Funding   MOD 09  400016 02317883  

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 16 of 27 FINAL

 

Page 20: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

LLA : AR 97X4930 NH1C 000 77777 0 000167 2F 000000 101202720206  600011 02317883  LLA : AR 97X4930 NH1C 000 77777 0 000167 2F 000000 101202720206   MOD 09 Funding  Cumulative Funding   MOD 10  400017 02431706  LLA : AJ 97X4930 NH1C 000 77777 0 000167 2F 000000 101202720030  400018 02431892  LLA : AS 1701804 8B2B 253 SAS07 0 068342 2D 000000 12B4CUSE04C0 N0002410WX02801/AA  600012 02431892  LLA : AS 1701804 8B2B 253 SAS07 0 068342 2D 000000 12B4CUSE04C0 N0002410WX02801/AA  600013 02431669  LLA : AT 97X4930 NH1C 000 77777 0 000167 2F 000000 101202023100   MOD 10 Funding  Cumulative Funding   MOD 11  400019 02817420  LLA : AU 97X4930 NH1C 000 77777 0 000167 2F 000000 111202006020  400020 02857682  LLA : AV 1701811 H232 253 WAWRC 0 068342 2D 000000 200388000000 N0002410WX20650/AF  400021 02857683  LLA : AW 97X4930 NH1C 000 77777 0 000167 2F 000000 101202017120  600014 02817420  LLA : AU 97X4930 NH1C 000 77777 0 000167 2F 000000 111202006020  600015 02857682  LLA : AV 1701811 H232 253 WAWRC 0 068342 2D 000000 200388000000 N0002410WX20650/AF  600016 02857683  LLA : AW 97X4930 NH1C 000 77777 0 000167 2F 000000 101202017120   MOD 11 Funding  Cumulative Funding   MOD 12  400022 03085001  LLA : AX 9700400 8CSN 253 SAS07 0 068342 2D 010240 2939B0000000 N0002410WX11508/AA   MOD 12 Funding  Cumulative Funding   MOD 13  400023 03167127  LLA : AZ 1701319 H4RJ 253 SASUB 0 068342 2D 010240 F32200000010 N0002411WX10412/AA  400024 03167126  LLA : AZ 1701319 H4RJ 253 SASUB 0 068342 2D 010240 F32200000010 N0002411WX10412/AA  600017 03167125  LLA : AY 97X4930 NH1C 000 77777 0 000167 2F 000000 111202710207  600018 03167127  LLA : AZ 1701319 H4RJ 253 SASUB 0 068342 2D 010240 F32200000010 N0002411WX10412/AA  600019 03167126  LLA : AZ 1701319 H4RJ 253 SASUB 0 068342 2D 010240 F32200000010 N0002411WX10412/AA   MOD 13 Funding  Cumulative Funding   MOD 14 Funding  Cumulative Funding   MOD 15  400025 03638857  LLA : BA 1701811 H232 253 WAWRA 0 068342 2D 000000 200381000000 N0002410WX20650/AC  400026 03638859  LLA : AV 1701811 H232 253 WAWRC 0 068342 2D 000000 200388000000 N0002410WX20650/AF  400027 03638860  LLA : BB 1761811 H232 253 WAWRC 0 068342 2D 000000 200798000000 N0002406WX20734/AD  400028 03638861  LLA : BB 1761811 H232 253 WAWRC 0 068342 2D 000000 200798000000 N0002406WX20734/AD  400029 10215518  LLA : 

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 17 of 27 FINAL

 

