contract nasi -20048 · contract nasi -20048 the followinginformationhas been determined tobe...

165
CONTRACT NASI -20048 The followinginformationhas been determined to be exempt from disclosure and has been deleted from the contract: Section B.6.C.,systems maintenance dollaramounts, page 3; Section H.2, names of key personnel, page 14; Section H.16.A.,CSC fiscalyear,indirectcostpool,ceilingpercentage and allocationbase, pages 20 and 21; Section H.17, B and C, paragraphs concerning advance agreement on certaincost elements, pages 21 and 22; Section H.18, the conversion schedule, page 22; Section H.19.A, system maintenance dollaramounts, page 23; Appendix A -allunitprices,page 72-98; ExhibitE (Subcontracting Plan): Business methodologies and goals forthe basiclevelofeffortand theadditionallevelofeffort;names, dutiesand titles of personnel administeringthe plan;and planned services and supplies. The deleted materialisexempt from disclosureunder 14 C.F.R. 1206.300 (b)(4) which covers trade secretsand commercial orfinancialinformationobtained from a person and privileged or confidential. Ithas been held thatcommercial orfinancialmatter is“confidential” forpurposes ofthisexemption ifitsdisclosure would be likelytohave eitherofthe followingeffects:(1)impairthe Government’s ability to obtainnecessary informationinthe future;or (2)cause substantialharm to the competitivepositionofthe person from whom the informationwas obtained, National Parks and Conservation v. Morton, 498 F2d 765 (D.C. Cir.1974). Regarding the names of key personnel withheldfrom the contract,disclosureof such information,which was submitted tothe Government inconfidence,would allowpotentialcompetitorsto benefitfrom the company’s effortsto buildup a highlysuccessful management team which possesses unique experience and expertise. Such informationisnot readilyavailableupon request by a third party. Disclosure ofthe financialinformationcould cause substantialcompetitiveharm tothe contractorby providingitscompetitors insightintothe company’s costing practicesand management approaches. Furthermore, disclosurewould discourage othercompanies from participatinginfuturecompetitive procurements, thereby impairingthe Government’s abilitytoobtaincomplete and accurate cost data,and inturn,frustrating the mandate to obtain maximum competition in negotiated procurements.

Upload: others

Post on 24-Mar-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

CONTRACT NASI -20048

The followinginformationhas been determined to be exempt from disclosureand has been deleted from the contract:

Section B.6.C.,systems maintenance dollaramounts, page 3;

Section H.2, names of key personnel, page 14;

Section H.16.A.,CSC fiscalyear, indirectcost pool,ceilingpercentage andallocationbase, pages 20 and 21;

Section H.17, B and C, paragraphs concerning advance agreement oncertaincost elements, pages 21 and 22;

Section H.18, the conversion schedule, page 22;

Section H.19.A, system maintenance dollaramounts, page 23;

Appendix A - allunitprices,page 72-98;

ExhibitE (Subcontracting Plan): Business methodologies and goals forthebasic levelof effortand the additionallevelof effort;names, dutiesand titlesof personnel administeringthe plan;and planned services and supplies.

The deleted materialisexempt from disclosureunder 14 C.F.R. 1206.300 (b)(4)which covers trade secrets and commercial or financialinformationobtainedfrom a person and privileged or confidential.Ithas been held thatcommercialor financialmatter is“confidential”forpurposes of thisexemption ifitsdisclosurewould be likelyto have eitherofthe followingeffects:(1)impairtheGovernment’s abilityto obtain necessary informationinthe future;or (2)causesubstantialharm to the competitivepositionofthe person from whom theinformationwas obtained, National Parks and Conservation v. Morton, 498 F2d765 (D.C. Cir.1974).

Regarding the names of key personnel withheldfrom the contract,disclosureofsuch information,which was submitted to the Government inconfidence, wouldallow potentialcompetitors to benefitfrom the company’s effortsto buildup ahighlysuccessful management team which possesses unique experience andexpertise. Such informationisnot readilyavailableupon request by a thirdparty.

Disclosure of the financialinformationcould cause substantialcompetitive harmto the contractorby providingitscompetitors insightintothe company’s costingpracticesand management approaches. Furthermore, disclosurewoulddiscourage other companies from participatinginfuturecompetitiveprocurements, thereby impairingthe Government’s abilityto obtain completeand accurate cost data,and inturn,frustratingthe mandate to obtain maximumcompetition in negotiated procurements.

Page 2: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

Disclosure of the unitpricesinthe contractwould revealthe company’s pricingand discount strategy,andwould aidcompetitors inestimating futurebids of thesubmitter. Therefore, thisinformationisbeing withheld under exemption 4.See Sperry Univac Div.v. Baldriae,3 GDS 83,265 at 84,052 (E.D.Va 1982).

Disclosure of the informationinthe Subcontracting Plan would discouragefuturesubmission of detaileddata concerning the company’s implementation oftheirSubcontracting Plan and impairthe Government’s abilityto obtainnecessary informationinthe futureas wellas cause substantialharm to thecompetitive positionof the company.

Page 3: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

UM8 Control Number 2700-0042AWARD/COfUTRACT 1 THIS CONTRACT IS ARATEOOROER

UNOER OPX [15 CFR 2S01“*”N= 00-C9 ‘*”i “ v=& ij

2. CONTRACT {Pros. l“, t ldcmt. ] ?+0. EFFE T co T’NA51-20048 3“9/li9Y A k 1’‘Yt”’s’~iO&f”ft&’YE‘EQUE’’’PR*”’”‘“

I !5, l’stJEo s-v 6. AOUINISTEREOBY (IfOtkr ha Itims)

COOE [ CODE I

17.NAM EANOAOORESSOF CONTRACTOR (No..gwt. ede.eoume.$hr.~d~IPCti)

Computer Sciences CorporationApplied Technology Division6565 Arlington BoulevardP. O. Box 2247Falls Church, VA 22042-0227

4COOE lFACILl~COOE11.SHiP TO/MARU FOR

COOE 112.PAvMCNT WILLB

B. OELIVE~V

Q F08 ORIGIN ~ OTHER (**brlolu)9.OISCOL!NTFOQPROMPTPAVMENT

N/A

10.SU8MITINVOICES [ITEMf4eOPk#Mn&m Othr.

wmsprclfkd) TO THE‘-P’

: G.4AOORESS .SNOWN IN.MADE BV

Cou

See F.4 and F.6 Financial Management Division, WS 175

..—.—— —. —-_——-— —.13. ~t$N~OnlTV FOR USING OTHER Tt4ANFULL ANO0’ENCOW’ETl.

-—.-. —INGANO APPROPRIATION OATA

1 See attached.10 U SC. 2304ie)f ) 41 US. C.253[C)( )

15A. ITEM NO. ] 1S6. SUPPLIEYSERVICES I 15C. OUANTITY [150. uNITl f5E uNITPRIcEl ISF AMOUNT.

Scientific Computing Operations,Maintenance, and Communications(SCOMAC) Services

Initial1st Option2nd Option7 Yr. Total3rd - 8th O tionsOptional LO!Svstems Maintenance

Est. Cost

$28,045,00031,041,000

!~

49 994 000

8:742:000$ 26,419,050Price Pool

Fee TotalS1,780,000 $ 29,825,000$1,988,000 $ 33,029,0003,207 000 S 53 201 000

%uuu mmmuuu$ ‘516:000 $ 9,258,000$1,704,113

t28,123,16335,000,000.

1~.TOTAL ~OPCOMTRACT ➤l$188,436,16- dI&TABLEOFCONTENTS

u) IsEC. I DESCRIPTION lPAGE(Sl~u} jsEc I DESCRIPTION ]PAGEISIPART I -lwEsCt-tEO”LE I DARTII -CO?4TRACTCLAUSES

XIA SOLICITATION/CONTRACT FORM 1 1 I }CONTRAC7CLAU5ES I 26SUFPLIESORSE RvICESANO+RICE!MCOSTS ? I PARTIII -

; i:

LISTOF OOCUMENTS. EXMIBITSANO OTI-KRATTACH.

DESCRIPTION/SPECS NORK STATEMENT I J I LISTOF ATTACHMENTS I 55x o PAcKAGINGANO MARKING 4 PART IV - REPaESENTaTIONS ANOtNSTRUCTIONS

x E Iinspection ANOACCEPTANC~ K REPRESENTATIONS. CERTIFICATIONS AND

x F OELIVERIESOR Performance 6 OTHER STATEMENT% OF OFFERORS

x G CONTRACT ADMINISTRATION OATA L INSTRS.CC4UOS .ANONOTICES TOOFFERORS

H SPECIAL CONTRACT REQUIREMENTS 14 M [EVALUATION FACTORS FOR AWARO

CONTRACTING OFFICER WIIL COMPLETEI TEN 170R18ASAPPL ICA8LE—

,7. U CONTRAC70~% NEGOTIATE AG*CEMENT ,Con-te u =- I 10. U AWA RO tCoatmttcx Ls WI mqu,ti (O ,8#w ttuwdOeMmrwt. J VoU@

20A. NAME OF CONTRACTING OFFICER

WILLIAM R. KIVETT

Page 4: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

ACCOIJNTING ~APPROPRIATION ~

1150.2503 M1790 992-16-04-04 $ 287,373 (Complete)1140.1504 M2000 992-14-04-11 $ 48,000 (Complete)1140.1504 M2053 992-14-04-01 $ 60,000 (Complete)1140.1504 R18179 509-10-41-50 $ 144,000 (Complete)1140.1504 A2332 023-10-03-01 $ 50,000 (Complete)1100.2501 M2086 992-16-03-06 ~955,000 (Partial)

$1,544,373

Page 5: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

TABLE OF CONTENTS

SOLICITATION/CONTRACT FORM... . . . . . . . . . . . . . . . . . . . . . .

PART I - THE SCHEDULE . . . . . . . . . . . . . . . . . . . . . . . . . . . .

SECTIONB.1B.2B.3B.4B.5B.6

SECTIONC.1

SECTIOND.1

SECTIONE.1

E.2

E.3

E.4

SECTIONF.1F.2

F.3F.4F.5F.6

SECTIONG.1G.2G.3G.4

G.5

G.6

G.7G.8G.9G.1O

B- SUPPLIES OR SERVICES AND PRICE/COSTS . . . . . . . . . . . . . .SCOPEOFWORK. . . . . . . . . . . . . . . . . . . . . . . . . . . .LEVEL-OF-EFFORT. . . . . . . . . . . . . . . . . . . . . . . . . . .ESTIMATED COST, AWARD FEE AND FIXED FEE . . . . . . . . . . . . . . .SPECIFIED OTHER DIRECT COSTSCONTRACT FUNDING (NASA 18-52.2i2~8i) .(iUN i9~Oj : : : : : : : : : : :ADMINISTRA~ION OF CONTRACT FUNDING (LaRC 52.232-100) (OCT 1992) . . .

c - DESCRIPTIONISPECIFICATIONS/WORK STATEMENT . . . . . . . . . . . .STATEMENTOFWORK. . . . . . . . . . . . . . . . . . . . . . . . . .

D- PACKAGING AND MARKING. . . . . . . . . . . . . . . . . . . . . .There are no clauses in this section. . . . . . . . . . . . . . . . .

E- INSPECTION ANDACIEPTANCE . . . . . . . . . . . . . . . . . . . .INSPECTION OF SUPPLIES - COST-REIM6URsEt4ENT (FAR 52.246-3)(ApR 1984)INSPECTION O; iEiViC&*- “C(iS+-liEiMi.J&iMiN+ tFiR”5i.;4& “ “ “ “ “ “(APR 1984)MATERIAL INS;E~T~ON iN6 ~E~E~v~NG &EbORT. (NA~A”18-j212~6~7;)” . . “ “(OCT 1988)FINAL Inspection.ANO”AiC;piANC; ~L;ft~ ;212;6~9~)”(6c+ i99zj I 1 I 1 1

-DELIVERIES OR PERFORMANCE.. . . . . . . . . . . . . . . . . . .!TOP-WORK ORDER (FAR 52.212-13) (AUG 1989) ALTERNATE I (APR 1984) . .F.O.B. DESTINATION, WITHIN cONSIGNEE’S PREMISES (FAR 52.247-35)(Apft 1984)PERIOO OF PERFtiRkNC~ ~N~S~ i8~5;.hi-;4j ~OiC”l;ti). : : : : : : : :PLACEOFOELIVERY. . . . . . . . . . . . . . . . . . . . . . . . . .PLACES OF PERFORMANCE (LaRC 52.212-98) (OCT 1992) . . . . . . . . . .REPORTS ANO DOCUMENTATION DELIVERY . . . . . . . . . . . . . . . . .

G - CONTRACT ADMINISTRATION OATAREPORT ON NASA SUBCONTRACTS (NASA i8~5~.~04-joj ~N6v”1;9;)” I I I I IPAYMENT OF FIXED FEE (NASA 18-52.216-75) (OEC 1988) . . . . . . . . .AWARO FEE (NASA 18-52.216-76) (OEC 1991)DESIGNATION OF NEU TECHNOLOGY REPRESENTATI~E.ANO.P~T~N+ . “ . “ . “ .REPRESENTATIVE (NASA 18-52.227-72) (APR 1984) . . . . . . . . . . . .ACQUISITION OF CENTRALLIf REPORTABLE EQuIPMENT (NASA 18-52.245-70)(MAR 1989)FINANCIAL RE;ORT~N& OF.G6V~RNMEN+-0UNE6/iONT~AtT6R~H;L6 SRtiP~RfY. “ .(NASA 18-52.245-73) (t4AR 1989)SUBMISSION OF VOUCHERS FOR PAYMENT. (NA~A.li-;2:2i6~8;) .(bEt i9~j : :WORK ORDERS (LaRC 52.212-101) (OCT 1991)AWARD FEE EVALIJATIONS (LaRC 52.216-92) (JUN i990j : : : : : : : : : :CONTRACT CLOSEOUT (LaRC 52.242-90) (JUN 1988) . . . . . . . . . . . .

PAGE

1

2

;

:333

44

:

4

4

5

66

66

777

;

8899

9

10

1011121213

NAS1-20048

Page 6: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

TABLE OF CONTENTS PAGE

SECTION H - SpEcIAL CONTRACT REQUIREMENTS . . . . . . . . . . . . . . . . . . 14H.1H.2

H.3

H.4

H.5

H.6H.7H.8

H.9

H.1O

H.11H.12H.13H.14H.15

H.16H.17H.18H.19H.20

H-21

RIGHTS TO PROPOSAL DATA ”(TECHNICAL) (FAR 52.227-23) (JUN 1987) . . . 14KEY PERSONNEL AND FACILITIES (NASA 18-52.235-71)(MAR 1989) 14STATEMENT OF”EQu~V~L;Nf RA+E< FOR ;EDERAL lIRE< iF~R”5;.~2Z-~2j “ “ “(MAy 1989) 15

LIST OF GOVE~NMENT~F~RNI~H;D”PROPERT; ~N~5~ i8~5~.~4;-;6j “ “ “ “ “ “(OCT 1988) 16

LIST OF INSTiLLA+10N~pR0~16E6 ~RtiP;R;Y”AND”sER~ItE~ “ “ “ “ “ “ “ “ “(NASA 18-52.245-77) (MAR 1989) . . . . . . 16

LIST OF GOVERNMENT-FURNISHED ITEMS” : : : : : : : : : : : 0 . 0 “ o “ 18PROCUREMEI+T AUTHORITY (201-39.5202-3) (OCT 90 FIRMR) 18CONTRACTOR EMPLOYEE’S SECURITY CLEARANCE (LaRC 52.204-;Oj “ “ “ “ “ “(OCT 1992) 18AUTOMATED IN;06M~T~0~ ;E~u~I+Y” (AI;)”P~OGR~MjEtiPLO~E;tiAi16NAL” “ “ “AGENCY CHECK (NAC) AND USER AGREEFIENT EXECUTION (LaRC 52.239-90)(t+iAY1991) 18OBSERVATION OF”R;GtiLiT~ONS”ANO” IDENT~F~C~T~ON 6F”C6N+R~Cf0R’~ “ “ “ “EMPLOYEES (LaRC 52.212-104) (MAR 1992) 19InCOrpOratiOn OF SECTION KOF THE PR0P0S~L”13;~E~E~ENC~ 1 I I I I 1 1 19SUBCONTRACTING PLAN. . . . . . . . . . . . . . . . . . . . . . . . .EVIDENCE OF INSURANCE. . . . . . . . . . . . . . . . . . . . “ ● “ “ ;:VIRGINIA AND LOCAL SALES TAXES (LaRC 52.229-92) (APR 1992) . . . . . 20WAGEC)ETERMINATIONSAND FRINGE BENEFITS (LaRC 52.237-90)(NOV 1990) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20.———— -,ADVANCEADVANCEADVANCEOPTIONSSYSTEMSOF WORKPENSION

AGREEMENT ON INDIRECT RATES . . . . . . . . . . . . . . . . . ::AGREEMENT ON CERTAIN COST ELEMENTSAGREEMENT ON SYSTEMS MAINTENANCE PRI~E; : : : : : : : : : : :

;:

MA~N+ENANC~ ;R~c~ ;06L”F6R”S~C+16N”C:4”0~ +H~ ~TATeM~N+ “ “ “. . . . . . 26

;O~T~BiLiT;: : : : : : : : : : : : : : : : : : : . . . . “ ● 26-

PART 11 -CONTRACT CLAUSES . . .“. . . . . . . . . . . . . . . . . “ . “ “ ● 26

SECTION I -CONTRACT CLAUSES . . . . . . . . . . . . . . . . . . 0 “ “ “ “ o 26

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS . . . . . . . . 55

SECTION J -LIST OF ATTACHMENTS. . . . . . . . . . . . . . . . 0 . “ “ “ ● o 55

NAS1-20048

Page 7: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

PART I - THE SCHEDULE

SECTION ~= SUPPLIES USERVICES ~PRICE/COSTS

B.1 SCOPE OF WORK

A. The Contractor shall, except as otherwise specified herein, furnish allpersonnel, facilities, services, equipment, supplies, and materials necessary forperformance of Scientific Computing Operations, Maintenance, and CommunicationsServices as described in Exhibit A, Statement of Work (SOW), dated July 27, 1993.

B. Specific detailed performance requirements within the Statement of Work forSection C.6, LaRCllistributed Computing and Data Reduction Support will be directedby the Government in accordance with the procedures outlined in G.8, Work Orders.

B.2 LEVEL-OF-EFFORT

A. In performing work under Section C, Description/Specifications/WorkStatement (excluding Section C.4) the Contractor is obligated to provide 641,370

“ direct productive labor hours as defined below.

B. Direct productive level-of-effort hours are defined as those hoursactually worked (including overtime) by personnel in the performance of the workset forth in Section C, except for C.4, Central Scientific Computing Complex(CSCC) Systems Maintenance. First-line supervision of the work performed insupport of the Statement of Work is considered to be direct and all correspondinghours are considered as direct productive level-of-effort hours.

c. Productive non-level-of-effort hours are defined as those hours expendedby personnel such as the Contract Manager, Deputy Contract Manager, TechnicalManagers, financial, clerical, and procurement personnel in managing oradministering the work.

D. All paid absences (vacation, holidays, sick, etc.) are considered non-productive hours.

B.3 ESTIMATED COST, AWARD FEE AND FIXED FEE

A. The estimated cost of this contract is $28,045,000, exclusive of theaward fee of $1,780,000 and fixed fee* of $0. The total estimated cost, awardfee, and fixed fee is $29,825,000.

B. The award fee available for each evaluation period is as follows:

Period Available Award ~

9/1/93 - 2/28/94 $445,0003/1/94 - 8/31/94 $445,0009/1/94 - 2/28/95 $445,0003/1/95 - 8/31/95 $445,000

*A fixed fee amount will be inserted if the Government exercises any of theone-month options to extend the period of performance as set forth in Section H.

NAS1-20048

Page 8: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

c. The cost for CSCC Systems Maintenance Services is includedestimated cost set forth above. The monthly charge for performing s:maintenance services are set forth in Appendix A of Exhibit A. The <cost for systems maintenance reflected in Appendix A is

8.4 SPECIFIED OTHER DIRECT COSTS

The estimated cost of this contract includes the following estmaterial, equipment, software, travel, training, and fixed-price spe(services such as commercialized available graphics and publications,

3

in thestemsotal contract

mates forializedand board

repair, required for performance of the Statement of Work except Section C.4.

Initial First - Second Third Fourth Fifth Sixth Seventh Eighthperiod QQ2!2 w !212t@ QQQJ2!2 Q@Q!! !l121.@ ODtion QJ&.Q!

$4,450,000 $5,224,000 $8,599,000 $255,700 $255,700 $255,700 $255,700 $255,700 $255,700

These costs are the Government’s best estimate of what the actuals will be.There will be no adjustment in the fee(s) of the contract should the actuals bedifferent than these estimates.

B.5 CONTRACT FUNDING (NASA 18-52.232-81) (JUN 1990)

(a) For purposes of payment of cost, exclusive of fee, in accordance withthe Limitation of Funds clause, the total amount allotted by the Government tothis contract is $1,452,215 and covers the following estimated period ofperformance: July 21, 1993, through September 30, 1993.

(b) An additional amount of $92,158 is obligated under this contract forpayment of fee.

B.6 ADMINISTRATION OF CONTRACT FUNDING (LaRC 52.232-100) (OCT 1992)

A. The Contractor agrees that all future incremental funding sha’accomplished by Administrative Change Modification and that the fundingshall in no way change the Contractor’s notification obligations as setthe “Limitation of Funds” clause.

B. In addition to the requirements of the “Limitation of Funds” (

1 beprocedureforth in

lause, theContractor shall notify the Contracting Officer in writing if, at any time, theContractor has reason to believe that the total cost to the Government for thecomplete performance of this contract will be greater or substantially less thanthe then total estimated cost of”the contract. Such notification shall give arevised estimate of the total cost for the performance of this contract.

NAS1-20048

Page 9: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

SECTION ~= DESCRIPTION/SPECIFICATIONS/’WORK STATEMENT

C.1 STATEMENT OF WORK

The Contractor shall perform the effort specified in Exhibit A, Statement ofWork entitled, “Scientific Computing Operations, Maintenance, and CommunicationsServices.”

~ECTION ~= PACKAGING ~MARKING

0.1 There are no clauses in this section.

SECTION ~= INSPECTION ~ACCEPTANCE

E.1 INSPECTION OF SUPPLIES - COST-REIMBURSEMENT (FAR 52.246-3)(ApR 1984)

(a) Definitions. “Contractor’s managerial personnel,” as used in this clause,means any of the Contractor’s directors, officers, managers, superintendents, or

“ equivalent representatives who have supervision or afrection of--(1) All or substantially all of the Contractor’s business;(2) All or substantially all of the Contractor’s operation at a plant or

separate location at which the contract is being performed; or(3) A separate and complete major industrial operation connected with

performing this contract.“Supplies,” as used in this clause, includes but is not limited to raw

materials, components, intermediate assemblies, end products, lots of supplies,and, when the contract does not include the Warranty of Data clause, data.(b) The Contractor shall provide and maintain an inspection system acceptable tothe Government covering the supplies, fabricating methods, and special toolingunder this contract. Complete records of all inspection work performed by theContractor shall be maintained and made available to the Government duringcontract performance and for as long afterwards as the contract requires.(c) The Government has the right to inspect and test the contract supplies, tothe extent practicable at all places and times, including the period ofmanufacture, and in any event before acceptance. The Government may also inspectthe plant or plants of the Contractor or any subcontractor engaged in the contractperformance. The Government shall perform inspections and tests in a manner thatwill not unduly delay the work.(d) If the Government performs inspection or test on the premises of theContractor or a subcontractor, the Contractor shall furnish and shall requiresubcontractors to furnish all reasonable facilities and assistance for the safeand convenient performance of these duties.(e) Unless othemise specified in the contract, the Government shall acceptsupplies as promptly as practicable after delivery, and supplies shall be deemedaccepted 60 days after delivery, unless accepted earlier.(f) At any time during contract performance, but no later than 6 months (or suchother time as may be specified in the contract) after acceptance of the suppliesto be delivered under the contract, the Government may require the Contractor toreplace or correct any supplies that are nonconforming at time of delivery,Supplies are nonconforming when they are defective in material or workmanship orare otherwise not in conformity with contract requirements. Except as otherwiseprovided in paragraph (h) below, the cost of replacement or correction shall be

NAS1-20048

Page 10: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

included in allowable costPayment clause, but no addtender for acceptance suppdisclosing the former requ

determined as provided in thetional fee shall be paid. Theies required to be replaced orrement for replacement or correction, and, When

5

Allowable Cost andContractor shall notcorrected without

required, -shall disclose the corrective action taken.

(!3) (1) If the Contractor fails to proceed with reasonable promptness to performrequired replacement or correction, the Government may--

(i) By contract or otherwise, perform the replacement or correction andcharge to the Contractor any increased cost or make an equitable reduction in anyfixed fee paid or payable under the contract;

(ii) Require delivery of undelivered supplies at an equitablereduction in any fixed fee paid or payable under the contract; or

(iii) Terminate the contract for default.(2) Failure to agree on the amount of increased cost to be charged to theContractor or to the reduction in the fixed fee shall be a dispute.(h) Notwithstanding paragraphs (f) and (g) above, the Government may at any timerequire the Contractor to correct or replace, without cost to the Government,nonconforming supplies, if the nonconformances are due to (1) fraud, lack of goodfaith, or willful misconduct on the part of the Contractor’s managerial personnel“~r (2) the conduct of one or more of the Contractor’s employees selected orretained by the Contractor after any of the Contractor’s managerial personnel hasreasonable grounds to believe that the employee is habitually careless orunqualified.(i) This clause applies in the same manner to corrected or replacement suppliesas to supplies originally delivered.(J) The Contractor shall have no obligation or liability under this contract toreplace supplies that were nonconforming at the time of delivery, except asprovided in this clause or as may be otherwise provided in the contract.(k) Except as otherwise specified in the contract, the Contractor’s obligation tocorrect or replace Government-furnished property shall be governed by the clausepertaining to Government property.

E.2 INSPECTION OF SERVICES - COST-REIMBURSEMENT (FAR 52.246-5)(APR 1984)

(a) Definition. “Services,” as used in this clause, includes services Performed#workmanship, and material furnished or used in performing services.(b) The Contractor shall provide and maintain an inspection system acceptable tothe Government covering the services under this contract. Complete records of allinspection work performed by the Contractor shall be maintained and made available

to the Government during contract performance and for as long afterwards as thecontract reauires.;;:

thewil’(d)thecon:

The Gotiernment has the right to inspect and test all services called for bycontract, to the extent practicable at all places and times during the term ofcontract. The Government shall perform inspections and tests in a manner thatnot unduly delay the work.If any of the services performed do not conform with contract requirements,

Government may require the Contractor to perform the services again inonnity with contract requirements, for no additional fee. When the defects in

services ~annot be.corrected by reperformance, the Government may (1) require theContractor to take necessary action to ensure that future performance conforms tocontract requirements and (2) reduce any fee payable Under the contract to reflectthe reduced value of the services performed.

NAS1-20048

Page 11: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

(e) If the Contractor fails to promptly performaction necessary to ensure future performance inrequirements, the Government may (1) by contractservices and reduce any fee payable by an amount

6

the services again or take theconformity with contractor otherwise, perform thethat is equitable under the

circumstances or (2) terminate-the cofitract for default. ‘

E.3 MATERIAL INSPECTION ANO RECEIVING REPORT (NASA 18-52.246-72)(OCT 1988)

(a) At the time of each delivery under this contract, the Contractor shallfurnish to the Ciovernment a Material Inspection and Receiving Report (00 Form 250series) prepared in three copies, an original and two copies.

(b) The Contract~r shal1 prepare the 00 Form 250 in accordance with NASA FARSupplement 18-46.672-1. The Contractor shall enclose the copies of the 00 Form250 in the package or seal them in a waterproof envelope which shall be securelyattached to the exterior of the package in the most protected location.

(c) Mhen more than one package is involved in a shipment, the Contractor shalllist on the 00 Form 250, as additional information, the quantitj iofpackages andthe package numbers. The Contractor shall forward the 00 Form 250 with the lowestnumbered package of the shipment and print the words “CONTAINS 00 FORM 250” on thepackage.

E.4 FINAL INSPECTION ANO ACCEPTANCE (LaRC 52.246-94) (OCT 1992)

Final inspection and acceptance of all items specified for delivery underthis contract shall be accomplished by the Contracting Officer or his dulyauthorized representative at destination.

~L~OELIVERIES OR pERFORMANCE

F.1 STOP-WORKORDER (FAR 52.212-13) (AUG 1989) ALTERNATE I (APR 1984)

(a) The Contracting Officer may, at any time, by written order to the Contractor,require the Contractor to stop all, or any part, of the work called for by thiscontract for a period of 90 days after the order is delivered to the Contractor,and for any further period to which the parties may agree. The order shall bespecifically identified as a stop-work order issued under this clause. Uponreceipt of the order, the Contractor shall immediately comply with its terms andtake all reasonable steps to minimize the incurrence of costs allocable to thework covered by the order during the period of work stoppage. Within a period of90 days after a stop-work order is delivered to the Contractor, or within anyextension of that period to which the parties shall have agreed, the ContractingOfficer shalleither -

(1) Cancel the stop-work order; or(2) Terminate the work covered by the order as provided in the Termination

clause of this contract.(b) If a stop-wark order issued under this clause is canceled or the period ofthe order or any extension thereof expires, the Contractor shall resume Work. Thecontracting Officer shall make an equitable adjustment in the delivery schedule,the estimated cost, the fee, or a combination thereof, and in any other terms of

l’4ASl-20048

Page 12: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

7

the contract that may be affected,accordingly, if -

(1) The stop-work order resu”

and the contract shall be modified, in writing,

ts in an increase in the time required for, orin the Contractors cost properly allocable to, the performance of any part ofthis contract; and

(2) The Contractor asserts its right to the adjustment within 30 days afterthe end of the period of work stoppage; provided, that, if the Contracting Officerdecides the facts Justify the action, the Contracting Officer may receive and actupon the claim submitted at any time before final payment under this contract.(c) If a stop-work order is not canceled and the work covered by the order isterminated for the convenience of the Government, the Contracting Officer shallallow reasonable costs resulting from the stop-work order in arriving at thetermination settlement.(d) If a stop-work order is not canceled and the work covered by the order isterminated for default, the Contracting Officer shall allow, by equitableadjustment or otherwise, reasonable costs resulting from the stop-work order.

F.2 F.O.B. DESTINATION, WITHIN CONSIGNEE’S PREMISES (FAR 52.247-35)(APR 1984) (APPLICABLE ONLY TO CSCC SYSTEMS MAINTENANCE, SECTION C.4 OFTHE SOW)

(a) The term “F.O.6. destination, within consicmee’s premises,” as used in thisclause, means free of expense to the Government-delivered and laid downdoors of the consignee’s premises, including delivery to specific roomsbuilding if so specified.(b) [~y C~~jractor shall -

Pack and mark the shipment to comply with contract specor

(ii) In the absence of specifications, prepare the shipmentconformance with carrier requirements;

(2) Prepare and distribute commercial bills of lading;(3) Deliver the shipment in good order and condition to the point

delivery specified in the contract:

within thewithin a

fications;

n

of

(4) Be responsible for any loss of and/ordamageto the goods occurringbefore receipt of the shipment by the consignee at the delivery point specified inthe contract;

(5) Furnish a delivery schedule and designate the mode of deliveringcarrier; and

(6) pay and bear all charges to the specified point of delivery.

F.3 PERIOOOF PERFORMANCE (NASA 18-52.212-74) (oEc 1988)

The period of performance of this contract shall be September 1, 1993,through August 31, 1995.

F.4 PLACE OF OELIVERY

Delivery of all items hereunder shall be f.o.b. Langley Research Center.

F.5 PLACES OF PERFORMANCE (LaRC 52.212-98) (OCT 19’32)

The places of performance shall be the Contractor’s facility and NASALangley Research Center (LaRC), Hampton, Virginia 23681-0001.

NAS1-20048

Page 13: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

8

F.6 REPORTS AND DOCUMENTATION C)ELIVERY

The Contractor shall provide to the Government all reports and items ofdocumentation as required by the SOW, Section I (Contract Clauses), and Exhibit B(Contract Documentation Requirements).

SECTION ~= CONTRACT ADMINISTRATION QATJ

G.1 REPORT ON NASA SUECONTRACTS (NASA 18-52.204-70) (NOV 1992)

(a) The Contractor shall submit information on NASA Form667 to the NationalAeronautics and Space Administration (Code HM), Washington, DC 20546,substantially as follows with respect to each subcontract or subcontractmodification exceeding $2S,000 within 10 working days after its execution:

(1) The name and address of the prime Contractor and the NASA prime contractnumber.

