57
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 41 02-Sep-2015 N/A N/A 6. ISSUED BY CODE N65540 7. ADMINISTERED BY (If other than Item 6) CODE S2404A NSWC, CARDEROCK DIVISION, PHILADELPHIA NAVSSES Philadelphia PA 19112-1403 [email protected] 215-897-7822 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Q E D Systems 4646 N. Witchduck Road Virginia Beach VA 23455-6215 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4110-EHP6 10B. DATED (SEE ITEM 13) CAGE CODE 7B572 FACILITY CODE 14-Sep-2011 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] 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) Modification to correct ACRN in funding 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) Nathan A Quinn, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Nathan A Quinn 02-Sep-2015 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4

NSWC, CARDEROCK DIVISION, PHILADELPHIA DCMA … · EHP6 AMENDMENT/MODIFICATION NO. 41 PAGE 1 of 53 FINAL. Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF …

Embed Size (px)

Citation preview

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

41 02-Sep-2015 N/A N/A6.  ISSUED BY CODE N65540 7.  ADMINISTERED BY (If other than Item 6) CODE S2404A

NSWC, CARDEROCK DIVISION, PHILADELPHIA

NAVSSES

Philadelphia PA 19112-1403

[email protected] 215-897-7822

 

DCMA Manassas

14501 George Carter Way

Chantilly VA 20151

 

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

Q E D Systems    4646 N. Witchduck Road    Virginia Beach VA 23455-6215   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4110-EHP6

    10B.  DATED (SEE ITEM 13)

CAGECODE

7B572 FACILITY CODE   14-Sep-2011

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

  

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

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

[  ]   [  ] 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)Modification to correct ACRN in funding

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)

      Nathan A Quinn, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY /s/Nathan A Quinn 02-Sep-2015 

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

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

 

 

      1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4

GENERAL INFORMATION

1. The purpose of this modification is to correct various LOA's and update with the correct ACRN.

2.

The Line of Accounting information is hereby changed as follows:

410002:From: AA 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000To:     DF 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000

410004:From: AA 1701811 1224 252 X8WMH 0 068342 2D 000000 20010500201ATo:     DH 1701811 1224 252 X8WMH 0 068342 2D 000000 20010500201A

410005:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002260131To:     DJ 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002260131

410008:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002250086To:     DM 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002250086

410009:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002319701To:     DN 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002319701

410011:From: AA 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000To:     DP 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000

410015:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002424806To:     DQ 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002424806

410018:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002491868To:     DR 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002491868

410022:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002285901To:     DS 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002285901

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 2 of 4 FINAL

 

410023:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002538918To:     DT 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002538918

600047:From: AA 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000To:     DG 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000

600049:From: AA 1701811 1224 252 X8WMH 0 068342 2D 000000 20010500201ATo:     DK 1701811 1224 252 X8WMH 0 068342 2D 000000 20010500201A

600050:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002260131To:     DL 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002260131

610002:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002250086To:     DT 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002250086

610003:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002319701To:     DU 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002319701

610005:From: AA 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000To:     DV 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000

610009:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002424806To:     DW 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002424806

610011:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002491868To:     DX 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002491868

610014:From: AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002285901To:     DY 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002285901

The total amount of funds obligated to the task is hereby increased from $3,833,983.15 by

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 3 of 4 FINAL

 

$0.00 to $3,833,983.15.

The total value of the order is hereby increased from $8,113,698.73 by $0.00 to $8,113,698.73.

The Period of Performance of the following line items is hereby changed as follows:

CLIN/SLIN From To

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 4 of 4 FINAL

 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

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

4000 R425 Base Period - Engineering, Logistics

and Program Support Services in

accordance with the Statement of Work

(SOW) during the period from date of

award through 12 months after date of

award. (Fund Type - TBD)

1.0 LO $2,333,221.84 $169,494.61 $2,502,716.45

400001 R425 Incremental Funding under TI-02, in

the amount of $53,399.20 (O&MN,N)

400002 R425 Incremental Funding under TI-02, in

the amount of $46,000.00 (O&MN,N)

400003 R425 Incremental Funding under TI-01, in

the amount of $55,000.00 (O&MN,N)

400004 R425 Incremental Funding under TI-01, in

the amount of $26,000.00 (Fund Type -

OTHER)

400005 R425 Incremental Funding under TI-02, in

the amount of $23,280.00 (O&MN,N)

400006 R425 Incremental Funding under TI-02, in

the amount of $131,920.00 (O&MN,N)

400007 R425 Incremental Funding under TI-01, in

the amount of $5,333.00 (SCN)

400008 R425 Incremental Funding under TI-01, in

the amount of $35,833.00 (SCN)

400009 R425 Incremental Funding under TI-02, in

the amount of $48,500.00 (O&MN,N)

400010 R425 Incremental Funding under TI-01, in

the amount of $35,000.00 (O&MN,N)

400011 R425 Incremental Funding under TI-01, in

the amount of $32,375.00 (O&MN,N)

400012 R425 Incremental Funding under TI-02, in

the amount of $24,250.00 (O&MN,N)

400013 R425 Incremental Funding under TI-01, in

the amount of $45,000.00 (O&MN,N)

400014 R425 Incremental Funding under TI-01, in

the amount of $74,000.00 (O&MN,N)

400015 R425 Incremental Funding under TI-01, in

the amount of $26,800.00 (O&MN,N)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 1 of 53 FINAL

 

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

400016 R425 Incremental Funding under TI-02, in

the amount of $28,500.00 (O&MN,N)

400017 R425 Incremental Funding under TI-02, in

the amount of $28,500.00 (SCN)

400018 R425 Incremental Funding under TI-2/2, in

the amount of $109,500.00 (O&MN,N)

400019 R425 Incremental Funding under TI-02B, in

the amount of $227,280.00 (SCN)

400020 R425 Incremental Funding under TI-02C, in

the amount of $49,244.00 (SCN)

400021 R425 Incremental Funding under TI-2/4, in

the amount of $27,000 (SCN)

400022 R425 Incremental Funding under TI-02/1, in

the amount of $38,363.50 (SCN)

400023 R425 Incremental Funding under TI-02/3, in

the amount of $28,080.00. Under Mod

14, an amount of $25,060.00 has been

de-obligated leaving a remaining

funding balance of $3,020.00.

(O&MN,N)

400024 R425 Incremental Funding under TI-03, in

the amount of $140,500.00 (O&MN,N)

400025 R425 Incremental Funding under TI-04, in

the amount of $127,725.00 (O&MN,N)

400026 R425 Incremental Funding under TI-05, in

the amount of $135,410.54. Under Mod

14, an amount of $46,110.54 has been

de-obligated leaving a remaining

funding balance of $89,300.00. (SCN)

400027 R425 Incremental Funding under TI-06, in

the amount of $171,000.00 (O&MN,N)

400028 R425 Incremental Funding under TI-2/3, in

the amount of $27,278.40. (O&MN,N)

400029 R425 Incremental Funding under TI-2/4, in

the amount of $94,539.94. (O&MN,N)

400030 R425 Incremental Funding under TI-2/4, in

the amount of $22,691.34. (SCN)

400031 R425 Incremental Funding under TI-06A, in

the amount of $8,075.00. (O&MN,N)

400032 R425 Incremental Funding under TI-6B, in

the amount of $9,500.00. (SCN)

400033 R425 Incremental Funding under TI-2/1A, in

the amount of $47,658.35. (O&MN,N)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 2 of 53 FINAL

 

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

400034 R425 Incremental Funding under TI-2/4,

Mod. 3 in the amount of $57,080.32.

(RDT&E)

400035 R425 Incremental Funding under TI-2/7 in

the amount of $23,642.79. (O&MN,N)

400036 R425 Incremental Funding under TI-2/8 in

the amount of $84,265.53. (OPN)

400037 R425 Incremental Funding under TI-2/6 in

the amount of $56,617.29. (SCN)

400038 R425 Incremental Funding under TI-2/5 Mod

1 in the amount of $21,268.86.

(O&MN,N)

400039 R425 Incremental Funding under TI-2/2 Mod

2 in the amount of $82,062.11.

(O&MN,N)

400040 R425 Incremental Funding under TI-2/11 in

the amount of $81,605.19. (O&MN,N)

400041 R425 Incremental Funding under TI-2/10 in

the amount of $41,015.86. (O&MN,N)

400042 R425 Incremental Funding under TI-2/11 in

the amount of $68,231.80. (O&MN,N)

400043 R425 Incremental Funding under TI-2/2 Mod

1 in the amount of $28,416.84.

(O&MN,N)

400044 R425 Incremental Funding under TI-2/9 in

the amount of $9754.54. (O&MN,N)

400045 R425 Incremental Funding under TI-2/3 Mod

1 in the amount of $13526.88.

(O&MN,N)

400046 R425 Incremental Funding under TI-2/3 Mod

2 in the amount of $15,524.12.

(RDT&E)

400047 R425 Incremental Funding under TI-07 in

the amount of $7,341.73 (O&MN,N)

4100 R425 Option Year 1 - Engineering,

Logistics and Program Support

Services in accordance with the

Statement of Work (SOW) during the

period from 13 months after date of

award through 24 months after the

date of award. (Fund Type - TBD)

1.0 LO $2,370,530.06 $172,321.87 $2,542,851.93

410001 R425 Incremental Funding under TI-07 in

the amount of $49,750.92. (O&MN,N)

410002 R425 Incremental Funding under TI-2/4, Mod

4 in the amount of $47,732.56. (SCN)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 3 of 53 FINAL

 

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

410003 R425 Incremental Funding under TI-09 in

the amount of $47500.00. (O&MN,N)

410004 R425 Incremental Funding under TI-2/12,

Mod 1 in the amount of $19,104.86.

(SCN)

410005 R425 Incremental Funding under TI-2/14,

Mod 4 in the amount of $143,549.05.

(O&MN,N)

410006 R425 Incremental Funding under TI-2/2, Mod

3 in the amount of $70,030.93. (SCN)

410007 R425 Incremental Funding under TI-08 in

the amount of $46,550.00. (O&MN,N)

410008 R425 Incremental Funding under TI-2/13 in

the amount of $3,309.13. (O&MN,N)

410009 R425 Incremental Funding under TI-2/7 Mod

1 in the amount of $23,642.79.

(O&MN,N)

410010 R425 Incremental Funding under TI-010 in

the amount of $24,000.00. (O&MN,N)

410011 R425 Incremental Funding under TI-2/4 Mod

5 in the amount of $47,732.56. (SCN)

410012 R425 Incremental Funding under TI-011 in

the amount of $143,746.60. (O&MN,N)

410013 R425 Incremental Funding under TI-2/12 in

the amount of $47,904.85. (OPN)

410014 R425 Incremental Funding under TI-2/10 Mod

1 in the amount of $28,379.14.

(O&MN,N)

410015 R425 Incremental Funding under TI-2/18 in

the amount of $13,360.46. (O&MN,N)

410016 R425 Incremental Funding under TI-12 in

the amount of $12,866.00. (O&MN,N)

410017 R425 Incremental Funding under TI-2/17 in

the amount of $23,810.78. (SCN)

410018 R425 Incremental Funding under TI-2/19 in

the amount of $40,690.63. (O&MN,N)

410019 R425 Incremental Funding under TI-14 in

the amount of $32,500. (O&MN,N)

410020 R425 Incremental Funding under TI-2/16 in

the amount of $9,605.02. (O&MN,N)

410021 R425 Incremental Funding under TI-2/2 Mod

4 in the amount of $67,091.71.

