8. name and address of contractor general … · e. 8. name and address of contractor general...

31
1. CONTRACT ID CODE PAGE OF PAGES 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 08 02-Feb-2009 N65540-09-MR-56657 N/A 6. ISSUED BY CODE N65540 7. ADMINISTERED BY (If other than Item 6) CODE S2404A AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 DCMA VIRGINIA 10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 20109-2342 NSWC, CARDEROCK DIVISION, PHILADELPHIA NAVSSES Philadelphia PA 19112-1403 [email protected] 215-897-8086 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) General Dynamics Information Technology, Inc. 3211 Jermantown Road Fairfax VA 22030-2844 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11) [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. N00178-04-D-4012-EHP5 10B. DATED (SEE ITEM 13) 30-Nov-2006 CAGE CODE 07MU1 FACILITY CODE 067641597 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. [ ] [X] 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: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED Dorothy Jones, Contracting Officer 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED (Signature of person authorized to sign) BY /s/Dorothy Jones (Signature of Contracting Officer) 03-Feb-2009 NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (Rev. 10-83) PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Upload: dinhcong

Post on 01-May-2018

226 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

1. CONTRACT ID CODE PAGE OF PAGES

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 08 02-Feb-2009 N65540-09-MR-56657 N/A

6. ISSUED BY CODE N65540 7. ADMINISTERED BY (If other than Item 6) CODE S2404A

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2

DCMA VIRGINIA 10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 20109-2342

NSWC, CARDEROCK DIVISION, PHILADELPHIA NAVSSES Philadelphia PA 19112-1403 [email protected] 215-897-8086

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)

General Dynamics Information Technology, Inc. 3211 Jermantown Road Fairfax VA 22030-2844

9A. AMENDMENT OF SOLICITATION NO.

9B. DATED (SEE ITEM 11)

[X] 10A. MODIFICATION OF CONTRACT/ORDER NO.

N00178-04-D-4012-EHP5 10B. DATED (SEE ITEM 13)

30-Nov-2006 CAGE CODE 07MU1 FACILITY CODE 067641597 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.

[ ] [X] 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:

[ ] D. OTHER (Specify type of modification and authority)

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

SEE PAGE 2

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

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED Dorothy Jones, Contracting Officer

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

(Signature of person authorized to sign) BY

/s/Dorothy Jones (Signature of Contracting Officer)

03-Feb-2009

NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (Rev. 10-83) PREVIOUS EDITION UNUSABLE Prescribed by GSA

FAR (48 CFR) 53.243

Page 2: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 2 of 2

FINAL

GENERAL INFORMATION

MOD 08

The purpose of this modification is to correct the Accounting and Appropriation Data under Modification 01 as follows:

FROM:

100001 63170474 1053600.00 LLA : AA 1771810 61LT 310 SA312 0 068342 2D 000000 LT1280000000 Standard Number: N0002407WXF0159/AA

300001 63170496 1500000.00 LLA : AB 1761810 11LT 253 SAS5F 0 068342 2D 000000 LTCA50000000 Standard Number: N0002406WX31163/AA

300002 63170474 146400.00 LLA : AA 1771810 61LT 310 SA312 0 068342 2D 000000 LT1280000000 Standard Number: N0002407WXF0159/AA

TO:

100001 63170474 1053600.00 LLA : AA 1761810 11LT 253 SAS5F 0 068342 2D 000000 LTCA50000000 Standard Number: N0002406WX31163/AA

300001 63170496 1500000.00 LLA : AB 1771810 61LT 310 SA312 0 068342 2D 000000 LT1280000000 Standard Number: N0002407WXF0159/AA

300002 63170474 146400.00 LLA : AA 1761810 11LT 253 SAS5F 0 068342 2D 000000 LTCA50000000 Standard Number: N0002406WX31163/AA

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

The total amount of funds obligated to the task is hereby increased by $0.00 from $7717217.00 to $7717217.00.

Page 3: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

------ ----------------- ---------- --- --------------- --------------- --------------

------ ----------------- ---------- --- ---------------

CONTRACT NO. DELIVERY ORDER NO. PAGE FINAL N00178-04-D-4012 EHP5 1 of 29

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN -SUPPLIES OR SERVICES

For Cost Type Items:

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

1000 Engineering and 1.0 Lot $1,935,710.00 Technical Services in support of the Distributed Data and Control Network (DDCN) and the Navigation Critical Distribution Systems (NCDS) programs on CVN-68. (O&MN,N)

100001 Incremental Funding for Labor in the amount of $1,053,600.00 (O&MN,N)

100002 Incremental Funding for Labor in the amount of $882,110.00 (O&MN,N)

For ODC Items:

Item Supplies/Services Qty Unit Est. Cost

3000 Support Costs for 1.0 Lot $3,178,544.00 CLIN 1000 (Material, Travel and Subcontracting estimated at $3,178,544) (O&MN,N)

300001 Incremental Funding for ODC's in the amount of $1,500,000.00 (O&MN,N)

300002 Incremental Funding for ODC's in the amount of $146,400.00 (O&MN,N)

300003 Incremental

Page 4: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

------ ----------------- ---------- --- --------------- --------------- --------------

CONTRACT NO. DELIVERY ORDER NO. PAGE FINAL N00178-04-D-4012 EHP5 2 of 29

Funding for ODC's in the amount of $234,000.00 (O&MN,N)

300004 Incremental Funding for ODC's in the amount of $1,078,890.00 (O&MN,N)

300005 Incremental Funding for ODC's in the amount of $5,100.00 (O&MN,N)

300006 Incremental Funding for ODC's in the amount of $200,000.00 (O&MN,N)

300007 Incremental Funding for ODC's in the amount of $14,154.00 (O&MN,N)

For Cost Type Items:

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

4000 Engineering and 1.0 Lot $1,956,775.00 Technical Services in support of the Distributed Data and Control Network (DDCN) and the Navigation Critical Distribution Systems (NCDS) programs on CVN-68 (EXERCISED OPTION) (O&MN,N)

400001 Incremental Funding in the amount of $400,000.00 (O&MN,N)

400002 Incremental Funding in the amount of $45,000.00 (O&MN,N)

400003 Incremental Funding in the

Page 5: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

------ ----------------- ---------- --- ---------------

CONTRACT NO. DELIVERY ORDER NO. PAGE FINAL N00178-04-D-4012 EHP5 3 of 29

amount of $59,000.00 (O&MN,N)