(2) The name and address of the subcontractor.(3) whether the subcontractor is a large or small business concern and/or a

minorit business concern.(4Y Whether the type of effort being performed involves research and -

development.(5) A brief description of the subcontract work.(6) The amount of the subcontract.(7) The principal location where the subcontract work is to be performed, if

known.(b) The Contractor and its subcontractors shal1 submit negative reports annually,if applicable, on each prime contract and first-tier subcontract subject to thisreporting requirement. These negative reports shall be submitted not later thanOctober 31 for the 12-month period ending September 30th of each year. Thenegative reporting shall be continued until the contract or subcontract has beenphysically completed and the National Aeronautics and Space Administration (CodeHM), Washington, DC 20546, so notified by the Contractor or subcontractor.(c) “Subcontract,” as used in this clause, means procurement in excess of $25,000by the Contractor or first-tier subcontractor of articles, materia?s, or servicesfor performing this contract (including facility leases), except purchases,regardless of amount, of stock items, materials, or services that cannot bespecifically identified with this contract.(d) “Research and development,” as used in this clause, means basic and appliedresearch, and design and development of prototypes and processes to (I) pursue aplanned search for new knowledge, with or without reference to a specific ~application, (2) apply existing knowledge in the creation of new products orprocesses, or (3) apply existing knowledge in the improvement or modification ofpresent products and processes. It excludes subcontracts for the purchase ofstandard commercial items and services.(e) The Contractor shall --

(1) Insert the provisions of paragraphs (a), (b), (c), and (d) of thisclause in each subcontract over $100,000;

(2) Instruct its subcontractors to submit their reports directly to theNational Aeronautics and space Administration (code HM), Washington, DC 20546;and

(3) provide its subcontractors with the number of the NASA prime contract.

NAS1-20048

Page 14: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

9

G.2 PAYMENT OF FIXEO FEE (NASA 18-52.216-75) (OEC 1988)

The fixed fee shall be paid in monthly installments based upon thepercentage of completion of work as determined by the Contracting Officer

G.3 AWARD FEE (NASA 18-52.216-76) (DEC 1991)

(a) The Government shall pay the Contractor for performing this contractbase fee, if any, and such additional fee as may be awarded, as providedSchedule.

suchn the

(b) Payment of the base fee and award fee shall be made as specified in theSchedule; provided that, after payment of 85 percent of the base fee and potentialaward fee, the Cent-ratting Officer may withhold further payment of the base feeand award fee until a reserve is set aside in an amount that the ContractingOfficer considers necessary to protect the Government’s interest. This reserveshall not exceed 15 percent of the total base fee and potential award fee or$100,000, whichever is less.(c) Award fee determinations made by the Government under this contract are notsubject to the Disputes ~lause.

G.4 DESIGNATION OF NEW TECHNOLOGY REPRESENTATIVE ANO PATENTREPRESENTATIVE (NASA 18-52.227-72) (APR 1984)

(a) For purposes of administration of the clause of this contract entitled “NewTechnology” or “Patent Rights - Retention by the Contractor (Short Form)”,whichever is included, the following named representatives are hereby designatedby the Contracting Officer to administer such clause:

Title Office Code Address (includina ziD code)

New Technology 200 NASA, Langley Research CenterRepresentative Hampton, VA 23681-0001

Patent 143 NASA, Langley Research CenterRepresentative Hampton, VA 23681-0001

(b) Reports of reportable items, and disclosure of subject inventions, interimreports, final reports, utilization reports, and other reports required by theclause, as well as any correspondence with respect to such matters, should bedirected to the New Technology Representative unless transmitted in response tocorrespondence or request from the Patent Representative. Inquiries or requestsregarding disposition of rights, election of rights, or related matters should bedirected to the Patent Representative. This clause shall be included in anysubcontract hereunder requiring a “New Technology” clause or “Patent Rights -Retention by the Contractor (Short Form)” clause, unless othemise authorized ordirected by the Contracting Officer. The respective responsibilities andauthorities of the above-named representatives are set forth in 18-27.375-3 of theNASA FAR Supplement.

NAS1-20048

Page 15: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

10

G.5 ACQUISITION OF CENTRALLY REPORTABLE EQuIPFtENT (NASA 18-52.245-70)(MAR 1989)

(a) “Centrally reportable equipment, ” as used in this clause, means Plantequipment, special test equipment (including components), special too~lng and nOn-flight space property (including ground support equipment) (1) generallycommercially available and used as a separate item or as a component of a system,(2) having an acquisition cost of $1,000 or more (unless a lower threshold isspecified elsewhere in this contract), and (3) is identifiable by a manufacturerand model number.(b) (1) Before acquiring (including acquiring by fabrication) any item ofcentrally reportable equipment under this contract (unless for incorporation intoflight-qualified or flight-monitoring deliverable end items), the Contractor shallprovide to the Contracting Officer, at the earliest possible date, a descriptionof the item sufficiently detailed to enable screening of existing Governmentinventories. (2) For this purpose, the Contractor shall (i) prepare a separateDO Form 1419, 000 Industrial Plant Equipment Requisition for each item ofcentrally reportable equipment to be acquired and (ii) forward it through theContracting Officer to the NASA Equipment Management system (NEMS) Coordinator at _“the cognizant NASA installation at least 30 days in advance of the date theContractor intends to acquire or begin fabricating the item. If a certificate ofnonavailability is not received within that period, the Contractor may proceed toacquire the item, subject to any other applicable provisions of this contract.Instructions for preparing the DO Form 1419 are contained in NASA FAR Supplement18-45.7103. The same data may be provided in an alternate format when requestingother than Defense Industrial Plant Equipment Center (DIPEC) controlled items.(3) Upon receiving the item on the 00 Form 1419 (regardless of whether it isContractor-acquired or Government-furnished), the Contractor shall prepare andsubmit a 00 Form 1342 or equivalent data, in accordance with NASA FAR Supplement18-45.505-670.

G.6 FINANCIAL REPORTING OF GOVERNMENT-OWNEO/CONTRACTOR-HELO PROPERTY(NASA 18-52.245-73) (MAR 1989)

(a) The Contractor shal 1 prepare and submit annually a NASA Form 1018, Report ofGovernment-Owned/Contractor-Held Property, in accordance with 18-45.505-14 and theinstructions on the form and in Section 18-45.7101 of the NASA FAR Supplement,except that the reporting of space hardware shall be required only as directed inclause 18-52.245-78, Space Hardware Reporting, if applicable.

(b) If administration of this contract has been delegated to the Department ofDefense, the original and three copies of NASA Form 1018 shall be submitted ..through the 000 Property Administrator to the NASA office identified below. Ifthe contract is administered by NASA, the forms shall be submitted directly to thefollowing NASA office:

NASA, Langley Research CenterAttn: Industrial Property Office, M/S 377Hampton, VA 23681-0001

(c) The annual reporting period shall be from July 1 of each year to June 30 ofthe following year.(d) The Contractor agrees to insert the reporting requirement in all first-tiersubcontracts, except that the requirement shall provide for the submission of the

NAS1-ZO048

Page 16: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

11

subcontractors’ reports to the Contractor, not to the Government. The Contractorshall require the subcontractors’ reports to be submitted in sufficient time tomeet the reporting date in paragraph (c) above.(e) The Contractor’s report shall consist of a consolidation of thesubcontractors’ reports and the Contractor’s own report.

G.7 SUBMISSION OF VOUCHERS FOR PAYMENT (NASA 18-52.216-87) (OEC 1988)

(a) Public vouchers for payment of costs and fee shall include a referenceto this contract NAS1-20048 and be forwarded to:

DCAA, Mid-Atlantic Region, Reston Branch171 Elden Street, Suite 300Herndon, VA 22070

This is the designated billing office for cost and fee vouchers for purposes ofthe Prompt Payment clause of this contract. NOTE: The Contractor shall specifythe monthly charge for each CLIN in Appendix A of Exhibit A and shall provide thecertification required by H.18. _

(b) The Contractor shall prepare vouchers as follows:

(1) One original Standard Form (SF) 1034, SF 1035, or equivalentContractor’s attachment.

(2) Seven copies ofSF 1034A, SF 1035A, or equivalent Contractor’sattachment.

(3) The Contractor shall mark SF 1034A copies 1, 2, 3, 4, and suchother copies as may be directed by the Contracting Officer by insertion in thememorandum block the names and addresses as follows:

(i) copy 1(ii) copy 2(iii) Copy 3(iv) copy 4(v) copy 5

(c) Public vouchers forforwarded to:

NASA Contracting Officer;Auditor;ContractorContract administration office; andContracting Officer Technical Representative.

payment of fee shall be prepared similarly and be

Contracting Officer, MS 126NASA LaRCHampton, VA 23681-0001

This is the designated billing office for fee vouchers for purposes of the PromptPayment clause of this contract.

(d) In the event that amounts are withheld from payment in accordance withprovisions of this.contract, a separate voucher for the amount withheld will berequired before payment for that amount may be made.

NAS1-20048

Page 17: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

12

G.8 WORK ORDERS (LaRC 52.212-101) (OCT 1991)

A. The work to be performed within Section C.6, LaRC Distributed Computingand Data Reduction Support of the Statement of Work, will be more specificallydirected by means of written work orders issued by the Government, containing thefollowing information:

1. Date

2. Job orderlwork order number

3. Originator

4. Description of work, specifications andlor end item

5* Required schedule

6. Manpower estimate

(*) 7. Material cost estimate

(*) 8. Government-furnished material

(*) 9. Applicable special instructions

(*) TO be provided at the option of the Governrnent.

B. Two copies of each work order will be furnished to the Contractor. Oneshall be retained by the Contractor and one shall be returned to the ContractingOfficer’s Technical Representative upon completion of the work specified.Completed work orders shall contain,delivery dates,

as applicable, actual completion dates and/oractual man-hours expended, actual material and labor costs

incurred, and any remarks which the Contractor may wish to make with respect tohis performance thereunder.

C. The Contractor shall furnish a control and reporting system capable ofaccurately obtaining on a weekly basis actual man-hours, labor costs, and materialcosts associated with each LaRC work order number.

D. If any work order is considered by the Contractor to be outside thescope of this contract, or if the Contractor has reason to believe that he willexceed the scope of his contractual obligation (e.g., contract level of effort,contract funding, contract estimated cost) in the performance thereof, theContractor shall immediately notify the Contracting Officer in writing, and shallnot perform any work pending resolution by the Contracting Officer.

G.9 AWARD FEE EVALUATIONS (LaRC 52.216-92) (JUN 1990)

A. The Contractor’s performance hereunder shall be evaluated each period byan Evaluation Board in accordance with an established evaluation plan. A COPY Ofthis plan shall be furnished to the contractor within 60 days of the effectivedate of this contract. This plan may be modified by the Government and a copy of

NAS1-20048

Page 18: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

13

any modification Will be provided to the Contractor. The Board shall review thecontractor’s performance for each period in the following areas:

Continuous ImprovementTechnical PerformanceManagementcost5afety

B. The findings of the Board shall be reported to the Fee DeterminationOfficial (a cognizant individual at the program director level or higher of LaRCmanagement) who will determine to what extent the Contractor’s performance for thepreceding award fee- evalua<available award fee specifportion of fee for any eva’periods.

c. The Contractor w-determination of award fee“and such decision shall be

ion period warrants payment of some portion of theed in Section %.3. In no event will any unawardeduation period become available for award in subsequent

11 be notified of the Fee Determination Official’sby the Contracting Officer in a Notice of Award Fee,binding on both parties and not subject to the Section

I clause entitled ‘!Disputes - Alternate I.”

D* In the event this contract is terminated prior to a regularly scheduledaward fee determination, the fee to be paid to the Contractor shall be anappropriate portion of any available award fee, as may be determined by the FeeDetermination Official.

E. The Contractor may submit evaluation plan recommendations pertinent toevaluation criteria, methods of measurement, definitions, ground rules, relativeimportance, etc., to the Contracting Officer. Such recommendations may be for theinitial evaluation period or for subsequent periods. Reconnnendations for theinitial period should be received by the Contracting Officer no later than theeffective date of the contract and for subsequent periods no later than thirty(30) days prior to the beginning of the period.

G.1O CONTRACT CLOSEOUT (LaRC 52.242-90) (JUN 1988)

A. Reassignment--After receipt, inspection, and acceptance by theGovernment of all required articles and/or services, and resolution of any pendingissues raised during the Period of Performance, this contract will be reassignedto the NASA Langley Research Center Contracting Officer for Contract closeout.All transactions subsequent to the physical completion of the contract shouldltherefore, be addressed to the said Contracting Officer at NASA Langley ResearchCenter, Mail Stop 126, who may be reached by telephone at (804) 864-2462.

B. “Quick Closeout”--Paragraph (f) of the Allowable Cost and Payment clauseof this contract addresses the “Quick Closeout Procedure” delineated by Subpart42.7 of the Federal Acquisition Regulation (FAR). It should be understood thatthe said procedure applies to the settlement of indirect costs for a specificcontract in advance of the determination of final indirect cost rates when theamount of unsettled indirect cost to be allocated to the contract is relativelyinsignificant. Therefore, the “Quick Closeout” procedure does not preclude the

NAS1-20048

Page 19: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

14

provisions of paragraph (d) of the Alconstitute a Waiver of final audit of

c. Completion Voucher SubrnittaAllowable Cost and Payment clause, as

owable Cost and Payment clause nor does itthe Contractor’s Completion Voucher.

--Notwithstanding the provisions of thesoon as practicable after settlement of the

Contractor’s indirect cost rates applicable to-performance of the contract, theContractor shall submit a Completion Voucher as required by the aforesaid clause.The Completion Voucher shall be supported by a cumulative claim and reconciliationstatement and executed NASA Forms 778, Contractor’s Release, and 780, Contractor’sAssignment of Refunds, Rebates, Credits, and Other Amounts. Unless directedotherwise by the Contracting Officer for Contract Closeout, the Contractor shallforward the said Completion Voucher directly to the cognizant Government Agency towhich audit functions under the contract have been delegated.

SECTION H_2SpECIAL CONTRACT REQUIREMENTS

H.1 RIGHTS TO PROPOSAL DATA (TECHNICAL) (FAR 52.227-23) (JUN 1987)

Except for data contained on pages NONE, it is agreed that as a condition of“ award of this contract, and notwithstandina the conditions of any notice aDDearinathereon, the Government shall have unlimit~d rights (as defined In theData - General” clause contained in this contract) in and to the techncontained in the proposal dated May 26, 1993, upon which this contract

H.2 KEY PERSONNEL ANO FACILITIES (NASA 18-52.235-71)(MAR 1989)

“Rights in<cal datais based.

(a) The personnel and/or facilities listed below (or specified in the ContractSchedule)”are considered essential to the work beirigperformed under thiscontract. Before removing, replacing, or diverting any of the listed or specifiedpersonnel or facilities, the Contractor shall (1) notify the Contracting Officerreasonably in advance and (2) submit justification (includinq proposedsubstitutions) in sufficierit”detailcontract.(b) The Contractor shall make no dwritten consent; provided, that theproposed change, and that ratificatconsent required by this clause.

to permit evaluation of ~he impact on this

version without the Contracting Officer’sContracting Officer may ratify in writing theon shall constitute the Contracting Officer’s

(c) The list of ersonnel and/or facilities (shown below or as specified in theYContract Schedule may, with the consent of the contracting parties, be amended

from time to time ciurirtg the Cmtrs.e of the contract to add or delete personneland/or facilities.

Contract WanagerTechnical ManagerTechnical Manager

Technical ManagerTechnical ManagerTechnical Manager

NAS1-20048

Page 20: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

15

H.3 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (FAR 52.222-42)(MAY 1989)

In compliance with the Service Contract Act of 1965, as amended, and theregulations of the secretary of Labor (29 cF13 Part 4), this clause identifies theclasses of service employees expected to be employed under the contract and statesthe wages and fringe benefits payable to each if they were employed by thecontracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

THIS STATEMENT

Em~loyee Class— -

Computer Operator IComputer Operator II

IS FOR INFORMATION ONLY: IT IS NOT A WAGE

Monetarv ~

$ 7.85$8.79

Computer Operator IIIData SpecialistDocumentation SpecialistCommunications Specialist

“ Communications Systems Specialist ICommunications Systems Specialist 11Communications Systems Specialist 111Electronics Technician IIElectronics Technician 111Requirements Specialist

FRINGE BENEFITS

Annual Leave

Sick Leave

Holidavs

Health Insurance -

@M2ti Insurance -

Retirement

Receives 13 days paid leave fordays for 3 to 15 years service;service or over.

Receives 13 days paid leave per

DETERMINATION

$ 9.80$ 7.85S 7.85$8.79.$13.32$14.66$16.11$11.63$13.32$10.89

service UD to 3 vears: 20and 26 days for 15 years

year.

Receives 10 paid holidays per year.

Government pays up to 75% of health insurance.

Government pays one-third of basic life insurancepremium under the Federal Employees Group Life Insurance(FEGL[). Government also offers an additional term-lifeinsurance (National Employees Benefits Association (NEBA)),for which employees pay the full premium.

The Federal Government provides three retirement plansidentified as the Civil Service Retirement System (CSRS),the Federal Employees Retirement System (FERS), and CSRSOffset. Under the CSRS, the Government contributes 7% ofthe employees’ base pay towards the retirement benefit and1.45% towards Medicare. Under the FERS, the Governmentcontributes 12.9% of the employees’ base pay towards abasic benefit plan, 6.2% to Social Security, 1.45% towardsMedicare, and 1% (plus matching contributions of up to 4%

NAS1-20048

Page 21: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

16

of basic pay depending on employees’ contributions) to athrift savings plan. Under the CSRS Offset, the Governmentcontributes 0.8% of the employees’ base pay towards theretirement benefit, 6.2% to Social Security, and 1.45%towards Medicare.

Part-time Federal employees receive pro rata annual leave, sick leave, holidayleave, health insurance, and group life insurance benefits based on the number ofhours worked.

H.4 LIST oF GOVERNMENT-FURNISHED PROPERTY (NASA 18-52.245-76)(OCT 1988) -

For the performance of work under this contract, the Government will makeavailable Government property identified in Exhibit C of this contract on a no-charge-for-use basis. The Contractor shall use this property in the performanceof this contract at the Contractor’s facility and at other location(s) as may beapproved by the Contracting Officer. Under the FAR 52.245 Government Propertyclause of this contract, the Contractor is accountable for the identified property.

H.5 LIST OF INSTALLATION-PROVIDED PROPERTY AND SERVICES(NASA 18-52.245-77) (MAR 1989)

In accordance with the Installation Provided Government Property clause ofthis contract, the Contractor is authorized use of the types of property andservices listed below, to the extent they are available, while on-site at the NASAinstallation.

Authorized for work performed under the SOW except Section C.4, SystemsMaintenance:

(a) Office space, work area space, communication hardware storage areas, andutilities. The Contractor shall use Government telephones for official purposes -only.

(b) General- and special-purpose equipment, including office furniture.

(1) Equipment to be made available to the Contractor for use in performanceof this contract on-site and at such other locations as approved by theContracting Officer is listed in Exhibit D. The Government retains accountabilityfor this property under the [nstallation-Provided Government Property clause,regardless of its authorized location.

(2) If the Contractor acquires property as a direct cost under thiscontract, this property also shall become accountable to the Government upon itsentry into the NASA Equipment t4anagement system (NEMs) in accordance with theproperty-reporting requirements of this contract.

(3) The Contractor shall not bring on-site for use under this contract anyproperty owned or leased by the Contractor, or other property that the Contractoris accountable for under any other Government contract, without the ContractingOfficer’s prior written approval. This restriction does not pertain to Contractorfurnished vehicles.

NAS1-20048

Page 22: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

17

(c) Reproduction services

(d) Hardware maintenance services on all Installation-Provided AOP equipment(terminals, personal computers, word processors) and on Government-furnished AOP.equipment brought to LaRC for maintenance.

*(e) Library service

*(f) Emergency medical treatment, primarily first aid in nature, for injuriessustained while on duty at Langley Research Center

(g) Hearing examinations (for employees designated to work in high noise levelareas)

*(h) On-Center mail delivery service

*(i) Cafeteria privileges for Contractor emp?oyees during normal operating hours.

(j) Moving and hauling for office moves, movement of large equipment, anddelivery of supplies. Moving services shall be provided on-site, as approved bythe Contracting Officer.

(k) Government material cards issued to permit authorized Contractor personnelto draw supplies from LaRC Stores; provided such withdrawals are approved by theContracting Officer Technical Representative (COTR).

(1) Fuel, scheduled maintenance, parts and repairs (except those covered bymanufacturer’s warranty) for all Contractor-provided vehicles.

(m) Supplies from stores stock such as sheet metal, angle iron, tubing, wire,and plexiglass. -

(n) Fabrication services requiring elaborate special tooling as available.

Authorized for work performed under Section C.4, Systems Maintenance, of the SOW:

(a) Maintenance work area of approximately 1,300 square feet includingutilities. The Contractor shall use Government telephones for communication onLaRC.

The responsibilities of the Contractor as contemplated by paragraph (a) ofthe Installation-Provided Government Property clause are defined in the followingproperty management directives and installation supplements to these Directives:

(1) NHB 4200.1, NASA Equipment Management Manual.(2) NHB 4200.2, NASA Equipment Management System (NEMS) User’s Guide for

Property Custodians.(3) NHB 4300.1, NASA Personal Property Disposal Manual.(4) NHB 41OO.1, NASA Materials Inventory Management Manual.

*Authorized for use by all Contractor personnel.

NAS1-20048

Page 23: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

18

H.6 LIST OF GOVERNMENT-FURNISHED ITEMS

The items identified below are provided to the Contractor in performance ofthis contract, for use both on-site and off-site:

1. Magnetic tape, printer paper, and other data processing supplies.

2. Supplies from stores stock such as drafting, copier, graph paper, andother office supplies.

3. Publications and blank forms stocked by the installation.

4. Referenc~ material which includes documentation covering changes andadditions to the CSCC and its operating systems, equipment manuals, drawings,procedures, and other reference documents relating to the operation of the CSCC.

H.7 PROCUREMENT AUTHORITY (201-39.5202-3) (OCT 90 FIRMR)

This acquisition is being conducted under a specific acquisition delegationof GSA’s exclusive Procurement authoritv for FIP resources. The specific GSA DPAcase number is KMA-92-0354.

.

H.8 CONTRACTOR EFIPLOYEE’S SECURITY CLEARANCE (LaRC(OCT 1992)

By virtue of their particular work assignment,may be required to have a security clearance granted5220.22M, “Department of Defense Industrial Security

52.204-90)

certain Contractor employees,in accordance with 000Manual for the Safeguarding

of Classified” information (ISM)”. Clearances will be issued by the Department ofDefense (000). Uithin 10 working days after an employee is identified by theGovernment and/or the Contractor as requiring a SECRET or higher clearance, theContractor shall submit to the Contracting Officer evidence of the submittal of arequest for clearance to DOD for such employee. lf the clearance for an employeehas not been issued by 000 within 120 calendar days of the submittal of therequest for clearance to 000, the Contractor may be required to remove theemployee from the contract.

H.9 AUTOMATED INFORMATION SECURITY (AIS) PROGRAM/EMPLOYEE NATIONALAGENCY CHECK (NAc) ANO USER AGREEMENT EXECUTION (LaRC 52.239-90)(MAY 1991)

A. Work to be performed under this contract requires access to ADPequipment and processing areas. Therefore, the Contractor shall comply with therequirements of !lAsA’s Automated Information security Program. This program isseparate and distinct from security programs for safeguarding classifiedinformation. Prior to performing any work in restricted-access computer rooms oraccessing NASA AOPE (either remotely or on-site at LaRC), all contractor employeesmust have a favorable NAC completed. The Contractor shall submit a properlyexecuted NASA Form 531 (NF 531), Name check Request, to the LaRC Security Officer,Mail Stop 182, for each Contractor employee Wtlo will work in restricted accesscomputer rooms and/or access NASA ADPE. In addition, each such employee isrequired to be fingerprinted at the LaRC Badge and Pass Office, Building 1228, orby any authorized agency or department utilizing Fingerprint Card FO-258.

NASI-20048

Page 24: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

19

Approximately 75 days are required to complete the flAC after receipt of the NF 531and FD-258. The NAC is not required if an employee has a Secret or higherclearance. When it is necessary for an employee to perform any work in restrictedaccess computer rooms prior to completion of the NAC, the employee may be escortedwhile at the site by an individual who has a favorable NAC or a higher level ofinvestigation favorably adjudicated, or a Secret or higher clearance, or asotherwise approved by the Security Officer. Employees may access NASA ADPequipment prior to completion of the NAC only as approved by the LaRC SecurityOfficer on a case-by-case basis.

B. The Contractor shall insure that all Contractor personnel execute a useragreement, Form No. ACD N-865, Responsibilities of Users of the NASA/LaRC CentralScientific ComputeF Complex, and any other forms that may be required by theGovernment prior to having access to NASA AOP resources. Unauthorized access toand/or use of LaRC computing systems is a violation of law and punishable underthe provisions of 18 USC 1029, 18 USC 1030, and other applicable statutes. Forcompliance with Center Computer security policy, the Contractor shall promptlynotify the Contracting Officer’s Technical Representative (COTR) when anauthorized user employee no longer requires computer access.

H.10 OBSERVATION OF REGULATIONS AND IDENTIFICATION OF CONTRACTOR’SEMPLOYEES (LaRC 52.212-104) (MAR 1992)

A. Observation of Regulations-- In performance of that part of the contractwork which may be performed at Langley Research Center or other Governmentinstallation, the Contractor shall require its employees to observe the rules-andregulations as prescribed by the authorities at Langley Research Center or otherinstallation.

B. Identification Badges--At all times while on LaRC property, theContractor shall require its employees, subcontractors and agents to wear badgeswhich will be issued by the NASA Contract Badge and Pass Office, located at1 Langley Boulevard (Building No. 1228). Badges shall be issued only between thehours of 6:30 a.m. and 4:30 p.m., Monday through Friday. Contractors will be heldaccountable for these badges, and may be required to validate outstanding badgeson an annual basis with the NASA LaRC Security Office. Immediately after employeetermination or contract completion, badges shall be returnedto the NASA ContractBadge and Pass Office.

H.11 INCORPORATION OF SECTION K OF THE PROPOSAL BY REFERENCE

Pursuant to FAR 15.406-l(b), the completed section K of the proposal datedMay 26, 1993 is hereby incorporated herein by reference.

H.12 SUBCONTRACTING PLAN

The approved Contractor plan for subcontracting with small business andsmall disadvantaged business concerns is attached hereto as Exhibit E and ishereby made a part of this contract.

NAS1-20048

Page 25: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

20

H.13 EVIDENCE OF INSURANCE

The Contractor shall submit evidence of the insurance coverage, required bythe NASA Clause 18-52.228-75 in Section I entitled “Minimum Insurance Coverage”(i.e., a Certificate of Insurance or other confirmation), to the ContractingOfficer prior to performing under this contract. In the event the Governmentexercises its options to extend the term of the contract, the Contractor shallalso present such evidence to the Contracting Officer prior to commencement ofperformance under the extension.

H.14 VIRGINIA AND LOCAL sALEs Ti4xEs (LaRC 52.229-92) (ApR 1992)

To perform this contract, the Contractor must be knowledgeable of relevantstate and local taxes when making purchases of tangible personal property. TheContractor shall refrain from paying nonapplicable taxes or taxes where anexemption exists, but shall pay applicable taxes that are reimbursable pursuant toFAR 31.205-41, Taxes. Even though title to property purchased under this contractmay pass to the Government and the price is reimbursable under contract costprinciples, such transactions do not in themselves provide tax inwnunityto the“Contractor. Therefore, with~n 30 days after the effective date of this contract,the Contractor shall request from the Virginia State Tax Coimnission a ruling onany tax exemptions that ’may be applicable-to purchasesThe Contractor shall provide all facts relevant to thean interpretation of the law that is most favorable toGovernment.

made under this contract.situation and shall pursueboth the Contractor and the

H.15 WAGE DETERMINATIONS AND FRINGE BENEFITS (LaRC 52.237-90)(NOV 1990)

The Register of Wage Determinations and Fringe Benefits, Number 78-1030,Rev. 23, Exhibit F, dated August 8, 1992, lists the wage rate and fringe benefitsfor designated labor classifications which shall be the minimum paid under thiscontract. See Exhibit F for a copy of this wage determination. Thisdetermination constitutes the “attachment” as referred to in paragraph (a),Compensation, of the Section I clause entitled “Service Contract Act of 1965.”

H.16 ADVANCE AGREEMENT ON INDIRECT RATES

A. Notwithstanding the provisions of the Section I clause entitled“Allowable Cost and Payment,” the Contractor will be reimbursed at the indirectceiling rate specified below or the actual rate, whichever is less, for each-ofthe Contractor’s fiscal Years applicable to this contract. The Contractor’sfiscal year is Any costs that are not reimbursed due tothe ceilings shall be deemed unallowable costs. These una’~owable costs shall notbe recovered under this or any other Government contract.

Indirect Ceiling*cost Pool Percentage Allocation Base

NAS1-20048

Page 26: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

21

B. The above rate ceiling is predicated upon the base listed above and theaccounting practices and accounting system in effect on August 17, 1993. If the

Contractor changes its accounting practices or accounting system in any way, theContractor will immediately notify the Government. Within 30 days of such changethe Contractor shall present to the Contracting Officer information thatdemonstrates that the change will not impact the allowable cost computed using theabove rates or shall submit a proposal for adjustment of the ceilings so that thetotal costs allowable will not exceed the total costs that would have beenallowable had the Contractor not changed its accounting practices or accountingsystem. In the event that the parties cannot agree on new ceilings using theContractor’s new accounting practices or system and the Contractor does not agreeto return to the previous accounting practices and system, the Contracting Officermay equitably adjust the ceilings.

H.17 ADVANCEAGREEMENTON CERTAIN COST ELEMENTS

A. The Contractor shall be entitled to reimbursement for phase-in costs,incurred on or after July 21, 1993, in an amount not to exceed -— that, ifincurred after this contract had been entered into, would have been reimbursableunder this contract.

B-.

Position

c. 1; accordance with the Changes Clause of this contract, the Governmentmay change Exhibit A, Appendix A, to add or delete items or change the specifiedmaintenance status for any item.

NAS1-20048

Page 27: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

22

H.18 ADVANCE AGREEMENT ON SYSTEMS MAINTENANCE PRICES

The monthly charges for performing systems maintenance services in accordance withSection C.4, CSCC Systems Maintenance, of the SOW are set forth in Appendix A ofExhibit A. These monthly charges include all costs of providing the systemsmaintenance for the CLINS listed, except the Prime Contractor’s G&A and fee.

The monthly charge for each Contract Line Item Number (CLIN) includes coverage forthe specified status (hours of coverage and response time) as defined in C.4.1 ofthe SOW. The Basic Monthly Maintenance Charge (BMMC) for hardware andenvironmental control systems set forth in Appendix A of Exhibit A is the monthlymaintenance charge for on-site (LaRC) cQverage with 10 minutes response time from8:00 a.m. to 5:00 p.m., Monday through Friday, excluding Government Holidays;response time for all other times shall not exceed 2 hours. The monthly chargeand BMMC for each CLIN is all-inclusive, except for the Prime Contractor’s G&A andfee.

The Government may require a change in maintenance status for hardware andenvironmental control systems CLINS over the contract term. In the event of achange, the monthly charge for a CLIN may be modified by multiplying the BMMC bythe percentages shown in the following conversion schedule:

A B c D E

STATUS

1

2

3

4

5

The Contractor agrees that the actual monthly charge for each CLIN shall notexceed the monthly charge set forth in Appendix A, the current General ServicesAdministration (GSA) Schedule contract price (if applicable), or the currentconmtercialprice list, whichever is lower. The Contractor shall furnish with eachinvoice which includes cost for systems maintenance a statement certifying thatthe lowest of the above three prices has been charged.

Notwithstan[and Paymentlowest appl

ing the provisions of the Section I clause entitled “Allowable Cost“ thecable

Contractor shall not be reimbursed for any costs exceeding theprice noted above. Any costs that are not reimbursed due to the

NA51-20048

Page 28: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

23

ceiling shall be deemed unallowable costs. Any burden applicable to costs whichexceed these ceilings Will also be unallowable.