(O&MN,N)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 4 of 53 FINAL

 

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

410022 R425 Incremental Funding under TI-2/15 in

the amount of $47,732.56. (OPN)

410023 R425 Incremental Funding under TI-13A in

the amount of $10,216.00 (O&MN,N)

410024 R425 Incremental Funding under TI-08, MOD

01 in the amount of $119,806.70

(O&MN,N)

410025 R425 Incremental Funding under TI-10, Mod

01 in the amount of $23,000.00 (APN)

4200 R425 Option Year 2 - Engineering,

Logistics and Program Support

Services in accordance with the

Statement of Work (SOW) during the

period from 25 months after date of

award through 36 months after the

date of award. (Fund Type - TBD)

1.0 LO $2,421,027.51 $176,102.84 $2,597,130.35

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

6000 R425 Base Period - Support Costs for CLIN 4000, NTE $157,000.00 for

travel, other direct costs and material during the period from

date of award through 12 months after the date of award. (Fund

Type - TBD)

1.0 LO $157,000.00

600001 R425 Incremental Funding under TI-02, in the amount of $3,000.00

(O&MN,N)

600002 R425 Incremental Funding under TI-02, in the amount of $4,000.00

(O&MN,N)

600003 R425 Incremental Funding under TI-01, in the amount of $5,000.00

(O&MN,N)

600004 R425 Incremental Funding under TI-01, in the amount of $2,500.00 (Fund

Type - OTHER)

600005 R425 Incremental Funding under TI-02, in the amount of $720.00 (O&MN,N)

600006 R425 Incremental Funding under TI-02, in the amount of $4,080.00

(O&MN,N)

600007 R425 Incremental Funding under TI-01, in the amount of $5,000.00 (SCN)

600008 R425 Incremental Funding under TI-02, in the amount of $1,500.00

(O&MN,N)

600009 R425 Incremental Funding under TI-01, in the amount of $3,000.00

(O&MN,N)

600010 R425 Incremental Funding under TI-01, in the amount of $2,625.00

(O&MN,N)

600011 R425 Incremental Funding under TI-02, in the amount of $750.00 (O&MN,N)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 5 of 53 FINAL

 

Item PSC Supplies/Services Qty Unit Est. Cost

600012 R425 Incremental Funding under TI-01, in the amount of $5,000.00

(O&MN,N)

600013 R425 Incremental Funding under TI-01, in the amount of $6,000.00

(O&MN,N)

600014 R425 Incremental Funding under TI-01, in the amount of $2,200.00

(O&MN,N)

600015 R425 Incremental Funding under TI-02, in the amount of $1,500.00 (SCN)

600016 R425 Incremental Funding under TI-02, in the amount of $1,500.00

(O&MN,N)

600017 R425 Incremental Funding under TI-2/2, in the amount of $7,000.00

(O&MN,N)

600018 R425 Incremental Funding under TI-02B, in the amount of $12,720.00

(SCN)

600019 R425 Incremental Funding under TI-02C, in the amount of $2,756.00 (SCN)

600020 R425 Incremental Funding under TI-02/1, in the amount of $1,636.50

(SCN)

600021 R425 Incremental Funding under TI-2/4, in the amount of $1,700.00 (SCN)

600022 R425 Incremental Funding under TI-2/3, in the amount of $1,920.00.

Under Mod 14, an amount of $1,800.00 has been de-obligated leaving

a remaining funding balance of $120.00. (O&MN,N)

600023 R425 Incremental Funding under TI-03, in the amount of $3,500.00

(O&MN,N)

600024 R425 Incremental Funding under TI-04, in the amount of $3,275.00

(O&MN,N)

600025 R425 Incremental Funding under TI-05, in the amount of $8,643.23. Under

Mod 14, an amount of $3,943.23 has been de-obligated leaving a

remaining funding balance of $4,700.00. (SCN)

600026 R425 Incremental Funding under TI-06, in the amount of $9,000.00

(O&MN,N)

600027 R425 Incremental Funding under TI-2/3, in the amount of $1,528.55.

(O&MN,N)

600028 R425 Incremental Funding under TI-2/4, in the amount of $8,460.06.

(O&MN,N)

600029 R425 Incremental Funding under TI-2/4, in the amount of $1,308.66.

(SCN)

600030 R425 Incremental Funding under TI-6B, in the amount of $500.00. (SCN)

600031 R425 Incremental Funding under TI-06A, in the amount of $425.00.

(O&MN,N)

600032 R425 Incremental Funding under TI-2/1A, in the amount of $2,341.65.

(O&MN,N)

600033 R425 Incremental Funding under TI-2/4, Mod 3. (RDT&E)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 6 of 53 FINAL

 

Item PSC Supplies/Services Qty Unit Est. Cost

600034 R425 Incremental Funding under TI-2/7. (O&MN,N)

600035 R425 Incremental Funding under TI-2/8. (OPN)

600036 R425 Incremental Funding under TI-2/6. (SCN)

600037 R425 Incremental Funding under TI-2/5 Mod 1. (O&MN,N)

600038 R425 Incremental Funding under TI-2/2 Mod 2. (O&MN,N)

600039 R425 This SLIN is associated with Technical Instruction Letter 2/11.

(O&MN,N)

600040 R425 Incremental Funding under TI-2/10. (O&MN,N)

600041 R425 Incremental Funding under TI-2/11. (O&MN,N)

600042 R425 Incremental Funding under TI-2/2 Mod 1. (O&MN,N)

600043 R425 Incremental Funding under TI-2/9. (O&MN,N)

600044 R425 Incremental Funding under TI-2/3 Mod 1. (O&MN,N)

600045 R425 Incremental Funding under TI-2/3 Mod 2. (RDT&E)

600046 R425 Incremental Funding under TI-07. (O&MN,N)

600047 R425 Incremental Funding under TI- 2/4, Mod 4. (SCN)

600048 R425 Incremental Funding under TI-09. (O&MN,N)

600049 R425 Incremental Funding under TI- 2/12, Mod 1. (SCN)

600050 R425 Incremental Funding under TI-2/14. (O&MN,N)

600051 R425 Incremental Funding under TI-2/2, Mod 3. (SCN)

600052 R425 Incremental Funding under TI-08. (O&MN,N)

6100 R425 Option Year 1 - Support Costs for CLIN 4100, NTE $157,000.00 for

travel, other direct costs and material during the period from

from 13 months after date of award through 24 months after the

date of award. (Fund Type - TBD)

1.0 LO $157,000.00

610001 R425 Incremental Funding under TI-08. (O&MN,N)

610002 R425 Incremental Funding under TI-2/13. (O&MN,N)

610003 R425 Incremental Funding under TI-2/7 Mod 1. (O&MN,N)

610004 R425 Incremental Funding under TI-010. (O&MN,N)

610005 R425 Incremental Funding under TI-2/4 Mod 5. (SCN)

610006 R425 Incremental Funding under TI-011. (O&MN,N)

610007 R425 Incremental Funding under TI-2/12. (OPN)

610008 R425 Incremental Funding under TI-2/10 Mod 1. (O&MN,N)

610009 R425 Incremental Funding under TI-2/18. (O&MN,N)

610010 R425 Incremental Funding under TI-2/17. (SCN)

610011 R425 Incremental Funding under TI-2/19. (O&MN,N)

610012 R425 Incremental Funding under TI-2/16. (O&MN,N)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 7 of 53 FINAL

 

Item PSC Supplies/Services Qty Unit Est. Cost

610013 R425 Incremental Funding under TI-2/2 Mod 4. (O&MN,N)

610014 R425 Incremental Funding under TI-2/15. (OPN)

610015 R425 Incremental Funding under TI-08 Mod 01. (O&MN,N)

610016 R425 Incremental Funding under TI-10 Mod 1. (APN)

6200 R425 Option Year 2 - Support Costs for CLIN 4200, NTE $157,000.00 for

travel, other direct costs and material during the period from

from 25 months after date of award through 36 months after the

date of award. (Fund Type - TBD)

1.0 LO $157,000.00

This is a Cost Plus Fixed Fee (CPFF) effort.

For purposes of submitting a proposal, offerors shall use a Not-To-Exceed amount of $471,000.00 for Other Direct Costsunder CLINS 6000, 6100 and 6200. This amount is considered inclusive of all indirect cost rates applied by the offeror. Offerorsmust identify the indirect cost or rates that are applicable to these line items.

LEVEL OF EFFORT 

The level of effort for the performance of this task order is based upon an anticipated total estimated level of effort of direct laborover the base year period and two (2) option year periods.  The estimated composition of the 238,500 man-hours of direct laborcan be found in the chart below:  

Labor Category Year 1 Year 2 Year 3 TotalProgram Manager* 2,500 2,500 2,500 7,500Senior Engineer* 3,000 3,000 3,000 9,000Senior Engineering Technician* 3,000 3,000 3,000 9,000Senior Logistician* 3,000 3,000 3,000 9,000Senior Technical Writer* 10,000 10,000 10,000 30,000Engineer 2,750 2,750 2,750 8,250Project Engineer 3,250 3,250 3,250 9,750Project Engineer (OT) 400 400 400  800Engineering Technician 9,600 9,600 9,600 28,800Engineering Technician (OT) 600 600 600  1,800Logistician 14,000 14,000 14,000 42,000Logistician (OT) 800 800 800 2,400Technical Writer 12,000 12,000 12,000 36,000Technical Writer (OT) 600 600 600  1,800CAD/CAM Operator 3,000 3,000 3,000 9,000Technical Illustrator 3,000 3,000 3,000 9,000Quality Assurance Specialist 3,000 3,000 3,000 9,000Engineering Aide 2,500 2,500 2,500 7,500Data Transcriber 2,500 2,500 2,500 7,500Total Estimated Hours 79,500 79,500 79,500 238,500

Support Costs

Subcontractor Labor, Material, Travel and Other Direct Costs (ODCs) will be reimbursed on the basis of actual reasonable andallowable costs incurred plus G&A only (no fee).

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 8 of 53 FINAL

 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

1.0 SCOPE OF WORK

1.1          OBJECTIVE

 This statement of work establishes the requirements for the furnishing of Integrated Logistics Services for Hull,Mechanical and Electrical (HM&E) technical data development, maintenance and management, specificallyTechnical Manuals and Planned Maintenance System/Class Maintenance Plan (PMS/CMP).  This support requiresthe contractor to provide technical data packages and other data support, technical data conversion, distribution oftechnical data, management of technical data, miscellaneous technical data systems support, modification anddevelopment of PMS and CMP RCM analysis, TFBRs and support of joint logistics products and processes, andthe design development, testing and fielding support of joint technical data integration.  The overall effort is insupport of Technical Manuals and Planned Maintenance System/Class Maintenance Plan (PMS/CMP). 

1.2          REFERENCES

 (a) EIA Standard 649 http://www.geia.org/836

 (b) MIL-PRF-49506 Logistic Management Information http://dodssp.daps.mil

 (c) MIL-HBK-502 http://dodssp.daps.mil

 (d) SL790 AC SPN 010 /CMP, Class Maintenance Plan (CMP)

 (e) Navy CALS DTD repository http://navysgml.dt.navy.mil/repository.html

 (f) MIL-DTL-81927 Manuals, Technical: General Style and Format Of (Work Package Concept)

http://astimage.daps.dla.mil/quicksearch

 (g) MIL-STD-38784(1), Standard Practice for Manuals, Technical: General Style and Format

http://astimage.daps.dla.mil/quicksearch

 (h) MIL-PRF-87269 Data Base, Revisable - Interactive Electronic Technical Manuals

http://astimage.daps.dla.mil/quicksearch

 (i) NAVSEA C2 DTD

 http://www.dt.navy.mil/tot-shi-sys/des-int-pro/tec-inf-sys/xml-sgm-rep/rep-dtd/nav-cla-2/index.html

(j) MIL PRF 49506 Logistics Management Information

(k) MIL-DTL-24784 Manuals, Technical: General Acquisition and Development Requirements

http://astimage.daps.dla.mil/quicksearch

(l) S0005-AA-PRO-010/TMMP: NAVSEA/SPAWAR TMMP Operations and Life Cycle Support Procedures

http://nsdsa.phdnswc.navy.mil/tmmpltmmpdocuments.asp

(m) S0005-AA-GYD-030 Guide for User Maintenance of NAVSEA Technical Manuals

http://nsdsa.phdnswc.navy.mil/tmmpltmmp-documents.asp

(n) S0005-AA-GYD-070 Guide for Quality Assurance of NAVSEA Technical Manuals

http://nsdsa.phdnswc.navy.mil/tmmpltmmp-documents.asp

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 9 of 53 FINAL

 

(o) S0300-AX-GYD-010 Hull, Mechanical and Electrical Equipment/Systems Technical Manual Production andStyle Guide http://nsdsa.phdnswc.navy.mil/tmmpltmmp-documents.asp

(p) S0005-AD-PRO-010 Interactive Electronic Technical Manuals (IETM) Process Plan

http://nsdsa.phdnswc.navy.mil/tmmpltmmp-documents.asp

(q) PMS DTD http://navysgml.dt.navy.mil/repository.html

(r) NAVSEAINST 4790.8B Ships' Maintenance and Material Management (3-M) Manual

(s) CINCLANTFLT/CINCPACFLT 4790.3 Joint Fleet Maintenance Manual (JFFM)

(t) SL720-AA-MAN-030 – Surface Ship and Carriers Entitled Process for Modernization, Maintenance, &Operations Manual

(u) Navy E-Learning Content Specifications Version 1.0, Available at http://www.navylearning.com

(v) MIL-STD-3034, Reliability Centered Maintenance (RCM) Process

1.3.         REQUIREMENTS

The contractor shall furnish services and products in support of the following programs:

- Technical Manuals

- Planned Maintenance System/Class Maintenance Plan (PMS/CMP)

1.4          TASK AREAS

The contractor shall provide technical support services in the following areas:

1.4.1       Technical Manuals (TM)

The TM branch supports the Navy Fleet by providing services as the Technical Manual Maintenance Activity(TMMA) for approximately 15,000 NAVSEA HM&E technical manuals. The contractor shall provide technicalsupport services that include developing, updating and maintaining paper legacy TMs and Interactive ElectronicTechnical Manuals (IETMs).