400004 Incremental Funding for ODC's in the amount of $500,000.00 (O&MN,N)

400005 Incremental Funding for ODC's in the amount of $952,775.00 (O&MN,N)

For ODC Items:

Item Supplies/Services Qty Unit Est. Cost

6000 Support Costs for 1.0 Lot $646,188.00 CLIN 4000 (Material, Travel and Subcontracting estimated at $646,188) (EXERCISED OPTION) (O&MN,N)

600001 Incremental Funding in the amount of $100,000.00 (O&MN,N)

600002 Incremental Funding for ODC's in the amount of $546,188.00 (O&MN,N)

PAYMENT OF FEE

(a) The Government shall make payments to the Contractor, subject to and in accordance with the clause contained in the base IDIQ entitled "FIXED FEE" (FAR 52.216-8). Such payments shall be equal to the allowable cost of each invoice submitted by and payable to the Contractor pursuant to the clause of the base IDIQ entitled "ALLOWABLE COST AND PAYMENT " (FAR 52.216-7). Total fees paid to the Contractor for performance of work under this task order shall not exceed the fee amount set forth in the task order.

(b) In the event of discontinuance of the work under this task order in accordance with the clause of the base IDIQ contract entitled 'LIMITATION OF FUNDS"(FAR 52.232-22) or 'LIMITATION OF COST" (FAR 52.232-20), as applicable, the fee shall be equitably adjusted by mutual agreement to reflect the diminution of work. If the adjusted fee is less than the sum of all fee payments made to the Contractor under this task order, the Contractor shall repay the excess amount to the Government. If the adjusted fee exceeds all payments made to the Contractor under this task order, the Government shall be required to pay the Contractor any amount in excess of the funds obligated under this task order at the time of the discontinuance of work

Page 6: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 4 of 29

FINAL

SECTION C DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORK

DISTRIBUTED DATA AND CONTROL NETWORKS (DDCN) AND NAVIGATION CRITICAL DISTRIBUTION SYSTEMS (NCDS) MODIFICATIONS ON CVN-68 CLASS SHIPS

1.0 BACKGROUND

1.1 The In-Service Engineering Agent (ISEA) at Naval Surface Warfare Center, Carderock Division (NSWCCD) Code 918, in support of the US Navy’s Distributed Data and Control Network (DDCN) and the Navigation Critical Distribution systems (NCDS) Programs, requires the accomplishment of modifications to the DDCN/NCDS systems installed on CVN-68 Class Aircraft Carriers. The contractor shall provide DDCN/NCDS engineering support, CFM Procurement and installation services by conducting modifications and testing as required to accomplish the work outlined in SCD-2195, DDCN Upgrades ISO NAVSSI Block 4.2; SCD-2426, DDCN MCS/NAV Segregation; SCD-2447, DDCN-CEC/SSDS Secure Communications, SCD-2843, Ships Control Display System and SCD-TBD; Vent Fan Motor Controller Mods on CVN-68 Class ships with DDCN/NCDS.

2.0 SCOPE

2.1 The DDCN System installed on CVN-68 class ships integrates the Navigation and Machinery Control Sub-systems over a Core Network (LAN). Changes and modifications to the hardware and software portions of this system are required to support modifications being made to other systems and to provide secure communications to certain Combat Systems users of DDCN data. In addition, in order to eliminate latency and communications faults in the Navigation System the MCS and Navigation systems need to be segregated, and each one placed on its own network. This segregation changes the Navigation System to the Navigation Critical distribution System (NCDS) which is the standard configuration for all CVN-68 class ships.

3.0 APPLICABLE DOCUMENTS

3.1 MIL-STD-2042B (SH) Fiber Optic Topology Installation Standard

Methods for Naval Ships (Equipment/Connectors and Inter-connectors).

3.2 NAVSEA S9AA0-AB-GOS-010/GS0, General Specifications for Overhaul of Surface Navy Ship.

3.3 DOD-STD-2003 Electric Plant Installation Standard Methods for Surface Ships and Submarines

3.4 MIL-STD-454, Standard General Requirements for Electronic Equipment.

3.5 MIL-STD-1310 (Navy) Bonding and Grounding.

3.6 OPNAV Instruction 5100.23B, Navy Occupational Safety and Health (NAVOSH) Program Manual.

3.7 Standards and Interpretations, Occupational Safety and Health Chapter 1915.14, 1915.15 and 1915.16.

3.8 NAVSEA SL720-AA-MAN-020 FMP Management and Operations

Manual

3.9 NAVSEA 9090-310D SHIPALT by Alteration Installation Team

3.10 NAVSSES Installation 4720.2C Process and Policy for Shipboard

Page 7: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 5 of 29

FINAL

Industrial Work

3.11 MIL-STD-24749, Electrical Grounding, General Specifications

3.12 MIL-DTL-22520G, General Specification for Crimping Tools and Wire Termination.

3.13 NSWCCD Engineering Change Bulletin EC-2195/IOC-10-5500

3.14 Misc Arrgt Mods Incid MCS / NAV Segregation (CVN76-445-7588216 )

3.15 Arrgt Mods Incid MCS/NAV Node Rms 1 thru 16 (CVN76-445-7588220)

3.16 MCS / NAV Mods PCC, ETB, & EMP Consoles (CVN76-445-7588234)

3.17 DDCN - Fdn Modes Node Rooms 7 & 11 (CVN76-113-7590746)

3.18 DDCN - PLC Foundation Install (CVN76-113-7590747)

3.19 DDCN - FDN MODS NODE RM (CVN76-113-7590748)

3.20 DDCN - MISC FDN INSTL (CVN76-113-7590749)

3.21 DDCN - ENGINEERING CALCS (CVN76-803-7590750)

3.22 Mods to Nav Interface with CEC/SSDS (CVN76-401-7588138)

3.23 Power Sys Mods Incid CEC Security Instl (CVN76-301-7586566)

3.24 Ship Control Display System Equipment Foundations (CVN76-113-7579805)

3.25 Power Mods Incidental to Ships Control Display System (CVN76-302-7586721)

3.26 Removals Incid to Shpis Control Display System (CVN76-401-7588094)

3.27 Ships Control Display System Blk & Elem Wiring Diag. (CVN76-401-7588095)

3.28 Mod PH Arrgt Incid to Ship Control Display System (CVN76-445-7588096)

3.29 NAVSEA STANDARD ITEM 009-22 (Shipboard Electric Cable Test)

3.30 NAVSEA 0967-LP-000-0110 Electronics Installation and Maintenance Book, Installation Standards

3.31 S0400-AD-URM-010/TUM, Tag-Out Users Manual

ANSI/ASQC Q9002-1994, Quality Systems, Model for Quality Assurance

in Production, Installation, and Servicing.