H.19 OPTIONS

A. Priced Options/Extended services

Pursuant to the Section I clause entitled “Option to Extend the Term ofthe Contract (MAR 1989),” and FAR 37.111, the Contractor hereby grants to theGovernment options to extend the term of the contract for one two year period,one three year period, and six one-month periods. The first and second optionsperiods are to be=xercisable by issuance of a unilateral modification no laterthan 30 calendar days prior to the expiration of the contract. The third througheighth option periods are to be exercisable by issuance of a unilateralmodification no later than one calendar day prior to the expiration of the

of such option(s) by the Government, the followingcontract. Upon exercisewill be increased by the

First@ticm Qtia

J@ per-id Period

PeriodofPerformance 24(Ref.F.3) mmths L

Lwelof Effort 647,500 971,250(Ref.B.2) hams hcu~

EstimtedCost

amounts specified below for each option period.

lhird Fcwth Fifth Sixth seventh

@tia @tire Opticn Qtion Qtim

W-id Pericd Penal %-id period

&?Tth&th L L L

26,563 Z6,m 26,%3 Z&: 26,563

helm hcum balm

(Ref.B.3) $31,041,m s49,994,m $l,457,m $l,457,m $l,457,m $l,457,m sl,457,m

kard Fee(Ref.0.3) $l,9E$,m $3r207,m

FixedFee(Ref.B.3) $ ti,m $ &5,cco $ 86,CC0 $ 86,CU) $ 86,CCQ

Systm&i ntewwe(Ref.13.3.C)

First Option Second OptionPeriod Period

Award FeeAvailability(Ref. B.3)

9/1/95 -2/29/96 $497,000

i terns

EighthOpticsPericd

1llmth

26,563ha-u-s

$1,457,CC0

$ 86,CC0

NAS1-20048

Page 29: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

24

3/1/96 -8/31/96

9/1/96 -2/28/97

3/1/97 -8/31/97

9/1/97 -2/28/98

3/1/98 -8/31/98

9/1/98 -2/28/99

3/l/99.-8/31/99

9/1/99 -2/29/2000

3/1/2000 -8/31/2000

$497,000

$497,000

$497,000

$534,500

$534,500

$534,500

$534,500

$534,500

$534,500

B. PRICED OPTION - ADDITIONAL LEVEL OF EFFORT

1. The Contractor hereby grants to the Government options to increasethe contract level of effort by the amounts specified below for each period. TheGovernment’s options may be exercised once or multiple times in minimum amounts of1,875 hours of effort. Such options are to be exercisable by issuance of aunilateral modification.

L;;;l ;f2Effort. .

Initial ContractPeriod 178,125 hours

First OptionPeriod 288,750 hours

Second OptionPeriod 660,000 hours

Third OptionPeriod 20,000 hours

Fourth OptionPeriod 20,000 hours

NAS1-20048

Page 30: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

25

Fifth OptPeriod

Sixth OptPeriod

on20,000 hours

on20,000 hours

Seventh OptionPeriod 20,000 hours

Eighth OptionPeriod 20,000 hours

2. When-any increment of the above option is exercised, the contractcost and fee set forth in 6.3, Estimated Cost, Award Fee and Fixed Fee will beincreased using the appropriate rates set forth below:

Initial Period costAward Fee

First Option costAward Fee

Second Option costAward Fee

Third OptionF,

Fourth OptionF

Fifth Ootion

costxed Fee

costxed Fee

cost–r

Fixed Fee

Sixth Option costFixed Fee

Seventh Option costFixed Fee

Eighth Option costFixed Fee

3. Increases infee schedule period.

Rate Per .Hour

$19.02$ 1.24

$20.47$ 1.33

$21.84$ 1.42

$22.55$ 1.35

$22.55$ 1.35

$22.55$ 1.35

$22.55$ 1.35

$22.55$ 1.35

{2;.:;.

the award fee will be allocated to the applicable award

NAS1-20048

Page 31: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

26

H.20 SYSTEMS MAINTENANCE PRIcE POOL FOR sEcTION c.4 OF THE STATEMENTOF WORK

In accordance with the Changes clause of this contract the Government maychange Exhibit A, Appendix A, to add or delete items or change the specifiedmaintenance status for any item. In order to effect these changes, estimatedincreases have been included in the GSA Delegation of Procurement (DPA) Authority(Ref. H.7).

The available pool for these changes is $35,000,000 for seven and one halfyears. .

H.21 PENSION PORTABILITY

In order for pension costs attributable to Prime Contractor employees assigned tothis contract to be allowable costs under this contract, the plans covering suchemployees must:

(a) Comply with all applicable Government laws and regulations;

(b) Be a defined contribution plan, or”a multiparty defined benefit plan operatedunder a collective bargaining agreement where the plan follows the employee, notthe employer;

(c) Provide for 100 percent employee vesting after no more than two years ofcontinuous employment with the Prime Contractor; and

(d) Not remodified, terminated, or a new plan adopted without the prior writtenapproval of the cognizant NASA Contracting Officer.

PART II - CONTRACT CLAUSES

SECTION I - CONTRACT CLAUSES

1.1 LISTING OF CLAUSES INCORPORATED BY REFERENCE:

NOTICE: The following solicitation provisions and/or contract clausespertinent to this section are hereby incorporated by reference.

FEOERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

CLAUSE NUMBER TITLE AND DATE

52.202-1 Definitions (SEP 1991)52.203-1 Officials Not to Benefit (APR 1984)52.203-3 Gratuities (APR 1984)52.203-5 Covenant Against Contingent Fees (APR 1984)52.203-6 Restrictions on Subcontractor Sales to the Government

(JUL 1985)52.203-7 “ Anti-Kickback Procedures (OCT 1988)52.203-10 Price or Fee Adjustment for Illegal or Improper Activity

(SEP 1990)52.204-2 Security Requirements (APR 1984)

NAS1-20048

Page 32: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

27

52.209-6

52.210-552.212-852.215-152.215-252.215-2252.215-2452.215-2752.215-3152.215-33 .52.215-39

52.216-752.216-852.219-8

.52.219-9 -

52.219-1352.219-16

52.220-352.220-452.222-152.222-352.222-2652.222-28

52.222-35

%:52.52.

222-36223-2225-3225-11

52.227-152.227-2

52.227-14

52.227-19

52.228-752.230-552.232-952.232-1752.232-22

52.232-23 -52.232-28

52.233-1

Protecting the Government’s [nterest when Subcontracting withContractors Debarred, Suspended, or Proposed for Debarment(NOV 1992)

New Material (APR 1984)Defense Priority and Allocation Requirements (SEP 1990)Examination of Records by Comptroller General (FEB 1993)Audit - Negotiation (FEB 1993)Price Reduction for Defective Cost or Pricing Data (JAN 1991)Subcontractor Cost or Pricing Data (OEC 1991)Termination of Defined Benefit Pension Plans (SEP 1989)Waiver of Facilities Capital Cost of Money (SEP 1987)Order of Precedence (JAN 1986)Reversion or Adjustment of Plans for Postretirement

Benefits Other Than Pensions (JUL 1991)Allowable Cost and Payment (JUL 1991)Fixed Fee (APR 1984)Utilization of Small Business Concerns and Small Disadvantaged

Business Concerns (FEB 1990)Small Business and Small Disadvantaged Business Subcontracting

Plan (JAN 1991)Utilization of Women-Owned Small Businesses (AUG 1986)Li uidated Damages -1

Small Business Subcontracting PlanAUG 1989)

Utilization of Labor Surplus Area Concerns (APR 1984)Labor Surplus Area Subcontracting Program (APR 1984)Notice to the Government of Labor Disputes (APR 1984)Convict Labor (API?1984)Equal Opportunity (APR 1984)Equal Opportunity Preaward Clearance of Subcontracts

(ApR 1984)Affirmative Action for Special Disabled and Vietnam Era

Veterans (APR 1984)

Affirmative Action for Handicapped Workers (APR 1984)Clean Air and Water (API?1984)Buy American Act - Supplies (JAN 1989)Restrictions on Certain Foreign Purchases (APR 1991)Authorization and Consent (APR 1984)Notice and Assistance Re arding Patent and Copyright

Infringement (APR 1984Rights in t)ata -

YGeneral (JUN 1987) -- as modified by NASA

FAR Supplement 18-52.227-14Commercial Computer Software - Restricted Rights (JUN 1987)--

as modified by 18-52.227-19Insurance - Liability to Third Persons (APR 1984)Administration of Cost Accounting Standards (AUG 1992)Limitation on Withholding of Payments (APR 1984)Interest (JAN 1991)Limitation of Funds (APR 1984)--as modified by NASA FAR

Supplement 18-32.705-2Assignment of Claims (JAN 1986)Electronic Funds Transfer Payment Methods (APR 1989)--asmodified by NASA FAR Supplement 18-32.908

Disputes (OEC 1991) Alternate I (OEC 1991)

NAS1-20048

Page 33: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

52.233-3 Protest After52.237-2 Protection of

(ApR 1984)52.237-3 Continuity of

Z8

Award (AUG 1989) Alternate I (JUN 1985)Government Buildings, Equipment and Vegetation

Services (JAN 1991)52.242-152.243-2

52.244-2

52.244-552.245-5

52.246-2552.248-152.249-652.249-1452.251-152.252-6

Notice of”[ntent to Disallow Costs (APR 1984)Changes - Cost-Reimbursement (AUG 1987) Alternate 11

(APR 1984)Subcontracts (Cost-Reimbursement and Letter Contracts)

(JUL 1985) Alternate I (APR 1985)Competition in Subcontracting (APR 1984)Government Property (Cost-Reimbursement, Time-and-Material,

or Labor-Hour Contracts) (JAN 1986)Limitation of Liability - Services (APR 1984)Value Engineering (MAR 1989)Termination (Cost-Reimbursement) (MAY 1986)Excusable Delays (APR 1984)Government Supply Sources (APR 1984)Authorized Deviations in Clauses (APR 1984)

52.253-1 Computer Generated Forms (JAN 1991)

NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES

CLAUSE NUMBER TITLE AND DATE

18-52.204-71 NASA Contractor Financial Management(DEC 1988)

Reporting

18-52.219-74 Use of Rural Area Small Businesses (SEP 1990)18-52.223-70 Safety and Health (DEC 1988)18-52.227-70 New Technology (APR 1988)18-52.227-71 Requests for Waiver of Rights to Inventions (APR 1984)18-52.237-70 Emergency Evacuation Procedures (DEC 1988)18-52.242-72 Observance of Legal Holidays (AUG 1992)18-52.245-71 Instal1ation-Provided Government Property (MAR 1989)

Alternate I (MAR 1989)18-52.252-70 Compliance with NASA FAR Supplement (MAR 1989)

1.2 CLAUSES IN FULL TEXT

The clauses listed below follow in full text:

52.252-2 Clauses Incorporated by Reference (JUN 1988)52.203-9 Requirement for Certificate of Procurement Integrity -

Modification (NOV 1990)52.203-12 Limitation on Payments to Influence Certain Federal

Transactions (JAN 1990)52.215-26 Integrity of Unit Prices (APR 1991)52.217-9 Option to Extend the Term of the Contract (MAR 1989)52.222-2 Payment for Overtime Premiums (JUL 1990)52.222-4 Contract Work Hours and Safety Standards Act - Overtime

Compensation (MAR 1986)52.222-20 Walsh-Healy Public Contracts Act (APR 1984)52.222-37 Employment Reports on Special Disabled Veterans and

Veterans of the Vietnam Era (JAN 1988)

NAS1-20048

Page 34: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

29

52.222-4152.223-652.230-252.232-2552.242-1318-52.204-7518-52.204-76

18-52.209-7118-52.219-75

18-52.219-7618-52.228-75

Service Contract Act of 1965, as Amended (MAY 1989)Drug-Free Workplace (JUL 1990)Cost Accounting Standards (AUG 1992)Prompt Payment (SEP 1992)Bankruptcy (APR 1991)Security Classification Requirements (SEP 1989)Security Requirements for Unclassified Automated Information

Resources (JUN 1990)Limitation of Future Contracting (DEC 1988)Small Business and Small Disadvantaged Business

Subcontracting Reporting (SEP 1992)NASA Small Disadvantaged Business Goal (JUL 1991)

‘Minimum Insurance Coverage (OCT 1988)

1.3 CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (JUN 1988)

This contract incorporates one or more clauses by reference, with the sameforce and effect as if they were given in full text. Upon request, the

.Contracting Officer witl make their full text available.

1.4 REQUIREMENTFOR CERTIFICATE OF PROCUREMENT INTEGRITY--MODIFICATION(FAR 52.203-9) (NOV 1990)

(a) Definitions. The definitions set forth in FAR 3.104-4 are herebyincorporated in this clause.(b) The Contractor agrees that it will execute the certification set forth inparagraph (c) of this clause when requested by the contracting officer inconnection with the execution of any modification of this contract.(c) Certification. As required in paragraph (b) of this clause, the officer oremployee responsible for the modification proposal shall execute the followingcertification:

CERTIFICATE OF PROCUREMENT INTEGRITY--MODIFICATION (NOV 1990)

(1) I, #[Name of certifier]

am the officer or employee responsible for the preparation of this modificationproposal and hereby certify that, to the best of my knowledge and belief, with theexception of any information described in this certification, 1 have noinformation concerning a violation or possible violation of subsections 27(a),(b) , (d), or (f) of the Office of Federal Procurement Policy Act, as amended* (41U.S.C. 423), (hereinafter referred to as “the Act”), as implemented in the FAR,occurring during the conduct of this procurement

(contract and modification number) .(2) As required by subsection 27(e) (1)(B) of the Act, I further certify

that, to the best of my knowledge and belief, each officer, employee, agent,representative, and consultant of

[Name of Offeror]who has participated personally and substantially in the preparation or submissionof this proposal has certified that he or she is familiar with, and will complywith, the requirements of subsection 27(a) of the Act, as jmpl~merltwl in the FAR,and will report innediately to me any info~ation concerning a violation or

NAS1-20048

Page 35: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

30

possible violation of subsections 27(a), (b), (d), or (f) of the Act, asimplemented in the FAR, pertaining to this procurement.

(3) violations or possible Violations: (Continue on plain bond paper ifnecessary and label Certificate of Procurement Integrity--Modification(Continuation Sheet) , ENTER NONE IF NONE EXIST)

[Signature of the officer or employee responsible for the modification proposaland date]

[Typed name of the officer or employee responsible for the modification proposal]

*Subsections 27(a), (b), and (d) are effective on December 1, 1990.Subsection 27(f) is effective on June 1, 1991.

THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THEUNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATIONMAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE,SECTION 1001.

(End of certification)

(d) In making the certification in paragraph (2) of the certificate, the officeror employee of the competing contractor responsible for the offer or bid, may relyupon a one-time certification from each individual required to submit acertification to the competing Contractor, supplemented by periodic training.These certifications shall be obtained at the earliest possible date after anindividual required to certify begins employment or association with theContractor. If a Contractor decides to rely on a certification executed prior tosuspension of Section 27 (i.e., prior to December 1, 1989), the Contractor shallensure that an individual who has so certified is notified that Section 27 hasbeen reinstated. These certifications shall be maintained by the Contractor for aperiod of 6 years from the date a certifying employee’s employment with thecompany ends or, for an agency, representative, or consultant, 6 years from thedate such individual ceases to act on behalf of the Contractor.(e) The certification required by paragraph (c) of this clause is a materialrepresentation of fact upon which reliance will be placed in executing thismodification.

NAS1-20048

Page 36: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

31

1.5 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEIIERAL TRANSACTIONS(FAR 52.203-12) (JAN 1990)

(a) Definitions.“Agency,” as used in this clause, means executive agency as defined in 2.101.“Covered Federal action, ” as used in this clause, means any of the followingFederal actions:

(1) The awarding of any Federal contract.(2) The making of any Federal grant.(3) The making of any Federal loan.(4) The entering into of any cooperative agreement.(5) The extension, continuation, renewal, amendment, or modification of any

Federal contract, grant, loan, or cooperative agreement.“Indian tribe” and “tribal organization,” as used in this clause, have the

meaning provided in section 4 of the Indian Self-Determination and EducationAssistance Act (25 U.S.C. 450B) and include Alaskan Natives.

“Influencing or attempting to influence,” as used in this clause, meansmaking, with the intent to influence, any coimnunication to or appearance before an

officer or employee of any agency,-a Member of Congress, an officer or employee ofCongress, or an employee of a Member of Congress in connection with any coveredFederal action.

“Local government,” as used in this clause, means a unit of government in aState and, if chartered, established, or otherwise recognized by a State for theperformance of a governmental duty, including a local public authority, a specialdistrict, an intrastate district, a council of governments, a sponsor grouprepresentative organization, and any other instrumentality of a local government.

“Officer or employee of an agency,” as used in this clause, includes thefollowing individuals who are employed by an agency:

(1) An individual who is appointed to a position in the Government undertitle 5, United States Code, including a position under a temporary appointment.

(2) A member of the uniformed services, as defined in subsection 101(3),title 37, United States Code.

(3) A special Government employee, as defined in section 202, title 18, -United States Code.

(4) An individual who is amemberof a Federal advisory connittee, asdefined by the Federal Advisory CoimnitteeAct, title 5, United States Codeappendix 2.

“Person,” as used in this clause, means an individual, corporation, company,association, authority, firm, partnership, society, State, and local 9oVe~nMent,regardless of whether such entity is operated for profit, or not for profit. Thisterm excludes an Indian tribe, tribal organization, or any other Indianorganization with respect to expenditures specifically permitted by other Federal

law.““Reasonable compensation, ” as used in this clause, means, with respect to a

regularly employed officer or employee of any person, compensation that isconsistent with the normal compensation for such officer or employee for work thatis not furnished to, not funded by, or not furnished in cooperation with theFederal Government.

“Reasonable payment,” as used in this clause, means, with respect toprofessional and other technical services, a payment in an amount that isconsistent with the amount normally paid for such services in the private sector.

“Recipient,” as used in this clause, includes the Contractor and allsubcontractors. This term excludes an Indian tribe, tribal organization, or any

NAS1-20048

Page 37: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

32

other Indian organization with respect to expenditures specifically permitted byother Federal law.

“Regularly employed, ” as used in this clause, means, with respect to anofficer or employee of a person requesting or receiving a Federal contract, anofficer or employee who is employed by such person for at least 130 working dayswithin one year immediately preceding the date of the submission that initiatesagency consideration of such person for receipt of such contract. An officer oremployee who is employed by such person for less than 130 working days within oneyear immediately preceding the date of the submission that initiates agencyconsideration of such person shall be considered to be regularly employed as soonas he or she is employed by such person for 130 working days.

“State,” as used in this clause, means a State of the United States, theDistrict of Columbia, the Connnonwealthof Puerto Rico, a territory or possessionof the United States, an agency or instrumentality of a State, and multi-State,regional, or interstate entity having governmental duties and powers.(b) Prohibitions.

(1) Section 1352 of title 31, United States Code, among other things,prohibits a recipient of a Federal contract, grant, loan, or cooperative agreement

. from using appropriated funds to pay any person for influencing or attempting toinfluence an officer or employee of any agency, a Member of Congress, an officeror employee of Congress, or an employee of a Member of Congress in connection withany of the following covered Federal actions: the awarding of any Federalcontract; the making of any Federal grant; the making of any Federal loan; theentering into of any cooperative agreement; or the modification of any Federalcontract, grant, loan, or cooperative agreement.

(2) The Act also requires Contractors to furnish a disclosure if any funds -other than Federal appropriated funds (including profit or fee received under acovered Federal transaction) have been paid, or will be paid, to any person forinfluencing or attempting to influence an officer or employee of any agency, aMember of Congress, an officer or employee of Congress, or an employee of a t4ernberof Congress in connection with a Federal contract, grant, loan, or cooperativeagreement.condi~3~nsThe prohibitions of the Act do not apply under the following

ii) Agency and legislative liaison by own employees.(A) The prohibition on the use of appropriated funds, in

subparagraph (b)(1) of this clause, does not apply in the case of a payment ofreasonable compensation made to an officer or employee of a person requesting orreceiving a covered Federal action if the payment is for agency and legislativeliaison activities not directly related to a covered Federal action.

(B) For purposes of subdivision (b)(3)(i)(A) of this clausetp;oviding any information specifically requested by an agency or Congress ispermitted at any time.

(C) The following agency and legislative liaison activities arepermitted at any time where they are not related to a specific solicitation forany covered Federal action:

(1) Discussing with an agency the qualities andcharacteristics (including individual demonstrations) of the person’s products orservices, conditions or terms of

(2) Technthe application or adaptation ofuse.

sale, and service capabilities.cal discussions and other activities regardingthe person’s products or services for an agency’s

NAS1-20048

Page 38: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

33

(0) The following agency and legislative liaison activities arepermitted where they are prior to formal solicitation of any covered Federalaction -

(1) Providing any information not specifically requestedbut necessary for an agency to make an informed decision about initiation of acovered Federal action;

(2) Technical discussions regarding the preparation of anunsolicited proposal prior to its official submission; and

(3) Capability presentations by persons seeking awards froman agency pursuant to the provisions of the small Business Act, as amended by Pub.L. 95-507, and subsequent amendments.

[E) Only those services expressly authorized by subdivision(b)(3)(i)(~~T~f this clause are permitted under this clause...

Professional and technical services.(A) The prohibition on the use of appropriated funds, in

subparagraph (b)(1) of this clause, does not apply in the case of -(1) A payment of reasonable compensation made to an officer

or employee of a person requesting or receiving a covered Federal action or an. extension, continuation, renewal, amendment,-or modification of a covered Federalaction, if payment is for professional or technical services rendered directly inthe preparation, submission, or negotiation of any bid, proposal, or applicationfor that Federal action or for meeting requirements imposed by or pursuant to lawas a condition for receiving that Federal action.

(2) Any reasonable payment to a person, other than anofficer or employee of a person requesting or receiving a covered Federal action

or an extension, continuation, renewal, amendment, or modification of a covered .Federal action if the payment is for professional or technical services rendereddirectly in the preparation, submission, or negotiation of any bid, proposal, orapplication for that Federal action or for meeting requirements imposed by orpursuant to law as a condition for receiving that Federal action. Persons otherthan officers or employees of a person requesting or receiving a covered Federalaction include consultants and trade associations.

(B) For purposes of subdivision (b)(3) (ii)(A) of this clause,“professional and technical services” shall be limited to advice and analysisdirectly applying any professional or technical discipline. For example, draftingof a legal document accompanying a bid or proposal by a lawyer is allowable.

Similarly, technical advice provided by an engineer on the performance oroperational capability of a piece of equipment rendered directly in thenegotiation of a contract is allowable. However, communications with the intentto influence made by a professional (such as a licensed lawyer) or a technicalperson (such as a licensed accountant) are not allowable under this section unlessthey provide advice and analysis directly applying their professional or technicalexpertise and unless the advice or analysis is rendered directly and solely in thepreparation, submission or negotiation of a covered Federal action. Thus, forexample, communications with the intent to influence made by a lawyer that do notprovide legal advice or analysis directly and solely related to the legal aspectsof his or her client’s proposal, but generally advocate one proposal over anotherare not allowable under this section because the lawyer is not providingprofessional legal services. Similarly, communications with the intent toinfluence made by an engineer providing an engineering analysis prior to thepreparation or submission of a bid or proposal are not allowable under thissection since the engineer is providing technical services but not directly in thepreparation, submission or negotiation of a covered Federal action.

NAS1-20048

Page 39: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

34

(C) Requirements imposed by or pursuant to law as a conditionfor receiving a covered Federal award include those required by law or regulationand any other requirements in the actual award documents.

(D) Only those services expressly authorized by subdivisions(be) and (2) of this clause are permitted under this clause.

(E) The reporting requirements of FAR 3.803(a) shall not applywith respect to payments of reasonable compensation made to regularly employedofficers or employees of a person.

(iii) Disclosure.(A) The Contractor who requests or receives from an agency a

Federal contract shall file with that agency a disclosure form, OMB standard formLLL, Disclosure of.Lobbying Activities, if such person has made or has agreed tomake any payment using nonappropriated funds (to include profits from any coveredFederal action), which would be prohibited under subparagraph (b)(1) of thisclause, if paid for with appropriated funds.

(B) The Contractor shall file a disclosure form at the end ofeach calendar quarter in which there occurs any event that materially affects theaccuracy of the information contained in any disclosure form previously filed bysuch person under subparagraph (c)(1) of this clause. An event that materiallyaffects the accuracy of the information reported includes -

(1) A cumulative increase of $25,000 or more in the amountpaid or expected to be paid for influencing or attempting to influence a coveredFederal action; or

(2) A change in the person(s) or individual(s) influencingor attempting to influence a covered Federal action; or

(3) A change in the officer(s), employee(s), or Member(s) ~contacted to influence or attempt to influence a covered Federal action.

(C) The Contractor shall require the submittal of acertification, and if required, a disclosure form by any person who requests orreceives any subcontract exceeding $100,000 under the Federal contract.

(D) Al1 subcontractor disclosure forms (but not certifications)shall be forwarded from tier to tier until received by the prime Contractor. Theprime Contractor shall submit all disclosures to the Contracting Officer at the

end of the calendar quarter in which the disclosure form is submitted by thesubcontractor. Each subcontractor certification shall be retained in thesubcontract file of the awarding Contractor.

(iv) Agreement. The Contractor agrees not to make any payment

‘rohibited(!~ ‘hi;e;~t!;~;.(A) Any person who makes an expenditure prohibited under

paragraph (a) of this clause or who fails to file or amend the disclosure form tobe filed or amended by paragraph (b) of this clause shall be subject to civilpenalties as provided for by 31 U.S.C. 1352. An imposition of a civil penaltydoes not prevent the Government from seeking any other remedy that may beapplicable.

(B) Contractors may rely without liability on the representationmade by their subcontractors in the certification and disclosure form.

(vi) Cost allowability. Nothing in this clause makes allowable orreasonable any costs which would otherwise be unallowable or unreasonable.

conversely, costs “made specifically unallowable by the requirements in this clausewill not be made allowable under any of the provisions.

NAS1-20048

Page 40: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

35

1.6 INTEGRITY OF UNIT PRICES (FAR 52.215-26) (APR 1991)

(a) Any proposal submitted for the negotiation of prices for items of suppliesshall distribute costs within contracts on a basis that ensures that unit pricesare in proportion to the items’ base cost (e.g., manufacturing or acquisitioncosts) . Any method of distributing costs to line items that distorts unit pricesshall not be used. For example, distributing costs equally among line items isnot acceptable except when there is little or no variation in base cost. Nothingin this paragraph requires submission of cost or pricing data not otherwiserequired by law or regulation.(b) The requirement in paragraph (a) of this clause does not apply to anycontract or subcontract item of supply for which the unit price is, or is basedon, an established catalog or market price for a commercial item sold in

substantial quantities to the general public. A price is based on a catalog ormarket price only if the item being purchased is sufficiently similar to thecatalog or market price commercial item to ensure that any difference in price canbe identified and justified without resort to cost analysis.(c) TheOfferor/Contractor shall also identify those supplies which itwill notmanufacture or to which it will not contribute signific~nt value when requested bythe Contracting Officer. The information shall not be required for commercialitems sold in substantial quantities to the general public when the price is, oris based on, established catalog or market prices.(d) The Contractor shall insert the substance of this clause, less paragraph (c),in all subcontracts.

1.7 OpTION To ExTENO THE TERM OF THE CONTRACT (FAR 52.217-9) (MAR 1989) -

(a) The Government may extend the term of this contract by written notice to theContractor within the current contract period of performance; provided, that theGovernment shall give the Contractor a preliminary written notice of its intent toextend at least 60 days before the contract expires. The preliminary notice doesnot commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall beconsidered to include this option provision.(c) The total duration of this contract,

..including the exercise of any options

under this clause, shall not exceed seven and one-half years.

NOTE: The preliminary written notice of the Government’s intent to exercise isnot applicable to the six l-month option periods.

1.8 PAYMENTFOR OVERTIME PREMIUMS (FAR 52.222-2) (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premiumcost does not exceed zero or the overtime premium is paid for work -

(1) Necessary to cope with emergencies such as those resulting fromaccidents, natural disasters, breakdowns of production equipment, or 0CC?KiOfN31

production bottlenecks of a sporadic nature;(2) By indirect-labor employees such as those performing duties in

connection with administration, Protection. transportation, maintenance, standbyplant pro

(3)or unload

ection, operation of”utilities, or accounting;To perform tests, industrial processes, laboratory procedures, loadingng of transportation conveyances, and operations in flight or afloat

NAS1-20048

Page 41: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

36

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 specifiedabove shall include all estimated overtime for contract completion and shall -

(1) Identify the work unit; e.g., department or section in which therequested overtime will be used, together with present workload, staffing, andother 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 thecontract delivery or performance schedule;

(3) Identify~he extent to which approval of overtime would affect theperformance or payments in connection with other Government contracts, togetherwith identification of each affected contract; and

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

1.9 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT - OVERTIME COMPENSATION- (FAR 52.222-4) (MAR 1986)

(a) Overtime requirements. No Contractor or subcontractor contracting for anypart of the contract work which may require or involve the employment of laborersor mechanics (see Federal Acquisition Regulation (FAR) 22.300) shall require orpermit any such laborers or mechanics in any workweek in which the individual isemployed on such work to work in excess of 40 hours in such workweek unless suchlaborer or mechanic receives compensation at a rate not less than 1 1/2 times thebasic rate of pay for all hours worked in excess of 40 hours in such workweek.(b) Violation: liabilitv for unpaid waaes: liquidated damaaes. In the event ofany violation of the provisions set forth in paragraph (a) of this clause, theContractor and any subcontractor responsible therefor shall be liable for theunpaid wages. In addition, such Contractor and subcontractor shall be liable tothe United States (in the case of work done under contract for the District ofColumbia or a territory, to such District or to such territory), for liquidated -damages. Such liquidated damages shall be computed with respect to eachindividual laborer or mechanic employed in violation of the provisions set forthin paragraph (a) of this clause in the sum of $10 for each calendar day on whichsuch individual was required or permitted to work in excess of the standardworkweek of 40 hours without payment of the overtime wages required by provisionsset forth in paragraph (a) of this clause.(C) Withholding for unDaid waaes~liauidated damaaes. The Contracting Officershall upon his or her own action or upon written request of an authorizedrepresentative of the Department of Labor withhold or cause to be withheld, fromany moneys payable on account of work performed ~y the Contractor or subcontractorunder any such contract or any other Federal contract with the same Prime

Contractor, or any other Federally-assisted contract subject to the Contract HorkHours and Safety Standards Act which is held by the same Prime Contractor, suchsums as may be determined to be necessary to satisfy any liabilities of suchContractor or subcontractor for unpaid wages and liquidated damages as provided inthe provisions set forth in paragraph (b) of this clause.(d) Pavrolls -basic records. (1) The Contractor or subcontractor shallmaintain payrolls and basic payroll records during the course of contract work andshall prsserve them for a period of 3 years from the completion of the contractfor all laborers and mechanics working on the contract. Such records shall

NAS1-20048

Page 42: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

37

contain the name and address of each such employee, social security number,correct classifications, hourly rates of wages paid, daily and weekly number ofhours worked, deductions made, and actual wages paid. Nothing in this paragraphshall require the duplication of records required to be maintained forconstruction work by Department of Labor regulations at 29 CFR 5.5(a)(3)implementing the Davis-6acon Act.

(2) The records to be maintained under paragraph (d)(l) of this clause shallbe made available by the Contractor or subcontractor for inspection, copying, ortranscription by authorized representatives of the Contracting Officer or theDepartment of Labor. The Contractor or subcontractor shall permit suchrepresentatives to interview employees during working hours on the job.(e) Subcontracts .- The Contractor or subcontractor shall insert in anysubcontracts the provisions set forth in paragraphs (a) through (e) of this clauseand also a clause requiring the subcontractors to include these provisions in anylower tier subcontracts. The Prime Contractor shall be responsible for complianceby any subcontractor or lower tier subcontractor with the provisions set forth inparagraphs (a) through (e) of this clause.

1.10 WALSH-HEALY PUBLIC CONTRACTS ACT (FAR 52.222-20) (APR 1984) -

If this contract is for the manufacture or furnishing of materials,supplies, articles or equipment in an amount that exceeds or may exceed $10,000,and is subject to the Walsh-Healy Public Contracts Act, as amended (41 U.S.C. 35-45), the following terms and conditions apply:(a) Al1 representations and stipulations required by the Act and regulationsissued by the Secretary of Labor (41 CFR Chapter 50) are incorporated byreference. These representations and stipulations are subject to all applicablerulings and interpretations of the Secretary of Labor that are now, or mayhereafter, be in effect.(b) All employees whose work relates to this contract shall be paid not less thanthe minimum wage prescribed by regulations issued by the Secretary of Labor (41CFR 50-202.2). Learners, student learners, apprentices, and handicapped workersmay be employed at less than the prescribed minimum wage (see 41 CFR 50-202.3) tothe same extent that such employment is permitted under Section 14 of Fair LaborStandards Act (41 U.S.C. 40).