1.4.1.1    Develop TMs

Develop IETMs and hardcopy TMs for selected HM&E ship systems and equipment. Paper TMs will be developedusing the appropriate references delineated in section 1.2. IETMs may be developed by authoring in SGML or bysharing of SGML content from already developed SGML tagged TMs. The Government will determine the class ofIETM development necessary as delineated in paragraph 1.2, reference (k).  Paragraph 1.2, references (f) through (p)will be used for IETMs. For each TM task, the Government will furnish the Contractor with the latest TMCR toidentify what is required. Specific TM and IETM guidance is contained in but not limited to guidance found athttps://nsdsa.nmci.navy.mil/.  NSWCCD-SSES internal procedures will be furnished as required.  SGML-basedTMs will be developed and/or edited using the Standard NAVSEA Integrated Publishing Process (SNIPP) and theNSWCCD-SSES Navy Publishing Application (NPA).

1.4.1.2    Update/Maintain TMs

 Revise and change IETMs and hardcopy TMs to reflect Technical Manual Deficiency Evaluation Reports(TMDERs), NAVSEA/NSWCCD advisories and trip reports, hardware configuration changes resulting fromalteration installations, and improvement and standardization programs via paper or electronically. Convert papercopies of TMs to SGML files, as required, using the latest compatible version of the NAVSEA C2 DTD, reference(k). The Contractor shall use the latest compatible version of ArborText to edit the SGML files, publish using theSNIPP, and provide a linked PDF file. Update SGML files using the latest compatible version of the ArborTexteditor and Contenta to reflect issued TM changes. All updates shall be performed using SNIPP via theNSWCCD-SSES server and modifying the instance or instances of the SGML file required. Perform and track data

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 10 of 53 FINAL

 

collection efforts for items such as TMs and logistic support technical documentation. Duplication of thousands ofdata items is required.  Sources for data collection of TMs will be identified as GFI. Develop drawings andillustrations on Computer Aided Design (CAD) networks that are compatible with Navy Computer Aided LogisticSupport (CALS) requirements.  Develop other drawings using industry standard drafting techniques. All CADsource files are to be delivered to SSES.

1.4.1.3    Technical Manual Deficiency Evaluation Reports (TMDERs)

 Develop and update Technical Manuals as a result of TMDERs. In most cases, technical resolution will beprovided as GFI to complete TM update. Contractor may be requested to perform a technical review in certain cases.Unclassified TMDERs may be sent via three different electronic methods. NSWCCD-SSES will forward via emailor Remedy, or request contractor download from the Technical Data Management Information System (TDMIS),https://mercury.tdmis.navy.mil/.  TMDERs may also be forwarded as paper copies

1.4.2       Planned Maintenance System/Class Maintenance Plan (PMS/CMP)

 The PMS/CMP program is used throughout the US Navy Fleet to maintain the reliability and operationalreadiness of installed equipment by providing maintenance procedures for shipboard equipment. This programprovides support as in-service engineering authority for HM&E shipboard systems, and is responsible for thetechnical content of PMS/CMP procedures for shipboard equipment. Personnel supporting the PMS Program arerequired in reference (p) to be RCM certified in accordance with the type of support task they are to perform.

1.4.2.1    Develop PMS/CMP

 Develop Planned Maintenance System (PMS) Maintenance Index Pages (MIPs) and Maintenance RequirementsCards (MRCs) using Reliability Centered Maintenance (RCM) analysis performed by NAVSEA 04 RCM Level I orII Certified Developers. Products are to be submitted using the current approved Navy PMS Editor (NPE) forHM&E ship systems. Develop Class Maintenance Plan (CMP) tasks for HM&E ship systems. PMS specificguidance is contained in, but is not limited to the following:

 - MIL-STD-3034, Reliability Centered Maintenance (RCM) Process

 - CMP specific guidance is contained in NAVSEA Tech Spec

 - SL790 AC SPN 010 /CMP, Class Maintenance Plan (CMP) preparation for surface ships, reference (d).

 - NAVSEAINST 4790.8B Ships' Maintenance and Material Management (3-M) Manual, reference (r)

 - CINCLANTFLT/CINCPACFLT 4790.3 Joint Fleet Maintenance Manual (JFFM), reference (s)

  1.4.2.2    Update PMS/CMP

 Update PMS/CMP (using NPE for PMS) in accordance with the following:

 - Directions for Preparing Responses to PMS Technical Feedback Reports (CDNSWC publications)

 - MIL-STD-3034, Reliability Centered Maintenance (RCM) Process

 - NAVSEA Tech Spec SL790-AC-SPN-010/CMP, Class Maintenance Plan (CMP) preparation for surface ships.

1.4.2.3    PMS Technical Feedback Reports (TFBRs)

 Develop and update PMS documentation and MIP/MRC packages. Review, develop and document responses tofleet inquiries and feedbacks in accordance with NAVSEAINST 4790.8B Ships' Maintenance and MaterialManagement (3-M) Manual, reference.

 - Develop new MIP/MRCs using classic Reliability Centered Maintenance (RCM) methodology.

 - Use back-fit RCM for revising existing MRCs.

 - Provide the RCM documentation.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 11 of 53 FINAL

 

 - Develop and/or revise print-ready artwork (illustrations and figures).

1.5          PRODUCT/DELIVERABLES

1.5.1       Deliverables under this task order will include:

1.5.1.1    Monthly Status Report to include at a minimum the following information:

 - status of each major tasking, including work accomplished, work expected during the next reporting period, andany issues during the reporting period,

- amounts expended,

- number of labor hours used during the reporting period,

- cumulative amounts expended,

- labor hours used to date.

- The Burn Rate Analysis Report is a summary report that captures the rate at which the money is expended. Thisreport shall be attached in Wide Area Workflow Receipts and Acceptance (WAWF-RA), beginning 30 days afteraward and every 30 days thereafter. A template of this report is provided as Attachment 3.

- The Incurred Costs Report is a report that captures a summary of all costs incurred to date. This report shall beattached in Wide Area Workflow Receipts and Acceptance (WAWF-RA), beginning 30 days after award and every 30days thereafter. A template of this report is provided as Attachment 4.

1.5.1.2    Additional technical reports as identified under individual technical instructions.

1.5.1.3    The contractor shall provide the start-up plan to fully perform within 30 days of the issuance of a technical

instruction requesting a start-up plan.

1.5.2       Due dates for deliverables will be established between the contractor and the Contracting Officer’sRepresentative (COR) by technical instructions.

1.5.3       All data deliverables submitted will be "draft" deliverables that are subject to the review and approval ofthe COR before the deliverable is accepted. Unless otherwise specified, the Government will utilize a maximum often (10) working days from the day drafts deliverables are received to review the document, provide comments backto the contractor, approve or disapprove the deliverable(s). The contractor will also have a maximum of five (5)working days from the day comments are received to incorporate all changes and submit the final deliverable to theGovernment. All days identified are intended to be workdays unless otherwise specified. All deliverables shall besubmitted to the COR.

1.5.4       Inspection and Acceptance Criteria

Final inspection and acceptance of all work performed, reports and other deliverables will be performed at the place ofdelivery by the COR.

1.5.5       General Acceptance Criteria

General quality measures, as set forth below, will be applied to each work product received from the contractor underthis statement of work (SOW).

Accuracy - Work Products shall be accurate in presentation, technical content, and adherence to accepted elements ofstyle.

Clarity - Work Products shall be clear and concise. Any/All diagrams/text shall be easy to understand and berelevant to the supporting narrative.

Consistency to Requirements - All work products must satisfy the requirements of this statement of work.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 12 of 53 FINAL

 

File Editing - All text and diagrammatic files shall be editable by the Government.

Format - Work Products shall be submitted in hard copy and in media (SGML, CGM or PDF) mutually agreedupon prior to submission. Hard copy formats shall follow any specified Directives or Manuals.

Timeliness - Work Products shall be submitted on or before the due date specified in this statement of work orsubmitted in accordance with a later scheduled date determined by the Government.

1.5.6       Quality Assurance

Acceptance: The COR will review, for completeness, preliminary or draft documentation that the Contractorsubmits, and may return it to the Contractor for correction. Absence of any comments by the COR will not relievethe Contractor of the responsibility for complying with the requirements of this work statement. Final approval andacceptance of documentation required herein shall be by letter of approval and acceptance by the COR. TheContractor shall not construe any letter of acknowledgment of receipt material as a waiver of review, or as anacknowledgment that the material is in conformance with this work statement. Any approval given duringpreparation of the documentation, or approval for shipment shall not guarantee the final acceptance of the completeddocumentation.

1.5.7       All products, documentation, data files and masters for products/reports etc., developed to support thistask are the property of the government and shall be turned over to NSWCCD-SSES upon request or completion ofthis task.  Contractor user IDs, passwords, and needed access for completion of this task will be coordinated throughthe COR.

1.5.8 Contractor Personnel Identification - In the performance of this contract, contractor employees shall identifythemselves as contractor personnel by introducing themselves or being introduced as contractor personnel and bydisplaying distinguishing badges or other visible identification for meetings with Government personnel. Contractorpersonnel shall appropriately identify themselves as contractor employees in telephone conversations and formal andinformal written correspondence.

2.0          PLACES OF PERFORMANCE/TRAVEL REQUIREMENTS

2.1          Places of Performance

2.1.1       The majority of the work shall be performed at the Contractor’s site. Services may be provided off -site,on-site, or a combination of, depending on program requirements and shall be specified by the COR.

2.1.2       Some work will require visits to industrial areas and onboard ships for ship checks, validations andtechnical assessments. The vast majority of this work is accomplished in-port but may require isolated underwayperiods.

2.2          Travel may be required to the following locations:

If all areas of the SOW are fully funded/executed, travel may be as required below and will be identified underindividual technical instructions:

 - Technical Manuals:

 Four trips per year for two people for three days to Philadelphia, PA.

 - Planned Maintenance System/Class Maintenance Plan (PMS/CMP)

 Four trips per year for two people for three days to Philadelphia, PA.

Two trips per year for two people for three days to West Bethesda, MD

Two trips per year for two people for three days to Norfolk, VA

Two trips per year for two people for three days to Jacksonville, FL.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 13 of 53 FINAL

 

3.0          MATERIALS

Materials required for the tasking will be identified under individual technical instructions. Based on user input andever-changing requirements, the Navy needs to continuously maintain, update, and enhance the Navy PublishingApplication and associated infrastructure. These enhancements are required to provide additional capabilities to theuser community, and include the maintenance and updating of the associated supporting infrastructure.

4.0          GOVERNMENT FURNISHED INFORMATION/MATERIAL

The Government will provide the contractor with all information, including deadlines and government proprietarydata to complete the task in a timely manner.

5.0          PERIOD OF PERFORMANCE

The period of performance for the resultant task order shall be from the date of the task order through five (5) yearsthereafter if all option years are exercised.