3.32 ANSI/ISO/ASQ Q9001-2000, Quality Management Systems –

Requirements

3.33 NAVSEA STANDARD ITEMS (All Category I)

Page 8: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 6 of 29

FINAL

3.34 MIL-STD-1689, Fabrication, Welding and Inspection; Structural.

3.35 MIL-STD-2035, Non-Destructive Test Acceptance Criteria.

3.36 AWS B4.0, Standard Methods of Mechanical Testing of Weld.

3.37 STD 810-4714432, Hangers, Fabrication Details and Installation.

3.38 S9074-AQ-GIB-010/248, Welding and Brazing Procedures and Performance Qualification.

3.39 AWS Z49.1, Safety Welding and Cutting.

3.40 NAVSEA S9086-CH-STM-101/CH-074, Welding and Allied Processes.

3.41 NAVSEA S9086-VD-STM-000/CH-631, for painting

3.42 NAVSEA 0900-LP-999-9000, Acceptance Standards for Surface Finish of Flame Arc Cut Surfaces.

3.43 NAVSEA 0967-LP-000-0110, Electrical Installation and Maintenance Book

3.44 MIL-C-24640, Cable, Electrical, Lightweight for Shipboard Use, General Specifications.

3.45 MIL-C-24643, Cable and Cord, Electrical, Low Smoke, for Shipboard Use, General Specifications.

3.46 DOD-STD-2003/EPISM, Electric Plant Installation Standard Methods.

3.47 MIL-HDBK-299 (SH), Cable Comparison Handbook, Data Pertaining to Electric Shipboard Cable.

3.48 MIL-STD-1399, Shipboard Electrical Power Systems Interface, General Specifications for.

4.0 REQUIREMENTS

4.1 Advance Planning Support – Prior to the start of the availability, the contractor shall accomplish the following:

4.1.1 In support of the DDCN modifications, prior to start of work, the contractor shall review all referenced installation drawings in order to gain a complete understanding of the work to be accomplished. The contractor shall identify any discrepancies in the documentation, or potential installation problems.

4.1.2 The contractor shall conduct an on site visit to the ship, for the purpose of advance planning and coordination with senior ship’s force personnel and the NSWCCD On-Site representative. During this visit, the contractor shall conduct a detailed assessment of all spaces where work will be accomplished, including the DDCN Node Rooms, Bridge, Flag Bridge, Secondary Conning, Aft Steering, Engine Rooms, and all area’s where OIP’s will be replaced and new PLC/IO Drop Boxes will be installed. This assessment shall identify power requirements, wire way modifications, HVAC modifications, cableway routing, lagging requirements, deck repair/replacement requirements, cosmetic labor/material projection and associated interferences regarding the aforementioned. Results of the assessment will be documented, identifying AEL shortages, and submitted to ship’s force and NSWCCD for review.

4.1.3 The contractor shall initiate Regional Maintenance & Modernization Coordination Office (RMMCO) check-in procedures and determine proper timeline and status reporting, as well as close out requirements.

4.1.4 The contractor shall prepare a detailed installation milestone schedule (POA&M) based on the ship's availability, 90 days after contract award. The contractor will update this POA&M on a weekly basis and more frequently as schedules change, workflow problems occur, or other conditions warrant. The details of this POA&M will be coordinated with Ship's Force, MSR contractor/s, Sup Ship, NSWCCD representatives, and other activities as necessary to ensure that proper support is available and interference or delays are minimized. The updated POA&M

Page 9: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 7 of 29

FINAL

shall be submitted to NSWCCD personnel no later then noon the day prior to weekly progress meeting.

4.1.5 Using NAVSEA Standard Item 009-004 and refs 3.31 & 3.32, the contractor shall develop a QA Workbook to be maintained and updated on-site. This Workbook shall be used to keep an in-process record of Quality Control Inspections and be provided to NSWCCD for review, 90 days after contract award,. A completed copy of the QA Workbook shall be provided to NSWCCD Personnel within two- (2) weeks from completion of installation. The QA Workbook should be formatted as follows:

Sect. 1 – Alteration Descriptions

Sect. 2 – Personnel Qualifications and Certifications

Sect. 3 – QA System Letter and Company procedures

Sect. 4 - Installation POA&M

Sect. 5 – Ship Installation Drawing (SID) List

Sect. 6 – Work Package/Test and Inspection Plan/Records – This plan should identify areas requiring In-Process inspections by annotating steps as (I), (V), or (G) Points. This plan shall also incorporate all testing requirements.

Sect 7 - Alteration Completion Reports

4.2 DDCN Upgrades ISO NAVSSI Block 4.2 (SCD-2195)

4.2.1 The contractor shall replace the CPUs and hard drives in the nine (9) existing IOCs, in accordance with instructions provided in reference 3.13. Additionally, the contractor shall install and connect one (1) LCD Monitor/Keyboard assembly in each IOC to support software installation, set-up and troubleshooting.

4.3 DDCN MCS/NAV Segregation (SCD-2426)

4.3.1 The current DDCN architecture combines the Navigation (NAV) and Machinery Control Systems (MCS) on a single Core Network. In order to segregate the MCS and NAV systems onto their own Networks and to provide the NAV System with dedicated PLC/IO Drop Boxes, the contractor shall accomplish the following IAW references 3.14-3.21. (Note: additional installation drawings will be available when completed in October 2006).

4.3.1.1 Disconnect and remove the sixteen (16) existing Network Switches.

4.3.1.2 Install eight (8) new GIG-E switches for the MCS Network.

4.3.1.2.1 Move all NAV/SC and Propulsion functionality to the NCDS Network.

- Includes seventeen (17) Propulsion Displays, EOT/POT, Ship Control Console, shaft RPM, Rudder Angle indication, etc. This will require the removal of approximately 300 I/O Signals from the existing MCS I/O Drops.

4.3.1.2.2 Re-connect all remaining existing MCS Clients to the MCS Network switches.

4.3.1.3 Install four (4) new GIG-E switches for the Navigation Network. This system shall be redesignated the Navigation Critical Distribution System (NCDS).