1.11 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THEVIETNAM ERA (FAR 52.222-37) (JAN 1988)

(a) The contractor shal1 report at least annually, as required by the Secretaryof Labor, on:

(1) The number of special disabled veterans and the number of veterans ofthe Vietnam era in the workforce of the contractor by job category and hiringlocation; and

(2) The total number of new employees hired during the period covered by thereport, and of that total, the number of special disabled veterans, and the numberof veterans of the Vietnam era.(b) The above items shall be reported by completing the form entitled “FederalContractor Veterans’ Employment Report VETS-1OO.”(c) Reports shall be submitted no later than March 31 of each year beginningMarch 31, 1988.(d) The employment activity report required by paragraph (a)(2) of this clauseshall reflect total hires during the most recent 12-month period as of the ending

NAS1-20048

Page 43: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

38

date selected for the employment profile report required by paragraph (a)(1) ofthis clause. Contractors may select an ending date: (1) As of the end of any payperiod during the period January through March 1st of the year the report is due,or (2) as of December 31, if the contractor has pre~ious written approval from theEqual Employment Opportunity Commission to do so for purposes of submitting theEmployer Information Report EEO-1 (Standard Form 100).(e) The count of veterans reported according to paragraph (a) of this clauseshall be based on voluntary disclosure. Each contractor subject to the reportingrequirements atveterans of theprogram at 38 Uinvitation shalinformation wilinformation wiland that the in

38 U.S.C. ZO12(d) shall invite all special disabled veterans and-Vietnam era who wish to benefit under the affirmative actionS.C. 2012 to identify themselves to the contractor. Thestate that the information is voluntarily provided, that thebe kept confidential, that disclosure or refusal to provide thenot subject the applicant or employee to any adverse treatment

ormation will be used only in accordance with the regulationspromulgated under 38 U.S.C. 2012.(f) Subcontracts. The contractor shall include the terms of this clause in everysubcontract or purchase order of $10,000 or more unless exempted by rules,

~ regulations, or-orders of the Secretary.

1.12 SERVIcE CONTRACT ACT OF 1965, AS AMENDED (FAR 52.222-41) (MAY 1989)

(a) Definitions. “Act,” as used in this clause, means the Service ContractAct of 1965, as amended (41 U.S.C. 351, et seq.).

“Contractor,” as used in this clause or in any subcontract, shall bedeemed to refer to the subcontractor, except in the term “Government Prime -Contractor.”

“Service employee,” as used in this clause, means any person engaged inthe performance of this contract other than any person employed in a bona fideexecutive, administrative, or professional capacity, as these terms are defined inPart 541 of Title 29, Code of Federal Regulations, as revised. It includes allsuch persons regardless of any contractual relationship that may be alleged toexist between a Contractor or subcontractor and such persons.

(b) Applicability. This contract is subject to the following provisions andto all other applicable provisions of the Act and regulations of the Secretary ofLabor (29 CFR Part 4). This clause does not apply to contracts or subcontractsadministratively exempted by the Secretary of Labor or exempted by 41 U.S.C. 356,as interpreted in Subpart C of 29 CFR Part 4.

(c) C~ensation.(1) Each service employee employed in the performance of this contract

by the Contractor or any subcontractor shall be paid not less than the minimummonetary wages and shall be furnished fringe benefits in accordance with the wagesand fringe benefits determined by the Secretary of Labor, or authorizedrepresentative, as specified in any wage determination attached to this contract.

(2) (i) [f a wage determination is attached to this contract, theContractor shall classify any class of service employee which is not listedtherein and which is to be employed under this contract (i.e., the work to beperformed is not performed by any classification listed in the wage determination)so as to provide a reasonable relationship (i.e., appropriate level of skillcomparison) between such unlisted classifications and the classifications listedin the wage determination. Such conformed class of employees shall be paid themonetary wages and furn+shed the fringe benefits as are determined pursuant to theprocedures in this paragraph (c).

NAS1-20048

Page 44: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

39

(ii) This conforming procedure shall be initiated by thecontractor prior to the performance of contract work by the unlisted class ofemployee. The Contractor shall submit Standard Form (SF) 1444, Request ForAuthorization of Additional Classification and Rate, to the Contracting Officer nolater than 30 days after the unlisted class of employee performs any contractwork. The Contracting Officer shall review the proposed classification and rateand promptly submit the completed SF 1444 (which must include informationregarding the agreement or disagreement of the employees’ authorizedrepresentatives or the employees themselves together with the agencyrecommendation) , and all pertinent information to the Wage and Hour Division,Employment Standards Administration, U.S. Department of Labor. The Wage and HourDivision will appFove, modify, or disapprove the action or render a finaldetermination in the event of disagreement within 30 days of receipt or willnotify the Contracting Officer within 30 days of receipt that additional time isnecessary.

(iii) The final determination of the conformance action by theWage and Hour Division shall be transmitted to the Contracting Officer who shallpromptly notify the Contractor of the action taken. Each affected employee shallbe furnished by the Contractor with a written copy of such determination or it-shall be posted as a part of the wage determination.

(iv) (A) The process of establishing wage and fringe benefitrates that bear a reasonable relationship to those listed in a wage determinationcannot be reduced to any single formula. The approach used may vary from wagedetermination to wage determination depending on the circumstances. Standard wageand salary administration practices which rank various job classifications by paygrade pursuant to point schemes or other job factors may, for example, be reliedupon. Guidance may also be obtained from the way different jobs are rated underFederal pay systems (Federal Wage Board Pay System and the General Schedule) orfrom other wage determinations issued in the same locality. Basic to theestablishment of any conformable wage rate(s) is the concept that a payrelationship should be maintained between job classifications based on the skillrequired and the duties

(B~er;~~~”case of a contract modification, an exercise ofan option, or extension of an existing contract, or in any other case where aContractor succeeds a contract under which the classification in question waspreviously conformed pursuant to paragraph (c) of this clause, a new conformedwage rate and fringe benefits may be assigned to the conformed classification byindexing (i.e., adjusting) the previous conformed rate and fringe benefits by anamount equal to the average (mean) percentage increase (or decrease, whereappropriate) between the wages and fringe benefits specified for allclassifications to be used on the contract which are listed in the current wagedetermination, and those specified for the correspondi~!g classifications in thepreviously applicable wage determination. Where conforming actions areaccomplished in accordance with this paragraph prior to the performance ofcontract work by the unlisted class of employees, the Contractor shall advise theContracting Officer of the action taken but the other procedures in subdivision(c)(ii) of this clause need not be followed.

(C) NO employee engaged in performing work on this contractshall in any event be paid less than the currently applicable minimum wage

specified under section 6(a)(l) of the Fair Labor Standards Act of 1938, asamended.

NAS1-20048

Page 45: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

(v) The wagethis subparagraph (c)(2) of thin the classification from thethem in the classification. F,

40

rate and fringe benefits finally determined unders clause shall be paid to all employees performingfirst day on which contract work is performed byilure to pay the unlisted employees the

compensation agreed upon by the interested-parties andfor finally determined bythe Wage and Hour Division retroactive to the date such class of employeescommenced contract work shall be a violation of the Act and this contract.

(vi) Upon discovery of failure to comply with subparagraph (c)(2)of this clause, the Wage and Hour Division shall make a final determination ofconformed classification, wage rate, and/or fringe benefits which shall beretroactive to the date such class or classes of employees commenced contractwork.

(3) Adjustme~t of Compensation. If the term of this contract is more than 1year, the minimum monetary wages and fringe benefits required to be paid orfurnished thereunder to service employees under this contract shall be subject toadjustment after 1 year and not less often than once every 2 years, under wagedeterminations issued by the Wage and Hour Division.

(d) Obligation to Furnish Fringe Benefits. The Contractor or subcontractormay discharge the obligatio-nto furnish fringe benefits specified in theattachment or determined under subparagraph (c)(2) of this clause by furnishingequivalent combinations of bona fide fringe benefits, or by making equivalent ordifferential cash payments, only in accordance with Subpart D of 29 CFR Part 4.

(e) Hinimum Wage. In the absence of a minimum wage attachment for thiscontract, neither the Contractor nor any subcontractor under this contract shallpay any person performing work under this contract (regardless of whether theperson is a service employee) less than the minimum wage specified by section6(a)(1) of the Fair Labor Standards Act of 1938. Nothing in this clause shallrelieve the Contractor or any subcontractor of any other obligation under law orcontract for the payment of a higher wage to any employee.

(f) Successor Contracts. If this contract succeeds a contract subject tothe Act under which substantially the same services were furnished in the samelocality and service employees were paid wages and fringe benefits provided for in‘a collective bargaining agreement, in the absence of the minimum wage attachmentfor this contract setting forth such collectively bargained wage rates and fringebenefits, neither the contractor nor any subcontractor under this contract shallpay any service employee performing any of the contract work (regardless ofwhether or not such employee was employed under the predecessor contract), lessthan the wages and fringe benefits provided for in such collective bargainingagreement, to which such employee would have been entitled if employed under thepredecessor contract, including accrued wages and fringe benefits and anyprospective increases in wages and fringe benefits provided for under suchagreement. No Contractor or subcontractor under this contract may be relieved ofthe foregoing obligation unless the limitations of 29 CFR 4.lb(b) apply or unlessthe Secretary of Labor or the secretary’s authorized representative finds, after ahearing as provided in 29 CFR 4.10 that the wages and/or fringe benefits providedfor in such agreement are substantially at variance with those which prevail forservices of a character similar in the locality, or determines, as provided in 29

CFR 4.11, that the collective bargaining agreement applicable to service employeesemployed under the predecessor contract was not entered into as a result of arm’slength negotiatioris. Where it is found in accordance with the review proceduresprovided in 29 CFR 4.10 and/or 4.11 and Parts 6 and 8 that some or all of thewages and/or fringe benefits contained ir a predecessor Contractor’s collective

bargaining agreement are substantially at variance with those which prevail for

NAS1-20048

Page 46: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

services of a character similar in the locality, and/or that the collectivebargaining agreement applicable to service employees employed under thepredecessor contract was not entered into as a result of arm’s lengthnegotiations, the Department will issue a new or revised wage determination

setting forth the applicable wage rates and fringe benefits. Such determinationshall be made part of the contract or subcontract, in accordance with the decision

of the Administrator, the Administrative Law Judge, or the Board of ServiceContract Appeals, as the case may be, irrespective of whether such issuance occursprior to or after the award of a contract or subcontract (53 Comp. Gen. 401(1973)). In the case of a wage determination issued solely as a result of afinding of substantial variance, such determination shall be effective as of thedate of the final administrative decision.

(g) Notification to Employees. The Contractor and any subcontractor underthis contract shall notify each service employee consnencingwork on this contractof the minimum monetary wage and any fringe benefits required to be paid pursuantto this contract, or shall post the wage determination attached to this contract.The poster provided by the Department of Labor (Publication WH 1313) shall beposted in a prominent and accessible place at the worksite. Failure to comply

with this requirement is a violation of Section 2(a)(4) of the Act and of this

contract.

(h) Safe and Sanitary Working Conditions. The Contractor or subcontractorshall not permit any part of the services called for by this contract to beperformed in buildings or surroundings or tinderworking conditions provided by orunder the control or supervision of the Contractor or subcontractor which areunsanitary, hazardous, or dangerous to the health or safety of the serviceemployees. The Contractor or subcontractor shall comply with the safety and -health standards applied under 29 CFR Part 1925.

(i) Records. (1) The Contractor and each subcontractor performing worksubject to the Act shall make and maintain for 3 years from the completion of thework, and make them available for inspection and transcription by authorizedrepresentatives of the Wage and Hour Division, Employment StandardsAdministration, a record of the following:

(i) For each employee subject to the Act -(A) Name and address and social security number;(B) Correct work classification or classifications, rate or

rates of monetary wages paid and fringe benefits provided, rate or rates ofpayments in lieu of frin e benefits, and total daily and weekly compensation;

(CY t)ai ly and weekly hours worked by each employee; and(D) Any deductions, rebates, or refunds from the total

daily or weekly compensation of each employee.

(ii) For those classes of service employees not included in anywage determination attached to this contract, wage rates or fringe benefitsdete-ined by the interested parties or by the Administrator or authorizedrepresentative, under the terms of paragraph (c) of this clause. A copy of thereport required by subdivision (c)(2) (ii) of this clause will fulfill thisrequirement.

( i i i ) Any 1 i st of the predecessor Contractor’s employees which hadbeen furnished to the contractor as prescribed by paragraph (n) of this clause.

(2) The< Contractor shall also make available a copy of this contract

for inspection or transcription by authorized representatives of the Wage and HourDivision.

(3) Failure to make and maintain o--to make available these records forinspection and transcription ‘shall be d violation of the regulations and this

NAS1-20048

Page 47: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

42

contract, and in the case of failure to produce these records, the ContractingOfficer, upon direction of the Department of Labor and notification to theContractor, shall take action to cause suspension of any further payment oradvance of funds until such violation ceases.

(4) The Contractor shall permit authorized representatives of the Wage

and Hour Division to conduct interviews with employees at the worksite duringnormal working hours.

(j) Pay Periods. The Contractor shall unconditionally pay to each employeesubject to the Act all wages due free and clear and without subsequent deduction(except as otherwise provided by law or Regulations, 29 CFR Part 4), rebate, orkickback on any account. These payments shall be made no later than one payperiod following the end of the regular pay period in which the wages were earnedor accrued. A pay period under this Act may not be of any duration longer thansemi-monthly.

(k) Withholding of Payment and Termination of Contract. The ContractingOfficer shall withhold or cause to be withheld from the Government PrimeContractor under this or any other Government contract with the Prime Contractorsuch sums as an appropriate official of the Department of Labor requests or suchsums as the Contracting Officer decides may be necessary to pay underpaidemployees employed by the Contractor or subcontractor. In the event of failure topay any employees subject to the Act all or part of the wages or fringe benefitsdue under the Act, the Contracting Officer may, after authorization or bydirection of the Department of Labor and written notification to the Contractor,take action to cause suspension of any further payment or advance of funds untilsuch violations have ceased. Additionally, any failure to comply with therequirements of this clause may be grounds for termination of the right to proceedwith the contract work. In such event, the Government may enter into othercontracts or arrangements for completion of the work, charging the Contractor indefault with any additional cost.

(1) Subcontracts. The Contractor agrees to insert this clause in allsubcontracts subject to the Act.

(m) Collective Bargaining Agreements Applicable to Service Employees. Ifwages to be paid or fringe benefits to be furnished any service employees employed

by the Government Prime Contractor or any subcontractor under the contract are

provided for in a collective bargaining agreement which is or will be effectiveduring any period in which the contract is being performed, the Government PrimeContractor shall report this fact to the Contracting Officer, together with fullinformation as to the application and accrual of such wages and fringe benefits,including any prospective increases, to service employees engaged in work on thecontract, and a copy of the collective bargaining agreement. Such report shall bemade upon commencing performance of the contract, in the case of collective

bargaining agreements effective at such time, and in the case of such agreementsor provisions or amendments thereof effective at a later time during the period ofcontract performance such agreements shall be reported promptly after negotiation

thereof.

(n) Seniority List. Not less than 10 days prior to completion of anycontract being perfomted at a Federal facility where service employees may be

retained in the performance of the succeeding contract and subject to a wagedetermination which contains vacation or other benefit provisions based upon

length of service ”with a contractor (predecessor) or successor (29 CFR Part4.173), the incumbent Prime contractor shall furnish the Contracting officer acertified list of the names of all service employees on the Contractor’s or

subcontractor’s payroll during the last month of contract performance. Such list

NAS1-20048

Page 48: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

43

shall also contain anniversary dates of employment on the contract either with thecurrent or predecessor Contractors of each such service employee. The ContractingOfficer shall turn over such list to the successor Contractor at the commencementof the succeeding contract.

(o) Rulings and Interpretations. Rulings and interpretations of the Act arecontained in Regulations, 29 CFR Part 4.

(p) Contractor’s Certification.(1) By entering into this contract, the Contractor (and officials

thereof) certifies that neither it (nor he or she) nor any Derson or firm who hassubstantial interest in the Contractor’s firm is a person”o~ firm ineawarded Government contracts by virtue of the sanctions imposed underthe Act.

(2) No~art of this contract shall be subcontracted to anyfirm ineligible for award of a Government contract under section 5 of

(3) The penalty for making false statements is prescribedCriminal Code. 18 U.S.C. 1001.

igible to besection 5 of

person orthe Act.n the U.S.

(q) ‘Variations, Tolerances, and Exemptions Involving Employment.Notwithstanding any of the provisions in paragraphs (b) through (o) of this

~ clause, the following employees may be employed in accordance with the followingvariations, tolerances, and exemptions, which the Secretary of Labor, pursuant tosection 4(b) of the Act prior to its amendment by Public L. 92-473, found to benecessary and proper in the public interest or to avoid serious impairment of theconduct of Government business.

(1) Apprentices, student-learners, and workers whose earning capacityis impaired by age, physical or mental deficiency, or injury may be employed atwages lower than the minimum wages otherwise required by section 2(a)(1) or -2(b)(1) of the Act without diminishing any fringe benefits or cash payments inlieu thereof required under section 2(a)(2) of the Act, in accordance with theconditions and procedures prescribed for the employment of apprentices, student-learners, handicapped persons, and handicapped clients of sheltered workshopsunder Section 14 of the Fair Labor Standards Act of 1938, in the regulationsissued by the Administrator (29 CFR Parts 520, 521, 524, and 525).

(2) The Administrator wi11 issue certificates under the Act for theemployment of apprentices, student-learners, handicapped persons, or handicappedclients of sheltered workshops not subject to the Fair Labor Standards Act of1938, or subject to different minimum rates of pay under the two acts, authorizingappropriate rates of minimum wages (but without changing requirements concerningfringe benefits or supplementary cash payments in lieu thereof), applyingprocedures prescribed by the applicable regulations issued under the Fair LaborStandards Act of 1938 (29 CFR Parts 520, 521, 524, and 525).

(3) The Administrator will also withdraw, annul, or cancel suchcertificates in accordance with the regulations in 29 CFR Parts 525 and 528.

(r) Apprentices. Apprentices wil~ be permitted to work at less than thepredetermined rate for the work they perfoml when they are employed and

individually registered in a bona fide apprenticeship program registered with a

State Apprenticeship Agency which is recognized by the U.S. Department of Labor,or if no such recognized agency exists in a State, under a program registered withthe Bureau of Apprenticeship and Training, Employment and Training Administration,U.S. Department of Labor. Any employee who is not registered as an apprentice inan approved program shall be paid’the wage rate and f~ingethe applicable wage determination for the journeyman classactually performed. The wage rates paid apprentices shallwage rate for their level of progress set forth in the reg.

benefits contained infication of worknot be less than thestered program,

NAS1-20048

Page 49: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

44

expressed as the appropriate percentage of the journeyman’s rate contained in theapplicable wage determination. The allowable ratio of apprentices to journeymenemployed on the contract work in any craft classification shall not be greaterthan the ratio permitted to the contractor as to his entire work force under theregistered program.

(s) Tips. An employee engaged in an occupation in which the employeecustomarily and regularly receives more than $30 a month in tips may have theamount of tips credited by the employer against the minimum wage required bysection 2(a)(1) or section 2(b)(1) of the Act, in accordance with section 3(m) ofthe Fair Labor Standards Act and Regulations 29 CFR Part 531. However, that theamount of credit shall not exceed $1.34 per hour beginning January 1, 1981. TOuse this provisior-

(1) The employer must inform tipped employees about this tip creditallowance before the credit is utilized;

(2) The employees must be allowed to retain all tips (individually orthrough a pooling arrangement and regardless of whether the employer elects totake a credit for tips received);

(3) The employer must be able to show by records that the employeereceives at least the applicable Service Contract Act minimum wage through thecombination of direct wages and tip credit; and

(4) The use of such tip credit must have been permitted under anypredecessor collective bargaining agreement applicable by virtue of section 4(c)of the Act.

(t) Disputes Concerning Labor Standards. The U.S. Department of Labor hasset forth in 29 CFR Parts 4, 6, and 8 procedures for resolving disputes concerninglabor standards requirements. Such disputes, shall be resolved in accordance withthose procedures and not the Disputes clause of this contract. Disputes withinthe meaning of this clause include disputes between the Contractor (or any of itssubcontractors) and the contracting agency, the U.S. Department of Labor, or theemployees or their representatives.

1.13 DRUG-FREE WORKPLACE (FAR 52.223-6) (JUL 1990)

(a) Definitions. As used in this clause,“Controlled substance” means a controlled substance in Schedules I through V

of Section 202 of the Controlled Substances Act (21 U.S.C. 812) and as furtherdefined in regulation at 21 CFR 1308.11 - 1308.15.

“Conviction” means a finding of guilt (including a plea of nolo contendere)or imposition of sentence, or both, by any judicial body charged with theresponsibility to determine violations of the Federal or State Criminal drug.

statutes.

“Criminal drug statute” means a Federal or non-Federal criminal statute

involvirg the manufacture, distribution, dispensing, possession or use of any

controlled substance.

“Drug-free workplace” means the site(s) for the performance of work done bythe Contractor in connection with a specific contract at which employees of theContractor are prohibited from engaging in the unlawful manufacture, distribution,dispensing, possession, or use of a controlled substance.

“Employee” means an employee of a Contractor directly engaged in theperformance of work under a Government contract. “Directly engaged” is defined toinclude all direct cost employees and any other contractor employee who has other

than a minimal impact or involvement in contract performance.

NAS1-20048

Page 50: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

45

“Individual” means an offeror/Contractor that has no more than one employeeincluding the offeror/Contractor.(b) The Contractor, if other than an individual, shall - within 30 calendar daysafter award (unless a longer period is agreed to in writing for contracts of 30calendar days or more performance duration); or as soon as possible for contractsof less than 30 calendar days performance duration -

(1) Publish a statement notifying its employees that the unlawfulmanufacture, distribution, dispensing, possession, or use of a controlledsubstance is prohibited in the Contractor’s workplace and specifying the actionsthat will be taken against employees for violations of such prohibition;

(2) Establish an ongoing drug-free awareness program to inform such

employees about - -

(i) The dangers of drug abuse in the workplace;(ii) The Contractor’s policy of maintaining a drug-free workplace;(iii) Any available drug counseling, rehabilitation, and employee

assistance programs; and(iv) The penalties that may be imposed upon employees for drug abuse

violations occurring in the workplace.(3) Provide al1 employees engaged in performance of the contract with a copy

of the statement required by subparagraph (b)(1) of this clause;(4) Notif such employees in writing in the statement required by

Ysubparagraph (b (1) of this clause that, as a condition of continued employment onthis contract, the employee will -

(i) Abide by the terms of the statement; and(ii) Notify the employer in writing of the employee’s conviction under

a criminal drug statute for a violation occurring in the workplace no later than 5days after such conviction.

(5) Notify the Contracting Officer in writing within 10 calendar days afterreceiving notice under subdivision (b)(4)(ii) of this clause, from an employee orotherwise receiving actual notice of such conviction. The notice shall includethe position title of the employee;

(6) Within 30 calendar days after receiving notice under subdivision‘(b)(4)(ii) of this clause of a conviction, take one of the following actions withrespect to any employee who is convicted of a drug abuse violation occurring in

the workplace:

(i) Taking appropriate personnel action against such employee, up toand including termination; or

(ii) Require such employee to satisfactorily participate in a drugabuse assistance or rehabilitation program approved for such purposes by aFederal, State, or local health, law enforcement, or other appropriate agency.

(7) Make a good faith effort to maintain a drug-free workplace through.implementation of subparagraphs (b)(1) through (b)(6) of this clause.(c) The Contractor, if an individual, agrees by award of the contract oracceptance of a purchase order, not to engage in the unlawful manufacture,distribution, dispensing, possession, or use of a controlled substance in theperformance of this contract.(d) In addition to other remedies available to the Government, the Contractor’sfailure to comply with the requirements of paragraphs (b) or (c) of this clausemay, pursuant to FAR 23.506, render the contractor subject to suspension of

contract payments, termination of the contract for default, and suspension ordebarment.

NAS1-20048

Page 51: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

46

1.14 COST ACCOUNTING STANDARDS (NASA FAR SUPPLEMENT 52.230-2) (AUG 1992)

(a) Unless the contract is exempt under49 CFR, Subparts ggos.zol-l and9903.201-2, the provisions of 48 CFR, Part 9903.201-1 are incorporated herein byreference and the Contractor, in connection with this contract, shall--

(1) (CAS-covered Contracts Only) By submission of a Disclosure Statement,disclose in writing the Contractor’s cost accounting practices as required by 48CFR, Subpart 9903.202-1 through 9903.202-5, including methods of distinguishingdirect costs from indirect costs and the basis used for allocating indirect costs.The practices disclosed for this contract shall be the same as the practicescurrently disclosed for this contract shall be the same as the practices currentlydisclosed and app}ied on all other contracts and subcontracts being performed bythe Contractor and which contain a Cost Accounting Standards CAS) clause. If theContractor has notified the Contracting Officer that the Disclosure Statementcontains trade secrets and commercial or financial information which is privilegedand confidential, the Disclosure Statement shall be protected and shall not bereleased outside of the Government.

(2) Follow consistently the Contractor’s cost accounting practices inaccumulating and reporting contract performance cost data coricerning thiscontract. If any change in cost accounting practices is made for the purposes ofany contract or subcontract subject to CAS requirements, the change must beapplied prospectively to this contract and the Disclosure Statement must beamended accordingly. If the contract price or cost allowance of this contract isaffected by such changes, adjustment shall be made in accordance with subparagraph(a)(4) or (a)(5) of this clause, as appropriate.

(3) Comply with all CAS, including any modifications and interpretationsindicated thereto contained in 48 CFR, Part 9904 (Appendix B, FAR loose-leafedition), in effect on the date of award of this contract or, if the Contractorhas submitted cost or pricing data, on the date of final agreement on price asshown on the Contractor’s signed certificate of current cost or pricing data. TheContractor shall also comply with any CAS (or modifications to CAS) whichhereafter become applicable to a contract or subcontract of the Contractor. Suchcompliance shall be required prospectively from the date of applicability to such -contract or subcontract.

(4)(i) Agree to an equitable adjustment as provided in the Changes clauseof this contract if the contract cost is affected by a change which, pursuant tosubparagraph (a)(3) of this clause, the Contractor is required to make to theContractor’s established cost accounting practices.

(ii) Negotiate with the Contracting Officer to determine the terms andconditions under which a change may be made to a cost accounting practice, otherthan a change made under other provisions of subparagraph (a)(4) of this clause;provided that no agreement my be made under this provision that will increasecosts paid by the United States.

(iii) When the parties agree to a change to a cost accounting practice,other than a change under subdivision (a)(4)(i) of this clause, negotiate anequitable adjustment as provided in the changes clause of this contract.

(5) Agree to an adjustment of the contract price or cost allowance, asappropriate, if the Contractor or a subcontractor fails to comply with anapplicable cost AccoUrtting standard, or to follow any cost accounting practiceconsistently and such failure results in any increased costs paid by the UnitedStates. Such adjustment shall provide for recovery of the increased costs to theUnited States, together with interest thereon computed at the annual rate

established under section 15GZ1 of the Internal Revenue code of 1986 (26 U.S.C.

NAS1-20048

Page 52: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

47

6621) for such period, from the time the payment by the United States was made tothe time the adjustment is effected. In no case shall the Government recovercosts greater than the increased cost to the Government, in the aggregate, on therelevant contracts subject to the price adjustment, unless the Contractor made achange in its cost accounting practices of which it was aware or should have beenaware at the time of price negotiations ancl which it failed to disclose to theGovernment.(b) If the parties fail to agree whether the Contractor or a subcontractor hascomplied with an applicable CAS in 48 CFR, Part ‘3904 or a CAS rule or regulationin 48 CFR, Part 9903 and as to any cost adjustment demanded by the United States,such failure to agree will constitute a dispute under the Contract Disputes Act(41 U.S.C. 601). -(c) The Contractor shall permit any authorized representatives of the Governmentto examine and make copies of any documents, papers, or records relating tocompliance with the requirements of this clause.(d) The Contractor shall include in all negotiated subcontracts which theContractor enters into, the substance of this clause, except paragraph (b), andshall rqquire such inclusion in all other subcontracts, of any tier, including the“obligation to comply with all CAS in effect on the subcontractor’s award date orif the subcontractor has submitted cost or pricing data, on the date of finalagreement on price as shown on the subcontractors signed Certificate of CurrentCost or Pricing Data. This requirement shall apply only to negotiatedsubcontracts in excess of $500,000 where the price negotiated is not based on--

(1) Established catalog or market prices of commercial items sold insubstantial quantities to the general public; or

(2) Prices set by law or regulation, and except that the requirement shallnot apply to negotiated subcontracts otherwise exempt from the requirement toinclude a cAS clause as specified in 48 CFR, Subpart 9903.201-1.

1.15 PROMPT PAYMENT (FAR 52.232-25) (SEP 1992)

Notwithstanding any other payment clause in this contract, the Government will

make invoice payments and contract financing payments under the terms and

conditions specified in this clause. Payment shall be considered as being made onthe day a check is dated or an electronic funds transfer is made. Definitions ofpertinent terms are set forth in 32.902. All days referred to in this clause arecalendar days, unless otherwise specified. The term “foreign vendor” means anincorporated concern not incorporated in the IJnited states, or an unincorporated

concern having its principal place of business outside the United States.

(a) Invoice Pavments.(1) For purposes of this clause, “invoice payment” means a Government

disbursement of monies to a Contractor under a contract or other authorization forsupplies or services accepted by the Government. This includes payments forpartial deliveries that have been accepted by the Government and final cost or feepayments where amounts owed have been settled between the Government and theContractor.

(2) Except as indicated in subparagraph (a)(3) and paragraph (c) of thisclause, the due date for making invoice payments by the designated payment officeshall be the later of the followina two events:

(

proper invo

(or services

) The 30th day aft~r the designated billing office has received ace from the Contractor.i) The 30th day after Government acceptance of supplies deliveredperformed by the Contractor. On a final invoice where the payment

NASI-20048

Page 53: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

48

amount is subject to contract settlement actions, acceptance shall be deemed tohave occurred on the effective date of the contract settlement. However, if thedesignated billing office fails to annotate the invoice with the actual date ofreceipt, the invoice payment due date shall be deemed to be the 30th day after thedate the Contractor’s invoice is dated, provided a proper invoice is received andthere is no disagreement over quantity, quality, or Contractor compliance withcontract requirements.

(3) The due date on contracts for meat, meat food products, or fish;contracts for perishable agricultural commodities, contracts for dairy products,edible fats or oils, and food products prepared from edible fats or oils, andcontracts not requiring submission of an invoice shall be as follows:

(i) -The due date for meat and meat food products, as defined inSection 2(a)(3) of the Packers and Stockyard Act of 1921 (7 U.S.C. 182(3)) andfurther defined in Pub. L. 98-181 to include any edible fresh or frozen poultrymeat, any perishable poultry meat food product, fresh eggs, and any perishable eggproduct, will be as close as possible to, but not later than, the 7th day afterproduct delivery.

(ii) The due date for fresh or frozen fish, as defined in Section‘204(3) of the Fish and Seafood Promotion Act of 1986 (16 U.S.C. 4003(3)T, will beas close as possible to, but not later than, the seventh day after productdelivery.

(iii) The due date for perishable agricultural commodities, as definedin section 1(4) of the Perishable Agricultural connnoditiesAct of 1930 (7 U.S.C.499a(44)), will be as close as possible to, but not later than, the 10th day afterproduct delivery, unless another date is specified in the contract.

(iv) The due date for dairy products, as defined in section ill(e) ofthe Dairy Production Stabilization Act of 1983 (7 U.S.c. 4502(e)), edible fats oroils, and food products prepared from edible fats or oils, will be as close aspossible to, but not later than, the 10th day after the date on which a properinvoice has been received.

(v) If the contract does not require submission of an invoice forpayment (e.g., period lease payments), the due date will be as specified in thecontract.

(4) An invoice is the Contractor’s bill or written request for payment underthe contract for supplies delivered or services performed. An invoice shall beprepared and submitted to the designated billing office specified in the contract.A proper invoice must include the items listed in subdivisions (a)(4)(i) through(a)(4)(viii) of this clause. If the invoice does not comply with theserequirements, then the Contractor will be notified of the defect within 7 daysafter receipt of the invoice at the designated billing office (3 days for meat,meat food products, or fish, and 5 days for perishable agricultural commodities,edible fats or oils, and food products prepared from edible fats or oils.Untimelv notification will be taken into account in the commutation of anyinteres~ penalty owed the contractor in the manner described(a)(6) of ~~~s clause.

Name and address of the Contractor.(ii) Invoice date.(iii) Contract number or other authorization for

services performed (including order number and contract line(iv) Description, quantity, unit of measure, un

price of supplies delivered or services performed.

in subparagraph

supplies delivered oritem number).t price, and extended

NAS1-20048

Page 54: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

49

(v) Shipping and payment terms (e.g., shipment number and date ofshipment, prompt payment discount terms). Bill of lading number and weight ofshipment will be shown for shipments on Government bills of lading.