6.0          CONTRACTING OFFICER’S REPRESENTATIVE (COR)

Code 946, Nina Kramedas, Phone # (215) 897-1652, Email: [email protected] Address: 5001 South Broad St., Philadelphia, PA 19112

7.0          PERSONNEL QUALIFICATIONS

Key Personnel Labor Categories and the Government's target education and experience

The following represents the Government’s target education and technical experience for the Key Personnel laborcategories required to support the Statement of Work tasking. The target specialized experience included as part ofthe desired qualification should have been obtained in the fields of endeavor indicated by the applicable laborcategories listed below, and may have been gained concurrently unless otherwise specified.

 The following personnel may be required in the performance of any technical instruction under this task order. (*Denotes Key Personnel)

 The target qualifications and experience for the respective key labor categories are as follows:

KEY PERSONNEL

a. Program Manager* (1 Resume):

Bachelor's Degree in an engineering or computer science discipline from an accredited college or university, orequivalent work experience.  Ten (10) years experience in management of engineering/information technologyprojects involving support for maintenance, repair, testing, product improvement, or alteration of naval ship Hull,Mechanical, Electrical, and Electronic, and Ordnance systems and equipment. Experience with developing,modifying and reviewing naval shipboard technical documentation is required. The 10 years experience includes thefollowing, which could have been obtained concurrently: a) Six (6) years of working experience in managingengineering/information technology projects involved in design, test, maintenance, operation, or support of Hull,Mechanical, Electrical, Electronic, Ordnance Systems and equipment, and b) Three (3) years working experience inengineering/information technology and logistic projects involving maintenance of HM&E logistics technical data.

b. Senior Engineer* (2 Resumes)

Bachelor's Degree in engineering or computer science discipline from an accredited college or university. Six (6)years experience in the design, testing, installation, maintenance and alteration of naval ship Hull, Mechanical,Electrical, Electronic, equipment and related logistic support systems. Direct experience with developing, modifyingand reviewing naval shipboard technical documentation is required.  Experience in all stages of the initial designthrough production.

c. Senior Engineering Technician* (2 Resumes)

Graduate of high school, trade or industrial school or GED equivalent.  Six (6) years practical engineering experience

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 14 of 53 FINAL

 

which includes the operation, test, maintenance and repair of naval ship Hull, Mechanical, Electrical, Electronic,Ordnance equipment and systems. Two (2) years experience in the preparation of original technical documentationinvolving the operation, maintenance or testing of naval ship Hull, Mechanical, Electrical, Electronic, equipmentand systems. Two (2) year experience developing Planned Maintenance System (PMS) Maintenance Index Pages(MIPs) and Maintenance Requirements Cards (MRCs) using Reliability Centered Maintenance (RCM) analysisperformed under an active NAVSEA 04 RCM Level I and / or II Certification. One (1) year experience developingtechnical documentation using either the Navy Publishing Application (NPA) or the Navy PMS Editor (NPE) orequivalent.

d. Senior Logistician* (2 Resumes)

Graduate of high school, trade or industrial school or GED equivalent. Six (6) years experience of the NavalLogistics System that includes: a) Experience in identifying material and logistic requirements for ship alterationand repair, b) Experience with the Navy supply and procurement systems and procedures for requisitioning andpurchasing material required to support ship alterations and repairs, c) Experience in researching types and quantitiesof equipments allowed aboard ship, to include a minimum of one year experience in use of the Ship's Configurationand Logistic Support Control (SCLSC) database.

e. Senior Technical Writer* (3 Resumes)

Six (6) years experience in the planning and preparation of varied types of technical documentation on naval shipHull, Mechanical, Electrical, Electronic, systems and equipment. A Bachelors Degree in English or Journalism maybe substituted for three of the six years experience. Experience in the detailed information search and interpretation oftechnical data in the preparation of technical documentation. Three (3) years experience developing technicaldocumentation using either the Navy Publishing Application (NPA) or the Navy PMS Editor (NPE) or equivalent.

Non-Key Personnel Labor Categories:  The following labor categories are designated non-key personnel laborcategories.  Resumes are not required for non-key personnel.  The offeror shall provide a statement that the non-keypersonnel have the education and experience levels specified for each labor category.

a. Engineer

Bachelor's Degree in engineering (mechanical, electrical, electronics, marine, or naval/marine engineering) from anaccredited college or university or P.E. license. Four (4) years experience in the design, testing, installation andmaintenance of naval ship Hull, Mechanical, Electrical, Electronic, Ordnance equipment and systems. Experience inall stages of the engineering process from initial design through production alterations. Direct experience with developing, modifying and reviewing naval shipboard technical documentation is desired. Experience in PMS(MIPs/MRCs) development under an active NAVSEA 04 RCM Level I and / or II Certification.  One (1) yearexperience developing technical documentation using either the Navy Publishing Application (NPA) or the NavyPMS Editor (NPE) or equivalent.

b. Project Engineer

Engineering Degree or six (6) years experience managing engineering projects in lieu of Engineering Degree. Three(3) years experience in design, operation, maintenance, and testing of Naval Ships Hull and Deck MachinerySystems and Equipment; working knowledge of Navy data systems, and knowledge of Navy Procedures forestablishing and maintaining equipment maintenance requirements. Direct experience with developing, modifyingand reviewing naval shipboard technical documentation is required. One (1) year project engineering experience inmaintenance, repair, testing, installation or alteration of naval ship systems is required. Experience in PMS(MIPs/MRCs) development under an active NAVSEA 04 RCM Level I and / or II Certification. One (1) yearexperience developing technical documentation using either the Navy Publishing Application (NPA) or the NavyPMS Editor (NPE) or equivalent.

c. Engineering Technician

Graduate of high school, trade or industrial school or GED equivalent.  Four (4) years practical engineeringexperience in the operation, test, maintenance and repair of naval ship Hull, Mechanical, Electrical, Electronic,equipment and systems. Two (2) years experience in technical illustrating. Experience in the use of naval shipblueprint and technical manual drawings to produce artwork suitable for inclusion in documentation. Experience inPMS (MIPs/MRCs) development under an active NAVSEA 04 RCM Level I and / or II Certification. One (1) year

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 15 of 53 FINAL

 

experience developing technical documentation using either the Navy Publishing Application (NPA) or the NavyPMS Editor (NPE) or equivalent.

d. Logistician

Graduate of high school, trade or industrial school or GED equivalent. Two (2) years experience of the NavalLogistics System that includes: a) Experience in identifying material and logistic requirements for ship alterationand repair, b) Experience with the Navy supply and procurement systems and procedures for requisitioning andpurchasing material required to support ship alterations and repairs, c) Experience in researching types and quantitiesof equipments allowed aboard ship, to include a minimum of one year experience in use of the Ship's Configurationand Logistic Support Control (SCLSC) database.

e. Technical Writer

Two (2) years experience in the planning and preparation of varied types of technical documentation on naval shipHull, Mechanical, Electrical, Electronic, systems and equipment. A Bachelors Degree in English or Journalism maybe substituted for two years experience. Experience in the detailed information search and interpretation of technicaldata in the preparation of technical documentation. One (1) year experience developing technical documentationusing either the Navy Publishing Application (NPA) or the Navy PMS Editor (NPE) or equivalent.

f. CAD/CAM Operator

High school diploma and three (3) years of experience developing and revising engineering drawings for shipboardsystems. Graduation from an accredited technical, vocational, or apprentice school drafting program may besubstituted for up to two (2) years of experience. One (1) year of experience including use of AUTOCAD or otherequivalent technical documentation graphics/illustration software tools.

g. Technical Illustrator

Graduate of high school, trade or industrial school or GED equivalent. Two (2) years experience in technicalillustrating. Experience in the use of blueprint and technical manual drawings to produce camera ready artworksuitable for inclusion in documentation. Experience with shipboard blueprints and technical manual drawings.

h. Quality Assurance Specialist

Graduate of high school, trade, or industrial school or GED equivalent. Three (3) years experience required inperforming quality assurance and control inspections on naval ship Hull, Mechanical, Electrical, Electronic, systemsfor specification and engineering drawing requirement compliance. Five (5) years shop experience required which hasprovided a practical knowledge of quality assurance programs, quality control inspection systems, and machiningskills and a detailed knowledge of shop procedures, processes, methods and techniques. Experience relevant to navaltechnical documentation.

i. Engineering Aide

One (1) year experience assisting Project Engineer/Engineer is logistics support tasks and clerical/administrativeduties.

j. Data Transcriber

High school diploma and three (3) years of experience in the data transcription field. Capability to enter data into anumber of computerized systems and review their work for correctness.

8.0          OVERTIME

Overtime may be required to ensure essential schedules are met and minimizing the impact on the ship’savailability to perform its mission, due to schedule restrictions caused by limited periods of ship availability.

CAR-C02 ON-SITE ENVIRONMENTAL AWARENESS (AUG 2009)

(a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 16 of 53 FINAL

 

(OSHA) Regulations, Environmental Protection Agency (EPA) Regulations, and all applicablestate and local requirements.

(b) The contractor shall ensure that each contractor employee reads the document entitled,“Carderock Division Environmental Policy and Commitment” within 30 days of commencingperformance at NSWCCD-SSES.  This document is available at

https://crbewebappdev.dt.navy.mil/intranet/documents/policy/Environmental Policy.pdf

(c) The contractor shall ensure that each contractor employee who will be resident atNSWCCD-SSES completes the Environmental Management System (EMS) Awareness trainingwithin 30 days of commencing performance at NSWCCD-SSES.  This document is available at

https://crbewebappdev.dt.navy.mil/intranet/esh/documents/Contractor EMS AwarenessTraining.doc

(d)  The Contractor shall certify by e-mail to Paul Breeden/Code 023 ([email protected])that on-site employees have read the “Carderock Division Environmental Policy andCommitment” and taken the Environmental Management System (EMS) Awareness trainingwithin 30 days of commencing performance at NSWCCD-SSES.  The e-mail shall include theemployee name, work site, and contract number. 

CAR-C03 ON-SITE SAFETY AWARENESS (AUG 2009)

(a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency(OSHA) Regulations, Environmental Protection Agency (EPA) Regulations, and all applicablestate and local requirements. (b) The contractor shall ensure that each contractor employee reads the document entitled,“Carderock Division Occupational Safety and Health Policy Statement” within 30 days ofcommencing performance at NSWCCD-SSES.  This document is available at:https://crbewebappdev.dt.navy.mil/intranet/documents/policy/OccupationalSafety.pdf (c) The contractor shall ensure that each contractor employee who will be resident atNSWCCD-SSES completes the Voluntary Protection Program (VPP) Awareness Training within30 days of commencing performance at NSWCCD-SSES.  This document is available at:https://crbewebappdev.dt.navy.mil/intranet/esh/documents/VPP Awareness Training forContractors.doc (d) The Contractor shall certify by e-mail to Thomas Egan/Code 022 ([email protected])that employees have read the “Carderock Division Occupational Safety and Health PolicyStatement” and taken the Voluntary Protection Program (VPP) awareness training within 30 daysof commencing performance at NSWCCD-SSES.  The e-mail shall include the employees name,work site, and contract number. (e) The contractor shall submit their OSHA 300 Logs (injury/illness rates) within 30 days ofcommencing performance at NSWCCD-SSES for review by the Safety Office (Code 022).  If a

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 17 of 53 FINAL

 

contractor’s injury/illness rates are above the Bureau of Labor Statistics industry standards, asafety assessment will be performed by Code 022 to determine if any administrative orengineering controls can be utilized to prevent further injuries/illnesses, or if any additional PPEor training will be required. (f) The contractor shall post their OSHA 300 Logs in a conspicuous place where employeenotices are customarily posted immediately upon commencing performance at NSWCCD-SSES. (g) Applicable contractors shall submit Total Case Incident Rate (TCIR) and Days Away,Restricted and Transfer (DART) rates for the past three years within 30 days of commencingperformance at NSWCCD-SSES for review by the Safety Office (Code 022).  A contractor meetsthe definition of applicable if its employees worked 1,000 hours or more in any calendar quarteron site and were not directly supervised in day-to-day activities by the command.    (h) The contractor shall report all work-related injuries/illnesses that occurred while working atNSWCCD-SSES to the Safety Office (Code 022).     (i) The contractor shall ensure that all contractor work at NSWCCD-SSES is in accordance withthe Occupational Safety and Health (OSH) Program Manual (NAVSSESINST 5100.14).  TheOSH Program Manual is available at:https://crbewebappdev.dt.navy.mil/intranet/instr/s5100-14g.htm