4.3.1.3.1 Connect all existing Navigation and Combat Systems Clients to the NCDS.

4.3.1.3.2 Connect all NAV/SC and Propulsion Displays relocated from the MCS System to the NCDS.

- This will require the installation of seven (7) new PLC/IO Drop Boxes to process the NAV/SC alarms and data and the installation of approximately 300 I/O Signals (removed in paragraph 4.3.1.2.1) into these boxes.

Page 10: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 8 of 29

FINAL

4.3.1.3.3 Connect the seven (7) new PLC/IO Drop Boxes to the NCDS.

4.3.1.4 Re-use the existing Fiberoptic Cable Plant to the maximum extent possible, using jumpers in backbone boxes in Node Rooms where Network Switches are eliminated. All Client connections will migrate to 100MB Ethernet Connections.

4.3.1.5 Reinstall the existing Disaster Recovery Server (1 ea) and Spectrum Servers (2 ea) in the MCS Network.

4.3.1.6 Install new Disaster Recovery Server (1 ea) and Spectrum Servers (2 ea) in the NCDS Network.

4.3.1.7 Replace the following obsolete Navigation and Propulsion displays with standardized, logistically supported units connected to the NCDS Network via 100MB Ethernet connections:

- Operator Interface panels (27 ea)

- Propulsion Displays (10 ea)

- Navigation Management Data Terminals (NMDT's - 4 ea)

4.3.1.8 Replace approximately seventy (70) Operator Interface Panels (OIP’s) in the MCS, with standard IC/SM panels.

4.3.1.8.1 Installation of new IC/SM Panels requires foundation installations and 120VAC Power to be installed.

4.3.1.8.2 New IC/SM Panels inputs will be provided from the nearest MCS I/O Drop Box.

4.3.1.9 Modify DDCN Nodal Power to accommodate hardware additions and deletions such as removal of the MCS and NCDS Network Switch Racks from the DDCN Nodal Power System (New Network Switch Racks contain on-board UPS).

4.4 DDCN-CEC/SSDS Secure Communications (SCD-2447)

4.4.1 Per references 3.22 & 3.23, the contractor shall replace the coaxial cable runs between Radar Room No 1 (CEC location) and the NCDS Network switches in Node Rooms 10 & 13, with fiberoptic cable. This will require the installation of one (1) converter box in Radar Room 1 to convert the Coaxial cable from the CEC system to fiber. Existing SSDS connections to the NCDS Network switches are fiberoptic cable. Install uni-directional media converter assemblies in the NCDS Switches and connect the fiber from CEC & SSDS to the media converters. Power will need to be provided to support the new converter box in Radar room 1.

4.5 Ships Control Display System (SCD-2843)

4.5.1 Using references 3.24 through 3.28, the contractor shall remove the SCDS displays, foundations, and mounting hardware in the following locations:

One (1) Display located in Pilot House, FWD centerline of the island

Two (2) Displays located in Auxiliary Conning Station

One (1) Display located in Secondary Control

4.5.2 The contractor shall install five (5) SCDS in the following locations. The installations will require new foundations and modifications to the existing power and fiberoptic cabling connections.

4.5.2.1 Pilot House Installation: Two (2) HMI Touch Screen Displays:

1. FWD Centerline of the island

Page 11: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 9 of 29

FINAL

2. Behind CO's chair

4.5.2.2 Auxiliary Conning Station Installation: Two (2) HMI Touch Screen Displays:

1. CO's chair (AFT outboard)

2. Conn officer station (FWD outboard)

4.5.2.3 Secondary Control Installation: One (1) HMI Touch Screen Display:

1. FWD Bulkhead

4.6 Install Vent Fan Motor Controller Local Control (SCD-TBD)

4.6.1 For 560 Vent Fan Motor Controllers, the contractor shall modify the motor controller enclosure door to install local stop/start pushbuttons.

4.6.2 Modify wiring within the 560 enclosures to support local stop/start controls

4.7 Installation Requirements

4.7.1 Prior to start of work and utilizing installation drawings (ref 3.13 thru 3.28), the contractor shall develop a material list detailing material required to complete the scheduled work. The contractor shall maintain and update a database detailing status of material. This status will include material nomenclature, GFM, GFE or CFM, IAF status, part number, quantity, location, tracking number, issued to be installed date and person issued to. This database shall be updated at least weekly or as material status changes and submitted to NSWCCD Personnel. Upon completion of the installation, an electronic copy of this database shall be submitted to NSWCCD.

4.7.2 The contractor shall order, stage, and store all contractors’ miscellaneous installation material.

4.7.3 The contractor shall provide temporary storage for all Government Furnished Material or Equipment (GFM/GFE) for the duration of the installation. The contractor shall also provide for the transportation of material between the contractor's storage facility and government or MSR storage facilities. The contractor shall maintain identity of all items of material issued to ship using DD form 1149’s. Contractor shall provide copies of DD form 1149’s to NSWCCD Personnel two weeks prior to completion of installation.

4.7.4 The contractor shall provide and make operable one (1) lockable office trailer for use by the Alteration Installation Teams from 05 March 2007 to 30 November 2007. Provide 12 sets of keys to the NAVSEA Philadelphia Project Engineer.

4.7.4.1 Trailer size shall be approximately 12’ x 40’.

4.7.4.2 The trailer shall have electricity, lighting and power, as well as heating, air conditioning and ventilation.

4.7.4.3 The trailer shall be furnished with desks, tables and chairs to the capacity of the trailer.

4.7.4.4 Provide two- (2) telephone direct trunk lines connected to the municipal telephone system with 24-hour continuous unlimited access to local, long distance service for the duration of the availability.

4.7.4.5 Furnishings and equipment in this Work Item shall be maintained in a fully operable condition by the contractor.

4.7.4.6 The trailers shall be located as directed by the Supervisor of Shipbuilding San Diego and Naval Station North Island.

Page 12: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 10 of 29

FINAL

4.7.5 The contractor shall provide the necessary facilities, equipment, tools and trained trade personnel to support the installation and testing of the DDCN modifications. In accomplishing this work, the contractor shall:

4.7.5.1 Ensure compliance with all applicable safety regulations.

4.7.5.2 Conform to shipboard routine with regards to cleanliness, personnel conduct, and ship's security and integrity. The contractor shall maintain the cleanliness of all consoles, electronics enclosures and Node Rooms throughout the availability and sea trials.