Page 21: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

BC 97X4930 NH1C 000 77777 0 000167 2F 000000 111913160488  600020 03638857  LLA : BA 1701811 H232 253 WAWRA 0 068342 2D 000000 200381000000 N0002410WX20650/AC  600021 03638859  LLA : AV 1701811 H232 253 WAWRC 0 068342 2D 000000 200388000000 N0002410WX20650/AF  600022 03638861  LLA : BB 1761811 H232 253 WAWRC 0 068342 2D 000000 200798000000 N0002406WX20734/AD  600023 10215518  LLA : BC 97X4930 NH1C 000 77777 0 000167 2F 000000 111913160488   MOD 15 Funding 686800.00 Cumulative Funding 4481575.29  MOD 16  400030 10617903  LLA : BE 1711319 H5YT 255 SB450 0 050120 2D 000000 A00000674378 N0002411RX01284/AA  400031 10617930  LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920 N0002411RX01016/AA  600024 10617903  LLA : BE 1711319 H5YT 255 SB450 0 050120 2D 000000 A00000674378 N0002411RX01284/AA  600025 10617930  LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920 N0002411RX01016/AA   MOD 16 Funding 473730.00 Cumulative Funding 4955305.29  MOD 17  400032 11021114  LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920 Standard Number: N0002411RX01016/AA PR#1400178822  400033 11021116  LLA : BF 1711611 H232 252 SB450 0 050120 2D 000000 A00000688348 Standard Number: N0002411RX01463/AA PR#1400184688  400034 11021118  LLA : BC 97X4930 NH1C 000 77777 0 000167 2F 000000 111913160488  600026 11021114  LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920 Standard Number: N0002411RX01016/AA PR#1400178822   MOD 17 Funding  Cumulative Funding   MOD 18  400035 11880620  LLA : BH 1711611 H232 252 SB450 0 050120 2D 000000 A10000723655 Standard Number: N0002411RX01704/AB PR#1400190814  400036 11880626  LLA : BG 1701319 87ME 253 SAOOE 0 068342 2D 010240 10200000CON0 Standard Number: N0002411WX11088/AA  400037 11880631  LLA : BJ 97X4930 NH1C 000 77777 0 000167 2F 000000 111202720232  600027 11880626  LLA : BG 1701319 87ME 253 SAOOE 0 068342 2D 010240 10200000CON0 Standard Number: N0002411WX11088/AA  600028 11880631  LLA : BJ 97X4930 NH1C 000 77777 0 000167 2F 000000 111202720232   MOD 18 Funding  Cumulative Funding   MOD 19  400038 12016301  LLA : AV 1701811 H232 253 WAWRC 0 068342 2D 000000 200388000000 N0002410WX20650/AF  400039 12227670  LLA : BK 97X4930 NH1C 000 77777 0 000167 2F 000000 111913160299  400040 12227666  LLA : BL 97X4930 NH1C 000 77777 0 000167 2F 000000 111202050021  400041 12227669  LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920 Standard Number: N0002411RX01016/AA PR# 1400178822  600029 12227669  LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920 Standard Number: N0002411RX01016/AA PR# 1400178822  

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 18 of 27 FINAL

 

Page 22: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

 MOD 19 Funding  Cumulative Funding   MOD 20  400042 1300245850  LLA : BM 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001029245 Standard Number: N4175611WX50168/AA   MOD 20 Funding  Cumulative Funding   MOD 21  400043 1300255109  LLA : BN 1721804 70BA 257 00070 R 045924 2D XK3729 0007023729KD Standard Number: N0007012WXK3729/AA  400044 1300257060  LLA : BP 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001106515  400045 1300257060  LLA : BQ 1701811 H232 253 WAWRC 0 068342 2D 000000 200388000000 Standard Number: N0002412WX20740/AA  400046 1300257060  LLA : BQ 1701811 H232 253 WAWRC 0 068342 2D 000000 200388000000 Standard Number: N0002412WX20740/AA  600030 1300255109  LLA : BN 1721804 70BA 257 00070 R 045924 2D XK3729 0007023729KD Standard Number: N0007012WXK3729/AA  600031 1300257060  LLA : BQ 1701811 H232 253 WAWRC 0 068342 2D 000000 200388000000 Standard Number: N0002412WX20740/AA  600032 1300257060  LLA : BQ 1701811 H232 253 WAWRC 0 068342 2D 000000 200388000000 Standard Number: N0002412WX20740/AA   MOD 21 Funding  Cumulative Funding   MOD 22 Funding  Cumulative Funding   MOD 23  400047 1300273503  LLA : BR 1721319 A4EC 251 WS060 0 050120 2D 000000 A00001218861  600033 1300273503  LLA : BR 1721319 A4EC 252 WS060 0 050120 2D 000000 A00001218861   MOD 23 Funding  Cumulative Funding   MOD 24  400048 1300292744  LLA : BS 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001325008  400049 1300292820  LLA : BT 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001325115  600034 1300292820  LLA : BT 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001325115   MOD 24 Funding  Cumulative Funding   MOD 25  400050 1300299153  LLA : AV 1701811 H232 253 WAWRC 0 068342 2D 000000 200388000000 Standard Number: N0002412WX20740/AA   MOD 25 Funding  Cumulative Funding   MOD 26  400051 1300305137  LLA : BU 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001402723  600035 1300305137  LLA : BU 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001402723   MOD 26 Funding  Cumulative Funding   MOD 27  400031 10617930  LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920 N0002411RX01016/AA   400032 11021114  

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 19 of 27 FINAL

 