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 18 of 53 FINAL

 

SECTION D PACKAGING AND MARKING

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

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

(1) name and business address of the Contractor

(2) contract number

(3) task order number

(4) sponsor: _____________________________________

(Name of Individual Sponsor)

_____________________________________

(Name of Requiring Activity)

_____________________________________

(City and State)

Ship all Reports/Data to the following address:

Attn:  Nina KramedasNSWCCD-SSES Philadelphia Code 9465001 S. Broad StreetPhiladelphia, PA  [email protected]

All deliverables shall be packaged IAW Best Commercial Practice.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 19 of 53 FINAL

 

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance will be performed at Destination by NSWCCD-SSES, Code 946 Personnel.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 20 of 53 FINAL

 

SECTION F DELIVERABLES OR PERFORMANCE

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

   

4000 9/14/2011 - 9/13/2012

4100 3/21/2014 - 3/20/2015

4200 9/14/2013 - 9/13/2014

6000 9/14/2011 - 9/13/2012

6100 6/19/2014 - 6/18/2015

6200 9/14/2013 - 9/13/2014

CLIN - DELIVERIES OR PERFORMANCE

CLINs 4000 and 6000 - Base Period:  Date of Award to 12 months After Date of Contract (ADC)CLINs 4100 and 6100 - Option Period:  12 months to 24 months ADCCLINs 4200 and 6200 - Option Period:  24 months to 36 months ADC

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 21 of 53 FINAL

 

SECTION G CONTRACT ADMINISTRATION DATA

 

 

 

 

 

 

HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (JAN 2008)

  (a)  In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OFPAYMENT REQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) willutilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to acceptsupplies/services delivered under this contract.  This web-based system located athttps://wawf.eb.mil provides the technology for government contractors and authorized Departmentof Defense (DoD) personnel to generate, capture and process receipt and payment-relateddocumentation in a paperless environment.  Invoices for supplies/services rendered under thiscontract shall be submitted electronically through WAWF.  Submission of hard copy DD250/invoicesmay no longer be accepted for payment.

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

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

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

 Type of Document (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

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 22 of 53 FINAL

 

information as applicable)

Issue DODAAC  N65540   Admin DODAAC  S2404A   Pay Office DODAAC  HQ0338   Inspector DODAAC  N65540   Service Acceptor DODAAC  N65540   Service Approver DODAAC  N/A   Ship To DODAAC See Section F   DCAA Auditor DODAAC HAA47B   LPO DODAAC  N/A   Inspection Location Destination   Acceptance Location Destination

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 of files per invoice is 5 megabytes.

(e)  Before closing out of an invoice session in WAWF, but after submitting the document(s), you willbe prompted to send additional email notifications.  Click on “Send More Email Notification” andadd the acceptor/receiver email addresses noted below in the first email address block, and add anyother additional email addresses desired in the following blocks.  This additional notification to thegovernment is important to ensure that the acceptor/receiver is aware that the invoice documentshave been submitted into WAWF.

Send Additional Email Notification To:

  [email protected] 

 (f)  The contractor shall submit invoices/cost vouchers for payment per contract terms and thegovernment shall process invoices/cost vouchers for payment per contract terms.  Contractorsapproved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF.  Finalvoucher submission will be approved by the ACO.

 (g)  The WAWF system has not yet been implemented on some Navy programs; therefore, uponwritten concurrence from the cognizant Procuring Contracting Officer, the Contractor is authorized touse DFAS’s WInS for electronic end to end invoicing until the functionality of WInS has beenincorporated into WAWF.

   (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above1-866 number or the NSWCCD WAWF point of contact at (301) 227-5419.

                                                            (End of Clause)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 23 of 53 FINAL

 

 

 SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)

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

CLIN/SLIN   ALLOTED TO COST     ALLOTED TO FEE    PERIOD OF PERFORMANCE400001 $49,784.82 $3,614.38 Three (3) years after award

400002 $42,886.44 $3,113.56 Three (3) years after award

400003 $51,277.27 $3,722.73 Three (3) years after award

400004 $24,240.16 $1,759.84 Three (3) years after award

400005 $21,704.27 $1,575.73 Three (3) years after award

400006 $122,990.86 $8,929.14 Three (3) years after award

400007 $4,972.03 $360.97 Three (3) years after award

400008 $33,407.61 $2,425.39 Three (3) years after award

400009 $45,217.23 $3,282.77 Three (3) years after award

400010 $32,630.99 $2,369.01 Three (3) years after award

400011 $30,183.67 $2,191.33 Three (3) years after award

400012 $22,608.61 $1,641.39 Three (3) years after award

400013 $41,954.13 $3,045.87 Three (3) years after award

400014 $68,991.24 $5,008.76 Three (3) years after award

400015 $24,986.02 $1,813.98 Three (3) years after award

400016 $26,570.95 $1,929.05 Three (3) years after award

400017 $26,570.95 $1,929.05 Three (3) years after award

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 24 of 53 FINAL

 

400018 $102,088.38 $7,411.62 Three (3) years after award

400019 $211,896.33 $15,383.67 Three (3) years after award 400020 $45,910.87 $3,333.13 Three (3) years after award

400021 $25,172.48 $1,827.52 Three (3) years after award

400022 $35,766.83 $2,596.67 Three (3) years after award

400023 $2,815.59 $204.41 Three (3) years after award

400024 $130,990.12 $9,509.88 Three (3) years after award

400025 $119,079.81 $8,645.19 Three (3) years after award

400026 $83,255.64 $6,044.36 Three (3) years after award

400027 $159,425.69 $9,000.00 Three (3) years after award

400028 $25,432.03 $1,846.37 Three (3) years after award

400029 $88,140.91 $6,399.03 Three (3) years after award

400030 $21,155.45 $1,535.89 Three (3) years after award

600001 $3,000.00 N/A Three (3) years after award

600002 $4,000.00 N/A Three (3) years after award

600003 $5,000.00 N/A Three (3) years after award

600004 $2,500.00 N/A Three (3) years after award

600005 $720.00 N/A Three (3) years after award

600006 $4,080.00 N/A Three (3) years after award

600007 $5,000.00 N/A Three (3) years after award

600008 $1,500.00 N/A Three (3) years after award

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 25 of 53 FINAL

 

600009 $3,000.00 N/A Three (3) years after award

600010 $2,625.00 N/A Three (3) years after award

600011 $750.00 N/A Three (3) years after award

600012 $5,000.00 N/A Three (3) years after award

600013 $6,000.00 N/A Three (3) years after award

600014 $2,200.00 N/A Three (3) years after award

600015 $1,500.00 N/A Three (3) years after award

600016 $1,500.00 N/A Three (3) years after award

600017 $7,000.00 N/A Three (3) years after award

600018 $12,720.00 N/A Three (3) years after award

600019 $2,756.00 N/A Three (3) years after award

600020 $1,636.50 N/A Three (3) years after award

600021 $1,700.00 N/A Three (3) years after award

600022 $120.00 N/A Three (3) years after award

600023 $3,500.00 N/A Three (3) years after award

600024 $3,275.00 N/A Three (3) years after award

600025 $4,700.00 N/A Three (3) years after award

600026 $9,000.00 N/A Three (3) years after award

600027 $1,528.55 N/A Three (3) years after award

600028 $8,460.06 N/A Three (3) years after award

600029 $1,308.66 N/A Three (3) years after award

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 26 of 53 FINAL

 

(To be provided at the task order level)

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

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

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

FUNDING PROFILE

It is estimated that these incremental funds will provide for [if LOE, enter the number of hours; if completion orsupply enter items and quantities]. The following details funding to date:

Total

Contract Funds This Previous Funds Balance

CPFF Action Funding Available Unfunded

$8,113,698.00 $24,000.00 $103,000.00 $1,953,212.15 $6,160,485.85Information to be provided at the task order level

(End of Clause)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 27 of 53 FINAL

 

 

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 workdescribed in Sections B and C of this contract. The total level of effort for the performance of this contract shall be397,500 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specificallyidentified 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 man-hours are uncompensated effort.

Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additionalcompensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in thefirst sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillmentof 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 performedin direct support of this contract and shall not include time and effort expended on such things as (local travel to andfrom 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 as provided in paragraph (j)below), or other time and effort which does not have a specific and direct contribution to the tasks described inSections B and C.

(d) The level of effort for this contract shall be expended at an average rate of approximately 1528 hours per week. Itis understood and agreed that the 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 total man-hours of effort prior to the expiration of the termhereof, 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 anextent that the total man hours of effort specified above would be used prior to the expiration of the term, theContractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefitswhich would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together withan offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work untilexpiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms andconditions of this contract and any additions or changes required by then current law, regulations, or directives, andthat the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. TheContractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Anyagreement 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 laborsuch that the total man hours of effort specified in paragraph (a) above would be used prior to the expiration of theterm. This order shall specify the acceleration required and the resulting revised term. The Contractor shallacknowledge 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 ofthis contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows:

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 to continue toperform the work until the total number of man hours of direct labor specified in paragraph (a) above shall have beenexpended, at no increase in the fee of this contract.

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

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 28 of 53 FINAL

 

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, theContractor shall submit the following information in writing to the Contracting Officer with copies to the cognizantContract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number ofman hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the numberof man hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown ofother costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for theperiod. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, inthe case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recoverexcess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of theappropriate 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 fivepercent in excess of the total man hours specified in paragraph (a) above, provided that the additional effort isfurnished within the term hereof, and provided further that no increase in the estimated cost or fee is required.

(End of Clause)

In accordance with (DFARS) PGI 204.7108(d)(12) “Other” INVOICING AND PAYMENTINSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

Consistent with clause HQ G-2-0006 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTINGCITATIONS (b)(12) “Other” (ALTERNATE 1) (NAVSEA) (JAN 2008), which is in your basic Seaport-e contract,the following payment instructions apply to this task order:

a) This requirement includes support for multiple programs with independent budgets and funding lines. Thesefunding lines are NOT interchangeable and it is critical that the Paying Office pay in accordance with the ACRNsand SLINs noted on the contractor’s invoices. To do otherwise could result in a misappropriation of funds.

b) The Payment Office shall ensure that each payment under this contract is made in accordance with the specificaccounting classification reference numbers (ACRNs) and SubCLIN (SLIN) numbers shown on each individualinvoice, including attached data.

The contractor shall report contractor labor hours (including subcontractor laborhours) required for performance of services provided under this contract for the[NAMED COMPONENT] via a secure data collec on site. Contracted services excludedfrom repor ng are based on Product Service Codes (PSCs). The excluded PSCs are:

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facili es;

(3) Y, Construc on of Structures and Facili es;

(4) S, U li es ONLY;

(5) V, Freight and Shipping ONLY.

The contractor is required to completely fill in all required data fields using thefollowing web address h ps://doncmra.nmci.navy.mil.