4.7.5.3 Maintain a daily work schedule and coordinate all work with Ship's Force, Sup Ship and NSWCCD Personnel.

4.7.5.4 Ensure work scheduled and accomplishments meets requirements of POA&M discussed in paragraph 4.1.4. All discrepancies will be coordinated/discussed with NSWCCD Personnel.

4.7.5.5 Attend all on-site daily or weekly meetings between MSR, Sup Ship, Ship’s Force and NSWCCD. Work Completion Status Reports shall be provided to NSWCCD personnel no later then 4 PM each Thursday to provide NSWCCD time to prepare for weekly meeting.

4.7.5.6 Obtain, stage and ship to work site all contractor furnished incidental material necessary for each stage of the installation.

4.7.5.7 Ensure all trade personnel meet applicable NAVSEA technical skill requirements as well as the qualification requirements of the contract.

4.7.5.8 Provide technical support during the installation and test phases to assist in the resolution of discrepancies as they may occur or are identified during the availability.

4.7.5.9 Provide and install cable identification tags where required on all new and re-routed cabling installed in affected enclosures and equipment. These cable tags shall be installed at the time cable are installed into affected spaces, enclosures and equipment.

4.7.5.10 Perform insulation resistance and continuity test on all electrical/coax cable conductors in all cables after the installation is completed. Contractor shall submit legible copies of a report listing the results of these tests within 48 hours after completion of test (ref 3.29).

4.7.5.11 Connectorization of fiber optic cables shall be in accordance with ref 3.1.

4.7.5.12 Fiber optic cable testing shall be accomplished in accordance with ref 3.1. Contractor shall submit to NSWCCD personnel legible copies of a report listing the results of fiber optic cable test, including DB loss readings, within 48 hours after completion of test.

4.7.5.13 Where applicable, test and checkout any disturbed or restored systems. Contractor shall submit to NSWCCD personnel legible copies of test results within 48 hours after completion of test.

4.7.6 If necessary, the contractor shall provide communication devices with charging capabilities and additional batteries; these devices will allow the test teams and supporting personnel the ability to communicate throughout the ship.

5.0 DELIVERABLES

A001 Installation Milestone Schedule (POA&M), Electronic Format, due 90 days after contract award (Para. 4.1.4).

A002 Quality Assurance (QA) Work Book, (with electronic copy), initial due 90 days after contract award, completed copy due 2 weeks after completion of installation (Para 4.1.5).

A003 Material Tracking Database, due at completion of installation (Para 4.7.1).

Page 13: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 11 of 29

FINAL

A004 Copies of DD form 1149’s shall be provided to NSWCCD Personnel, due two weeks prior to completion of installation (Para 4.7.3).

A005 Work Completion Status Reports, due each Thursday no later then 4 PM (Para 4.7.5.5).

A006 Insulation resistance and cable continuity test results, due 48 hours after completion of test (Para 4.7.5.10).

A007 Fiber optic cable test results, due 48 hours after completion. (Para 4.7.5.12)

A008 Disturbed or restored system test results, due 48 hours after completion of test (Para 4.7.5.13).

A009 Monthly financial and technical progress reports, in electronic format, will be provided on all tasks with funding and task completion percentages. Financial reports are due by the 1st working day of each month.

A010 The contractor shall submit an Installation Completion Report within thirty- (30) working days after completion of the installation. This report will include the following as applicable: pre- and post-installation test results, updates and/or changes to ILS and hardware requirements, date(s) and points of contact for ILS delivery aboard the ship. All identified impacted ILS changes will be provided to ship prior to departure as per Technical Specification 9090-310.

6.0 CONTRACTOR FURNISHED MATERIAL (IAF)

All material identified as Contactor Furnished in all associated drawings.

7.0 EVALUATION

The contractor will be evaluated in the performance of this order on criteria of Pre-Planning Performance, Installation Performance, and Installation Completion Performance as described below. The category weighting factors are 15% for Pre-Planning Performance, 70% for Installation Performance, and 15% for Installation Completion Performance. The Contractor will be notified of any changes in the evaluation criteria as well as any adjustments to the weighting of tasks, if any, prior to commencement of each evaluation period. Unsatisfactory performance under a task may result in an increased weighting for that task in subsequent evaluation periods. (See Clause CAR H09 and CAR H10)

8.0 PERIOD OF PERFORMANCE

The base period of performance shall be from date of award through 04 APRIL 2009.

The option period shall be from 22 JUN 2007 through 22 JUN 2008.

9.0 GOVERNMENT FURNISHED INFORMATION/MATERIAL

9.1 NSWCCD-SSES will provide all available ships drawings and associated documentation.

9.2 NSWCCD-SSES will provide all material listed as GFM in the installation drawings.

10.0 TRAVEL

Travel is anticipated from Norfolk, VA to Philadelphia and San Diego, CA, and from Philadelphia to Norfolk, VA, and San Diego, CA.

11.0 CLASSIFIED MATERIAL

None.

12.0 PLACES OF PERFORMANCE

Page 14: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 12 of 29

FINAL

Work will be accomplished onboard all CVN-68 Class Aircraft Carriers, as well as in Norfolk, VA, San Diego, CA. and in Philadelphia, PA.

13.0 OVERTIME

Overtime is requested for the installation team in order to complete the installation within the periods of ship availability.

14.0 NSWCCD CONTRACTING REPRESENTATIVE (TOM)

The TOM for this Delivery Order is Mr. Gene Clark, NSWCCD-SSES Code 918, Philadelphia, PA (215) 897-8586.

15.0 TECHNICAL POINT OF CONTACT (TPOC)

The TPOC for this Delivery Order is Mr. Jack McKenna, NSWCCD-SSES Code 9115, Philadelphia, PA (215) 897-1471.

Page 15: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 13 of 29

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 cover of the report:

(1) name and business address of the Contractor

(2) contract number

(3) task order number

(4) sponsor: Naval Surface Warfare Center, Carderock Division, Philadelphia, 5001 South Broad Street, Philadelphia, PA 19112-1403 Attention: Mr. Gene Clark, Code 918

Page 16: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 14 of 29

FINAL

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be performed at Destination by the Government.