Page 23: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920  Standard Number: N0002411RX01016/AA PR#1400178822  400041 12227669  LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920  Standard Number: N0002411RX01016/AA PR# 1400178822  600025 10617930  LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920 N0002411RX01016/AA   600026 11021114  LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920  Standard Number: N0002411RX01016/AA PR#1400178822  600029 12227669  LLA : BD 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920  Standard Number: N0002411RX01016/AA PR# 1400178822   MOD 27 Funding  Cumulative Funding   MOD 28  400052 1300314064  LLA : BV 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001483800  400053 1300321934  LLA : BW 1731804 70BA 257 00070 R 045924 2D XK2834 0007032834KD Standard Number: N0007013WXK2834/AA  600036 1300314064  LLA : BV 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001483800  600037 1300321934  LLA : BW 1731804 70BA 257 00070 R 045924 2D XK2834 0007032834KD Standard Number: N0007013WXK2834/AA   MOD 28 Funding  Cumulative Funding   MOD 29 Funding  Cumulative Funding   MOD 30  600018 03167127  LLA : AZ 1701319 H4RJ 253 SASUB 0 068342 2D 010240 F32200000010 N0002411WX10412/AA   600019 03167126  LLA : AZ 1701319 H4RJ 253 SASUB 0 068342 2D 010240 F32200000010 N0002411WX10412/AA    MOD 30 Funding  Cumulative Funding   MOD 31  400054 1300350840  LLA : BX 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001732218  400055 1300351774  LLA : BY 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001738091  600038 1300350840  LLA : BX 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001732218  600039 1300351774  LLA : BY 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001738091   MOD 31 Funding  Cumulative Funding   MOD 32  400056 130039256300001  LLA : BZ 1731319 H4RJ 252 SB397 0 050120 2D 000000 A00002042933  600040 130039256300002  LLA : BZ 1731319 H4RJ 252 SB397 0 050120 2D 000000 A00002042933   MOD 32 Funding  Cumulative Funding   MOD 33  400057 130039961100001  LLA : CA 97X4930 NH1C 252 77777 0 050120 2F 000000 A00002091597   MOD 33 Funding  Cumulative Funding   MOD 34  400058 130040339900001  LLA : CB 1731319 H4RJ 252 SB397 0 050120 2D 000000 A00002128211  400059 130040825200001  LLA : 

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 20 of 27 FINAL

 

Page 24: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

CC 97X4930 NH1C 253 77777 0 050120 2F 000000 A00002165132  600041 130040825200001  LLA : CC 97X4930 NH1C 253 77777 0 050120 2F 000000 A00002165132   MOD 34 Funding  Cumulative Funding   MOD 35  400060 130042065000001  LLA : CD 97X4930 NH1C 252 77777 0 050120 2F 000000 A00002257229  400061 130042069300001  LLA : CE 1741804 8U5N 252 V5S00 0 050120 2D 000000 A00002257522  600042 130042065000001  LLA : CD 97X4930 NH1C 252 77777 0 050120 2F 000000 A00002257229  600043 130042069300002  LLA : CE 1741804 8U5N 252 V5S00 0 050120 2D 000000 A00002257522   MOD 35 Funding  Cumulative Funding  

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 21 of 27 FINAL

 

Page 25: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

SECTION H SPECIAL CONTRACT REQUIREMENTS

CAR-H09 Performance-Based Acquisition Evaluation Procedures for a SeaPort e Task Order (MAR 2006)(NSWCCD)

(a) Introduction: The contractor’s performance on this task order will be evaluated by the Government, in accordancewith this task order clause. The first evaluation will cover the period ending twelve months after the date of taskorder award with successive evaluations being performed for each twelve-month period thereafter until the contractorcompletes performance under the task order. Based on the evaluation results, the PCO will assign an overallperformance rating in accordance with paragraph (b) of this clause. The purpose of the evaluation is to determineremedies that may be invoked due to “Unsatisfactory” performance. If the PCO assigns an "Unsatisfactory"performance rating for the period evaluated, the PCO may take unilateral action, in accordance with clause 52.246-5entitled “Inspection of Services-Cost Reimbursement”, dated Apr 1984, in Section E of the base contract, to providefor a fee reduction covering the performance period evaluated. This clause provides the basis for evaluation of thecontractor’s performance and for determining if the fee amount should be reduced due to “Unsatisfactory”performance.

(b) Performance Ratings: The Government will evaluate the contractor’s performance of the Statement of Work underthe task order for each twelve month period of performance, using the measurable performance standards set forth inthe Performance Requirements Summary Table in the SOW, or elsewhere in the task order, and the PCO will assignone of the following ratings:

(1) Excellent

(2) Very Good

(3) Satisfactory

(4) Unsatisfactory

The standards associated with these ratings are given in the following Table 1.