(vi) Name and address of Contractor official to whom payment is to besent (must be the same as that in the contract or in a proper notice ofassignment).

(vii) Name (where practicable), title, phone number and mailingaddress of person to be notified in event of a defective invoice.

(viii) Any other information or documentation required by otherrequirements of the contract (such as evidence of shipment).

(5) An interest penalty shall be paid automatically by the Government,without request from the contractor, if ayment is not made b

! fthe due date and

the conditions listed in subdivisions (a (5)(i) through (a)(5 (iii) of this clauseare met, if applicable. An interest penalty shall not be paid on contractsawarded to foreign vendors outside the United States for work performed outsidethe United States.

(i) A proper invoice was received by the designated billing office.(ii) A~eceiving report or other Government documentation authorizing

payment was processed and there was no disagreement over quantity, quality, orContractor com liance with any contract term or condition.

(iii Y In the case of a final invoice for any balance of funds due theContractor for supplies delivered or services performed, the amount was notsubject to further contract settlement actions between the Government and theContractor.

(6) The interest penalty shall be at the rate established by the Secretaryof the Treasury under Section 12 of the Contract Disputes Act of 1978 (41 U.S.C.611) that is in effect on the day after the due date, except where the interestpenalty is prescribed by other governmental authority.

This rate is referred to as the “Renegotiation Board Interest Rate,” andit is published in the Federal Register semiannually on or about January 1 andJuly 1. The interest penalty shall accrue daily on the invoice payment amountapproved by the Government and be compounded in 30-day increments inclusive fromthe first day after the due date through the payment date. That is, interestaccrued at the end of any 30-day period will be added to the approved invoicepayment amount and be subject to interest penalties if not paid in the succeeding30-day period. If the designated billing office failed to notify the Contractorof a defective invoice within the periods prescribed in paragraph (a)(4) of thisclause, then the due date on the corrected invoice will be adjusted by subtractingthe number of days taken beyond the prescribed notification of defects period.Any interest penalty owed the Contractor will h based on this adjusted due date.Adjustments will be made by the designated payment office for errors incalculating interest penalties, if requested by the Contractor.

(i) For the sole ourpose of computing an interest penalty that mightbe due the Contractor, Government acceptance shall be deemed to have occurredconstructively on the 7th day (unless otherwise specified in this contract) afterthe Contractor delivered the supplies or performed the services in accordance withthe terms and conditions of the contract, unless there is a disagreement overquantity, quality, or Contractor compliance with a contract provision. In theevent that actual acceptance occurs within the constructive acceptance period, thedetermination of an interest penalty shall be based on the actual date ofacceptance.

NAS1-20048

Page 55: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

50

The constructive acceptance requirement does not, however, compel Governmentofficials to accept supplies or services,functions,

perform contract administrationor make payment prior to fulfilling their responsibilities.(ii) The following periods of time will not be included in the

determination of an interest penalty:(A) The period taken to notify the Contractor of defects in

invoices submitted to the Government, but this may not exceed 7 days (3 days formeat, meat food products, or fish, and 5 days for perishable agriculturalcommodities, dairy products, edible fats or oils, and food products prepared fromedible fats or oils).

(B) The period between the defects notice and resubmission ofthe corrected invoice by the Contractor.

(iii) Interest penalties will not continue to accrue after the filingof a claim for such penalties under the clause at 52.233-1, Disputes, or for morethan 1 year. Interest penalties of less than $1.00 need not be paid.

(iv) Interest penalties are not required on payment delays due todisagreement between the Government and Contractor over the payment amount orother issues involving contract compliance or on amounts temporarily withheld orretained in accordance with the terms of the contract. Claims involving disputes, -and any interest that may be payable, will be resolved in accordance with the

clause at 52.233-1, Disputes.(7) An interest penalty shall also be paid automatically by the designated

payment office, without request from the Contractor, if a discount for promptpayment is taken improperly. The interest penalty will be calculated as describedin subparagraph (a)(6) of this clause on the amount of discount taken for the

period beginning with the first day after the end of the discount period throughthe date when the Contractor is paid.

(8) If this contract was awarded on or after October 1, 1989, a penaltyamount, calculated in accordance with regulations issued by the Office ofManagement and Budget, shall be paid in addition to the interest penalty amount ifthe Contractor -

(i) Is owed an interest penalty;(ii) Is not paid the interest penalty within 10 days after the date

the invoice amount is paid; and(iii) Makes a written demand, not later than 40 days after the date

the invoice amount is paid, that the agency pay such a penalty.(b) Contract Financina Pavments.

(1) For purposes of this clause, “contract financing payment” means aGovernment disbursement of monies to a contractor under a contract clause or other

authorization prior to acceptance of supplies or services by the Government.Contract financing payments include advance payments, progress payments based oncost under the clause at 52.232-16, Progress Payments, progress payments based on

a percentage or stage of completion (Sz.loz(e)(l)) other than those made under the

clause at 52.232-5, Payments Under Fixed-Price Construction Contracts, or theclause at 52.232-10, Payments Under Fixed-Price Architect-Engineer Contracts, andinterim payments on cost type contracts.

(2) For contracts that provide for contract financing, requests for paymentshall be submitted to the designated billing office as specified in this contractor as directed by. the contracting Officer. Contract financing payments shall bemade on the 30th day after receipt Of a proper contract financing request by thedesignated billing office. In the event that an audit or other review of aspecific financing request is required to ensure compliance with the terms and

NAS1-20048

Page 56: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

51

conditions of the contract, the designated payment office is not compelled to makepayment by the due date specified.

(3) For advance payments, loans, or other arrangements that do not involverecurrent submissions of contract financing requests, payment shall be made inaccordance with the corresponding contract terms or as directed by the ContractingOfficer.

(4) Contract financing payments shal 1 not be assessed an interest penaltyfor payment delays.(c) If this contract contains the clause at 52.213-1, Fast Payment Procedure,payments will be made within 15 days after the date of receipt of the invoice.

1.16 BANKRUPTCY (+AR 52.242-13) (APR 1991)

In the event the Contractor enters into proceedings relating to bankruptcy,whether voluntary or involuntary, the Contractor agrees to furnish, by certifiedmail, written notification of the bankruptcy to the Contracting Officerresponsible for administering the contract. This notification shall be furnishedwithin five days of the initiation of the proceedings relating to bankruptcyfiling. This notification shal-linclude the date on which the bankruptcy petitionwas filed, the identity of the court in which the bankruptcy petition was filed,and a listing of Government contract numbers and contracting offices for allGovernment contracts against which final payment has not been made. Thisobligation remains in effect until final payment under this contract.

1.17 SECURITY CLASSIFICATION REQuIREMENTS (NASA 18-52.204-75)(SEP 1989)

Performance under this contract will involve access to andlor generation of

classified information, work in a security area, or both, up to the level ofSECRET. See Federal Acquisition Regulation clause 52.204-2 in this contract andDO Form 254, Contract Security Classification Specification, Exhibit G.

1.18 SECURITY REQUIREMENTS FOR UNCLASSIFIED AUTOMATED INFORMATION RESOURCES -(NASA 18-52.204-76) (JUN 1990)

(a) In addition to complying with any functional and technical securityrequirements set forth in the schedule and the clauses of this contract, theContractor shall obtain special identification, as required by the computersecurity manager, for its personnel who need unescorted or unsupervised physicalaccess or electronic access to the following limited or controlled areas, systems,programs and data:

Central Scientific Computing Complex

(b) The Contractor shall incorporate this clause in all subcontracts where therequirements identified in paragraph (a) are applicable to performance of thesubcontract.

I. 19 LIMITATION OF FUTURE CONTRACTING (NASA 18-52.209-71) (DEC 1988)

(a) The Contracting Officer has determined that this acquisition may give rise toa potential organizational conflict of interest. Accordingly, the attention of

NAS1-20048

Page 57: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

52

all prospective offerors is invited to FAR Subpart 9.5--Organizational Conflof Intereste(b) The nature of this conflict is participation in system design reviews wthe Government and other Contractor representatives to define operationalimprovements and plan their im~lementation, and access to other companies’

Cts

th

proprietary data.’ The Contractor shall advise the Contracting Officer of anyperceived potential organizational conflict of interest of any work prior toexecution of that effort. Upon being so informed, or if the Contracting Officerindependently identifies a potential organizational conflict of interest, theContracting Officer shall determine which of the following is in the best interestof the Government and so advise the Contractor:

(1) the Contractor shal1 perform as directed; or(2) the Contractor shall not perform the work and the work shall be obtained

by the Government from another source.(c) The restrictions upon future contracting are as follows:

(1) If the Contractor, under the terms of this contract, or through theperformance of tasks pursuant to this contract, is required to developspecifications or statements of work that are to be incorporated into asolicitation, the Contractor shall be ineligible to perform the work described inthat solicitation as a prime or first-tier subcontractor under an ensuing NASAcontract. This restriction shall remain in effect for a reasonable time, asagreed to by the Contracting Officer and the Contractor, sufficient to avoidunfair competitive advantage or potential bias (this time shall in no case be;lessthan the duration of the initial production contract). NASA shall notunilaterally require the Contractor to prepare such specifications or statementsof work under this contract.

(2) To the extent that the work under this contract requires access toproprietary, business confidential, or financial data of other companies, and aslong as such data remains proprietary or confidential, the Contractor shallprotect these data from unauthorized use and disclosure and agrees not to use themto compete with those other companies.

1.20 SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS SUBCONTRACTINGREPORTING (NASA/FAR SUPPLEMENT 18-52.219-75) (sEp 1992)

(a) The Contractor shal1 submit the SunmtarySubcontract Report (Standard Form[W 295) quarterly for the reporting periods specified in Block 1.A. of the form.Reports are due 30 days after the close of each reporting period.(b) The Contractor shall also complete Item 15 (Subcontract awards toHistorically Black colleges and llniversities/Minority Institutions) in accordancewith the existing instructions applicable to DOD activities.(c) All other provisions in the instruction paragraphs of the SF 295 remain ineffect.(d) The Contractor shall include this clause in all subcontracts that include theclause at FAR 52.219-9. z,

1.21 NASA SMALL DISADVANTAGED BUSINESS GOAL (NASA 18-52.219-76) (JUL 1991)

(a) Definitions.

“Historically Black Colleges and Universities,” as used in this clause,means institutions determined by the secretary of Education to meet therequirements of 34 CFR section 608.2 and listed therein.

NAS1-20048

Page 58: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

53

“Minorinstitutions meetEducation.

“Smal 1

ty educational institutions, ” as used in th s clause, meansng the criteria established in 34 CFR 607.2 by the Secretary of

disadvantaged business concern,” as used in this clause, means aare both sociallvsmall business concern owned-or controlled by individuals who

and economically disadvantaged (within the meaninu of section 8(a)(5) and (6) ifthe Small Businkss Act (15 ~.S.C. 637 (a)(5) and 16)). For purposes of thisclause, socially and economically disadvantaged individuals shall be deemed toinclude women.

(b) The NASA Administrator is required to ensure, to the fullest extendpossible, that at least 8% of the total value of prime and subcontracts awarded insupport of authorized programs, including the space station by the timeoperational status is obtained, is made available to small business concerns orother organizations owned or controlled by socially and economically disadvantagedindividuals (including women), Historically Black Colleges and Universities, andminority educational institutions.

(c) The Contractor hereby agrees to assist NASA in achieving this goal byusing its best efforts to award subcontracts to small disadvantaged businessconcerns, Historically Black Colleges and Universities, and minority educationalinstitutions, as defined in this clause, to the fullest extent consistent withefficient contract performance. ,..

(d) Contractors acting in good faith may rely on written representations bytheir subcontractors regarding their status as small disadvantaged businessconcerns, Historically Black Colleges and Universities, and minority educationalinstitutions.

1.22 t41NIMUM INSURANCE COVERAGE (NASA 18-52.228-75) (OCT 1988)

The Contractor shall obtain and maintain insurance coverage as follows for theperformance of this contract:

(a) Worker’s compensation and employer’s liability insurance as required byapplicable Federal and State workers’ compensation and occupational diseasestatutes. If occupational diseases are not compensable under those statutes, theyshall be covered under the employer’s liability section of the insurance policy,except when contract operations are so conmlingled with the Contractor’s commercial

operations that it would not be practical. The employer’s liability coverageshall be at least $100,000, except in states with exclusive or monopolistic fundsthat do not permit workers’ compensation to be written by private carriers.

(b) Comprehensive general (bodily injury) liability insurance of at least$500,000 per occurrence.

(c) Motor vehicle liability insurance written on the comprehensive form of policywhich provides for bodily injury and property damage liability covering theoperation of all motor vehicles used in connection with performing the contract.Policies covering motor vehicles operated in the IJnited states shall provide

coverage of at least $200,0C3 per person and $500,000 per occurrence for bodilyinjury liability and $20,0(J0 per occurrence for property damage. The amount of

NAS1-20048

Page 59: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

54

liability coverage on other policies shall be commensurate with any legalrequirements of the locality and sufficient to meet normal and customary claims.

(d) Comprehensive general and motor vehicle liability policies shall contain aprovision worded as follows:

“The insurance company waives any right of subrogation against the UnitedStates of America which may arise by reason of any payment under the policy.”

(e) When aircraft are used in connection with performing the contract, aircraftpublic and passenger liability insurance of at least $200,000 per person and$500,000 per occur~ence for bodily injury, other than passenger liability, and$200,000 per occurrence for property damage. Coverage for passenger liabilitybodily injury shall be at least $200,000 multiplied by the number of seats orpassengers, whichever is greater.

NAS1-20048

Page 60: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

STATEMENT OF WORK

SCIENTIFIC COMPUTINGOPERATIONS,MAINTENANCE,ANDCOMJIUNICATIONS(SCOMAC) SERVICES

NAS1-20048 JULY 27, 1993EXHIBIT A

runsA— LANGLEY RESEARCH CENTER ~

IHAMPTON,VA

23681-0001

NASA~loy(AUO. 1992)

PRC)C. P-314

Page 61: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

C.1 -

C.2 -

C3 -

C4 -

c.; -

Table of Contents

PagelNTRODU~lON/BACKGROUND ............................................................... 1

SCOPE OF CONTRACT AND GENERAL REQUIREMENTS .................. 2

C.2.1 - SCOPE .................................................................................................... 2

C.2.1.1 -(-7. 1.2-

C.2.1.3 -

C.2.~.4 -

CSCC Operation ......................................................................2

CSCC Systems Maintenance ...................................................2

Communications Systems .......................................................2

LaRC Distributed Computing and Data

Reduction Suppoti ...................................................................3

c.2.2 - GENERAL REQUIREME~S .............................................................. 3

C.2.2.1 - Operating Hours ......................................................................3

C.2.2.2 - Performance Criteria ...............................................................4

CSCC OPERATION ........................................................................................... 5

C.3. 1 - CSCC EQUIPMENT OPERATION ...................................................... 5

C.3.2 - OPERATING SYSTEMS SUPPORT .................................................... 6

C.3.3 - FACILITY MANAGENIENT SUPPORT ............................................. 9

C.3.3.1 -

C.3.3.2-

C.3.3.3-

Access Control System Data Base

Management Support ..............................................................9

Environmental System Monitoring Support’ ...........................9

Facility Management Documentation Support .......................9

CSCC SYSTELMS LWINTENANCE .............................................................. 10

C.4.1 -

C.4.2 -

C.4.3 -

C.4.4 -

C.4.5 -

C.4.6 -

C.4.7 -

C.4.8 -

MAINTENANCE COVERAGE .......................................................... 10

POINT OF NOTIFICATION ............................... ................................ 11

PREVENTIVE MAINTENANCE ....................................................... 11

SPARE PARTS ...................................................................................- 11

FIELD CHANGE ORDERS ................................................................ 11

CONTROLWARE ............................................................................... 12

SYSTEM SOiTWARE ........................................................................ 12

MAINTENANCE DOCUMENTATION ............................................. 12

COMMUNICATION NETWORKS .............................................................- 13

C.5.1 -

C.5.2 -

C.5.3 -

C.5.4 -

CORRE~IVE AP4D PREVENTIVE W%INTENAi’i’CE ...................13

INtiALLATION AND RELOCATION OF NIXWORK

EQUIPMENT ....................................................................................... 13

INSTALLATION AND REPAIR OF NETWORK CABLING ..........14

SYSTEMS SUPPORT .......................................................................... 14

Page 62: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

C.5.5 - ADMINISTRATE AiND OPEMTIONS SUPPORT. ..................... Id

C.5.6 - USER SERVICES ................................................................................ 14

C.6 - LaRC DISTRIBUTED COMPUTING AND DATA

REDUCTION SUPPORT ................................................................................ 14

C.6.1 - DISTRIBUTED SYSTEM SUPPORT ................................................. 15

C.6.2 - DATA REDUCI’ION SUPPORT ........................................................ 15

C.7 - NEW TECHNOLOGY SUPPORT ................................................................ 16

C.8 - DOCUMENTATION ....................................................................................... 16-

APPENDIX A ..............................................................................................................A-1APPENDIX B .............................................................................................................. B-1

Page 63: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

55

PART III - LIST OF 00CUMENT5, EXHIBITS AND OTHER ATTACHMENTS

- LIST OF ATTACHMENTSSECTION J____

Exhibit A Statement of Work, dated July 27, 1993, 45 pages

Exhibit B Contract Documentation Requirements, 8 pages

Exhibit C Government-Furnished Property, 5 pages

Exhibit O Installation-Provided Government Property, 14 pages

Exhibit E S~bcontracting Plan, 25 pages

Exhibit F Register of Wage Determination and Fringe Benefits, 6 pages

Exhibit G Contract Security Classification Specification, DD Form 254,2 pages

NAS1-20048

Page 64: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

STATEMENT OF WORKFOR

SCIENTIFIC COMPUTING OPERATIONS, MAINTENANCE,AND COMMUNIC.4TIONS (SCOM.A~ SERVICES

C.1 - iNTRODUCTION/BACKGROUND

The Analysis and Computation Division (ACD) is one of four divisions in the ElectronicsDirectorate of the Langley Research Center (LaRC). The mission of ACD is to providecomprehensive central computational services and Center-wide communication and networkingservices for all research and development activities at the Center. ACD has a civil semice staff ofapproximately 110 et%ployees.

To accomplish its mission, ACD manages and operates the Central Scientific ComputingComplex (cSCC), a large and comprehensive configuration of computing systems and auxiliatydevices located in building 1268, 1268A, and 1268B. Included in the CSCC are several special-purp~se equipment laboratories and test areas. The complex is operated on an open-shop basis for

~ scientists, engineers, and other technical personnel to perform analytical studies, experimentaldata reduction, and real-time simulations. ACD also provides and maintains Center-widenetworks for voice, data, and video communications, and provides limited systems support tocomputing and data reduction facilities distributed throughout the Center.

The capabilities of the CSCC and the Center-wide communication networks are used byall segments of the LaRC research community. The availability and reliability of these systems isvital to the progress of the Center’s activities and the accomplishment of its mission. The goal is100 percent availability and reliability of all systems at all times.

ACD depends upon several support sewice and maintenance contracts to perform many ofits critical functions. The Statement of Work (SOW) is for a contract to provide a major part ofthese setvices and maintenance.

The object of this contract is for ACD to obtain support setvices to operate and maintainmost of the CSCC and all Center-wide voice, dat% and video communications networks; and toprovide system administration support to specified distributed computing and data reductionsystems. This contract will be administered, technically, by ACD, but support may be provided toother organizations as requirements develop.

The se~icm required by this contract represent a consolidation of semices that arecurrently being provided under several different contracts. The taskslisted herein which arebeing performed under contracts that will terminate after the start date of this contract will beincorporated into this contract as those contracts end; thus the transition of work into this contractwill occur in several phases. The Contractor shall do all things necessary to minimize thedisruption of sewices during phase-in of new tasks.

7/z7p3

Page 65: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

C.2 - SCOPE OF CONTRACI’AND GENERAL REQUIREMENTS

C.2.1-SCOPE

The Contractor shall furnish all qualifiedpersonnel,material, and equipment (other thanthat provided by ihe Government) required to provicfethe semices in thegeneral task areas:CSCC operations, CSCC systems maintenance, Center-wide communications systems support,and system administration of LaRC distributed computing and data reduction systems.

C.2.1.I - CSCC Operation

The Contractor shall provide for the operation of the computing and datahafidling equipment within the CSCC. The operational requirements aredelineated in Section C.3 of this Statement of Work.

The Contractor shall provide computer operating system support involvingoperational analysis, user validation, resource accounting, operations programsupport, systems software support, operating system testing, quality assurance,and procedure documentation. These requirements are more speciikallydescribed in Section C.3 of this Statement of Work.

The Contractor shall provide for analysis of the performance of both hardwareand software systems as covered in Section C.3.

The Contractor shall provide facility management support for the building 1268CSCC facility complex. These requirements are more specificallyy described inSection C.3.3 of this Statement of Work.

C.2.1.2 - CSCC Systems Maintenance

The Contractor shalI maintain the CSCC equipment and operating system -software delineated in Appendix A. The associated system environmentalprotection and power equipment (e.g., dew point monitors, 400 Hz Motor-Generator sets, and condensing units) listed in Appendix A are considered partof the CSCC. In addition, equipment to be maintained shall includeintercomecting signal cables needed for the CSCC. This includes all signalcables that are an integral portion of the equipment in Appendix A and powercables and mating connectors provided with the equipment. These requirementsare delineated in Section C.4 of this Statement of Work. Signal cablesconnecting equipment in Appendix A with equipment not listed in Appendix Aare maintained as part of the Communications Systems described in Section C.5.

C.2.13 - Communications Systems

The Contractor shall provide engineering, insta~lation, operation, andmaintenance of all communications networks hardware and software thatsupport Center-wide voice, data and video communications as described inSection C.5.

> 71%7P3

Page 66: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

C.2.1.4 - LaRC Distributed Computing and Data Reduction Support

The Contractor shall provide support for LaRC distributed computing systems that areused throughout the Center by the L-tRC research staff to provide a decentralizedcomputational or data reduction capability. This support involves system administration,system management, system operations, programming, and procedure documentation.These requiremen~ are more speci ficall y described in Section C.6.

C.2.2 - GENER4L REQUIREMENTS

C.2.2.1 - Operating Hours

The-Contractor shall provide support of the CSCC and Center-wide communicationsnemvorks on a continuous basis (24 hours/day, 7 days~eek, including all Governmentholidays). Weekend and holiday operations may not be required at times, whereuponadvance notice will be provided to the Contractor.

Gswemment Operating Shifts - A regular work day (typically Monday through Friday)consists of three shifts in each 24-hour period defined as follows:

First 07:30 a.m. -04:00 p.m.Second 03:30 p.m. - MidnightThird 11:30 p.m. -07:30 a.m.

Contractor Setvices Hours - The following table shows the normal distribution of thesewices required by this Statement of Work.

SER3mE

Equipment Operation x

Computer Operating System Support XMaintenance (2)

Communications Support xDistributed System Support x

(:(2)(3)(4)

(;)(2)(3)(4)

(:)(2)(3)(4)

Regularly Staffed.Activity frequently required for systems development and testing.Coverage according to C.4. 1.Remote call-in for system verification and follow-up maintenana.Personnel rescheduled from first shift to meet special research testingrequirements.

(:)(2)(3)(4)

3 7rz?i93

Page 67: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

C.2.2.2 - Performance Criteria :3

The performance goal under thiscon[ract isto assure maximum availabilityand

reliabilityof the CSCC computing andcommunicationsystems.TWOcriteriathat areusedin determining the effectiveness Of system performance by the

Contractor are the number of malfunctions for the system and the downtime.

Malfunction

This is defined as any condition occurring during the use of a system whichwill cause an interruption in the processing or reduce the overall productioneffectiveness.

Downtime

Downtime is time during which an item is inoperable due to a malfunction.A malfunction on one item which causes other items to be inoperable, ornon-usable, shall result in downtime accounted against those items also.Downtime shall apply from the time that a malfunction occurs until the time -when the item is returned to production use.

Depending upon the severity of the malfunction or the need to delay remedialmaintenance, it may be necessary to defer the start of remedial maintenance or tosuspend maintenance and use any item(s) in a degraded mode. Any suchdeferred use time shall not be charged to downtime.

Downtime which occurs during the Principal Period of Maintenance (PPM)

(reference C.4.1) will continue to accrue until the item is returned to acceptable

operating condition or maintenance is deferred. Extensions of Preventive

Maintenance (reference Section C.4.6) beyond the scheduled period shall beclassified as downtime.

For the purposes of computing downtime and determining the frequency ofinterruptions to service, malfunctions are excluded which are directlyattributable to: (1) facility problems; (2) hardware/software problems whichhave been defined, corrected, and tested, but, at the Government’s option, notinstalled into production operation; (3) Government-provided materials; or (4)Original Equipment Manufacturer (OEM) design problems. It shall beincumbent upon the Contractor to provide sufficient evidence to support anycontention that a malfimction resultedfrom any of the excluded causes.

Any item listed in Appendix A which is used by the Contractor to repair or checkout any other item shall be charged downtime while under such use.

4 7i27/93

Page 68: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

C3 - CSCC OPERATION

This section Of the Statement of Work defines the requirements for the operation of theCSCC and the support Forsystems software, resource accoun~ing, and facility mm-qement.

Specific items of equipment to be supported in the CSCC can be expected to change as

upgrades are made. The Contractor shall provide support for such changes and shall assume

operational responsibility for new equipment as it is implemented. The Contractor shall respondto memoranda or other Government furnished documentation as a guide in developing andimplementing the actual procedures used for operating the various systems. Contractor effortrelating to the support required in the CSCC operations area is described in the following sections.

C3.1 - CSCC EQUIPMENT 0PER4TION

Contractor personnel shall be familiar with and shall operate the equipment within theCSCC. The Contractor setvices for the operation of the CSCC shall include, but are not limitedto, the following:

- Operation of the comp~ting, graphics, and support equipment.

- Monitoring of equipment performance, and notification of cognizant personnel in theevent of malfunctions.

- Scheduling and dispatching of the computer workload (at the operational level).

- Maintenance of quality control for all output.

- Preparation of output data for distribution.

- Development, maintenance, and operation of quality assurance programs for equipmentin the CSCC.

- Maintenance of records and statistics of equipment performance and use.

- Provision of a centralized point of contact between user, computer operations, andmaintenance persomel.

- Assembly and distribution of CSCC documentation.

. Generation of information and recommendations for management reporting andimproved operational efficiency.

.“J

- Updating of procedures to account for improvements and changes in the operatingsystems.

5 7127B3

Page 69: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

. Management ofa magnetic tape library (central and remote) which shall includemethods for control, accountability, and use of magnetic tapes.

- Operation of magnetic tape evaluationequipment,inspectionandmonitoringoftheevaluationmethodsandprocedures,andmonitoringofmagnetictapequalitybyrecordingevacuationdataandanalysisoterrorstatistics.

. Management of file storage systems which shall include provisions for error analysisand correction, file distribution control, and utilization reponing and accountability.Additional provisions shall include permanent file archiving, backup, and recoveryoperations.

- Maintena~ce of a proper level of supplies (paper, chemicals, magnetic tape, film).

- Review and verification of all system malfunction reports generated at the CSCC.Additional requirements in this area involve report generation and data basemanagement.

“ C.3.2 - OPERATING SYSTELMS SUPPORT

The requirements described in this part of the Statement of Work are in the areas ofsystems software support and computer operations support. This work requires closecoordination with the Government and other contractor.

The Contractor shall provide support which shall include, but is not limited to, thefollowing:

- Participate in system design reviews with the Government and other contractorrepresentatives to define operational improvements and plan their implementation.

- Participate in software engineering methodology reviews.

- Generate operating systems to be used in production operations. The generated systemshall be installed after Government approval and on a schedule mutually agreed to bythe Government and the Contractor.

. Transition non-standard system sotlware into the production system. Non-standardsystem software is defined as all system software installed in the system which is ~part of the standard system supplied by the software vendor. This non-standard systemsoftware includes Advanced Real-Time Simulation Subsystem (ARTSS) soflware andother local modifications which enhance the operability, usability, reiiabiiity, andperformance of the standard system software.

- Document thegenerationofallfunctionalproductionsystems.

6 7/27r93

Page 70: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

.

.

.

.

.

-

.

.

.

Analyze [he system software and make recommendations for software modificationsthat improve performance and provide enhancements thatwould be beneficial tooperations and systems personnel and applications users.

Provide specific test programs to be used in quality assurance and testing of bothcomputer hardware systems and supporting system software.

Provide, implement, and maintain a structured approach and a complete lifecyclemethodology for all software activities.

Identify, develop, and implement programs which provide improvements to the systemssoftware and its various specialized areas, such as graphics, on-line computing, real-time simuliltion, interactive graphics subsystems, and the LaRC local area network(LaRCNET).

Identify, develop, and implement computer programs which support the operation andmanagement of the CSCC.

Ensure operational capability of prod~ction software through systems upgrades andequipment changes.

Provide software support for the communicationsLaRCNET.

link between CSCC computers and

Consult with users on referred problems related to the operating systems, job handlingprocedures, programming languages, programming techniques, user validation, andresource accounting.

Provide consultation on the system, covering such areas as: input/output drivers, systemintercommunication drivers, system schedulers, system monitors, interactive and remotejob processors, compilers, assemblers, loaders, communication protocols, utilities,accounting, validation, and system generation procedures.

Identify, develop, and implement computer programs to establish and maintain a database using the various system dayfile history and accounting features for the followingpurposes:

1. Provide daily job validation criteria.

2. Obtain canputer resourceuse and accounting information.

3. Provide periodic (daily, weekly, or other as required) statistics, reports, ii,ld

plots of systems use and performance.4. Provide to user organizational representatives a query capability to retrieve

current accounting and validation information.

Provide the daily processing and analysis support required to establish, use, andmaintain the data base for the purposes given above.

7 7L?7193

Page 71: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

- Interact daily with user organization representatives and provide responses to their/.. -/,b.*, )

requests.

- Perform quality assurance and testing of the operating system, special subsystems, andhardware equipment.

. Perform on-the-spot consultation and analysis when computer malfunctions occur,

. Review, analyze, and cl,assify malfunctions, and document them using a softwareprogram report (SPR). The SPR’S shall be maintained in a data base accessible by theGovernment.

- Develop sp~cial purpose test programs and/or procedures to aid in the analysis andisolation of malfunctions; these programs and/or procedures are written for the purposeof duplicating these malfunctions during scheduled periods of system test time. Theseprograms and/or procedures shall also be used to verify corrective action.

. Perform corrective action (e.g., corrective code, a procedure, documentation, etc.) whenrequired. If the corrective action requires a modification to the current system, theContractor shali generate a modified version of the current system containing thecorrection.

. Review, analyze, and document (if required) vendor-supplied corrective code. TheContractor shall describe to the Government the corrective code and apprise theGovernment of its impact on system operations and the applications users.

. Prepare appropriate system software documentation for ail modifications made to thesystem sofhvare. The documentation shall conform to the Contractor’s softwareengineering methodology.

. Interpret operating system requirements for operations staff through preparation ofoperational procedure memoranda and provision of specialized training sessions.

- Provide support for hardware reconfiguration, power up/down, or for other purposes asrequired by the Government.

. Assemble audio and video animations using complex digital editor, digital videorecorders, analog components, paint package, character generator and special effectsdevices, and perform other duties required to produce video pre-sensations of scientificdata.

. Configure, install, and operate video devices used to produce video presentations ofscientific data analyze malfunctions and resoive prob[ems invoking digital and analogcomponents and composite systems.

7/27/93

Page 72: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

5 ‘1CJ.3 - FACILITY MANAGEMENT SUPPORT

The Contractor shall provide facility management support for the Building 1268 Complexat LaRC.

1.2.3.

The required Work in this area will primarily consist oh

Access control system data base management support.Environmental system monitoring support.Facility management documentation support.

C3.3.1 - Access Control System Data Base Management Support

The-Contractor shall manage and use the access control system. This shallinclude, but is not limited to, the following:

-

.

.

Program the Access Control System.

Issue and track card keys.

Perform periodic system backup to save system update data.

Provide system use reports monthly and as requested.

CS.3.2 - Environmental System Monitoring Support

The Contractor shall manage and use the Environmental Monitoring System.This shall include, but is not limited to, the following:

- Operate the facility environmental monitoring system.- Provide monthly reports documenting environmental conditions of equipment

areas.

C33.3 - Facility Management Documentation Support

The Contractor shall manage and use the Facility Management DocumentationSystem. This shall include, but is not limited to, the following:

Operate the Facility Management Documentation System.

Maintain current layout drawings of ail equipment areas.

Document proposed equipment area configurations.

Maintain culTent list of all equipment located on each drawing.

Update and maintain data base.