Repor ng inputs will be for the labor executed during the period of performanceduring each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any me during the FY, all data shall be reported nolater than October 31 of each calendar year. Contractors may direct ques ons to thehelp desk, linked at h ps://doncmra.nmci.navy.mil

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 29 of 53 FINAL

 

 

(End of Clause)

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------400001 12569244 53399.20  LLA : AA 97X4930 NH1C 000 77777 0 000167 2F 000000 111916441124   400002 12518530 46000.00  LLA : AB 1711804 KG1F 252 FA678 1 068342 2D 02A1F0 910X252101X  Standard Number: N0002511RC2126R/AA  400003 12518645 55000.00  LLA : AC 97X4930 NH1C 000 77777 0 000167 2F 000000 111913160202   400004 12518641 26000.00  LLA : AD 97X4930 NH1C 000 77777 0 000167 2F 000000 111910318305   600001 12569244 3000.00  LLA : AA 97X4930 NH1C 000 77777 0 000167 2F 000000 111916441124   600002 12518530 4000.00  LLA : AB 1711804 KG1F 252 FA678 1 068342 2D 02A1F0 910X252101X  Standard Number: N0002511RC2126R  600003 12518645 5000.00  LLA : AC 97X4930 NH1C 000 77777 0 000167 2F 000000 111913160202   600004 12518641 2500.00  LLA : AD 97X4930 NH1C 000 77777 0 000167 2F 000000 111910318305    BASE Funding 194899.20 Cumulative Funding 194899.20  MOD 01  400005 12589764 23280.00  LLA : AE 1711804 8B5B 252 VU021 0 050120 2D 000000 A00000860241  Standard Number: N0002411RX03014/AA  400006 12589781 131920.00  LLA : AE 1711804 8B5B 252 VU021 0 050120 2D 000000 A00000860241  Standard Number: N0002411RX03014/AA  400007 12589902 5333.00  LLA : AF 1791811 1281 252 WAWUC 0 068342 2D 000000 201318000010  Standard Number: N0002411RX22343/AA  400008 12589903 35833.00  LLA : AF 1791811 1281 252 WAWUC 0 068342 2D 000000 201318000010  Standard Number: N0002411RX22341/AA  600005 12589764 720.00  

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 30 of 53 FINAL

 

LLA : AE 1711804 8B5B 252 VU021 0 050120 2D 000000 A00000860241  Standard Number: N0002411RX03014/AA  600006 12589781 4080.00  LLA : AE 1711804 8B5B 252 VU021 0 050120 2D 000000 A00000860241  Standard Number: N0002411RX03014/AA  600007 12589903 5000.00  LLA : AF 1791811 1281 252 WAWUC 0 068342 2D 000000 201318000010  Standard Number: N0002411RX22341/AA   MOD 01 Funding 206166.00 Cumulative Funding 401065.20  MOD 02  400009 12630584 48500.00  LLA : AG 1711804 8B5B 252 VUS00 0 050120 2D 000000 A00000880812  Standard Number: N0002411RX03195/AA  400010 12630639 35000.00  LLA : AH 97X4930 NH1C 000 77777 0 000167 2F 000000 111916570531   400011 12641084 32375.00  LLA : AK 97X4930 NH1C 000 77777 0 000167 2F 000000 111910318712   400012 12651288 24250.00  LLA : AL 1711804 8B2B 252 VU021 0 050120 2D 000000 A00000864387  Standard Number: N0002411RX03073/AA  400013 12651290 45000.00  LLA : AM 97X4930 NH1C 000 77777 0 000167 2F 000000 111912871844   400014 12651291 74000.00  LLA : AE 1711804 8B5B 252 VU021 0 050120 2D 000000 A00000860241  Standard Number: N0002411RX03014/AA  400015 12661563 26800.00  LLA : AN 97X4930 NH1C 000 77777 0 000167 2F 000000 111912871745   600008 12630584 1500.00  LLA : AG 1711804 8B5B 252 VUS00 0 050120 2D 000000 A00000880812  Standard Number: N0002411RX03195/AA  600009 12630639 3000.00  LLA : AH 97X4930 NH1C 000 77777 0 000167 2F 000000 111916570531   600010 12641084 2625.00  LLA : AK 97X4930 NH1C 000 77777 0 000167 2F 000000 111910318712   600011 12651288 750.00  LLA : AL 1711804 8B2B 252 VU021 0 050120 2D 000000 A00000864387  Standard Number: N0002411RX03073/AA  600012 12651290 5000.00  LLA : AM 97X4930 NH1C 000 77777 0 000167 2F 000000 111912871844  

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 31 of 53 FINAL

 

 600013 12651291 6000.00  LLA : AE 1711804 8B5B 252 VU021 0 050120 2D 000000 A00000860241  Standard Number: N0002411RX03014/AA  600014 12661563 2200.00  LLA : AN 97X4930 NH1C 000 77777 0 000167 2F 000000 111912871745    MOD 02 Funding 307000.00 Cumulative Funding 708065.20  MOD 03 Funding 0.00 Cumulative Funding 708065.20  MOD 04  400016 1300255701 28500.00  LLA : AP 97X4930 NH1C 253 77777 0 050120 2F 000000 A00001097896 Standard Number: N0002412WX03934/AA PR#1400240204 Incremental Funding under TI-02, in the amount of $28,500.00  400017 1300255606 28500.00  LLA : AQ 97X4930 NH1C 253 77777 0 050120 2F 000000 A10001097641 Standard Number: N0002412WX05714 PR#1400249654 Incremental Funding under TI-02, in the amount of $28,500.00  600015 1300255606 1500.00  LLA : AR 97X4930 NH1C 253 77777 0 050120 2F 000000 A10001097641 Standard Number: N0002412WX05714 PR#1400249654 Incremental Funding under TI-02, in the amount of $1,500.00  600016 1300255701 1500.00  LLA : AS 97X4930 NH1C 253 77777 0 050120 2F 000000 A00001097896 Standard Number: N0002412WX03934 PR#1400240204 Incremental Funding under TI-02, in the amount of $1,500.00   MOD 04 Funding 60000.00 Cumulative Funding 768065.20  MOD 05 Funding 0.00 Cumulative Funding 768065.20  MOD 06  400018 1300285699 109500.00  LLA : AU 1721804 8B5B 252 VU021 0 050120 2D 000000 A00001293932 Incremental Funding under TI-2/2, in the amount of $109,500.00   600017 1300285699 7000.00  LLA : AV 1721804 8B5B 252 VU021 0 050120 2D 000000 A00001293932 Incremental Funding under TI-2/2, in the amount of $7,000.00    MOD 06 Funding 116500.00 Cumulative Funding 884565.20  MOD 07  400019 1300286190 227280.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 32 of 53 FINAL

 

AW 1711611 1281 252 SH501 0 050120 2D 000000 A10001296572 Incremental Funding under TI-02B, in the amount of $227,280.00  400020 1300286328 49244.00  LLA : AX 1711611 1281 252 SH501 0 050120 2D 000000 A00001296951 Incremental Funding under TI-02C, in the amount of $49,244.00  600018 1300286190 12720.00  LLA : AY 1711611 1281 252 SH501 0 050120 2D 000000 A10001296572 Incremental Funding under TI-02B, in the amount of $12,720.00  600019 1300286328 2756.00  LLA : AZ 1711611 1281 252 SH501 0 050120 2D 000000 A00001296951 Incremental Funding under TI-02C, in the amount of $2,756.00   MOD 07 Funding 292000.00 Cumulative Funding 1176565.20  MOD 08  400021 1300289944 27000.00  LLA : BD 1781811 1227 252 WAWMC 0 068342 2D 000000 201218000000 Standard Number: N0002412RX20908/AA Incremental Funding under TI-2/4, in the amount of $27,000.00.  Standard Document - N0002412RX20908/AA  400022 1300276221 38363.50  LLA : BB 1721611 8560 252 SH317 0 050120 2D 000000 A00001238368 Incremental Funding under TI-02/1, in the amount of $38,363.50  600020 1300276221 1636.50  LLA : BB 1721611 8560 252 SH317 0 050120 2D 000000 A00001238368 Incremental Funding under TI-02/1, in the amount of $1,636.50  600021 1300289944 1700.00  LLA : BD 1781811 1227 252 WAWMC 0 068342 2D 000000 201218000000 Standard Number: N0002412RX20908/AA Incremental Funding under TI-2/4, in the amount of $1,700.00  Standard Document - N0002412RX20908/AA   MOD 08 Funding 68700.00 Cumulative Funding 1245265.20  MOD 09  400023 1300289656 28080.00  LLA : BF 1721804 70BA 252 55262 0 068688 2D CD0286 552622002V7Q Standard Number: N0002412WX00606/AA Incremental Funding under TI-02/3, in the amount of $28,080.00.  Standrard Document - N0002412WX00606/AA  600022 1300289656 1920.00  LLA : BF 1721804 70BA 252 55262 0 068688 2D CD0286 552622002V7Q Standard Number: N0002412WX00606/AA Incremental Funding under TI-2/4, in the amount of $1,920.00.  Standard Document - N0002412WX00606/AA  

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 33 of 53 FINAL

 

 MOD 09 Funding 30000.00 Cumulative Funding 1275265.20  MOD 10  400024 1300295063 140500.00  LLA : BG 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001335315 Incremental Funding under TI-03, in the amount of $140,500.00.  400025 1300295066 127725.00  LLA : BJ 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001335418 Incremental Funding under TI-04, in the amount of $127,725.00  600023 1300295063 3500.00  LLA : BH 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001335315 Incremental Funding under TI-03, in the amount of $3,500.00.  600024 1300295066 3275.00  LLA : BK 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001335418 Incremental Funding under TI-04, in the amount of $3,275.00   MOD 10 Funding 275000.00 Cumulative Funding 1550265.20  MOD 11 Funding 0.00 Cumulative Funding 1550265.20  MOD 12  400026 1300298969 135410.54  LLA : BL 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001355821 Incremental Funding under TI-05, in the amount of $135,410.54  Funding Document - N0002411WX20447/AA  600025 1300298969 8643.23  LLA : BM 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001355821 Incremental Funding under TI-05, in the amount of $8,643.23  Funding Document - N0002411WX20447/AA   MOD 12 Funding 144053.77 Cumulative Funding 1694318.97  MOD 13  400027 1300301927 171000.00  LLA : BN 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001377335 Incremental Funding under TI-06, in the amount of $171,000.00  600026 1300301927 9000.00  LLA : BP 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001377335 Incremental Funding under TI-06, in the amount of $9,000.00   MOD 13 Funding 180000.00 Cumulative Funding 1874318.97  MOD 14  400023 1300289656 (25060.00)  

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 34 of 53 FINAL

 

LLA : BF 1721804 70BA 252 55262 0 068688 2D CD0286 552622002V7Q Standard Number: N0002412WX00606/AA Incremental Funding under TI-02/3, in the amount of $28,080.00. Under Mod 14, an amount of $25,060.00 has been de-obligated leaving a remaining funding balance of $3,020.00.  Standrard Document - N0002412WX00606/AA  400026 1300298969 (46110.54)  LLA : BL 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001355821 Standard Number: N0002411WX20447/AA Incremental Funding under TI-05, in the amount of $135,410.54. Under Mod 14, an amount of $46,110.54 has been de-obligated leaving a remaining funding balance of $89,300.00.  Funding Document - N0002411WX20447/AA  600022 1300289656 (1800.00)  LLA : BF 1721804 70BA 252 55262 0 068688 2D CD0286 552622002V7Q Standard Number: N0002412WX00606/AA Incremental Funding under TI-2/4, in the amount of $1,920.00. Under Mod 14, an amount of $1,800.00 has been de-obligated leaving a remaining funding balance of $120.00.  Standard Document - N0002412WX00606/AA  600025 1300298969 (3943.23)  LLA : BM 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001355821 Standard Number: N0002411WX20447/AA Incremental Funding under TI-05, in the amount of $8,643.23. Under Mod 14, an amount of $3,943.23 has been de-obligated leaving a remaining funding balance of $4,700.00.  Funding Document - N0002411WX20447/AA   MOD 14 Funding -76913.77 Cumulative Funding 1797405.20  MOD 15  400028 1300304314 27278.40  LLA : BQ 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001394377 Incremental Funding under TI-2/3, in the amount of $27,278.40.  600027 1300304314 1528.55  LLA : BR 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001394377 Incremental Funding under TI-2/3, in the amount of $1,528.55.   MOD 15 Funding 28806.95 Cumulative Funding 1826212.15  MOD 16  400029 1300305873 94539.94  LLA : BS 1721804 8B5B 252 VU021 0 050120 2D 000000 A00001410557 Incremental Funding under TI-2/4, in the amount of $94,539.94.  600028 1300305873 8460.06  LLA : BT 1721804 8B5B 252 VU021 0 050120 2D 000000 A00001410557 Incremental Funding under TI-2/4, in the amount of $8,460.06.   