Table 1: Overall Performance Ratings

For The Evaluation Period

Overall Performance Rating Standard

Excellent“Excellent” ratings for all performanceevaluation criteria.

Very GoodA combination of “Excellent” and“Satisfactory” ratings determined by the PCOto exceed Satisfactory” overall.

SatisfactoryA minimum of “Satisfactory” ratings for allperformance evaluation criteria.

UnsatisfactoryA rating of “Unsatisfactory” for one or moreperformance evaluation criteria.

(c) Evaluation Objective: The purpose of the evaluation and the inclusion of a remedy to the Government forunsatisfactory contractor performance under this task order is to ensure that the Government receives at least“Satisfactory” overall performance.

(d) Performance Evaluation Criteria: The contractor’s performance will be evaluated on an annual basis using thecriteria and standards provided for each task objective in the Performance Requirements Summary Table, andconsidering the criterion in Tables 2 through 4 of this task order clause.

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 22 of 27 FINAL

 

Page 26: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

(e) Organization: The performance evaluation organization consists of the Procuring Contracting Officer (PCO), whowill serve as the Evaluation Official, and the Task Order Manager (ToM).

(1) ToM: The ToM will provide ongoing performance monitoring, evaluate task performance based on the task orderPerformance Requirements Summary, prepare the evaluation report, including a recommended overall performancerating, and submit the report to the PCO for final decision within thirty days after the end of the evaluation period.The ToM will maintain the written records of the contractor’s performance so that a fair and accurate evaluation ismade.

(2) Procuring Contracting Officer (PCO): The PCO is responsible for properly administering the performanceevaluation process, maintaining the official performance evaluation file, and making the decision about the overallperformance rating and whether to reduce the fee if performance is rated as unsatisfactory.

(f) Evaluation Schedule: Each performance evaluation will cover the previous twelve months of performance. TheGovernment will evaluate all work under the task order performed by the contractor during the twelve-month period.Following each evaluation period, the PCO (or Contract Specialist if so designated by the PCO) and the ToM willhold a meeting with the contractor’s Senior Technical Representative to review performance under the task orderduring the previous twelve months, including overall trends, specific problem areas, if any, and their resolution.Other Government and contractor personnel may also participate as deemed appropriate.

(g) Contractor’s Self-Evaluation: The contractor may also submit a Self-Evaluation Report for consideration. Thereport must include an overall performance rating for the task order, covering the evaluation period, and may includewhatever information the contractor deems relevant to support that rating. The report shall not exceed two (2) pagesin length.

(h) Performance Evaluation: The PCO will make the decision on the overall performance rating for the workperformed under the task order within thirty days after receipt of the evaluation report from the ToM. The decisionwill be based upon the ToM’s recommendations, the contractor’s comments, including any Self-Evaluation Report,and any other information deemed relevant by the PCO. The PCO shall resolve disagreements between the ToM’srecommendations and the contractor’s comments/report regarding the evaluation. The PCO will provide a copy ofthe evaluation report, including the overall rating, to the contractor within five working days after completion of theevaluation.

(i) Contractor’s Review of the Evaluation Report: Contractors shall be given a minimum of 15 calendar days tosubmit comments, rebut statements, or provide additional information. The PCO shall consider the contractor’ssubmission and respond as appropriate. Although the PCO will consider the contractor’s comments, rebuttals, oradditional information, the PCO may, or may not, change the overall rating. The decision to change the ratingbased on contractor input at this stage is solely at the discretion of the PCO.

(j) This performance evaluation does not replace any other requirement for evaluating contractor performance thatmay be required by the base contract, such as a Contractor Performance Assessment Reporting System (CPARS)report, or a Task Order Performance Evaluation (TOPE).

TABLE 2: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS

Criterion UNSATISFACTORY SATISFACTORY EXCELLENT

Task Performance

Work product fails tomeet AcceptableQuality Levels (AQLs)defined inPerfor-manceRequirementsSummary Table (seeSOW or elsewhere inthe Task Order).

Work productroutinely meetsAcceptable QualityLevels (AQLs) definedin PerformanceRequire-mentsSummary Table(seeSOW or elsewhere inthe Task Order).

Work productfrequently exceedsAcceptable QualityLevels (AQLs) definedin PerformanceRequirementsSummary Table (seeSOW or elsewhere inthe Task Order).

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 23 of 27 FINAL

 

Page 27: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

Staffing

Contractor providesmarginally qualified orunqualified personnel.Lapses in coverageoccur regularly.