9 7mt93

Page 73: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

C.-I - CSCC SYSTEklS MAINTENANCE /.,-:; J

The Contractor shall maintain the CSCC equipment and operating system software listedin Appendix A. The associated system environmental protection and power equipment (e. g., dewpoint monitors, 400 HZ Motor-Generator sets, and condensing units)listedin .Appendix A areconsidered parI of [he CSCC. lrt addition, equipment to be maintained shall include

interconnecting signal cables needed for the CSCC. This includes all signal cables that are anintegral portion of the equipment in Appendix A and power cables and mating connectorsprovided with the equipment.

All preventive and remedial maintenance shall be performed using parts and proceduresthat are at least equal to OEM recommendations.

The Contractor shall develop and implement an organized remedial and preventivemaintenance system that is designed to minimize equipment repair downtime and frequency ofequipment breakdowns. The Contractor shall, through analysis of maintenance records and otherdat~ assess the performance of the maintenance system, identify important performance factors,report to the Government on the system’s performance, and identify and implementimprovements:

The Contractor shall document all system malfunctions on a systems malfunction report.A system malfunction report contains a variety of information, including description of theproblem and its fix, identification of the item on which the malfunction occurred, and pertinenttimes such as that of notification, arrival, deferment, etc.

The Contractor shall provide support for the removal of equipment listed in Appendix Ahorn the CSCC. This support will consist of disconnecting all signal and electrical power cables,removing signal cables, and preparing the equipment for shipment.

The Contractor shall provide maintenance of the CSCC on a continuous basis (24 hews/day, 7 days/week, including all Government holidays). Weekend and holiday operations may notbe required at times, whereupon advance notice will be provided to the Contractor.

C.4.1 - MAINTENANCE COVERAGE

The items requiring maintenance under this contract have been designated with aparticular status value based on their criticality. The status value is defined by the combinedPrincipal Period of Maintenance (PPM) and associated response time as follows:

Sr.!aus EEM RE PONSE TI ME

ms ~oN-PPM

1 0000-2400 10 minutes 2 hours2 0800-2400 10 minutes 2 hours

3 0800-1700 10 minutes ~ hours

4. 0800-1700 ~ hou~ NIA5 On-Call ~ hours 2 hours

10 712-7193

Page 74: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

The PPM is applicable Monday through Friday, with the exception of Governmentholidays. Maintenance coverage for all equipment during the. weekends and holidays shall beprovided in accordance with Status 5 requirements. If coverage other than Status 5 is requiredduring weekends and holidays, the Government will provide advance notice to the Contractor,and the msociated labor for such coverage shall be provided in accordance with Section C.3.

Response time is the clasped time from notification of a malfunction to the Contractor’spoint of contact and the arrival of a technically-qualified contract employee at the site of themalfunction.

C.4.2 - POINT OF NOTIFICATION

The Contract~r and Government, by mutual agreement, shall establish a point or points ofcontact for sending and receiving notifications that remedial maintenance is required. TheContractor shall establish arrangements to enable his maintenance representative to receive suchnotifications readily and promptly. The procedure for notification, transmittal, and receiptmutually agreed upon shall be documented and strictly followed until altered by mutualagreement.

Failure of the Contractor’s established point of contact (such as an “answering semice”) toforward messages shall not be considered cause beyond the Contractor’s control.

C.4.3 - PREVENTIVE LMAINTENANCE

The Contractor may perform preventive maintenance for the items listed in Appendix A.The Contractor shall ensure that preventive maintenance is scheduled in a manner mutuallyagreeable to the Government and Contractor that minimizes the impact on production schedulesand/or overall system performance.

C.4.4 - SPARE PARTS

The Contractor shall maintain a local inventory of spare and repair parts sufficient tomaintain the equipment properly and efficiently. 17me required to obtain a part in order to re@rthe equipment or othenvise keep it in good operating condition shall be charged to remedialmaintenance unless the Government elects to defer maintenance.

The quantity and types of parts to be maintained locally shall be based on therecommendations by the OEM. Oni y new standard parts or those of equal quality shall be used inmaintenanu setvices. Replaud parts become the property of the Contractor.

C.4.5 - FIELD CHANGE ORDERS

The Contractor shall be responsible for the installation and maintenance of Field ChangeOrders (FCOs) recommended by the OEM.

11 7L?7i93

Page 75: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

C.4.6 - CONTROLWARE

ControlWare used in any of the devices of Appendix A shall be the responsibility of theContractor. Controlware is subject to the conditions for maintenance coverage as set forth inSection C.4.l. The Contractor shall provide controlware updates, including installing fieldchanges recommended by the OELM.

C.4.7 - SYSTEM SOFTWARE

The Government will be responsible for purchasing all software licensing agreements.The Contractor shall notify the Government of the availability of updates and successor productsto the current installed system software as well as the availability of applicable new products. TheContractor shall pr&ide to the Government updates of the current Government-licensed andinstalled system software when no new license is required. This shall include corrective code andenhancements to thes ystem software listed in Appendix A.

The Contractor shall provide, on machine-readable media, source code, if available, for allsoftware products for which the Government has obtained source code licenses. The source codemust be readily accessible by Government and other contractor personnel.

C.4.8 - MAINTENANCE DOCUMENTATION

All equipment and maintenance manuals necessary to perform maintenance shall beobtained, filed, and kept updated by the Contractor. This documentation shall be maintained bythe Contractor for the life of the contract.

The Contractor shall squire and maintain copies of manufacturer’s bulletins that areavailable concerning the items under maintenance.

The Contractor shall provide to the Government documentation for current and successorversions of software systems identified in Appendix A. Updates of these manuals shall beprovided for each revision of the software systems.

The Contractor shall provide Certificates of Maintainability upon request.

7L?7193

Page 76: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

C.5 - CO~lklUNICATION YETWORKS

This section of the Statement of Work detines the requirements for sewices to supportCenter-wide communication networks at LaRC.

There are three major Center-wide communication networks at the LaRC: (1) the LaRCComputer Network (LaRCNET), providing high-speed dma communication among the Center’scomputing resources; (2) the LaRC Telecommunications System (LaTS), providing localtelephone service and low-speed interactive data communication; and (3) the LaRC VideoNetwork (LaRCVIN), providing video conferencing and local distribution of internal and externalvideo transmissions. These networks connect computers, telephones, and video equipmentlocated throughout LaRC.

The Contractor shall provide the administration, engineering, maintenance, and operationssupport of LaRC communication systems and networks.

Specific items of equipment can be expected to change as new technology becomesavailable. Also, quantities of equipment can be expected to increase as the networks grow in size. .

“ The Contractor shall respond to such changes and growth, and assume operational andmaintenance responsibility for new equipment as it is implemented.

The Contractor shall purchase network hardware and software required to maintain andexpand the LaRC communication networks. This includes test equipment, all hardware andsoftware required to expand and upgrade the networks, and hardware required to replace failedequipment and maintain adequate spare parts inventories.

C.5.1 - CORRECTIVE AND PREVENTIVE .MAINTENANCE

The Contractor shall provide corrective and preventive maintenance on a continuous basis(24 hours/day, 7 daysAveek, including all Government holidays) for all network hardwareincluding: (1) LaRCNET computer interfaces and infrastructure (including transceivers,receivers, repeatem, bridges, routers, and gateways); (2) LaTS, the Government-owned integratedvoice/data switching system, including telephones, modems, and associated equipment; and(3) LaRCVIN broadband distribution system including taps, splitters, amplifiers, and all head-endequipment. The Contractor shall provide maintenance services for Uninterruptible Power Supply(UPS) power systems and diesel generators used for backup power for the networks.

C.5.2 - INSTALLATION AND RELOCATION OF NE’XTVORK EQUIPMENT

The Contractor shall provide installation and relocation, as required, of all networkequipment including: (1) LaRCNET computer network interfaces, including nehvork software onpersonal computer and workstations, and LaRCWT infrastructure, including transceivers,repeaters, bridges, routers, and gateways; (2) LaTS equipment, including telephones andmodems; and (3) bRCVIN equipment, including taps and receivers. All equipment shall be labtested prior to installation in the network.

13 7rZ7193

Page 77: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

C.5.3 - 1NSTALLATION’ AND REP.+lR OF SETWORK CABLING

The Contractor shall provide installation, diagnosis, and repair of all network cablingand connectom including twisted-pair, coax, and fiber used for intrabuilding and interbuildingcommunication. Cable shall be tested before insta[[ation and the results documented.

C.5.4 - SYSTEfilS SUPPORT

The Contractor shall provide engineering and systems analysis support to: (1) evaluatenew network technologies, equipment, and software for application in the LaRC environment; (2)integrate new technologies, equipment, and software within the LaRC environment; (3) diagnoseand resolve complex communication problems requiring specialized test equipment andknowledge; and, (4)-design, develop, and implement custom hardware and sohvare, as required,to accommodate speciaI applications and to facilitate network maintenance.

C.5.5 - ADMINISTRATIVE AND OPERATIONS SUPPORT

The Contractor shall manage the day-to-day operation of the LaRC communicationnetworks, including maintenance of equipm=nt and parts inventories and network configurationdata bases. This support shall include data base administration, logging and monitoring ofnetwork traffic, traffic’analysis, and the generation of equipment utilization reports, networkdrawings/documentation, and periodic field sutveys of network equipment.

C.5.6 - USER SERVICES

The Contractor shall provide user sew ices to: (1) interface with the user community todefine requirements, generate setvice requests, and provide for additions, relocations, and changesto the network facilities; (2) install network configuration changes to accommodate userrequirements; (3) answer user questions and setve as the user interface for network problems; and,(4) operate the LaRC video conference facility including planning and scheduling of conferences.

C.6 - LaRC DISTRIBUTED COMPUTING AND DATA REDUCTION SUPPORT

In addition to the mainframe computers of the CSCC, a number of distributed computingsystems and data reduction systems are housed in various facilities throughout LaRC. Many ofthese systems require support in the form of system administration, operation, programming, anddocumentation. This section defines the requirements for services to be provided by theContractor on designated LaRC distributed systems.

7mn3

Page 78: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

‘7rJC.6.1 - DISTRIBUTED SYSTE\l SUPPORT

The Contractor shall provide system management semices for L~RC distributed computersystems including, but not limited to, the following:

. Manage user accounts and files including the additionjremoval of users, backup/restoration of files, and disk space accounting.

- Maintain system files and software including system file backup/restoration, utilizationand performance accounting, software installation and upgrade, software problemidentification and correction, and security monitoring.

. Develop arid maintain local software documentation including procedures andrestrictions on using software packages.

- Stay abreast of technology advancements.

. Participate in the planning, ordering, and installation of new hardware. Schedule andmonitor hardware repairs.

- Develop policies and procedures that promote optimal use of system resources.

C.6.2 - DATA REDUCI’ION SUPPORT

The Contractor shall provide data reduction support for various research facilities locatedat LaRC. This support includes the development, modification, and improvement of applicationprograms for data acquisition, data presentation, and data analysis, that execute on the variousLaRC data reduction systems. Often, this support is required in conjunction with distributedsystems support and shall include, but is not limited to, the following:

. Develop scientific computer programs for data acquisition and data reduction in supportof wind tunnel, environmental, and flight research experiments.

- Consult with LaRC researchers in the preparation of technical memoranda definingcomputer systems and recommending procedures to increase efficiency and capability.

. Develop translators to provide information exchange bemveen dissimilar platforms.

- Develop real-time software subsystems to allow control of laboratory tests.

. prepare ~jgphical presentations for both steady state and frequency analysis researchdata.

- Perform distributed systems analysis for computer systems located in research facilitiesat LaRC. ‘

15 7r27t93

Page 79: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

C.7 - NEW TECHNOLOGY SUPPORT‘71.

The Contractor shall provide new [echnolo~y support which shall include, but is notlimited to, the following:

- On an on-going basis, analyze technology trends and provide recommendations to beused in the Government’s long-range planning process.

- Provide recommendations for continuously improving the day-to-day operation.

C.8 - DOCUMENTATION

The Contractor shall prepare and maintain complete and comprehensive records forsoftware programs, equipment operation, and equipment maintenance. Some documentation hasbeen specified in previous sections. Additional documentation requirements shall include, but arenot limited to, the following:

- Operational Procedures-The Contractor shall prepare, revise, and maintain documentsfor inclusion in the Operating Procedures Manual for equipment which is operatedunder this contract.

- User Information--The Contractor shall prepare material for inclusion in the CSCC user

documentation. Examples of material to be provided are documentation of library

subroutines, modifications to job submittal procedures, and other reference material

related to the use of the computing and data handling equipment.

- Performance Statistics--The Contractor shall compile and summarize data in weeklyreports which document the petfonnance of CSCC equipment operations. Examples arereports of utilization, job work load, malfunctions, downtime, and throughput andturnaround time for processed jobs.

- Computer Programs--As part of ‘assigned programming work orders, the Contractorshall provide the program documentation for computer programs which are developedunder the contract.

- Configuration Drawings-The Contractor shall maintain and update configurationdrawings of the CSCC systems maintained under this contr& Plotting systems of theComplex will be made available to the Contractor as an aid in producing and revisingthe draw ings, which shaIl become the property of the Government. As part of theconfi=gration drawings, the Contractor shall update and maintain power panel schedulesfor those power panels used for the equipment in Appendix A.

16 7127193

Page 80: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

APPENDIX

AP

AR

T1

CO

MP

UT

ER

llAJW

WA

JtE

ITE

MS

MO

NT

HL

YJ4

AIN

rEN

AN

CE

CC

JST

Mo

l)E

L/

Imm

EF

F.

ST

/Y

EA

R1

YE

AR

2Y

EA

R3

YE

AR

4Y

EA

R5

YE

AR

6Y

EA

R7

YE

AR

8C

LIN

l>R

LJL

IUC

’J’

JMS~NIPTION

OEM

DATE

CON

BM

MC

/CH

RG

BM

J4C

/CH

RG

BM

J4C

/CH

RG

BM

MC

/CH

RG

tH4M

C/C

HR

GB

MM

C/C

1lH

GtM

4MC

/L’ll

ttG

hMJ4

C/CH

KG

1000

Mti

M-2

032

MB

ME

MO

RY

oN

OD

UL

E1001

ME

J4-2

032

J4B

t4E

FJO

RY

oM

OD

UL

E10

02N

EM

-20

32M

BM

EM

OR

Yo

MO

DIJ

LE

1003

1OP

-O(I

MU

L’J

’IBU

SIO

1P

RO

CE

SS

OR

1004

NE

M-2

032

MB

ME

MO

RY

oM

OW

I.E10

05M

liM-2

032

MB

ME

MO

RY

oM

OD

UL

Ell)

(lb

MtJ

J-20

32M

BM

EM

OR

Yo

MO

OU

LE

100/

N:J

+20

ME

MO

RY

CO

NT

RO

Lo

MO

JXJI

.Elt

JIJt

ltt

lis13

RvJ

w

llJ09

OK

I).2

165

0M

BR

EM

OV

E.

6SI)

RIV

ii(A

JXJI

TL

)lt

JIO

1x11

-21

650

MB

RE

MO

VE

.6S

DR

IVE

(AIX

JIT

L)

1011

DK

I)-2

165

0M

tJR

EM

OV

E.

6SD

RIV

Ji(A

DD

I’1’L

;10

12R

ES

ER

VE

D

1013

OK

O-2

165

0M

BR

EM

OV

E.

6sD

RIV

E(A

DD

ITL

)10

14M

EM

-20

32M

BM

EM

OR

Yo

MO

DU

LE

1015

101’

-00

MU

LT

IBIJ

SIO

1P

RO

CE

SS

OR

1016

ME

M-2

032

MIJ

ME

MO

RY

oN

oo

uL

li10

17J4

1iM

-20

32M

BM

EM

OR

Y

oM

OD

UL

E1018t4tlM-2032MBMEJ40JlY

oMODULE

1019MH4-20

32MJJ

ME

MO

RY

1)M

OW

I.E10

20M

EM

-20

32M

liM

EM

OR

Y

CO

NV

0909

933/

c

cow

0909

933/

cI

CO

NV

0909

933/

c

CO

NV

0909

933/

c

CO

NV

0909

933/

c!