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 35 of 53 FINAL

 

MOD 16 Funding 103000.00 Cumulative Funding 1929212.15  MOD 17  400030 1300310629 22691.34  LLA : BU 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001458692 Standard Number: N0002412RX20645/AA Incremental Funding under TI-2/4, in the amount of $22,691.34.  Funding Document - N0002412RX20645/AA  600029 1300310629 1308.66  LLA : BV 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001458692 Standard Number: N0002412RX20645/AA Incremental Funding under TI-2/4, in the amount of $1,308.66.  Funding Document - N0002412RX20645/AA   MOD 17 Funding 24000.00 Cumulative Funding 1953212.15  MOD 18  400031 1300322030 8075.00  LLA : BX 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001532371 Incremental funding, TI-06A  400032 1300322820 9500.00  LLA : BY 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000 Standard Number: N0002412RX20645 Incremental funding, TI-6B  600030 1300322820 500.00  LLA : BY 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000 Standard Number: N0002412RX20645 Incremental funding, TI-6B  600031 1300322030 425.00  LLA : BX 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001532371 Incremental funding, TI-06A   MOD 18 Funding 18500.00 Cumulative Funding 1971712.15  MOD 19 Funding 0.00 Cumulative Funding 1971712.15  MOD 20  400033 1300325877 47658.35  LLA : BZ 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001555141 This SLIN is associated with Technical Instruction Letter 2, Revision 1A.  600032 1300325877 2341.65  LLA : BZ 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001555141 This SLIN is associated with Technical Instruction Letter 2, Revision 1A.   MOD 20 Funding 50000.00 Cumulative Funding 2021712.15  

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 36 of 53 FINAL

 

MOD 21 Funding 0.00 Cumulative Funding 2021712.15  MOD 22  400034 1300351764 57080.32  LLA : CA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001737784 This SLIN is associated with Technical Instruction Letter 2/4, Mod.3.  600033 1300351764 3419.68  LLA : CA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001737784 This SLIN is associated with Technical Instruction Letter 2/4, Mod 3.   MOD 22 Funding 60500.00 Cumulative Funding 2082212.15  MOD 23  400035 1300360498 23642.79  LLA : CB 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001795709 This SLIN is associated with Technical Instruction Letter 2/7.  400036 1300362187 84265.53  LLA : CC 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001805638 This SLIN is associated with Technical Instruction Letter 2/8.  600034 1300360498 1357.21  LLA : CB 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001795709 This SLIN is associated with Technical Instruction Letter 2/7.  600035 1300362187 4634.47  LLA : CC 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001805638 This SLIN is associated with Technical Instruction Letter 2/8.   MOD 23 Funding 113900.00 Cumulative Funding 2196112.15  MOD 24  400037 1300357031 56617.29  LLA : CD 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001773926 This SLIN is associated with Technical Instruction Letter 2/6.  600036 1300357031 3382.71  LLA : CD 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001773926 This SLIN is associated with Technical Instruction Letter 2/6.   MOD 24 Funding 60000.00 Cumulative Funding 2256112.15  MOD 25  400038 1300362694 21268.86  LLA : CE 1731804 8B5B 252 VU021 0 050120 2D 000000 A00001808198 This SLIN is associated with Technical Instruction Letter 2/5 Mod 1.  400039 1300381183 82062.11  LLA : CF 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001941031 This SLIN is associated with Technical Instruction Letter 2/2 Mod 2. 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 37 of 53 FINAL

 

 400040 1300381183 81602.19  LLA : CG 97X4930 NH1C 251 77777 0 050120 2F 000000 A10001941031 This SLIN is associated with Technical Instruction Letter 2/11.  400041 1300379471 41015.86  LLA : CH 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001918010 This SLIN is associated with Technical Instruction Letter 2/10.  400042 1300379471 68231.80  LLA : CJ 97X4930 NH1C 251 77777 0 050120 2F 000000 A10001918010 This SLIN is associated with Technical Instruction Letter 2/11.  400043 1300379471 28416.84  LLA : CK 97X4930 NH1C 251 77777 0 050120 2F 000000 A20001918010 This SLIN is associated with Technical Instruction Letter 2/2 Mod 1.  400044 1300377124 9754.40  LLA : CL 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001897977 This SLIN is associated with Technical Instruction Letter 2/9.  400045 1300378399 13526.88  LLA : CM 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001909420 This SLIN is associated with Technical Instruction Letter 2/2 Mod 1.  400046 1300378399 15524.12  LLA : CN 97X4930 NH1C 251 77777 0 050120 2F 000000 A10001909420 This SLIN is associated with Technical Instruction Letter 2/3 Mod 2.  600037 1300362694 1231.14  LLA : CE 1731804 8B5B 252 VU021 0 050120 2D 000000 A00001808198 This SLIN is associated with Technical Instruction Letter 2/5, Mod 1.  600038 1300381183 3360.89  LLA : CF 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001941031 Incremental Funding under TI-2/2 Mod 2.  600039 1300381183 3417.81  LLA : CG 97X4930 NH1C 251 77777 0 050120 2F 000000 A10001941031 This SLIN is associated with Technical Instruction Letter 2/11.  600040 1300379471 1796.14  LLA : CH 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001918010 This SLIN is associated with Technical Instruction Letter 2/10.  600041 1300379471 2735.20  LLA : CJ 97X4930 NH1C 251 77777 0 050120 2F 000000 A10001918010 This SLIN is associated with Technical Instruction Letter 2/11.  600042 1300379471 1212.16  LLA : CK 97X4930 NH1C 251 77777 0 050120 2F 000000 A20001918010 This SLIN is associated with Technical Instruction Letter 2/2 Mod 1.  600043 1300377124 245.60  LLA : CL 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001897977 This SLIN is associated with Technical Instruction Letter 2/9.  600044 1300378399 473.12  

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 38 of 53 FINAL

 

LLA : CM 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001909420 This SLIN is associated with Technical Instruction Letter 2/3 Mod 1.  600045 1300378399 475.88  LLA : CN 97X4930 NH1C 251 77777 0 050120 2F 000000 A10001909420 This SLIN is associated with Technical Instruction Letter 2/3 Mod 2.   MOD 25 Funding 376351.00 Cumulative Funding 2632463.15  MOD 26 Funding 0.00 Cumulative Funding 2632463.15  MOD 27 Funding 0.00 Cumulative Funding 2632463.15  MOD 28  400047 130040702800001 7341.73  LLA : CP 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002155937 This SLIN is associated with Technical Instruction Letter 07.    410001 130040702800001 49750.92  LLA : CP 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002155937 This SLIN is associated with Technical Instruction Letter 07.  600046 130040702800001 2907.35  LLA : CQ 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002155937 This SLIN is associated with Technical Instruction Letter 07.   MOD 28 Funding 60000.00 Cumulative Funding 2692463.15  MOD 29  410002 130042079000001 47732.56  LLA : AA 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000 Standard Number: N0002414RX20490 This SLIN is associated with Technical Instruction Letter 2/4 Mod 4.  600047 130042079000001 2267.44  LLA : AA 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000 Standard Number: N0002414RX20490 This SLIN is associated with Technical Instruction Letter 2/4 Mod 4.   MOD 29 Funding 50000.00 Cumulative Funding 2742463.15  MOD 30  410003 130042620000001 47500.00  LLA : CR 1741804 8B5B 252 VUS00 0 050120 2D 000000 A00002301267 Standard Number: N0002414WX01771 This SLIN is associated with Technical Instruction Letter 09.  410004 130042645000001 19104.86  LLA : AA 1701811 1224 252 X8WMH 0 068342 2D 000000 20010500201A Standard Number: N0002414WX20310 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 39 of 53 FINAL

 

This SLIN is associated with Technical Instruction Letter 2/12, MOD 1.  410005 130042102200001 143549.05  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002260131 Standard Number: N00002414WX03590 This SLIN is associated with Technical Instruction Letter 2/14.  410006 130041075000001 70030.93  LLA : CS 1721611 1317 251 SH317 0 050120 2D 000000 A00002184257 Standard Number: N0002414WX04468 This SLIN is associated with Technical Instruction Letter 2/2, Mod 3.  600048 130042620000002 2500.00  LLA : CR 1741804 8B5B 252 VUS00 0 050120 2D 000000 A00002301267 Standard Number: N0002414WX01771 Incremental Funding under TI-09.  600049 130042645000001 895.14  LLA : AA 1701811 1224 252 X8WMH 0 068342 2D 000000 20010500201A Standard Number: N0002414WX20310 This SLIN is associated with Technical Instruction Letter 2/12, MOD 1.  600050 130042102200001 6450.95  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002260131 Standard Number: N0002414WX03590 This SLIN is associated with Technical Instruction Letter 2/14.  600051 130041075000001 2969.07  LLA : CS 1721611 1317 251 SH317 0 050120 2D 000000 A00002184257 Standard Number: N0002414WX04468 This SLIN is associated with Technical Instruction Letter 2/2, MOD 3.   MOD 30 Funding 293000.00 Cumulative Funding 3035463.15  MOD 31  410007 130042471300001 46550.00  LLA : CT 1741804 70BA 257 00070 R 045924 2D XK9613 0007049613KP Standard Number: N0007014WXK9613 This SLIN is associated with Technical Instruction Letter 08.  410008 130041975900001 3309.13  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002250086 Standard Number: N5526214WRD0161 This SLIN is associated with Technical Instruction Letter 2/13.  410009 130042936700001 23642.79  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002319701 Standard Number: N00025414WR1081W This SLIN is associated with Technical Instruction Letter 2/7 Mod 1.  600052 130042471300002 1921.62  LLA : CT 1741804 70BA 257 00070 R 045924 2D XK9613 0007049613KP Standard Number: N0007014WXK9613 Incremental Funding under TI-08.  610001 130042471300002 528.38  LLA : CT 1741804 70BA 257 00070 R 045924 2D XK9613 0007049613KP Standard Number: N0007014WXK9613 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 40 of 53 FINAL

 

This SLIN is associated with Technical Instruction Letter 08.  610002 130041975900001 190.87  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002250086 Standard Number: N5526214WRD0161 This SLIN is associated with Technical Instruction Letter 2/13.  610003 130042936700001 1357.21  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002319701 Standard Number: N0002514WR1081W This SLIN is associated with Technical Instruction Letter 2/7 Mod 1.   MOD 31 Funding 77500.00 Cumulative Funding 3112963.15  MOD 32  410010 130043351700001 24000.00  LLA : CU 97X4930 NH1C 252 77777 0 050120 2F 000000 A00002348372 This SLIN is associated with Technical Instruction Letter 010.  410011 130043566600001 47732.56  LLA : AA 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000 Standard Number: N0002414RX20490 This SLIN is associated with Technical Instruction Letter 2/4 Mod 5.  410012 130043481900001 143746.60  LLA : CV 97X4930 NH1C 252 77777 0 050120 2F 000000 A00002359253 This SLIN is associated with Technical Instruction Letter 011.  610004 130043351700002 1000.00  LLA : CU 97X4930 NH1C 252 77777 0 050120 2F 000000 A00002348372 This SLIN is associated with Technical Instruction Letter 010.  610005 130043566600001 2267.44  LLA : AA 1781811 1388 252 WAWCC 0 068342 2D 000000 201018000000 Standard Number: N0002414RX20490 This SLIN is associated with Technical Instruction Letter 2/4 Mod 5.  610006 130043481900002 6253.40  LLA : CV 97X4930 NH1C 252 77777 0 050120 2F 000000 A00002359253 This SLIN is associated with Technical Instruction Letter 011.   MOD 32 Funding 225000.00 Cumulative Funding 3337963.15  MOD 33  410013 130041406300001 47904.85  LLA : CW 1731810 81DM 251 VU021 0 050120 2D 000000 A00002205697 Standard Number: N0002414WX05001 This SLIN is associated with Technical Instruction Letter 2/12.  610007 130041406300001 2095.15  LLA : CW 1731810 81DM 251 VU021 0 050120 2D 000000 A00002205697 Standard Number: N0002414WX05001 This SLIN is associated with Technical Instruction Letter 2/12.   MOD 33 Funding 50000.00 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 41 of 53 FINAL

 