E-001 TASK ORDER PERFORMANCE STANDARD

Monthly status reports submitted to the Task Order Manager under subject Task Order shall identify the work that had been performed during the month, deliverables that had been submitted, and the name of the Government representative that had received the deliverable. The Task Order Manager will be required on a monthly basis to rate the quality of deliverables in terms of timeliness and quality on a rating scale of one (1) to five (5). The rating scale is specified in the table and defined below:

Rating Number Rating Description 5 Exceptional Exceeds many standards of performance 4 Very Good Exceeds some standards of performance 3 Satisfactory Fully meets standards of performance 2 Marginal Fails to meet some standards of performance 1 Unsatisfactory Fails to meet many standards of performance

Rating Definitions:

Exceptional. Performance meets contractual requirements and exceeds many to the Government’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor was highly effective.

Note: To justify an Exceptional rating, multiple significant events in each category must be identified and must state how it was a benefit to the GOVERNMENT. However, a singular benefit could be of such magnitude that it alone constitutes an Exceptional rating.

Very Good. Performance meets contractual requirements and exceeds some to the Government’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor was effective.

Note: To justify a Very Good rating, a significant event in each category must be identified and must state how it was a benefit to the GOVERNMENT.

Satisfactory. Performance meets contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory.

Note: To justify a Satisfactory rating, there should have been only minor problems, or major problems the contractor recovered from without impact to the contract.

Marginal. Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor’s proposed actions appear only marginally effective or were not fully implemented.

Note: To justify Marginal performance, a significant event in each category that the contractor had trouble overcoming must be identified and must state how it impacted the GOVERNMENT. A Marginal rating should be supported by referencing the management tool that notified the contractor of the contractual deficiency (e.g. Management, Quality, Safety, or Deficiency Report or letter).

Unsatisfactory. Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains a serious problem(s) for which the

Page 17: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 15 of 29

FINAL

contractor’s corrective actions appear or were ineffective.

Note: To justify an Unsatisfactory rating, identify multiple significant events in each category that the contractor had trouble overcoming and state how it impacted the GOVERNMENT. However, a singular problem could be of such serious magnitude that it alone constitutes an unsatisfactory rating. An Unsatisfactory rating should be supported by referencing the management tools used to notify the contractor of the contractual deficiencies (e.g., Management, Quality, Safety, or Deficiency Reports, or letters).

Objective: The objective of this Task Order statement of work is to provide engineering and computer programming support for the design and installation of Distributed Data and Control Networks System (DDCN), Navigation Critical Distribution System (NCDS) and Smart Carrier technologies scheduled for installation on CVN-68 class vessels, at a reasonable cost while maximizing innovation and cost-reduction initiatives.

Measures of Effectiveness: The measures of effectiveness will apply to overall Task Order management. Typical measures to be applied include: quality performance, technical performance, technical expertise, cost performance, cost containment or reduction, timeliness, innovation, consistency, and management effectiveness.

Standards: The standards for the Task Order are derived from the measures of effectiveness and are tailored to maximize Task Order effectiveness.

The annual rating assigned for the effort performed under this Task Order will be a key determining factor as to whether the options will be exercised. If an "UNSATISFACTORY" rating is assigned during any rating period, the Government will not exercise the follow-on option(s), and will the contractor will not be entitled to any future cost or fees it might have earned had the option(s) been exercised. This does not affect the Government's unfettered discretion concerning whether it will or will not exercise the option(s) for other reasons.

(End of clause)

Page 18: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 16 of 29

FINAL

SECTION F DELIVERABLES OR PERFORMANCE

SECTION F

CLIN - DELIVERIES OR PERFORMANCE

DELIVERY INFORMATION

FOB: Destination

SHIP TO ADDRESS:

Naval Surface Warfare Center, Carderock Division

5001 South Broad Street, Phila. PA 19112-1403

ATTN: Mr. Sheldon Clark/CODE 918

52.211-8 TIME OF DELIVERY (JUN 1997)

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

ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF TASK ORDER

1000 and 3000 1 Lot Date of award through 4 April 2009

4000 and 6000 1 Lot 22 JUN 2007 through 22 JUN 2008.

(End of clause)

Page 19: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 17 of 29

FINAL

SECTION G CONTRACT ADMINISTRATION DATA

Task Order Manager Sheldon Gene Clark, 918 5001 S. Broad St. Philadelphia, PA 19112 [email protected] 215-897-8586

CAR-G10 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (FEB 2006) (NSWCCD)

This clause applies to the extent the clause at DFARS 252.232-7003, “Electronic Submission of Payment Requests” appears elsewhere in this contract. This clause provides supplemental information with respect to the electronic submission of payment requests under DFARS 252.232-7003.

The Defense Finance and Accounting Service (DFAS) has limited electronic processing of contractor payment requests to the Wide Area WorkFlow Receipt and Acceptance (WAWF-RA) form identified in the clause at DFARS 252.232-7003. However, an interface between the Naval Surface Warfare Center, Carderock Division (NSWCCD) financial system and WAWF-RA is not available. As a result, NSWCCD cannot process invoices submitted by the contractor for payment via the WAWF-RA. NSWCCD is currently working with the WAWF-RA program office to develop an interface between the NSWCCD financial system and WAWF-RA.

Unless the contractor and the contracting officer agree to an alternate method, the contractor shall submit payment requests, using other than an electronic form, in accordance with the applicable payment clauses of this contract.

The contractor agrees to comply with the clause at DFARS 252.232-7003 when notified by the contracting officer that the interface between the NSWCCD financial system and WAWF-RA is available and capable of processing invoices submitted electronically by the contractor for payment.

(End of Clause)

SEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in Sections B and C of this contract. The total level of effort for the performance of this contract shall be 80,030 total man-hours of direct labor (inclusive of options), including subcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level of effort.

(b) Of the total man-hours of direct labor set forth above, it is estimated that 0 man-hours are uncompensated effort.

Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed in direct support of this contract and shall not include time and effort expended on such things as (local travel to and from an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at 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 in Sections B and C.

(d) The level of effort for this contract shall be expended at an average rate of approximately 40 hours per week. It is

Page 20: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 18 of 29

FINAL

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 term hereof, except as provided in the following paragraph.

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such an extent that the total man hours of effort specified above would be used prior to the expiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefits which would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms and conditions of this contract and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. The Contractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Any agreement to accelerate will be formalized by contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor such that the total man hours of effort specified in paragraph (a) above would be used prior to the expiration of the term. This order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge this order within five days of receipt.

(g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period of this contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract 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 to perform the work until the total number of man hours of direct labor specified in paragraph (a) above shall have been expended, at no increase in the fee of this contract.