CO

NV

0909

933/

C

CO

NV

0909

933/

c

cow

0909

933/

c /

CO

NV

0909

933/

C

CO

NV

0909

933/

c

CO

NV

0909

933/

C /

CO

NV

0909

933/

C

CO

NV

0909

933/

c

CONV

0909

933/

C

CO

NV

0909

933/

C

CO

NV

0909

933/

C

CO

NV

0909

933/

c

CO

NV

0909

933/

C

cow

0909

933/

c

Page 81: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

L’E

NU

IXA

,P

AN

T1

CC

)MW

JTE

N

t40D

EL

lIm

wC

LIt

JP

RO

DU

CT

DE

SC

RIP

TIO

N

oM

OD

UL

E10

21M

SN

-20

32M

BM

EM

OR

Y0

MO

DU

LE

1022

Mt2

4-20

32M

BM

EM

OR

Yo

MO

DU

LE

1023

ME

M-2

032

MB

ME

MO

RY

(JM

OD

UL

Elo

~~~t

~.20

32M

B&

OR

y

oM

OD

U[.

KliL

25M

EM

-20

32M

t3M

EM

OR

Yo

MO

DU

LE

1026

ME

M-2

032

MB

ME

MO

RY

oM

OD

UL

E

102”

/M

Et4

-20

32M

BM

EM

OR

Yo

MO

DU

LE

1028

ME

M-2

032

MB

ME

MO

RY

oM

OD

UL

E10

292S

/4-1

S(J

PE

RC

OM

PU

TE

R28

1030

RE

SE

RV

ED

1031

llSX

-1/

IIIG

IIS

PE

ED

C2

1032DC-3

1L)33DC-3

1034DC-3

IOJ5DC-3

1036DC-3

1017IL’-3

lti~tl1X2-3

1039DC-3

CN

AN

NliL

DIS

KC

ON

TR

OL

LE

R

DIS

KC

ON

J’R

OL

1.E

R

DIS

KC

ON

TR

OI.L

ER

DIS

KC

ON

TR

OL

LE

N

DIS

KC

ON

TR

OL

LE

R

OIS

KC

ON

TR

OI.L

ER

DIS

KC

ON

rRO

L.L

liR

DIS

KC

ON

’rR

OL

l.ER

11J4

0D

S-4

0RD

ISK

ST

OR

AG

Esu

BsY

srE

M10

41D

S-4

0RD

ISK

S’r

OR

AG

ES

UB

SY

ST

EM

1042

RE

SE

RV

ED

1043

RE

SE

RV

ED

NA

RD

WA

RE

ITE

MS

EF

F.

ST

/Y

EA

R1

YE

AR

2Y

EA

R3

YE

AR

4Y

EA

R5

YE

AR

6Y

EA

R7

YE

AR

8

OE

MD

AT

EC

ON

BM

MC

/CH

RG

BM

MC

/CN

RG

BM

MC

/CH

RG

BL

4MC

/CH

RG

BM

MC

/CllR

GB

MM

C/C

tlR

GB

MM

C/C

tlR

GB

MM

C/C

llRG

CO

NV

0909

933/

C

CO

NV

0909

933/

C

CO

NV

0909

933/

c

cow

0909

933/

c

CO

NV

0909

933/

C

cow

0909

933/

c

CO

NV

0909

933/

c

cow

0909

933/

c

CR

AY

0909

932/

A4

/

CR

AY

0909

932/

A

CR

AY

0909

932/

A

CR

AY

0909

932/

A

CR

AY

0909

932/

A

CR

AY

0909

932/

A

CR

AY

0909

932/

A

CR

AY

0909

932/

A

CR

AY

0909

932/

A

CR

AY

0909

932/

A

CR

AY

0909

932/

A

CR

AY

0909

9321

A , /

..

MO

N’L

’I{L

YM

AIN

TE

NA

NC

EC

OS

T

_..__

..–.—

-.1

Page 82: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

\u\m

0\l-!

u\l-!

0

f-!mm0m0

(-1mm0m0

mmm0m0

r!mm0a!0 0

rn

000000 0 00 00000Ooomod o Zmm Z1-!mmm m

Page 83: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

PE

ND

IXA

,P

AR

Ti

CO

MP

UT

ER

IIAJU

3WA

RE

ITE

MS

MO

NT

NL

YM

AIN

TE

NA

NC

EC

OS

Tt.

JCJ[

MX

./IT

ME

FF

.S

Tl

YE

AR

1Y

EA

R2

YE

AR

3Y

EA

R4

YE

AR

5Y

EA

Ji6

YE

AN

7Y

EA

RM

cl.lN

PJWINJCI’DESCRIPTION

OEM

DATE

CON

BJ4

MC

/CllR

GB

MM

C/C

llRG

JN4M

C/C

llRG

BM

MC

/CN

RG

BM

MC

/clIR

GB

MM

c/ct

lRG

BM

NC

/CllR

GM

MJ~

CIC

ll~G

8/V

ME

CO

NT

RO

LL

ER

lIJ6t

iW

D-3

01

GtJ

DIS

KD

RIV

EC

ON

V09

0993

3/c

/VME

CONTROLLER

1069

:KIMO

1GJJDISK

DR

IVE

CO

NV

0909

933/

C8

/VM

EC

ON

TR

OL

LE

R10

70rx

n-3

01

GB

DIS

KD

RIV

Eco

NV

0909

933/

c8

/VM

EC

ON

TR

OL

LE

R10

’/1D

KD

-30

1G

BD

ISK

DR

IVE

CO

NV

0909

933/

C8

‘/VM

EC

ON

TR

OL

LE

R10

72lM

D-3

111

GB

DIS

KD

RIV

EC

ON

V09

0993

3/C

8/V

ME

CO

NT

RO

LL

ER

t

1073

RD

S-0

0R

EM

OV

EA

BL

ED

ISK

-1

CIL

AS

SIS

1074

RD

S-0

0R

EM

OV

JZA

BL

ED

ISK

2C

IIAS

SIS

1075

DK

D-3

132

0M

BR

EM

OV

.4

DIS

KD

R./C

NT

RL

.10

76D

KD

-31

320

MB

RE

MO

V.

4D

ISK

DR

./CN

TW

..10

77L

)KD

-21

320

MB

RE

MO

VE

-

4A

JJ1.

i2D

RIV

E

10’)8

llKD

-2i

320

MB

~E

M(jvE

-4

AB

LE

DR

IVE

lo”)

~L

JND

-21

320

MB

RE

J.JO

vE-

4A

BL

ED

RIV

E1O

B(J

rJK

D-2

132

0M

UM

EM

OV

E-

4A

JJ1.

ED

RIV

E10

U1

OK

D-2

1S

WR

EM

OV

EA

BL

E5

Dn

1vJ

i10

tJ2

DK

IJ-2

1S

PIJ

tiE

MO

VE

AB

LE

5Jx

ilvli

10M

3E

JKIJ

-21

320

MB

RE

MO

VE

.4s

DR

IVE

[AD

DIT

LJ

lLJt

J4D

KD

-21

320

NB

RE

MO

VE

.4s

DR

IVE

(AD

DIT

L)

IOU

5D

KD

-21

320

MB

RE

MO

VE

.4s

DR

IVE

(AD

DIT

L)

1086

DK

D-2

132

0M

JJR

EM

OV

E.

4sD

RIV

E(A

DD

ITL

)10

tJ-)

DK

I)-2

132

0M

BR

EM

OV

E.

4sl)

RIV

ii(A

DD

I’I’L

)lIJ

titJ

DK

D-2

132

0M

Mti

EM

OV

E.

4sD

RIV

E(A

DJJ

ITL

)lU

ti9

DK

IJ-2

1S

WR

EM

OV

AB

LE

5s[mIvE

(AD

IJIT

L)

1090

I}K

J)21

S1’

IJliJ

iMO

VE

AJ3

1.E

5sD

RIV

E(A

DD

ITJ.

)

LX

)NV

UY

UY

Y-J

31C

CO

NV

0909

933/

c

cow

0909

933/

c

CO

NV

0909

933/

C

CO

NV

0909

933/

c

CO

NV

0909

933/

C

CO

NV

0909

933/

C

CO

NV

0909

933/

C

CO

NV

0909

933/

c

CO

NV

0909

933/

c

CO

NV

0909

933/

c

CO

NV

0909

933/

c

CO

NV

0909

933/

c

CO

NV

0909

933/

c

CO

NV

0909

933f

c

cow

0909

933/

c

CO

NV

0909

933/

c

CO

NV

0909

933/

c

.—..

..

Page 84: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I -.

i:

..

u n o\

!a\

l-l

a

l-l II m

m0$momo

>zou

.-l n l-latmomo

>

zo

,-!u!momo

%z

m

d. Ooo1-oo

Page 85: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

-.i.

..

\ \ \

aw>awVIidlx

*n

7 u-l n.-I m

d .

Page 86: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

PE

ND

IXA

,P

AR

T1

CO

MP

UT

ER

ILA

RD

WA

RE

ITEMS

MONTNLY

MAINTENANCE

COST

MO

IJE

L/

ITEW

EFF.

ST/

YEAR

1YEAR

2YEAR

3YEAR

4YEAR

5YEAR

6CLIN

PR(31NJC’I’

DESCRIPTION

YEAR

7Y

EA

R8

OE

MD

AT

EC

ON

BM

MC

/CN

RG

BM

NC

/CliR

GB

MM

C/C

NR

GB

MM

C/C

NR

GB

MM

C/C

llRG

BM

NC

/CllR

GB

N14

C/C

lll{G

uM

Mc/

cl!l

tti

..

.—,.

.

1138

RE

SE

RV

ED

/

1139

RE

SE

RV

ED

/

1140

RE

SE

RV

ED

/

1141

RE

SE

RV

ED

/

1142

RS

SE

RV

ED

/

1143

RE

SE

RV

ED

1

1144

RE

SE

RV

ED

/

1145

RE

SE

RV

ED

/

1146

DS

-40R

DIS

KS

UB

SY

ST

EW

CR

AY

0909

93l/A

1147

DS

-40R

DIS

KS

UB

SY

ST

EM

CR

AY

0909

93l/A

1148

RE

SE

RV

ED

/

1149

ME

SE

RV

EL

)/

1150

RE

SE

RV

ED

/

1151

RE

SE

RV

ED

/

1152

RE

SE

RV

ED

/

1153

FE

I-3S

FR

ON

rE

ND

CR

AY

0909

933/

A

INrE

RF

AC

E11

54R

ES

ER

VE

D/

1155

441i

OM

2T

AP

EC

ON

TR

OL

ST

K09

0993

l/B

oU

NIT

1156

4480

M2

TA

PE

CO

NT

RO

LS

TK

0909

93l/B

ou

N1’

r

1157

FC

4411

F%

ArU

RE

CO

DE

ST

K09

0993

l/B

1158

FC

4411

FE

AT

UR

EC

OD

ES

TK

0909

93l/B

1159

Fc4

412

FE

AT

UR

EC

OD

ES

rK09

0993

l/B

1160

Fc4

412

FE

AT

UR

EC

OD

ES

rK09

0993

l/B

1161

4480

M2

CD

CA

RT

RID

GE

S’r

K09

0993

l/B

-i

Page 87: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

PJi

lilJI

J(A

.P

AN

T1

CO

MP

UT

ER

llAlU

3WA

RE

ITEMS

Mo

DB

L/

~<r~

cl.l

NP

IU3D

UC

TL

3ES

CN

IPT

ION

1365

ExP-10

EXPANSION

CA

B-

1IN

hT13

6621

40A

RT

SIN

I’E

RFA

CS

1367

2140

AR

TS

INrE

RF

AC

E

lJ6t

lR

S60

0.lt

ISC

WO

RK

ST

AT

.0/

560

IIIP

PI

AI

SC

SI

1169

0525

-1O

PT

ICA

LD

ISK

JtJK

EB

OX

1370

8500

8MW

TA

PE

DR

IVE

13”1

160

91-1

CO

LO

Rt4

0NI’r

OR

o

1372

7210

-0O

PT

ICA

LD

IsK

01C

D-R

OM

1371

NS

6000

RIS

CW

OR

KS

TA

1’.

/320

1113

”)4

RS

6000

RIS

CW

OR

KS

J’A

r./5

6013

”/5

t150

i3B

/WM

ON

ITO

R

1376

9610

1]’/’

/T

Alll

TI

1376

TA

lll’r

I

1379

‘rA

llIT

I

1380

NC

R62

9213

tJl

IKK

6292

11U

2N

2266

-S

AlJ

IJ]

IIJ>-

”130

1311

4w

lja

1385

A10

97A

lltJ6

TX

M-3

2O

IAl

13t3

’/4“

/81

138L

i47

B1M

2

MO

NT

NL

YM

AIN

TE

NA

NC

EC

OS

TE

FF

.S

TI

YE

AR

1Y

EA

R2

YE

AR

3Y

EA

R4

YE

AR

5Y

EA

R6

YE

AN

‘1Y

EA

OE

MD

AT

EC

ON

BM

MC

/CN

RG

BJ4

MC

/Ctl

RG

BM

MC

/CllR

GB

MM

C/C

HR

GB

MM

C/C

IIRG

BM

Mc/

cllli

GM

-JM

(:/C

llKG

bM

Mc/

cl

CO

NV

1218

943/

C

KIN

E12

1894

3/E

KIN

E12

1894

3/E

IBM

TB

D

DO

CU

TB

D

EX

AB

TB

D

IBM

TB

D

IBM

TB

D

IBM

TB

D

IBM

TB

D

IBM

TB

D

9-T

RA

CK

TA

PE

DR

KE

NN

TB

DlV

EM

/OO

PT

ICA

LM

AX

OT

BD

DIS

KD

RIV

EM

IOO

PT

ICA

LW

AX

OT

BD

DIS

KD

RIV

EM

/OO

PT

ICA

LM

AX

OT

RD

DIS

KD

RIV

ED

ISK

AR

RA

YN

CR

TB

DsY

sTsw

DIS

KA

RR

AY

NC

RT

BD

sYsT

EM

[)IS

Ksu

mw

srw

FUJI

‘rlJD

11P

WO

RK

ST

AV

’ION

-11

PT

fJD

I)A

TA

BA

SE

SE

RV

ER

4J4J

4D

AT

TA

PIS

11P

TiiD

DR

IVE

MO

NI’r

OR

11P

TM

D

CD

-RO

MD

RIV

E11

PT

IJD

SC

SI

TA

PE

ST

K‘r

BD

CO

NI’R

13L

uN

I’rC

AR

TI{

llJG

E‘1

’AP

ES

TK

‘J’B

D

3/E

3/E

3fE

31E

3/E

3/E

3/E

31E

3/ti

3/E

3/E

31E

31E

3/E

31E

i/E 3/E

3/E

3/E

l/E l/E

I

.-..

-——

...-.

...-

,,.

Page 88: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

PE

ND

IXA

,P

AR

’r1

CO

MP

UT

ER

NA

RU

WA

Rt2

ITE

MS

Mo

ulH

./~q

!~E

FF

.M

ON

Ttl

LY

J4A

1NI’E

NA

NC

EC

OS

TS

T/

YE

AR

1Y

EA

R2

YS

AR

3Y

EA

R4

Yw

5Y

EA

R6

YE

AR

7Y

WR

8C

LIN

PR

OD

UC

TJJ

ES

CR

IP1’

ION

0EJ4

DA

TE

CO

NB

WJ4

C/C

llRG

BM

J4C

/CllR

GB

J4M

C/C

tiR

GB

MJ4

C/C

llRG

BM

MC

/CllR

GB

MJ4

C/C

llRG

614N

C/(

:lll(

GIm

Mc/

cllh

(;

1222

NU

62W

AS

ST

OR

ST

OR

AG

EM

AS

S09

2893

3/B

CO

NrR

O1.

LE

RIN

CL

.2N

DC

YB

ER

CIIA

NN

EL

AC

CE

SS

6R

ICW

O-C

OD

E

1223

M86

2M

AS

SrO

NS

TO

RA

GE

WA

SS

0928

9331

BC

ON

’I’R

OL

1,E

RIN

CL

UD

ES

2ND

CY

tIE

RC

UA

NN

EL

AC

CE

SS

&M

ICR

O-

CODE

1224

RE

SE

RV

ED

/

1225

Mt3

61J4

AS

ST

OR

ST

OR

AG

EM

AS

S09

2893

3/B

MO

DtJ

1.E

lNC

LU

DE

S2N

DD

AT

AR

EC

OR

DIN

GD

12V

lCE

~~1/

6s20

6_~

~f)

Sr~

DA

RD

CD

C09

2893

3/B

1C

IIAN

NE

LA

DA

PT

INC

I,Q

SE

2452

3C

ON

TR

OL

WA

RE

AN

DC

AB

INS

TW

/PO

WJi

RS

[JP

PL

Y1~

2~~s

206-

~UD

sT~D

AR

DC

DC

0928

9331

B1

CIIA

NN

EI.

AD

AP

J’lN

CL

QS

E24

523

CO

N3’

RO

LW

AllE

AN

DC

AB

INE

TW

/PO

WE

RS

UP

PI.Y

1229

l{E

SIH

tVE

Df

l~jO

65~~

6_F

Kl)

sTA

Nn

AR

DC

IJC

0928

933/

B2

CIIA

NN

E1.

AD

AP

TlN

CL

QS

E24

523

CO

WT

RO

I.WA

RJ3

1231

6520

6-F

ED

ST

AN

DA

RD

CD

C09

2893

3/B

2C

IIAN

NE

LA

DA

PJ’

INC

I.Q

SE

2452

3C

ON

TR

OI.W

AR

E12

)2R

ES

ER

VE

Df

0

Page 89: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

PE

ND

IXA

,P

AR

T1

CO

MP

UT

ER

ILA

RD

WA

RE

ITE

MS

MO

NIV

{LY

MA

INT

EN

AN

CE

CO

ST

UO

L)E

L/

I’1’s

kiE

FF

.sr

lY

EA

R1

YE

AR

2Y

EA

R3

YE

AR

4Y

EA

R5

YE

AR

6C

LIN

Ptt

OD

UC

rD

ES

CR

IPT

ION

YE

AN

‘))’

~;A

OE

MD

AT

EC

ON

BM

MC

/CN

RG

BM

MC

/CN

RG

BM

MC

/CN

RG

BM

!4C

/CN

RG

BM

MC

/CN

KG

lMiM

C/C

llRO

uN

Nc/

(:llR

[;l)

!ll.l

(’/(

’11}

----

--—

.

2D

RIV

E11

6244

fIO

f12

CD

CA

RT

RID

GE

SrK

0909

93l/B

2D

RIV

E11

63F

C44

11F

EA

TU

RE

CO

DE

ST

K09

0993

l/B

1164

FC

4411

FE

AT

UllE

CO

DR

ST

J(09

0993

l/B

1165

FC

4412

FE

AT

UR

EC

OD

ES

TK

0909

93]/

B

1166

FC

4412

FE

AT

UR

EC

OD

ES

Ti(

0909

931/

8

116”

144

10-0

LIB

RA

RY

ST

OR

AG

ES

TK

0909

93l/B

01M

OD

UL

E(0

0)l1

6fl

4411

-0L

IBR

AR

YC

ON

TR

OL

ST

K09

0993

l/B01

UN

IT11

6944

30-0

LIB

RA

RY

MA

NA

GE

-S

TK

0909

93lin

02M

EN

TU

NIT

1170

4440

-0L

IBR

AR

YS

ER

VE

RS

TK

0909

93l/B

0111

71F

C32

11F

’EA

1’U

RE

SC

OD

ES

TK

0909

93l/B

1172

FC

3211

FE

AT

UR

EC

OD

ES

TK

0909

93lIB

1173

FC

4442

FE

AT

UR

EC

OD

ES

7’K

0909

93l/B

1174

FC

4442

FE

AT

UR

EC

OD

ES

TK

0909

93l/B

1175

RE

SE

RV

ED

/

1176

RE

SE

RV

ED

I

1177

RE

SE

RV

ED

I

1178

RE

SE

RV

ED

/

1179

RE

SE

RV

ED

/

1180

RE

SE

RV

ED

I

1181

RE

SER

VE

Df

1102

RE

SE

RV

EO

/

1103

RE

SE

RV

ED

/

1184

RE

SE

RV

ED

I

Page 90: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

‘.!. ..

I

I

mm In

0mr-lo

m

(-4 t-i

Page 91: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

APPENDIXA,

ww

r1

COMPUTER

HoDEL/

1TEW

C1.

INP

RO

DU

CT

OE

SC

RIP

TIO

N

1234

1235

1236

123”

)55

3-1

123R

1239

1240

1241

556-

1

RE

SE

RV

ED

RE

SE

RV

ED

RE

SE

RV

ED

RE

MO

TE

PR

INr

ST

AT

10N

RE

SE

RV

ED

RE

SE

RV

ED

RE

SE

RV

ED

RE

MO

rEP

RIN

rSTA1’10

N12

4218

0-86

CY

180-

860

MA

INF

OA

WE

&F

EA

TU

RE

SIN

CL

UD

ES

2000

K

ME

W.,

20P

PU

S,

241/

0C

RA

NN

EL

PE

RF

OR

MA

NC

EO

PT

ION

,CO

OL

1NG

,P

OW

ER

1243

7165

-2M

AS

SS

rOR

AG

E2“

1244

7165

-22

1245

895-

1

1246

895-

2

1247

895-

1

1248

895-

2

1249

1800

2-

112

5018

001-

112

5118

0-86

OA

CO

NrR

OL

L13

RW

AS

SS

TO

RA

GE

CO

NT

RO

LL

ER

DIS

KS

TO

RA

GE

UN

rrD

ISK

ST

OR

AG

EU

NIT

DIS

KS

TO

RA

GE

UN

ITD

ISK

ST

OR

AG

Eu

NI’r

DIS

PL

AY

CO

NS

OL

ES

TA

TIO

ND

AT

AcH

AN

NE

LC

ON

VE

RT

ER

CY

180-

860

NA

;NF

RA

MS

&F

BA

TU

RE

S

NA

RD

WA

RE

ITE

WS

(M

ON

T}I

LY

MA

INT

EN

AN

CE

CO

ST

EFF.

srl

YEAR

1YEAR

2YEAR

3YEAR

4YEAR

5Y

EA

R6

YF

AI{

7Y

EO

EM

DA

TE

CO

NB

Mt4

C/C

HR

GB

t4M

C/C

HR

GB

MM

C/C

HR

GB

MM

C/C

HR

GB

MM

C/C

}lR

GB

MN

C/C

llRG

DM

NC

/(’ll

RG

lWWL

.

/ / /

CD

C09

2893

3/B / / /

CO

C09

2893

3/B

CD

C09

2893

3/0

CD

C

Co

c

Co

c

CD

C

Co

c

Co

c

CD

C

Co

c

ccc

0928

933f

B

0928

933/

0

0928

933/

B

0920

933/

0

0928

933/

0

0928

9331

B

0928

933/

0

0928

933/

B

0928

933f

B

I

INC

LU

DE

S8

MW

I)S

WE

M.,

20P

PU

S,

241/

0C

HA

NN

EL

PE

RF

OR

MA

NC

E

Page 92: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

Al,~

~lJ~

lxA

,p

A~~

1cO

MP

UT

ER

llAR

DW

AtU

ilT

EN

S

MO

NI’N

LY

MA

INT

EN

AN

CE

CO

ST

NO

t)E

[./

ITE

ME

FF

.S

T/

YE

AR

1Y

EA

R2

YE

AR

3Y

EA

R4

YE

AR

5Y

EA

K6

YE

AR

‘1Y

EA

R8

CL

INP

RO

OU

C’I’

DE

SC

RIP

TIO

NO

EM

DA

TE

CO

NB

MM

C/C

llRG

BM

MC

/CllR

GB

MN

C/C

IIRG

BM

MC

/Ctl

RQ

Bt4

WC

/Clll

{GB

NM

C/C

llNG

Lw

lN(:

/clll

\GH

MN

c/cl

ll{G

OP

’1’IO

N.C

OO

LIN

G,

1252

1253

1254

1255

1256

1257

1250

1259

1260

1261

1262

1263

PO

WE

R71

65-2

MA

SS

ST

OR

AG

E2

CO

NT

RO

LL

ER

7165

-2N

AS

SS

TO

RA

GE

2(:

NN

TR

OL

I.I?

R09

5-1

DIS

KS

TO

RA

GE

IINIT

B95

-2D

ISK

ST

OR

AG

E[IN

IT89

5-1

DIS

KS

TO

RA

GE

UN

IT89

5-2

DIS

KS

TO

RA

GE

UN

IT18

001-

DA

TA

CIIA

NN

EL

1C

ON

VE

RT

ER

895-

1D

ISK

ST

OR

AG

EIN

JI’1

’L

t95-

2D

ISK

ST

OR

AG

EU

N1T

895-

1D

ISK

ST

OR

AG

EU

N1

T11

95-2

DIS

KS

rOR

AG

EU

N[’

rR

ES

ER

VE

D

CD

C09

2893

31B

CD

C09

2893

3/0

CD

C09

2893

3/B

CD

C09

2893

31B

CD

C09

2893

3/B

CD

C09

2893

3/B

CD

C09

2893

3/B

CD

C09

2893

3/B

CO

C09

2893

3/B

CD

(209

2893

3/B

CD

C09

2893

3/B /

1?64

679-

7A

TS

TA

PE

TR

AN

F-

CD

CP

OR

T

)265

6“)9

-7A

TS

TA

PE

TR

AN

S-

CD

CP

ow

r12

66R

ES

ER

VE

D

1267

895-

2D

ISK

ST

OR

AG

EC

DC

UN

IT12

6tJ

895-

2L

JIS

KS

1’O

llAG

liC

DC

UIII

T12

6967

9-7

ArS

TA

PE

TR

AN

S-

CD

CP

OR

T12

”10

679-

”1A

TS

TA

PE

TN

AN

S-

CD

C

Wn

r

12’)1

B9S

-2D

ISK

ST

OR

AG

EC

DC

UN

IT12

7289

5-2

DIS

KS

TO

RA

GE

CO

CN

NI’r

1273

2601

-5U

KV

ICE

INT

ER

-(-

’DC

FA

CE

CA

BIN

ET

AS

SE

MB

LY

WIT

II

0928

935/

B

0928

9351

B /

0928

933/

B

0928

933/

0

0928

935/

B

0928

935/

B

0920

933f

B

0928

9331

B

0928

933/

B

I

-.—

.-—

——

--.

.

Page 93: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

--

AP

PE

ND

IXA

.P

AN

I’1

CO

MP

UT

ER

NA

RO

WA

RE

ITE

MS

CL

IN

12”/

4

12”1

5

1276

12’Ia

12”/

9

Mo

lMn

./I

TE

NP

RO

DU

CT

DE

SC

RIP

TIO

N

MA

INF

RA

ME

DE

V-

lCE

INN

XW

AC

EA

ND

lMB

ME

MO

RY

OP

TIO

IJ

2601

-5D

EV

ICE

]N’~

ER

-F

AC

EC

AB

JNE

TA

SS

kMB

LY

WIT

IIA

SY

NC

,T

ER

WIN

AL

DE

VIC

EJN

TE

R-

FA

CE

,lM

BK

IEW

-O

RY

OP

TIO

N

RE

SE

RV

ED

2601

-5D

EV

ICE

INT

ER

-F

AC

EC

AB

INE

TA

SS

EM

BL

YW

ITH

MA

INF

NA

ME

DE

V-

lCE

lNI’E

IWA

CE

AN

DlM

tlM

EH

OR

Yo

PT

10N

2601

-5D

EV

ICE

lNT

ER

-F

AC

F.

CA

BIN

ET

AS

SE

MB

LY

WIT

NM

AIN

FH

AN

ED

EV

-IC

EIN

1’E

RF

AC

EA

ND

lMB

ME

MO

RY

OP

TIO

N

2601

-5D

EV

ICE

INl’1

3R-

FA

CE

CA

BIN

ET

AS

SE

MB

LY

WI’r

NM

AIN

FR

AN

ED

EV

-IC

EIN

I’ER

FA

CE

AN

DlM

BM

EM

OR

YO

P’I’

ION

2601

-5D

EV

ICE

INI’E

R-

FA

CE

CA

BIN

ET

AS

SE

MB

LY

WIT

HA

SY

N(!

,T

ER

MIN

AL

DE

VIC

EIN

l’ER

-F

AC

E,

]MB

ME

M-

ol(

rO

PT

1(JN

EFF.

STI

MONTHLY

MA

INT

EN

AN

CE

CO

ST

YE

AR

1Y

EA

R2

YE

AR

3Y

EA

R4

Y~R

5Y

EA

R6

YE

AR

“1Y

EA

R8

OE

MD

AT

EC

ON

BM

WC

/CllR

GB

MM

C/C

HR

GE

N4M

C/C

llRG

BM

MC

/CllR

GB

MM

C/C

NR

GB

t4M

C/C

HR

GB

NM

C/C

llNG

bM

Mc/

clllu

CD

C09

2893

3/B

I

/

CD

C09

2893

3]0

CIX

209

2893

3/B

CO

C09

2893

3/B

CO

C09

2893

3/B

----

----

.—

(.-l ‘1.,

Page 94: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

PE

t4D

IXA

,P

AR

Ti

CO

MP

UT

ER

NO

DE

L/

~.r~

L’1

.IN

PIW

IJU

CT

lNK

SC

RIF

TIO

N

12B

026

01-5

OIA

IICE

INl’E

R-

FA

CE

CA

BIN

ET

AS

SE

Wtl

[.Y

WIT

NA

SY

NC

/SY

NC

,T

ER

MIN

AL

OE

VIC

EIN

I’ER

FA

CE

,~M

BM

~OR

YO

PT

ION

12L

3126

01-5

DE

VIC

EIN

rER

-F

AC

EC

AB

INkT

AS

SE

W13

LY

WIT

IJA

SY

NC

,T

ER

MIN

AL

DE

VIC

EIN

TE

R-

FA

CE

,lM

BW

EM

-O

RY

OP

TIO

N

12t1

226

01-5

DE

VIC

EIN

TE

R-

FA

CE

CA

BIN

ET

AS

SE

NB

LY

WII’

11A

SY

ttC

,T

ER

MIN

AL

I)E

VIC

ElN

TE

R-

FA

CE

,lM

t3M

Et4

-O

RY

OP

TIO

N

12tt

l1.

CN

I.CN

50M

EG

AB

ITT

RU

NK

S(3

)12

84R

ES

ER

VE

D

12il!

i3t

301)

-1A

CC

UM

U1.

AT

OR

EX

P02

112

8693

35-A

DA

SD

DIS

KD

RIV

E01

128-

/38

00-0

I.AS

Eli

PR

INT

ER

0612

138

RE

SE

RV

ED

12t1

9R

ES

ER

VE

D

1290

34]0

-AT

AP

ED

RIV

E01

1293

1800

-1A

CC

UM

UL

AT

OR

010

1292

9335

-BD

AS

CI

DIS

KD

RIV

E01

1293

93(J

9-O

PO

WE

RS

UP

PL

Y02

RA

CK

1294

9335

-BD

AS

DD

ISK

DR

IvE

ILA

RO

WA

RE

ITE

MS

EF

’F.

ST

IM

ON

TIIL

YM

AIN

TE

NA

NC

EC

OS

rY

EA

R1

YE

AR

2Y

EA

R3

YE

AR

4Y

EA

R5

YE

AR

6Y

EA

R7

YE

AI{

OE

MD

A1’

EC

ON

BW

WC

/CN

R(3

BM

MC

/CllR

GB

WN

C/C

NR

GB

MM

C/C

1tR

GB

MM

C/C

llltG

BM

MC

/CllR

GM

14N

c/cl

ll{G

ut4

Nc/

c’lll

CO

(!09

2893

3/B

#C

DC

0928

933/

B

CD

C09

2893

3/B

cDc

0928

933/

B /

IBM

1001

935/

E

IBM

1001

935/

E

IBM

1001

935/

E / I

IBM

1001

935/

E

IBM

1001

935/

E

IBM

1001

935/

E

1M

M10

0193

5/E

IBM

1001

935/

E

.--.

Page 95: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

PE

NI)

lXA

,P

AH

T1

CO

MP

UT

ER

NtM

JEL

/~,

r~

cl.ll

tP

RO

DU

CT

IJE

SC

ItIP

TIO

N

01

129S

9315

-A01

J29b

9J75

-O60

1’29

”193

09-0

02

129t

lV

IOP

-O01

1299

VIO

P-O

0113

00V

IOP

-O01

1301

LJK

II-31

613

02D

K13

-31

6IJ

t)]

AC

M-2

01

110.

IA

CM

-2(I

1lJ

o5

Dtu

-31

61)

06V

MS

-00

311

0”1

Rl)

soo

2llo

tiM

EM

-38

00-1

2813

09N

tn4-

3fJ

00-1

2813

10M

*:w

-3a

00-1

2811

11c3

840-

000(

J1J

12lN

JG-3

1i(J

O13

13E

XP

-10

111

14P

XP

-311

Ou

-cc

1J15

lUG

-38

0013

16V

BS

-00

411

1”/

VIJ

S-0

04

DA

SD

DIS

KD

RIV

E

CO

MP

UT

ER

PO

WE

RS

UP

PL

Ylt

A’C

KV

NE

BU

SIO

PW

CE

SS

OR

VM

EiJ

US

IOP

RO

CE

SS

OR

VN

EB

US

IOP

RO

CE

SS

OR

760M

BR

EM

OV

E.

DIS

KW

/CO

NrR

OL

.76

0MB

R~o

vE.

DIS

KW

/CO

NT

HO

I..V

ME

AS

YN

C.

CO

N1’

RO

l.LE

RV

Nli

AS

YN

C.

CO

NI’K

OL

LE

R76

(M4M

RE

MO

VE

.D

ISK

W/C

ON

TR

(3L

.V

ME

BU

SC

IIAS

SIS

IUM

OV

E.D

IScl

lA-

S1S

3D

AT

AS

1.0’

1’12

8M

BY

TE

ME

MO

RY

BO

AR

D12

8M

BY

TE

MS

NO

RY

BO

AR

D12

8M

BY

’rE

HE

MO

RY

BO

AR

D38

00S

ER

IES

PR

OC

ES

SO

RA

I)D

.380

0S

ER

IES

PR

OC

ES

SO

RE

XP

AN

S1O

NC

A13

-1

NE

T38

00S

ER

IES

PR

OC

ON

V12

1894

3/C

CE

SS

OR

CA

BIN

ET

3800

SE

RIE

S1/

0C

ON

V12

1894

3/C

PO

RT

UP

GR

AD

EV

MIJ

BU

SC

llAS

ISC

ON

V12

1894

3/C

VM

IJB

US

CllA

SIS

CO

NV

1218

943/

C

t

NA

RD

WA

RE

ITE

MS

EF

F.

MO

NT

HL

YM

AIN

TE

NA

NC

EC

OS

TS

Tf

YE

AR

1Y

EA

R2

YE

AR

3Y

EA

R4

YE

AR

5Y

EA

R6

YE

Ali

“1Y

EA

R8

OE

MD

AT

EC

ON

BM

MC

/CN

RG

BM

14C

/CllR

GB

MM

C/C

NR

GB

MM

C/C

HR

GB

MM

C/C

HR

GB

MM

C/C

tlR

GB

MN

C/C

lll{G

liMM

c/

L“I

IR(;

ItJM

1001

935/

E

IBM

1001

935/

E

IBM

1001

935/

E

CO

NV

0909933\C

CONV09099331C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

W12

1894

3/C

CO

W12

1894

3/C

CO

W12

1894

3/c

CO

NV

1218

943/

C“’

CO

NV

1218

943/

C

CO

NV

1218

943/

C

.——

._.-—

——

—.

_...-

{

Page 96: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

PL

IJU

IX

A,

PA

RI’

1C

OM

PU

’rlS

R

MO

IJE

L/

ITE

n

cI.

INP

RO

DU

CT

JXS

CR

IPT

ION

131f

3!!

K-0

(1lN

TE

GR

A1’

ED

DIS

K1

CO

NT

RO

LL

ER

1319

EXP-10

EX

PA

NS

ION

CA

B-

)lN

ET

1320

VM

S-0

0V

MB

BU

SC

NA

SIS

413

21M

t04-

34i

.126

MB

YT

E00

-128

1322

VIO

P-O

0113

23V

IOP

-O01

1324

VB

S-0

04

1325

MT

D-0

02

1126

DN

D-5

04

1327

DK

D-5

04

13’2

BE

XP

-10

5.13

29V

IOP

-O01

1330

DK

D-5

04

1J31

DK

D-5

04

1332

VIO

P-O

0113

33V

IOP

-O01

1334

AC

M-2

0i

133’

JA

Ct4

-20

113

36A

CM

-20

113

J”I

ET

II-20

113

3t3

Ptw

-l)o

111

39S

[’-O

43

1340

2140

ii41

2140

ME

MO

RY

BO

AR

DV

ME

BU

SIO

PR

OC

ES

SO

RV

ME

BU

SIO

PR

OC

ES

SO

RV

MB

BU

SC

NA

SIS

IIIG

IIP

ER

F.

‘TA

PE

DR

IVE

llIG

NP

ER

F.

2.5

MB

YT

ED

ISK

DR

.III

GU

PE

RF

.2.

5M

MY

TE

DIS

KD

R.

IIIG

IIP

ER

FO

R.

EX

PA

N.

CA

BIN

ST

VM

EII(

3S10

PR

OC

ES

SO

RIIK

GII

PliR

F.

2.5

MllY

TE

l)lS

KD

R.

IIIG

IIP

ER

F.

2.5

MB

YT

ED

ISK

DR

.V

ME

B13

S10

PR

OC

ES

SO

RV

ME

BU

S10

PR

OC

ES

SO

RV

ME

AS

YN

C.

CO

N’I’

NO

I.LE

RV

WA

SY

NC

.C

ON

1’R

O1.

I,ER

VM

liA

SY

NC

.C

OM

TR

OL

1.E

RV

Mli

Hw

wm

wrr

CO

NrR

Ol,L

ER

LIN

EW

INT

ER

111[

;11

SP

EE

DP

RIN

TE

RA

NT

SlN

I’ER

FA

CE

AR

TS

114T

ER

FA

CE

IIAR

DW

AR

EIT

EM

S

EF

F.

Mo

t4w

fLY

M1N

TENA

34CE

co.sr

STI

YEAR1

YEAR

2Y

EA

R3

YEAR4

YEAR5

YEAR6

YEAR-1

YEA

OEM

DA

TE

CO

NB

Mt4

C/C

llRG

MM

C/C

IIR

GB

Mt4

C/C

tiR

GB

MM

C/C

IiRG

BM

MC

/CllR

GB

MM

C/C

llRG

UM

MC

/L’ll

RG

ImM

c/cl

lR

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

9431

C

CO

NV

1218

943f

C

CO

NV

1218

9431

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

94‘3

/C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

9431

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

CO

NV

1218

943/

C

KIN

E12

1894

3/E

KIN

E12

1894

3/E

—.

...

.—

...

.--

——

-.—

Page 97: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

PE

IJD

IXA

,P

At4

’r1

CO

MP

U’I’

ER

ILA

HD

WA

RE

ITE

MS

MO

Nrl

lLY

t4A

INrE

NA

NC

EC

OS

’rtJ

oD

EL

/Itw

nE

F’F

.S

T)

YE

AR

1Y

EA

R2

YE

AR

3Y

EA

R4

YE

AR

5Y

EA

R6

YE

AR

7Y

EA

R8

CL

ItJ

IVU

JIN

JCT

DL

SC

RIP

TIO

NO

EM

DA

TE

CO

NB

Mt4

C/C

NR

GB

Mt4

C/C

NR

GB

t4t4

C/C

llRG

Bt4

MC

/C1i

RG

Bt4

t4C

/CliR

GtJ

MM

C/C

tlllG

i3N

t4C

/C:l

lRG

UN

M:J

L”III

<G

1J42

2140

AR

TS

INTERFACE

KIN

E12

1894

3/E

1341

2140

AN

TS

INT

ER

FA

CE

KIN

E12

1139

43/

E

1344

C23

0-2

c2S

ER

IES

PR

OC

-C

ON

V12

1894

31C

56C

ES

OR

SkJ

/256

t4B

1’34

5R

EsE

RvE

Df

1346

RE

SE

RV

ED

/

)347

IJK

D-3

176

0t4B

RE

MO

VE

.C

ON

V12

1894

6D

ISK

W/C

ON

TR

OL

.

1348

~D-2

1?

60M

BR

uo

VE

-C

ON

V12

1894

AB

LE

DIS

K

1349

DK

D-2

176

0MB

Rw

OV

E-

CO

NV

1218

94b

AB

LE

DIS

K

1350

MU

-21

760J

4ti

RE

J40v

E-

CO

NV

1218

946

AB

LE

DIS

K13

51E

XP

-10

EX

PA

1/S

ION

CA

B-

CO

NV

1218

94

11

NL

”r13

52M

I’C-2

0M

AG

NE

TIC

TA

PE

CO

NV

1218

94

1C

on

tro

ller

1353

JfJ’

D-2

0M

ED

IUM

PE

ttF

OR

t4.

CO

NV

1218

944

TA

PE

DR

IV

1154

VIO

P-O

VN

E10

CO

NV

1218

94

01P

RO

CE

SS

OR

1355

VB

S-0

0V

MJS

INJS

CN

AS

SIS

CO

NV

1218

944

1356

Vt3

S-0

0V

NE

BU

SC

IIAS

SIS

CO

NV

1218

944

1357

ET

II-20

VM

EE

TIIE

RN

EI’

CO

NV

1218

941

CO

NN

EC

TIO

N

1358

AC

M-2

43V

ME

AS

YN

CC

OW

1218

942

C(J

NI’R

OL

I.ER

1359

PR

’J’-

O(J

LIt

{EP

RIN

rER

CO

NV

121L

J94

113

60V

tlU

-00

VID

EO

DIS

PL

AY

CO

NV

1218

941

UN

IT13

61V

IJU

-00

VID

EO

DIS

PL

AY

CO

NV

121B

94

1U

NI’r

1162

VD

U-0

0V

IDE

OD

ISP

LA

YC

ON

V12

1894

1U

NIT

lJ63

UO

tJ-1

)0V

IDE

OD

ISP

LA

YC

ON

V12

1894

1IIN

ITI

J64

J’IA

OO

PD

IJS

INY

ER

FA

CE

CO

tJV

1218

942

AD

AP

TJM

31C

3Ic

3/c

31C

3/c

3/c

3/c

3/c

3/c

3/c

3/c

3/c

3/c

31C

31C

3/c

3/c

31C

.——

——

—--

_.—

.—

Page 98: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

w4“

.m .-t

l-!mmoeto

$

l-!u!momo

;

IIm

‘20!o

;m

0

I

0.

,$.

Page 99: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

A~

J’M

R)I

XA

,P

AW

J’2

CO

MP

UT

ER

ML

Jl)J

iL/

i‘P

EW

CL

JIJ

PIM

)LJ(

JCT

DJX

CN

1PT

ION

6000

CX

W-0

02-

200

6001

AV

S-0

01-

200

6002

CX

A-0

01-

200

61J0

3C

AC

(JO

1-20

0

6004

IJN

ICO

S

6005

CF17

6006

600’

1P

AS

CA

L

600t

JS

TA

ND

AR

l)c

bU

O!J

CA

1.

OU

1(J

Tcl

’/IP

bo

llIIF

S

6LJ1

2N

S’1

’-O

O1-

200

61JI

’JN

tiT

-00

1-20

060

14C

F’J

’-O

O1-

200

601S

ct-r

-oo

1-20

060

16L

IM-0

01-

200

6017

l.tB

-00

1-20

060

11J

CS

D-0

04-

200

6019

CS

O-0

114-

200

6020

EN

AO

OJ

-200

6021

tJk’

S-0

01-

200

6(J2

2tw

’s-0

01-

200

6023

Ult

G-1

0

XW

INO

OW

SS

OF

T-

WA

RE

CU

NV

EX

AV

SS

OF

TW

AR

EX

WIN

IJO

WS

OE

BIJ

G-

EJI

&P

RO

FIL

ER

00N

VE

XA

PP

LI-

CA

TIO

NC

OM

PIL

ER

UN

ICO

SS

YS

TE

M

$OF

TW

AR

tiC

F77

CO

klP

ILE

R

RE

SE

RV

ED

PA

SC

AL

CO

MP

ILE

R

s!’A

N~A

RD

CC

OM

~Ii

.~n

CJI

AY

AS

SE

MtN

.Y

LA

NG

UA

GE

NE

TW

OR

KP

RO

l’O-

CO

LS

OF

TW

AR

EN

lfrW

OR

KF

ILE

SJi

JtV

ER

CO

NV

EX

IM’E

RN

ET

SE

RV

ICE

SC

ON

VE

XIN

J’E

RN

ET

sEtt

vIcE

sC

ON

VE

XF

OR

TR

AN

CO

MP

ILE

RC

ON

VE

XF

OR

TR

AN

CO

MP

fLt2

RvJ

scL

IB

VEC

LIB

CO

NV

EX

CO

NS

UL

-‘1

’AN

rC

(.JN

VE

XC

ON

SU

L-

‘TA

N1’

EM

AX

C]

SE

RIE

S

NE

TW

OR

KF

ILE

sYsr

EM

NE

TW

OR

KF

II.E

SY

ST

EM

CO

NV

EX

OS

SO

FT

WA

RE

ITEMS

EFF.

MO

NT

UL

YM

AIN

TE

NA

NC

EC

OS

rsr

lY

EA

R1Y

SAR‘

2Y

SA

R3

YE

AR

4Y

EA

R5

YE

AR

6Y

&A

t{‘1

YE

AN

8O

EM

IJA

rEC

ON

BM

MC

/CN

RG

BM

MC

/CN

JiG

BM

MC

/CIIR

GB

MJ4

C/C

NR

GB

MJ4

C/C

liRG

BM

MC

/CllN

GB

MM

c/C

lll{G

LJM

Mc/

cllR

G

CO

NV

0909

93N

/C

CO

NV

0909

93N

/C

CO

NV

0909

93N

/C

CO

NV

0909

93N

/C

CR

AY

0909

93N

/A

CR

AY

0909

93N

/A /

CR

AY

0909

93N

/A

CR

AY

0909

93N

/A

CR

AY

0909

93N

/A

0909

93N

/A

CR

AY

0909

93N

/A

CO

NV

0909

93N

IC

CO

NV

0909

93N

jC

CO

NV

0909

93N

/C

CO

NV

0909

93t4

/C

CO

NV

0909

93N

/C

CO

NV

0909

93N

IC

CO

NV

0909

93N

/C

CO

NV

0909

93N

/C

CO

NV

0909

93N

/C

CO

NV

0909

93N

/C

CO

NV

0909

93N

/C

CO

NV

0909

93N

/C

#

-.—

...

...

..-

..__

____

______

___

----

-

Page 100: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

APPENDIX

A,

PART

2COMPUTER

SO

E”I

’WA

RE

I’rE

MS

MO

lllil.

/1

TE

MC

1.IN

PR

OD

UC

TD

ES

Clt

IFT

ION

0-20

060

24tt

ES

EM

VE

D

6025

RE

SE

RV

ED

6026

RE

SE

RV

ED

.

6027

RE

SE

RV

ED

6028

RE

SE

RV

ED

6029

6030

6031

6032

6013

6034

6035

6036

60j’1

6038

6039

1190

-V

o1

6040

SI’K

119O

-V1O

6041

6042

6043

Df3

60-O

i60

44w

360-

O2

6045

~136

0-O

360

46IJ

f160

-(1

5

RE

SE

RV

ED

RE

SE

RV

ED

NE

SIS

RV

ED

RE

SE

RV

ED

liES

ER

VE

D

RE

SE

RV

ED

RE

SE

RV

ED

RE

SE

RV

ED

RE

SE

RV

ED

RE

SE

RV

ED

VM

SO

F’1

’WA

RE

AC

SL

SU

NIX

RE

SE

RV

ED

CR

AY

AI”

rAC

N

NS

’IWO

RK

OP

ER

-A

TIN

GS

YS

TE

M

EF

F.

S’r

lO

EM

DA

TE

CO

N / / I / I f I / / / / / / I /

S(I

’K09

0993

N/E

SI’K

0909

93N

IE I

SU

N09

0993

N/E

CD

C09

2893

NIB

MA

I1/T

PK

GU

ND

ER

CC

C09

2893

N/t

3N

W2

MU

LT

I-M

FR

AU

EC

DC

0928

93N

/BM

OO

UN

DE

RN

OS

2T

llAC

EN

UN

DE

RC