Cumulative Funding 3387963.15  MOD 34  410014 130043552300001 28379.14  LLA : CX 1741804 8B5B 251 VU021 0 050120 2D 000000 A00002363258 Standard Number: N0002414WX02310 This SLIN is associated with Technical Instruction Letter 2/10 Mod 1.  610008 130043552300001 1620.86  LLA : CX 1741804 8B5B 251 VU021 0 050120 2D 000000 A00002363258 Standard Number: N0002414WX02310 This SLIN is associated with Technical Instruction Letter 2/10 Mod 1.   MOD 34 Funding 30000.00 Cumulative Funding 3417963.15  MOD 35  410015 130044441700001 13360.46  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002424806 Standard Number: N0002414WX02368 This SLIN is associated with Technical Instruction Letter 2/18.  410016 130044551200001 12866.00  LLA : CY 1741804 70BA 257 00070 R 045924 2D XL9628 0007049628LP Standard Number: N0007014WXL9628 This SLIN is associated with Technical Instruction Letter 12.  410017 130044013100001 23810.78  LLA : CZ 1741611 1227 252 SH500 0 050120 2D 000000 A00002395881 Standard Number: N0002414WX03653 This SLIN is associated with Technical Instruction Letter 2/17.  610009 130044441700001 639.54  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002424806 Standard Number: N0002414WX02368 This SLIN is associated with Technical Instruction Letter 2/18.  610010 130044013100001 1189.22  LLA : CZ 1741611 1227 252 SH500 0 050120 2D 000000 A00002395881 Standard Number: N0002414WX03653 This SLIN is associated with Technical Instruction Letter 2/17.   MOD 35 Funding 51866.00 Cumulative Funding 3469829.15  MOD 36  410018 130045295000001 40690.63  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002491868 Standard Number: N0002414WX03148 This SLIN is associated with Technical Instruction Letter 2/19.  410019 130045228600001 32500.00  LLA : DA 97X4930 NH1C 252 77777 0 050120 2F 000000 A00002483002 Standard Number: N0002414WX01718 This SLIN is associated with Technical Instruction Letter #014.  610011 130045295000001 1747.37  LLA : 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 42 of 53 FINAL

 

AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002491868 Standard Number: N0002414WX03148 This SLIN is associated with Technical Instruction Letter 2/19.   MOD 36 Funding 74938.00 Cumulative Funding 3544767.15  MOD 37  410020 130042672100001 9605.02  LLA : DB 1741804 8B5B 252 CV312 0 050120 2D 000000 A00002303126 Standard Number: N0002414WX00820 This SLIN is associated with Technical Instruction Letter 2/16.  410021 130042785600001 67091.71  LLA : DC 1741804 8B2B 252 VU021 0 050120 2D 000000 A00002311951 Standard Number: N0002414WX03148 This SLIN is associated with Technical Instruction Letter 2/2 Mod 4.  410022 130042424800001 47732.56  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002285901 Standard Number: N0002414WX05237 This SLIN is associated with Technical Instruction Letter 2/15.  410023 130045748200001 10216.00  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002538918 TI 13A  610012 130042672100001 394.98  LLA : DB 1741804 8B5B 252 CV312 0 050120 2D 000000 A00002303126 Standard Number: N0002414WX00820 This SLIN is associated with Technical Instruction Letter 2/16.  610013 130042785600001 2908.29  LLA : DC 1741804 8B2B 252 VU021 0 050120 2D 000000 A00002311951 Standard Number: N0002414WX03148 This SLIN is associated with Technical Instruction Letter 2/2 Mod 4.  610014 130042424800001 2267.44  LLA : AA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002285901 Standard Number: N0002414WX05237 This SLIN is associated with Technical Instruction Letter 2/15.   MOD 37 Funding 140216.00 Cumulative Funding 3684983.15  MOD 38 Funding 0.00 Cumulative Funding 3684983.15  MOD 39  410024 130046665400001 119806.70  LLA : DD 1751804 70BA 257 00070 R 045924 2D XK1519 0007051519KD Standard Number: N0007015WXK1519 This SLIN is associated with Technical Instruction Letter 08, Modification 01.  610015 130046665400002 5193.30  LLA : DD 1751804 70BA 257 00070 R 045924 2D XK1519 0007051519KD Standard Number: N0007015WXK1519 This SLIN is associated with Technical Instruction Letter 08, Modification 01.  

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 43 of 53 FINAL

 

 MOD 39 Funding 125000.00 Cumulative Funding 3809983.15  MOD 40  410025 130047685700001 23000.00  LLA : DE 1751804 8U5N 252 V5S00 0 050120 2D 000000 A00002716375 Standard Number: N0002415WX04363 This SLIN is associated with Technical Instruction Letter 10, Mod 01.  610016 130047685700002 1000.00  LLA : DE 1751804 8U5N 252 V5S00 0 050120 2D 000000 A00002716375 Standard Number: N0002415WX04363 This SLIN is associated with Technical Instruction Letter 10, Mod 01.   MOD 40 Funding 24000.00 Cumulative Funding 3833983.15  MOD 41 Funding 0.00 Cumulative Funding 3833983.15 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 44 of 53 FINAL

 

SECTION H SPECIAL CONTRACT REQUIREMENTS

H-5 Task Order Process.

Ombudsman Description.

In accordance with FAR 16.505(a)(9), no protest under FAR Subpart 33.1 is authorized inconnection with PCO decisions regarding fair opportunity or the issuance of a TO under thiscontract, except for a protest on the grounds that a TO increases the scope, period, or maximumvalue of the contract. The Local Warfare Center Site Deputy for Small Business has beendesignated as the NAVSEA and related Program Executive Offices Ombudsman for this contract.The NSWCCD Ombudsman will review complaints from the contractors and ensure that allcontractors are afforded a fair opportunity to be considered, consistent with the procedures in thecontract. Complaints to the NSWCCD Ombudsman must be forwarded to:

Ms. Irene KatacinskiEmail: [email protected]: 215-897-7596

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.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 45 of 53 FINAL

 

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.

(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 that

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 46 of 53 FINAL

 

may 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).

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 excessive

Problems are resolvedquickly with minimalgovernment

Problems arenon-existent or thecontractor takes

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 47 of 53 FINAL

 

government effort toresolve.

involvement.corrective actionwithout governmentinvolvement.

Responsiveness

Contractor’smanagement isunresponsive togovernment requestsand concerns.

Contractor’smanagement isresponsive togovernment requestsand concerns.

Contractor’smanagement takesproactive approach indealing withgovernmentrepresentatives andanticipatesGovernment concerns.

Communications

Contractor often failsto communicate withgovernment in aneffective and timelymanner.

Contractor routinelycommunicates withgovernment in aneffective and timelymanner.

Contractor takes aproactive approachsuch 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 an

Reports are clear,accurate, andpro-active. Problemsand/or trends areaddressed thoroughly,

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 48 of 53 FINAL

 

analysis is alsosubmitted.

and the contractor’srecommendationsand/or corrective plansare implemented andeffective.

See Attachment CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE

CAR H11 – CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (JAN 2010) a.  In accordance with SECNAV M-5510.30 Chapters 5 and 6, all Contractor personnel thatrequire access to Department of Navy (DON) information systems and/or work on-site aredesignated Non-Critical Sensitive/IT-II positions, which require an open investigation orfavorable adjudicated National Agency Check (NACLC) by the Industrial Security ClearanceOffice (DISCO). Investigations should be completed using the SF- 85 Form and the SF-87 fingerprint card. An interim clearance can be granted by the company Security Officer and recorded inthe Joint Personnel Adjudication System (JPAS).  An open investigation or favorableadjudication is required prior to issuance of a Common Access Card (CAC) card or a badgeproviding access to NSWCCD sites and buildings. If an unfavorable adjudication is determined byDISCO all access will terminated. b.  Within 30 days after contract award, the Contractor shall submit a list of all Contractorpersonnel, including subcontractor employees, who will have access to DON informationsystems and/or work on-site at one of the NSWCCD sites. The Contractor shall [email protected] to obtain the excel file that outlines the required format andcontent of the list.  The Contractor will provide each employee's first name, last name, contractnumber, the NSWCCD technical code, work location, whether or not the employee has a CACcard and/or swipe card, the systems the employee can access (i.e., NMCI, RDT&E), and thename of the Contractor's local point of contact, phone number and email address.  The excel fileshall be submitted via email to [email protected] and the Contracting Officer'sRepresentative (COR) or Task Order Manager (TOM).  Throughout the period of performanceof the contract, the Contractor shall immediately provide an updated spreadsheet [email protected] and the COR/TOM when any Contractor personnel changesoccur.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 49 of 53 FINAL

 

SECTION I CONTRACT CLAUSES

09RA 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2008)

 (a) The Government may extend the term of this contract by written notice to the Contractor within 3 days prior tocompletion of the base period; provided that the Government gives the Contractor a preliminary written notice of itsintent to extend at least 5 days before the contract expires. The preliminary notice does not commit the Governmentto an extension.

(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 options under this clause, shall not exceed fiveyears.

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed $__0__ or theovertime premium is paid for work --

1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns ofproduction 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 afloat that are continuous in nature and cannot reasonably be interrupted or completedotherwise; 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 estimatedovertime for contract completion and shall—

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together withpresent workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluatethe 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 withother 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 employingadditional personnel.

* Insert either “zero” or the dollar amount agreed to during negotiations. The inserted figure does not apply to theexceptions in paragraph (a)(1) through (a)(4) of the clause.(End of Clause)

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.

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 50 of 53 FINAL

 

(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)

252.222-7999  Additional Requirements and Responsibilities Restricting the Use of Mandatory ArbitrationAgreements (DEVIATION) Use the following clause in all contracts in excess of $1 million utilizing funds appropriated by the Fiscal Year 2010Defense Appropriations Act (Pub. L. 111-118), except in contracts for the acquisition of commercial items andcommercially available off-the-shelf items. 

ADDITIONAL REQUIREMENTS AND RESPONSIBILITIESRESTRICTING THE USE OF MANDATORY ARBITRATION

AGREEMENTS (DEVIATION) (FEB 2010) (a) Definitions. “Covered subcontract,” as used in this clause, means any subcontract, except a subcontract for the acquisition ofcommercial items or commercially available off-the-shelf items, that is in excess of $l million and uses Fiscal Year2010 funds. (b) The Contractor- 

(1) Agrees not to- 

(i) Enter into any agreement with any of its employees or independent contractors that requires, asa condition of employment, that the employee or independent contractor agree to resolve through arbitration anyclaim under title VII of the Civil Rights Act of 1964 or any tort related to or arising out of sexual assault orharassment, including assault and battery, intentional infliction of emotional distress, false imprisonment, ornegligent hiring, supervision, or retention; or

 (ii) Take any action to enforce any provision of an existing agreement with an employee or

independent contractor that mandates that the employee or independent contractor resolve through arbitration anyclaim under title VII of the Civil Rights Act of 1964 or any tort related to or arising out of sexual assault orharassment, including assault and battery, intentional infliction of emotional distress, false imprisonment, ornegligent hiring, supervision, or retention; and

 

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 51 of 53 FINAL

 

             (2) Certifies, by signature of the contract, for contracts awarded after June 17, 2010, that it requires eachcovered subcontractor to agree not to enter into, and not to take any action to enforce any provision of anyagreements, as described in paragraph (b)(1) of this clause, with respect to any employee or independent contractorperforming work related to such subcontract. 

(c) The prohibitions of this clause do not apply with respect to a Contractor's orsubcontractor’s agreements with employees or independent contractors that may notbe enforced in a court of the United States. (d) The Secretary of Defense may waive the applicability of the restrictions of paragraph (b) to the Contractor or aparticular subcontractor for the purposes of the contract or a particular subcontract if the Secretary or the DeputySecretary personally determines that the waiver is necessary to avoid harm to national security interests of the UnitedStates, and that the term of the contract or subcontract is not longer than necessary to avoid such harm. Thisdetermination will be made public not less than 15 business days before the contract or subcontract addressed in thedetermination may be awarded.

(End of clause) 

252.239-7001 Information Assurance Contractor Training and Certification

As prescribed in 239.7103(b), use the following clause:

INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION (JAN 2008)

(a) The Contractor shall ensure that personnel accessing information systems have the proper and current informationassurance certification to perform information assurance functions in accordance with DoD 8570.01-M, InformationAssurance Workforce Improvement Program. The Contractor shall meet the applicable information assurancecertification requirements, including-

(1) DoD-approved information assurance workforce certifications appropriate for each category and level as listed inthe current version of DoD 8570.01-M; and

(2) Appropriate operating system certification for information assurance technical positions as required byDoD 8570.01-M.

(b) Upon request by the Government, the Contractor shall provide documentation supporting the informationassurance certification status of personnel performing information assurance functions.

(c) Contractor personnel who do not have proper and current certifications shall be denied access to DoD informationsystems for the purpose of performing information assurance functions.

(End of clause)

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 52 of 53 FINAL

 

SECTION J LIST OF ATTACHMENTS

Performance Requirement Summary Table

Cost Summary Format

 CONTRACT NO.

 N00178-04-D-4110 DELIVERY ORDER NO.

 EHP6 AMENDMENT/MODIFICATION NO.

 41 PAGE

 53 of 53 FINAL