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

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

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

(End of Clause)

SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993) (To be completed at time of award)

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-

Page 21: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 19 of 29

FINAL

10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period of performance for which it is estimated the allotted amount(s) will cover are as follows:

The task order is fully funded.

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

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

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

(End of Clause)

CAR-G11 INVOICE INSTRUCTIONS (OCT 2006) (NSWCCD)

(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OF PAYMENT REQUESTS” (DFARS 252.232-7003), the Naval Surface Warfare Center, Carderock Division (NSWCCD) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract. This web-based system located at https://wawf.eb.mil provides the technology for government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted for payment.

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

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

(d) The following information regarding invoice routing is provided for completion of the invoice in WAWF:

WAWF Invoice Type Cost voucher Issuing Office DODAAC N65540 Admin DODAAC S2404A Acceptor DODAAC N65540 Pay DODAAC: HQ0338

Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup

Page 22: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

-------- ---------------------- ---------------------

CONTRACT NO. DELIVERY ORDER NO. PAGE FINAL N00178-04-D-4012 EHP5 20 of 29

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 will be prompted to send additional email notifications. Click on “Send More Email Notification” and add the acceptor/receiver email addresses noted below in the first email address block, and add any other additional email addresses desired in the following blocks. This additional notification to the government is important to ensure that the acceptor/receiver is aware that the invoice documents have been submitted into WAWF.

Send Additional Email Notification To:

[email protected]

(f) The contractor shall submit invoices for payment per contract terms and the government shall process invoices for payment per contract terms.

(g) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number or the NSWCCD WAWF point of contact Brian D. White at (301) 227-1172 or [email protected].

(End of Clause)

Accounting Data SLINID PR Number Amount

100001 63170474 1053600.00 LLA : AA 1771810 61LT 310 SA312 0 068342 2D 000000 LT1280000000 Standard Number: N0002407WXF0159/AA

300001 63170496 1500000.00 LLA : AB 1761810 11LT 253 SAS5F 0 068342 2D 000000 LTCA50000000 Standard Number: N0002406WX31163/AA

300002 63170474 146400.00 LLA : AA 1771810 61LT 310 SA312 0 068342 2D 000000 LT1280000000 Standard Number: N0002407WXF0159/AA

300003 6185476 234000.00 LLA : AC 1761810 61LT 253 SA312 0 068342 2D 000000 LT1280000000 Standard Number: N0002406WXF0247/AA

MOD 2

100002 71010766 882110.00 LLA : AD 1771810 61LT 312 SASCV 0 068342 2D 000000 LT1600000000 Standard Number: N0002407WX30797/AA

300004 71010776 1078890.00 LLA : AD 1771810 61LT 312 SASCV 0 068342 2D 000000 LT1600000000 Standard Number: N0002407WX30797/AA

MOD 3

300005 71425487 5100.00 LLA : AF 1771804 70BA 257 00070 R 045924 2D CA6431 0007076431AP Standard Number: N0007007RCA6431/AA

Page 23: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. DELIVERY ORDER NO. PAGE FINAL N00178-04-D-4012 EHP5 21 of 29

400001 71425454 400000.00 LLA : AE 1761319 84RX 253 SAS5Z 0 068342 2D 263420 S9818000CON0 Standard Number: N0002407WX11474/AA

600001 71425483 100000.00 LLA : AE 1761319 84RX 253 SAS5Z 0 068342 2D 263420 S9818000CON0 Standard Number: N0002407WX11474/AA

MOD 4

400002 72508627 45000.00 LLA : AG 97X4930.NH1C 000 77777 0 000167 2F 000000 07191120099

400003 72508710 59000.00 LLA : AH 97X4930.NH1C 000 77777 0 000167 2F 000000 071911000599

MOD 5

300006 73196143 200000.00 LLA : AJ 1781810 61LT 252 SASCV 0 068342 2D 000000 LT1400000000 Standard Number: N0002408WX30323/AB

400004 73196161 500000.00 LLA : AJ 1781810 61LT 252 SASCV 0 068342 2D 000000 LT1400000000 Standard Number: N0002408WX30323/AB

MOD 6

300007 80729522 14154.00 LLA : AK 1781810 61LT 310 SASCV 0 068342 2D 000000 LT1400000000 Standard Number: N0002408WX30323/AC

400005 80729535 952775.00 LLA : AK 1781810 61LT 310 SASCV 0 068342 2D 000000 LT1400000000 Standard Number: N0002408WX30323/AC

600002 80729538 546188.00 LLA : AK 1781810 61LT 310 SASCV 0 068342 2D 000000 LT1400000000 Standard Number: N0002408WX30323/AC

Page 24: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 22 of 29

FINAL

SECTION H SPECIAL CONTRACT REQUIREMENTS

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

(a) Introduction: The contractor’s performance on this task order will be evaluated by the Government, in accordance with this task order clause. The first evaluation will cover the period ending twelve months after the date of task order award with successive evaluations being performed for each twelve-month period thereafter until the contractor completes performance under the task order. Based on the evaluation results, the PCO will assign an overall performance rating in accordance with paragraph (b) of this clause. The purpose of the evaluation is to determine remedies 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 52.246-5 entitled “Inspection of Services-Cost Reimbursement”, dated Apr 1984, in Section E of the base contract, to provide for a fee reduction covering the performance period evaluated. This clause provides the basis for evaluation of the contractor’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 under the task order for each twelve month period of performance, using the measurable performance standards set forth in the Performance Requirements Summary Table in the SOW, or elsewhere in the task order, and the PCO will assign one 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” ratings for all performance evaluationExcellent criteria. A combination of “Excellent” and “Satisfactory”

Very Good ratings determined by the PCO to exceed Satisfactory” overall. A minimum of “Satisfactory” ratings for allSatisfactory performance evaluation criteria. A rating of “Unsatisfactory” for one or moreUnsatisfactory performance evaluation criteria.

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

Page 25: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 23 of 29

FINAL

(d) Performance Evaluation Criteria: The contractor’s performance will be evaluated on an annual basis using the criteria and standards provided for each task objective in the Performance Requirements Summary Table, and considering 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), who will 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 order Performance Requirements Summary, prepare the evaluation report, including a recommended overall performance rating, 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 is made.