Contractor providesqualified personnel.Lapses in coveragemay occasionally occurand are managed perindividual task orderpolicy.

Contractor provideshighly qualifiedpersonnel. Contractorreassigns personnel toensure propercoverage. Actuallapsesin coverage occurvery rarely, if ever, andare managed perindividual task orderpolicy. Contractorensures staff trainingremains current.

Timeliness

Contractor frequentlymisses deadlines,schedules, or is slow torespond to governmentrequests or isnon-responsive togovernment requests.

Contractor routinelymeets deadlines,schedules, andresponds quickly togovernment requests.

Contractor alwaysmeetsdeadlines,schedules, andresponds immediatelyto governmentrequests.

Customer SatisfactionFails to meet customerexpectations

Meets customerexpectations.

Exceeds customerexpectations.

TABLE 3: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

Problem Resolution

Problems areunresolved, repetitive,or take excessivegovernment effort toresolve.

Problems are resolvedquickly with minimalgovernmentinvolvement.

Problems arenon-existent or thecontractor takescorrective actionwithout governmentinvolvement.

Responsiveness

Contractor’smanagement isunresponsive togovernment requestsand concerns.

Contractor’smanagement isresponsive togovernment requestsand concerns.

Contractor’smanagement takesproactive approach indealing withgovernmentrepresentatives andanticipatesGovernment concerns.

CommunicationsContractor often failsto communicate with

Contractor routinelycommunicates with

Contractor takes aproactive approach

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 24 of 27 FINAL

 

Page 28: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

government in aneffective and timelymanner.

government in aneffective and timelymanner.

such thatcommunications arealmost always clear,effective, and timely.

TABLE 4: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

CostManagement

Contractor routinelyfails to complete theeffort within theoriginally agreed toestimated cost, i.e. costoverruns frequentlyoccur.

Contractor routinelycompletes the effortwithin the originallyagreed to estimatedcost. Contractorprovides measures forcontrolling all costs atestimated costs. Fundsand resources aregenerally used in acost-effective manner.No major resourcemanagement problemsare apparent.

Reductions in directcosts to theGovernment belowcontract estimatedcosts are noteworthy.Contractor providesdetailed cost analysisand recommendationsto Government forresolution of problemsidentified. Funds andresources are optimallyused to provide themaximum benefit forthe funds and resourcesavailable. Documentedsavings are apparent.

CostReportingReports are generallylate, inaccurateincomplete or unclear.

Reports are timely,accurate, complete andclearly written.Problems and/or trendsare addressed, and ananalysis is alsosubmitted.

Reports are clear,accurate, andpro-active. Problemsand/or trends areaddressed thoroughly,and the contractor’srecommendationsand/or corrective plansare implemented andeffective.

See Attachment CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE

Clause HQ C-2-0037 "Organizational Conflict of Interest" (NAVSEA) (JUL 2000) is hereby invoked in accordancewith the Basic Contract.

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 25 of 27 FINAL

 

Page 29: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

SECTION I CONTRACT CLAUSES

CAR-I18 TECHNICAL INSTRUCTIONS (DEC 2001)

(a) Performance of the work hereunder may be subject to written technical instructions signed by the Task OrderManager. As used herein, technical instructions are defined to include the following:

(1) Directions to the Contractor that suggest pursuit of certain lines of inquiry, shift work emphasis, fill in details orotherwise serve to accomplish the statement of work.

(2) Guidelines to the Contractor that assist in the interpretation of drawings, specifications or technical portions ofwork description.

(b) Technical instructions must be within the general scope of work stated in the task order. Technical instructionsmay not be used to :

(1) assign additional work under the task order;

(2) direct a change as defined in the “Changes” clause of the base contract;

(3) increase or decrease the contract price or estimated amount (including fee), as applicable,

the level of effort, or the time required for task order performance; or

(4) change any of the terms, conditions or specifications of the task order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order

or is inconsistent with this requirement, 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 thetechnical instruction unless and until the Contracting Officer notifies the Contractor that the technical instruction iswithin the scope of this task order.

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

(End of Clause)

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 26 of 27 FINAL

 

Page 30: NSWC, CARDEROCK DIVISION, MARYLAND DCMA ATLANTA 9500 ... · 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter

SECTION J LIST OF ATTACHMENTS

DD 254

Performance Summary Requirement

 CONTRACT NO.

 N00178-04-D-4100 DELIVERY ORDER NO.

 FD04 AMENDMENT/MODIFICATION NO.

 35 PAGE

 27 of 27 FINAL