(2) Procuring Contracting Officer (PCO): The PCO is responsible for properly administering the performance evaluation process, maintaining the official performance evaluation file, and making the decision about the overall performance 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. The Government 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 will hold a meeting with the contractor’s Senior Technical Representative to review performance under the task order during 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. The report must include an overall performance rating for the task order, covering the evaluation period, and may include whatever information the contractor deems relevant to support that rating. The report shall not exceed two (2) pages in length.

(h) Performance Evaluation: The PCO will make the decision on the overall performance rating for the work performed under the task order within thirty days after receipt of the evaluation report from the ToM. The decision will 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’s recommendations and the contractor’s comments/report regarding the evaluation. The PCO will provide a copy of the evaluation report, including the overall rating, to the contractor within five working days after completion of the evaluation.

(i) Contractor’s Review of the Evaluation Report: Contractors shall be given a minimum of 15 calendar days to submit comments, rebut statements, or provide additional information. The PCO shall consider the contractor’s submission and respond as appropriate. Although the PCO will consider the contractor’s comments, rebuttals, or additional information, the PCO may, or may not, change the overall rating. The decision to change the rating based 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 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 Work product fails to Work product routinely Work product frequently meet Acceptable Quality meets Acceptable exceeds Acceptable Levels (AQLs) defined Quality Levels (AQLs) Quality Levels (AQLs)

Task Performance in Perfor-mance Requirements Summary

defined in Performance Require-ments Summary

defined in Performance Requirements Summary

Table (see SOW or Table(see SOW or Table (see SOW or elsewhere in the Task elsewhere in the Task elsewhere in the Task

Page 26: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 24 of 29

FINAL

Order). Order). Order). Contractor provides highly qualified

Staffing

Timeliness

Customer Satisfaction

Contractor provides marginally qualified or unqualified personnel. Lapses in coverage occur regularly.

Contractor provides qualified personnel. Lapses in coverage may occasionally occur and are managed per individual task order policy.

personnel. Contractor reassigns personnel to ensure proper coverage. Actual lapsesin coverage occur very rarely, if ever, and are managed per individual task order policy. Contractor ensures staff training remains current.

Contractor frequently misses deadlines, schedules, or is slow to

Contractor routinely meets deadlines,

Contractor always meetsdeadlines,

respond to government requests or is non-responsive to

schedules, and responds quickly to government requests.

schedules, and responds immediately to government requests.

government requests. Fails to meet customer Meets customer Exceeds customer expectations expectations. expectations.

TABLE 3: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION

Problem Resolution

Responsiveness

Communications

UNSATISFACTORY Problems are unresolved, repetitive, or take excessive government effort to resolve.

Contractor’s management is unresponsive to government requests and concerns.

Contractor often fails to communicate with government in an effective and timely manner.

SATISFACTORY

Problems are resolved quickly with minimal government involvement.

Contractor’s management is responsive to government requests and concerns.

Contractor routinely communicates with government in an effective and timely manner.

EXCELLENT Problems are non-existent or the contractor takes corrective action without government involvement. Contractor’s management takes proactive approach in dealing with government representatives and anticipates Government concerns. Contractor takes a proactive approach such that communications are almost always clear, effective, and timely.

TABLE 4: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

Page 27: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 25 of 29

FINAL

Reductions in direct costs to the GovernmentContractor routinely below contract estimatedcompletes the effort costs are noteworthy.within the originally Contractor providesagreed to estimated cost.Contractor routinely fails detailed cost analysis andContractor providesto complete the effort recommendations tomeasures for controllingwithin the originally Government forCostManagement all costs at estimatedagreed to estimated cost, resolution of problemscosts. Funds andi.e. cost overruns identified. Funds andresources are generallyfrequently occur. resources are optimallyused in a cost-effective used to provide themanner. No major maximum benefit for theresource management funds and resourcesproblems are apparent. available. Documented savings are apparent. Reports are clear, accurate, and pro-active.

Reports are timely, Problems and/or trends accurate, complete and are addressedReports are generally clearly written. Problems thoroughly, and theCostReporting late, inaccurate and/or trends are contractor’sincomplete or unclear. addressed, and an recommendations and/or analysis is also submitted. corrective plans are

implemented and effective.

CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE

See Attachment 1

H-5 TASK ORDER PROCESS

J. Ombudsman Description. In accordance with FAR 16.505(a)(7), no protest under FAR Subpart 33.1 is authorized in connection with PCO decisions regarding fair opportunity or the issuance of a TO under this contract, except for a protest on the grounds that a TO increases the scope, period, or maximum value of the contract. The Local Warfare Center Site Deputy for Small Business has been designated as the NAVSEA and related Program Executive Offices Ombudsman for this contract. The NAVSEA Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. Complaints to the NAVSEA Ombudsman must be forwarded to:

Mr. Ted Ptashkin

215-897-7596

[email protected]

Option to Extend Services

The Government may require continued performance of any services within the limits and at the rates specified in the Task Order. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 12 months. The Contracting Officer may exercise the option by written notice to the Contractor

Page 28: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 26 of 29

FINAL

within 10 days prior to Task Order end date.

(End of Clause)

Option to Extend the Term of the Task Order

(a) The Government may extend the term of this task order under option CLINs/SUBCLINs by written notice to the Contractor on or before 4 Apr 2009; provided, that the Government gives the Contractor a preliminary written notice of its intent to exercise the option(s)at least thirty days before the task order expires. The preliminary notice does not commit the Government to an extension.

(b) The total duration of this task order, including the exercise of any options under this clause, shall not exceed three years.

Page 29: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 27 of 29

FINAL

SECTION I CONTRACT CLAUSES

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 $268,631.77 or the overtime premium is paid for work --

(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature;

(2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection, operation of utilities, or accounting;

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or

(4) That will result in lower overall costs to the Government.

(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall—

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime;

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

(3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identification of each affected contract; and

(4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel.

(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 Order Manager. 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 or otherwise serve to accomplish the statement of work.

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

(b) Technical instructions must be within the general scope of work stated in the task order. Technical instructions may 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;

Page 30: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 28 of 29

FINAL

(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 the technical instruction unless and until the Contracting Officer notifies the Contractor that the technical instruction is within the scope of this task order.

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

(End of Clause)

Page 31: 8. NAME AND ADDRESS OF CONTRACTOR General … · E. 8. NAME AND ADDRESS OF CONTRACTOR General Dynamics Information Technology, Inc. (*) [ ] (Signature of Contracting Officer) …

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. EHP5

PAGE 29 of 29

FINAL

SECTION J LIST OF ATTACHMENTS

DD254

Performance Requirements