oc

092E

93N

/BN

(IS

2

MO

NT

IILY

YE

AR

1Y

~R2

YE

AR

3Y

EA

R4

MA

INT

EN

AN

CE

YE

AR

5C

os’r

YE

AR

6Y

EA

N“t

BM

MC

/CN

RG

BM

MC

/CN

RG

BM

MC

/CN

RG

B14

t4C

/CN

RG

BM

MC

/CU

RG

BM

MC

/Cl{

l+G

EM

4MC

/CllR

G

I

YE

AN

8t3

MIlc

/cllR

G

..-

-—--

--.—

——

.._._.

.—

.._-

—-

——

---

Page 101: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

PE

tlD

IXA

,P

AR

’1’

2C

OM

PU

TE

RS

OF

TW

AR

EIT

EM

S

Mo

oE

L/

MO

NT

IILY

MA

INT

EN

AN

CE

CO

ST

~.~~

EF

F.

ST/

YE

AR

1Y

EA

R 2Y

EA

R3

YE

AR

4Y

EA

R5

YE

AR

6Y

EA

R“J

YE

AR

8C

LllJ

PR

OIIU

C’J

’K

JES

CR

IPT

ION

0E24

DA

TE

CO

NB

MIY

C/C

t[R

GLW

4t4C

/CNR

GB

FJN

C/C

llRG

BM

MC

/CJI

RG

BB

INC

/C)l

RG

IM4M

C/C

}lK

GB

NN

C/C

llt{t

;bM

Mc/

(:ll

ltG

6047

JM160-1N

M’W

KA

CC

ME

W-

CD

Co

0[)

UN

DE

RN

OS

260

48JJ

tt60

-1lN

rJW

AC

’J’lV

EF

AC

CO

C1

UN

DE

RN

OS

2

6049

JJt3

60-1

RE

MO

TE

BA

’rC

llC

JX!

2F

AC

UN

DE

RN

OS

260

50:t

J60-

1C

YJJ

ER

CR

OS

SS

YS

CD

CU

ND

ER

NO

S2

6051

rJ86

0-1

NO

SO

N-L

INE

MA

NC

DC

50U

ND

ER

NO

S2

6052

D86

0-2

FO

RT

J4A

NU

ND

ER

CP

Co

NO

S2

6(J5

3D

1360

-2JJ

AS

ICIN

TE

RA

CT

1C

DC

4V

ElJ

ND

EJi

NO

S2

6054

JN36

0-2

CY

tJL

170

CD

EC

DC

50G

NI’R

UN

DE

RN

OS

6055

D86

0-2

NO

SC

ON

TE

XT

CD

C

52U

ND

ER

NO

S2

6056

rMJ6

0-2

XE

DIT

3U

ND

ER

C&

8N

OS

26L

J5”t

:860

-2C

YJJ

ER

INT

ER

DE

-C

DC

BU

GU

ND

ER

NO

S2

605B

DB

60-3

SO

JVt’

/ME

RG

UN

DE

RC

DC

3)4

0S2

6059

D86

0-3

PA

SC

A1,

170

CD

C4

UN

JJE

RN

OS

2

6060

r)86

0-3

F’IJ

LL

SC

RE

EN

ED

IC

DC

7T

OR

UN

13E

RN

OS

260

61D

860-

9P

J’F

/Q’~

FX

FE

RC

DC

0“1

RA

CU

ND

ER

NO

S2

6062

[)86

0-9

tUIF

AC

CE

SS

MJS

’PII

CD

C08

OD

SU

ND

ER

NO

S2

6063

D86

0-9

MA

SS

ST

ON

EE

XT

DC

DC

4U

ND

ER

NO

S2

6064

INJ6

0-2

FO

RT

RA

Nti

XT

TS

CD

C2

UN

DE

RN

OS

260

65J1

860-

3F

OR

TR

AN

415

AID

CD

C2

SU

ND

ER

NO

S2

6066

N22

5-O

CO

NW

CO

N1’

RL

PR

GC

UC

1lJ

NU

ER

NO

S2

606-

1N

261-

OC

MN

ST

UN

DE

RC

DC

1N

OS

260

68D

860P

-T

ER

MIN

AL

CL

US

-C

DC

351

TE

RF

AC

ILIT

Y

6069

N26

1-2

CW

NE

TT

CP

/IP,

CJX

’2

TE

Ltt

wr,

FT

P60

70K

14B

91IC

EN

-CF

DP

AC

K-

CC

C

0928

93N

IB

0928

93N

IB

0920

93N

IB

0928

93N

IB

0928

93N

IB

0928

93N

IB

0928

93N

IB

0920

93N

IB

0928

93N

IB

0928

93N

IB

0928

93N

IB

0928

93N

IB

0928

93N

IB

0928

93N

IB

0928

93N

/B

0928

93N

IB

0928

93N

IB

0920

93N

IB

0928

93N

IB

0926

93N

/B

0928

93N

IB

0928

93N

IB

0928

93N

IB

0928

93N

/B

...-

—.

____

_...

...

...

..-

Page 102: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

PE

liDlv

A.

PA

RT

2C

OM

PU

TE

RS

OF

’lWA

RE

ITEMS

nQ

JJE

L1

1‘M

MC

LIN

PiK

NM

JCi’

CW

X!R

IPI’1

ON

8A

GE

,O

PT

ION

1IN

CL

UD

ES

IGE

S,

fJJX

IGN

LJl

tAF

TIN

GC

IJJt

VJi

S&

SU

R-

FA

CE

S,

NU

RB

S,

MU

LC

AD

,P

AD

AM

M

6071

K14

B-9

I’CJU

4-C

FD

PA

CK

-00

AG

EG

EO

ME

TR

YS

UB

SE

T’

INC

LU

DE

SD

ES

IGN

DR

AF

TIN

GC

UR

VE

S&

SU

R-

FA

CE

S,N

UR

BS

6072

K14

B-9

ICE

M-G

PL

2060

”/3

AD

A-0

0A

DA

CO

MP

ILE

R

1-20

060

74

6075

60”/

6

60”)

”)

6ti”

lti

60’/9

6080

60ti

l

6082

6LJt

lJ

60J3

4

6011

5

60ti6

60B

”/

60iJ

lJ

MO

NT

NL

YW

AIN

rEN

AN

CE

CO

ST

EF

F.

ST

/Y

EA

R1

YE

AR2

YE

AR

3Y

EA

R4

YE

AR

5Y

EA

R6

YE

AR

7Y

EA

R8

OE

MD

AT

EC

13N

BM

WC

/CN

RG

BM

MC

/CN

RC

3B

MM

C/C

NR

GB

t4W

C/C

NR

GB

MN

C/C

llRG

EJw

Mc/

cllI{

GtJ

MN

c/cl

lRG

mM

c/cl

lltG

I

CD

C09

289S

CD

C09

289:

1218

94

NF

S-0

0N

EIW

OJt

KIN

GF

ILE

CO

NV

1218

941-

200

SY

ST

EM

CX

W-0

0C

XW

IND

OW

SS

OF

T.

CO

NV

1218

9,2-

200

Nu

T-0

0C

ON

VE

XIN

TE

RN

ET

CO

NV

1218

9.1-

3800

SE

RV

ICE

SU

NG

-20

CO

NV

EX

0sC

ON

V12

189

2-36

00(3

2U

SE

RS

)A

RT

SIN

I’ER

FA

C!E

CO

NV

1218

9S

OF

T.

UR

IVE

RN

FS

-00

t{E

J’W

OR

KF

ILE

CO

NV

1218

91-

3800

SY

ST

EJ4

UX

E-0

0U

XE

ltE

AL

TIM

EC

ON

V12

189

1-3B

O00

sC

XW

-00 X

WIN

DO

WS

cow

1216

52-

lLlo

o0s

CF

’r-0

0C

ON

VE

XF

OR

TR

AJI

CO

W12

1B!

131

Joo

ccJN

IJI1

.Elt

lJtJ

(;-2

0C

ON

VE

XO

SC

ON

V12

18!

~-z(

jo(3

2U

SE

RS

}lJ

li’r-

00C

ON

VE

XIN

TE

RN

ET

CO

NV

1218

1-20

0S

ER

VIC

ES

SO

FT

.C

FT

-00

CO

NV

EX

FO

RT

RA

NC

ON

V12

18

1-20

0C

OM

PIL

ER

CV

’3-0

0C

ON

VE

XC

ON

SIJ

L-

CO

NV

1218

4-20

0T

AW

TU

NG

-10

CO

NV

EX

OS

CO

DE

CO

NV

1218

0-20

0C

XB

-00

CO

NV

EX

BA

TC

llC

ON

V12

1[1-

200

PR

OC

ES

SIN

G

-——

....

....

..-.

____

——

..

I

-——

....-

Page 103: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AP

Pti

NIJ

IXA

,P

AR

T2

CO

MP

UT

ER

SO

FT

WA

RE

ITE

MS

MO

NT

IILY

MA

INT

EN

AN

CE

CO

ST

MO

DE

LI

ITE

ME

FF

.S

’I’/

YE

AR

1Y

EA

R2

YE

AR

3Y

f%A

R4

YU

R5

YE

AR

6Y

EA

R“1

YE

AR

8

CL

INP

Nu

DU

CT

DE

SC

RIP

TIO

NO

EM

DA

TE

CO

NB

Mt4

C/C

NR

GB

MM

C/C

llRG

BM

MC

/CN

RG

BM

MC

/Ctl

RG

BW

MC

/CliR

GB

NN

c/cl

lRG

uf4

Nc/

L”l

lRG

uM

Mc/

L’ll

lf(;

6fft

f9U

DD

-00

US

ER

WR

I’~E

NC

ON

V12

1894

N/C

....

,..,

1-20

0O

EV

ICE

DR

IVE

Rbf

190

IICR

-99

IICR

PA

SC

AL

IICR

1218

94N

/C9

6091

AR

TS

INrE

RF

AC

EC

ON

V12

1894

N/C

SO

FT

WA

KE

DR

IVE

R60

92U

XK

-00

UX

ER

EA

L-T

IME

----

..

..

--

...

.-

1O

\lER

AT

ING

SY

S.

6093

RE

SE

RV

ED

6094

CX

B-0

0C

XB

AT

Cll

1-20

060

95C

XB

-00

CX

BA

TC

II1-

200

6096

CX

B-0

0C

Xt3

A’1

’Cll

1-38

0060

97C

TM

-00

TO

OL

BO

X1-

200

b09

BC

TB

-00

TO

OL

BO

X1-

200

b099

CSS-

00S

IIAN

131

200

6100

RE

SE

RV

ED

6101

CS

D-0

0C

ON

SU

I.TA

NT

4-3M

O0

6102

UIJ

ICO

SU

NIC

OS

SY

ST

EM

SO

F’f

WA

RE

6111

3C

F77

CF

77C

ON

PIL

ER

CU

NV

1L1B

Y4

NIC /

CO

W09

0993

N/C

cofw

0909

93N

/C

CO

NV

T’B

DN

/C

CO

N09

0993

N/C

CO

NV

0909

93N

/C

CO

NV

0909

93N

/C /

CO

NV

TB

DN

JC

CR

AY

0909

93N

fA

CR

AY

0909

93N

fA

6104

PA

SC

AL

PA

SC

AL

CO

MP

ILE

RC

RA

Y09

0993

N/A

610S

ST

AN

IIAS

TA

ND

AR

DC

CR

AY

0909

93N

fA

RN

CC

OM

PI1

.ER

6106

CA

I.C

RA

YA

SS

EM

B[.

YC

RA

Y09

0993

N/h

I.AN

GIIA

GE

61u

”I‘~

CP

/IPN

ET

WO

RK

PR

OT

O-.

0909

93N

/EC

OL

SO

FT

WA

RE

6108

tlF

sN

ET

WO

RK

FIL

EC

RA

Y09

0993

N/A

SE

RV

ER

6109

DM

FD

AT

AM

IGR

AT

ION

CR

AY

0909

93N

/AF

AC

ILIT

Y

I

To

Ld

l%

ftud

reC

l)ar

ge

““”

Nu

llv~

lues

ind

icat

en

ose

par

ate

pri

cin

g

(.-

l

Page 104: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

AI’I

UW

IIXA

,P

AliT

3E

NV

IRO

NM

EN

TA

L

tlO

DE

L/

ITE

M

CJ.

JNP

J{O

UJC

TDESCRIPTION

OEW

liOU

O1.

2128

8I(

AT

OM

OT

OR

KA

TO

0001

GE

NE

RA

TO

R

0001

RE

SE

RV

ED

8002

Yn

~lIE

AT

EX

CN

AN

GE

CR

AY

UIJ

LT80

03C

LT

ON

RE

FR

IGE

RA

TIO

NC

OP

E

CO

NIIE

NS

ING

UN

IT

ITE

WS

MO

NT

NL

YM

AIN

I’EN

AN

CE

CO

ST

EF

F.

sT/

YE

AR

1Y

EA

R2

YE

AR

3Y

EA

R4

YE

AR

5Y

EA

R6

YE

AR

7Y

EA

RD

ArE

CO

NB

MN

C/C

llRG

BM

MC

/CllR

GB

Wt4

C/C

llRG

BM

MC

/CllR

GB

WM

C/C

llRG

BM

MC

/CllN

GlM

MC

/L:l

lRG

tMM

c/L

:lll(

[;

0909

93l/E

/

0909

93IIA

0909

93l/E

Lto

o4

CR

AY

2co

ou

rR

ES

ER

VO

IRB

O05

L21

288

KA

TD

&iO

TD

R00

01G

EN

EK

AT

OR

t100

6L

2121

113K

AT

OM

OT

OR

0001

GE

NE

RA

TO

R80

0”)

1.21

288

KA

’1’O

MO

TO

R00

01G

EN

ER

AT

OR

t100

11C

RA

Y2

SU

PP

OR

TIIE

AT

EX

CN

AN

GE

RP

OD

tiO

O!J

(:R

AY

2M

AS

TE

RN

EA

TE

XC

IIAN

GE

RPOD

Uu

loR

ES

ER

VE

D

Bo

llR

ES

ER

VE

D

tiO

1251

3698

EN

ER

GE

NC

YO

FF

00C

ON

TR

OL

U01

3G

1144

5M

GC

ON

TR

OL

LE

R

L10

1423

0481

CO

MP

UT

ER

PO

WE

R00

CO

NrR

OL

8015

GE

26B

MO

1’O

tlG

EN

SE

T40

KV

A80

16R

ES

ER

VE

D

8017

RE

SE

RV

ED

8018

1816

40T

ER

MIN

AT

OR

00P

OW

ER

SU

PP

LY

&10

1918

1828

TE

tU41

NA

’rO

R00

PO

WE

RS

UP

PL

Y80

20R

ES

ER

VE

D

tio

21H

ES

ER

VE

D

li022

Gli2

6tl

MO

TO

RG

EN

SE

T40

KV

AU

02)

GI1

445

MG

CO

NT

RO

LL

ED

{

CR

AY

0909

932/

A

KA

TO

0909

9321

E

KA

TO

0909

932/

R

UA

TO

0909

932/

8

CR

AY

0909

932/

A

CR

AY

0909

932/

A / /

CD

C09

2093

3/B

AtJ

’rO

0928

933/

E

CD

C09

2093

31B

I@T

O09

2893

3/E / f

CC

C09

2893

3/B

CD

C09

2893

3/B / /

KA

TO

092t

193

3/E

EM

0928

933/

E

8

.

Page 105: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

I

.

W m

N

m

2nm0!0m0

0

3

P!mm0m0

~

m“ m

nmm

Page 106: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

-.

AP

1’E

IJD

IXA

.P

At4

T3

EN

VIR

ON

ME

NT

AL

ITE

MS

t40n

EL

/l’

rsw

C1.

INl’l

U31

XJC

’t’

DE

SC

RIP

I’IO

N

8024

GE

268

Mo

roR

GE

Nsu

r40

KV

A80

25G

I144

SM

GC

ON

I’RO

LL

ER

ti026

6’/1

284

SY

S?

EM

PO

WE

R62

MO

N1‘

TO

1480

27G

N25

2C

HIL

LE

DW

AT

ER

UN

IT80

2853

3698

EM

ER

GE

NC

YO

FF

00C

ON

TR

OL

8029

RE

SE

RV

ED

8030

5336

98E

ME

RG

EN

CY

OF

F00

CO

NT

UO

L80

11G

E26

8M

OT

OR

GE

NS

ET

4O

KV

A80

32G

I144

5M

GC

ON

TR

OL

LE

R

tilJ

33G

I125

2C

IIIL

LE

DW

AT

ER

UN

ITt1

034

6“/3

284

SY

ST

EM

PO

WE

R62

NO

NII’

OR

UO

15M

ES

EK

VE

D

B03

6R

ES

ER

VE

D

‘I’o

tdl

~nvi

rOlm

enta

I@

arge

““’

Nu1

lvdlues

il)di

cdte

no

EF

F.

Sri

YE

AR

1M

ON

rNL

YM

AIN

TE

NA

NC

EC

OS

’rY

EA

R2

YE

AR

3Y

EA

R4

YE

AR

5Y

EA

R6

YE

AR

7Y

EA

R8

OE

ND

AT

EC

ON

BH

14C

/CH

RG

BL

wC

/CH

RG

BM

NC

/CllR

GB

MM

C/C

1iR

GB

14M

C/C

llRG

BN

MC

/CllR

GB

NN

C/(

’lll{

Gm

4Nc/

(’llN

G

KA

’I’O

0928

93

AU

TO

0928

93

CD

C09

2893

CD

C09

2893

CD

C09

2893

CD

C09

2893

Ew

0928

93

AU

TO

0928

93

CD

C09

2893

ClIC

0928

93

3/E

31E

3/B

3/B

3/B /

31B

3/R

3fE

3fB

3/B / /

sep

arat

ep

rici

ng

..—

.—.

1

_._-

..—

——

——

r.-)

Page 107: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

.+PPESDIX B

Acronyms

ACDACSADPEARTSSATtMBAFOBMMCCAD -CBXCDDICLINCsccDCMDPADVALEMSFARFCOFDDIFMRF.O.B.FSCSFrsGDCMGEOLABGFEHVACHzIPGPLCNLaRCLaRCNETLaRCWNLaTSM-GMPPNASNCSNFSNOS .NQSOAS

Analysis and C(~mputmion DivisionAccess Control SystemAutomated Dat~ Processing EquipmentAdvanced Real-Time Simulation SubsystemAsynchronous Transfer NfodeBest And Final OfferBasic Monthly ,Maintertance ChargeComputer Aided DesignComputerized Branch ExchangeCopper Distributed Data InterfaceContract Line Item NumberCentral Scientific Computing ComplexDivision Computing ManagerDelegation of Procurement AuthorityData Vkualization and Animation LaboratoryEnvironmental Monitoring SystemFederal Acquisition RegulationField Change OrderFiber Distributed Data InterfaceFacility Malfunction ReportFree on BoardFlight Simulation Computing SubsystemFederal Telecommunications SystemGraphic Data Center ManagerGeometry LaboratoryGovernment Furnished EquipmentHeating, Ventilation, and CoolingHertzInstallation Provided Government PropertyLoosely Coupled NetworkLangley Research CenterIaRC Local Area NetworkLaRC Video NetworkIARC Telecommunications SystemMotor-GeneratorMassively Parallel ProcessorNumerical Aerodynamic SimulatorNOS Computing SubsystemNASA FAR SupplementNetwork Operating SystemNetwork Queueing SystemOptical Archival System

7/27/93

Page 108: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

OcoOEMOP.MPSCNPMPPMRFPSCOMACSEBSMDSSMRSNS -sowSPRSsoSTSvsUPSWORM

Operations Control OfficeOriginal Equipment ,ManufacturerOperational Procedure MemorandumProgram Support Communications NetworkPreventive .MaintenancePrinciple Period of .MaintenanceRequest For ProposalScientific Computing, Operations, Maintenance, and Communications ServicesSource Evaluation BoardSwitched Multi-Megabit Data SemiteSystem Malfunction ReportSupercomputing Network SubsystemStatement Of WorkSoftware Program ReportSource Selection OfficialStatusScientific Visualization SystemUninterruptible Power SupplyWrite-Once-Read-Many

7i27193

Page 109: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

.

EXHIBIT B

CONTRACT DOCUMENTATION REQUIREMENTS

Page 110: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

EXHIBIT &= cONTRJCT 00CUMENTATION REOU[REMENT5

I. DOCUMENTATION PREPARATION/SUBM18S10N INSTRUCTIONS

Financial Management Reports--The contractor shall comply with theSe~tio~”I clause of this contract entitled “NASA contractor Financial ManagementReporting” by monthly submission of NASA Form 533M. The form shall be preparedand submitted in accordance with the instructions set forth on the reverse side ofthe form and NASA Handbook “Procedures for Contractor Reporting of Correlated Costand Performance Data” (NHB 9501.2) as further definitized below.

Each 533M shall specify the actual monthly maintenance charge for eachCLIN. The Contractor shall provide upon request data to support that thespecified actual monthly charges were the lowest of the three prices referenced inH.18.

I. Ilue not later than the 10th operating day following the close of theContractor’s accounting month being reported. -

2. Columns 7.b. and d. shall be completed using. financial baseline plan approved as part of the Management

3. Columns 8a. and b. shall be completed usingfor the succeeding two months.

4. Minimum reporting categories:

Direct Productive LOE Labor Ifours:Straight Time HoursOvertime HoursSubcontract Hours (I-NET)Subcontract Hours (Other)

Total LOE Hours

Non-LOE Hours

Oirect Productive LOE Labor Cost:Straight Time CostsOvertime (w/o Dremium) CostsOvertime PrefnihSubcontract CostsSubcontract Costs

Total LOE Costs

Non-LOE Labor Costs

Overhead

System Maintenance

(I-NET)(Other)

the time-phasedand Operations Plan.

estimates (forecasts)

Page 111: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

ODCS:Specified Other Oirect CostsCompany 8pecific:

TravelTrainingRecruiting and RelocationFacilityMiscellaneous

Subtotal

Total 00CS

GiiA

Total Cost

Award Fee

Phase-In

Total

5. Each 533M shall include a narrative explanation for monthlyvariances exceeding 10 percent between planned hours and dollars and actual hoursand dollars for each reporting category.

6. Each 533M shall include an attachment which details by month and byreporting category the Contractor’s current estimate to complete the contract(this should equal the sum of Columns 7c, 8a, 8b, and8c).

7. The total level-of-effort subcontract cost category should besupported by a separate 533M completed by your subcontractor.

B. Quarterly Financial Management Report--The Contractor shall submit aquarterly financial report detailed by categories specified in A.4 above on NASAForin533Q at times and in accordance with the instructions contained on thereverse side of the form.

c. Management and Operations Plan--Within 30 calendar days after contractaward, the Contractor shall submit for the Contracting Officer’s approval acomprehensive Management and Operations Plan containing, as a minimum, thefollowing:

1. Continuing Plan--Detailed plans for maintaining competent staffing ateach organizational level. These plans shall include the methods to be employedin acconnnodatingfluctuating workloads, for backup arrangements to accommodatepersonnel absences, for personnel training and for recruiting replacements andadditional personnel. Include management policies which contribute to employeeretention, morale, and productivity, such as career development, fringe benefits,leave, salary, employee recognition, and recognizing and correcting morale

problems. Include your company policies for the recruitment, hiring, training,and career development of individuals with disabilities. Also, include program(s)for motivating and incentivizing employees to continuously improve and increaseproductivity.

Page 112: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

~ Technical Operations plan--plans for organizing, assigning resources,and perfo~ming each task area outlined in the Statement of Work; tracking andcontrolling the work; recognizing ~nd reporting technical problems and scheduleslippages and follow-up on reported problems. [n addition,description of:

include a briefthe proposed method of controlling actual versus planned costs;

procurement functions to be performed at the contractor’s facility/home office;your purchasing practices and procedures; plans for selecting, monitoring andadministering any proposed subcontract effort; and plans for maintainingoperational status of Contractor-furnished Items and Government-furnishedEquipment.

3. Contractor’s Facility--Location, general description, and interiorlayout of the facility, including Jesse and/or purchase agreements, the methodplanned for maintaining full operational capability of the facility.

4. Organization --An organization chart and narrative describing theproposed organization, Contractor/Government interfaces, lines of authority withinthe organization, and responsibilities and authority of the Key Personnelincluding a discussion of the proposed managerial authority, autonomy andrelationship with the “home office,” if applicable.

5. Financial Baseline Plan--A time-phased financial baseline plan,detailing by month how you plan to incur cost for the period, shall be submittedfor the initial contract period (24 months). Financial baseline plans for each ofthe remaining option periods (except for the six one-month option periods) shallbe submitted within 10 days of the effective date of the option being exercised.Financial baseline plan revisions resulting from the exercise of priced optionhours shall be submitted 10 days following the effective date of the option beingexercised. This plan shall include the periods by the cost categories specifiedin Paragraph A.4 above. The total estimated cost and level of effort reflected inthe baseline plans must equal the contract values for the total contract period.

The Management and Operations Plan shall be updated as required during thecontract performance by submission of revised pages for approval of theContracting Officer.

o. Safety and Health Plan-- Within 30 calendar days after the effective dateof the contract, the Contractor shall submit a detailed safety and health planshowing how the Contractor intends to protect the life, health, and well being ofNASA, Contractor, and subcontractor employees as well as property and equipment.This plan, as approved by the Contracting Officer, shall be in accordance withNASA FAR Supplement 18-52.223-73 and should contain, as a minimum, the following:

1. Points of Contact and Responsibility - Organizational flow chart anddescription of responsibilities of each employee in your organization for safety.

2. Employee Safety Training, Certification and Programs - Detailedinformation on type of training required, parties responsible for certification,and outline of applicable regulations. Detail company programs which emphasizepersonal safety and motivated employees to be safety conscious.

3. LaRC Safety Policies/Procedures - Recognition of applicable LaRCsafety policies and procedures such as Langley Handbook 1710.10, LaRC Red TagSystem.

Page 113: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

J. Accident Investigation and Reporting - Procedures for investigatingand reporting accidents/incidents including immediate notification to the NASAL.+I?C laf~ty Manager of all injuries and damage to equipment or facilities.

5. Hazardous Operations -

(a) Description of hazardous operations involved in contractperformance.

(b) Plans for apprising employees of all hazards to which they maybe exposed.

(c)- Proper conditions and precautions for safe use and exposure tohazardous operations. Include recognition of LHB 1710.12, Potentially HazardousMaterials.

6. Equipment Inspection/Repair - Procedures for equipment safetyinspection and repair.

7. Other Safety Considerations - Any other safety considerations unique

. to your operation.

E. Quarterly Accident/Injury Report --The Contractor shall submit aQuarterly Accident/Injury Report within 10 days after the end of each quarter.

F. Monthly Progress Report --The Contractor shall submit a monthly progressreport summarizing work progress, manpower utilization for assigned work orders,and material expenditures. This report shall be submitted within 10 daysfollowing the end of the reporting period.

G. Monthly Staffing Report --The Contractor shall submit a monthly reportlisting the staffing for that month for each organizational task area.

H. Quarterly Overtime Utilization Report --The Contractor shall submit asummary of overtime utilization by task area with an explanation for the use. -This report shall be submitted within 10 days following the end of the quarter.

I. Conformable Wage Rate Agreement --Within 15 days after the effective dateof the contract, the Contractor shall submit a report confirming conformable wagerate agreement as this subject is addressed in the Section I clause entitled“Service Contract Act of 1965,” for those individuals employed by the ContractorWho are covered by the Service Contract Act, but are not listed in Exhibit F.

J. Collective f3argaining Agreements-- The Contractor shall provide theContracting Officer with copies of any collective bargaining agreements, andamendments thereto, which arise during the course of the contract and which applyto Contractor employees assigned to the contract.

K. Report of Government-Owned/Contractor Held Property (NASA FORM 1018)--The Contractor shall submit the NA.SA Form 1018 no later than July 31 of each yearin accordance with the Section I clause entitled “Financial Reporting of

Government-ownedlContractor-hel d Property.”

Page 114: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

L. CJocumentation for Transferring Property to the Government

In accordance with the Installation-Provided Government Property clauseof this contract, accountability for that property which is acquired for theGovernment under this contract shall be passed to the Government using thefollowing procedure:

The transfer of accountability Shall be initiated by the Contractorsubmitting a Requisition and Invoice/Shipping Document, 00 Form 1149, accompaniedby a copy of the Contractor’s applicable purchasing and receipt document for theproperty. The Contractor shall insert both the Contractor’s Subcontract PurchaseOrder number and the Government contract number on the DO Form 1149 under the“Federal Stock Number, Description, and Coding of Material andlor Services” block.For purchases of supplies and materials, this document shall be submitted within30 days after the end of each calendar-year quarter (that is, not later thanJanuary 30, April 30, July 30, and October 30). For equipment purchases, thisdocument shall be submitted within five workdays after acceptance of each item ofequipment by the Contractor. Receipt by the Contractor of a copy of the DO Form1149 signed by the Government relieves the Contractor of accountability for theproperty specified on that form. -.

M. Subcontracting Reports-- The Contractor shall submit Standard Form 294,Subcontracting Report for Individual Contracts, Standard Form 295, SummarySubcontractor Report, and NASA Form 667, Report on NASA Subcontracts, inaccordance with the instructions on the reverse of the form. In addition to otherinstructions on the reverse of the SF 294, the Contractor is required to submitthe reports at the end of each calendar quarter (March, June, September, andDecember) and to report awards to Women-Owned (W-O) business, Historically BlackColleges and Universities (HBCU’S) and other Minority Educational Institutions(MEI’ s). This information shall be detailed in Block 18 as follows:

Subcontract awards to small H-O businesses this report period: $

Subcontract awards to HBCU’S andlor MEI’s this reporting period: $

The total subcontract dollars to W-O businesses, HBCU’S, and MEI’s shallbe included in Blocks 15a and 16.

ln addition to the instructions on the reverse of the SF 295, theContractor is required to comply with Clause 18-52.219-75, Small and SmallDisadvantaged Subcontracting Reporting.

N. Award Fee Self-Evaluation Report --Within 10 working days after theconclusion of each award fee evaluation period, the Contractor shall submit areport that sunnnarizes the major work accomplishments including positive andnegative aspects of performance and analyze~ actual versus planned costs andhours. The sunnnary of the major work accomplishments should include sufficientdetail to identify the work and explain the Contractor’s accomplishments. Thissummary should also address the overall performance of the various elements of theCentral Scientific Computing Complex (CSCC) and reflect Contractor performance inCSCC operation, and maintenance, communications, and distributed computing anddata reduction system area. Employee turnover figures should be included as well.The analyses of actual versus planned costs and hours should address each of thecategories described in the Financial Management Reciorts section of this Exhibit.——

Page 115: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

4 --

i. ‘_’ 1

Thij analy~ij shall be for the award fes evaluation period only, and shall COnSist

of gnly totdl contrdct values (not for edch work order). A ndrrative explanation

for each significant variance shall dlso be included.

o. 5kill Mix and Wage Report-- Within 30 cdlendar days after the effectivedate of the contract and annually thereafter, the Contractor shall submit a skillmix and wage report to include the following: (1) employee name listedalphabetically; (2?) current hourly labor rate; and company job title. Follow-upreports shall be submitted within 30 calendar days following the end of eachcontract year to include the above information as well as the hourly labor rateand percentage of labor escalation (if any) from the previous report, and theamount of any bonuses received.

Company-job titles different from the Government job titles specified inRFP 1-41-1100.1015 shall be cross referenced (unless new or additional) to theGovernment titles. Each report shall include an explanation for any laborescalation, which exceeds 2.25 percent.

P. Award Fee Evaluation Plan--The award fee plan will include separatecriteria in which to evaluate the Contractor’s continuous improvement achievements

. during each six-month evaluation period. Accordingly, the Contractor shall submitthe following:

1. Identification and description of the continuous improvement area(s)to be considered for award fee evaluation.

2. Quantification of the expected tangible improvements.

3. Identification of the applicable metrics to be used to measureactual achievement of the improvements.

4. hiilestones for development and implementation of the improvements.

5. Sunnnaryof Contractor’s achievements associated with meetingidentified continuous improvement objectives.

Items 1 through 4 should be submitted for each of the six-monthevaluation period and should be received by the Government no later than 15working days after the start of each evaluation period. Item 5 shall be submittedto the Government along with the Award Fee Self-Evaluation Report (Ref. ParagraphN above), which is due within 10 working days after the conclusion of each awardfee evaluation period.

Q. Miscellaneous Oocumentation-- The Contractor shall provide additionaldocumentation as specified in Section C.8 - Documentation of the Statement ofWork.

II. DOCUMENT DISTRIBUTION REQuIREMENTS--ALTERNATE I (LaRC 52.21O-96)(JUN 1988)

A. Unless,otherwise specified elsewhere in this contract, reports and otherdocumentation shall be submitted F.O.B. destination as specified below, addressedas follows:

Page 116: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

i {-) ‘..L -_

National Aeronautics and Space AdmlnistratioflLangley Research CenterAttn: Mail Stop _Contract NAS1-20048 ‘ttdmPtOrl, VA 23681-0001

8. The following letter codes designate the ret’documentation which are required to be delivered preps’Center by the Contractor:

A--Contract Specialist, Mail Stop 126

pents of reports and otherd to Langley Research

B--Con4racting Officer Technical Representative, Mail Stop 1570

C--New Technology Representative, Mail Stop 200

O--Cost Accounting, Mai 1 Stop 135

E--Safety Manager, Mail Stop 429

f--industry Relations Representative, Mail Stop 144

G--Programs and Resources Division, Mail Stop 104

H--Patent Counsel, Mail Stop 143

I--Industrial Property Office, Mail stop 377

J--According to instructions on form

K--Management Resources Office, Mail stop 105

c. The following are the distribution requirements for reports and otherdocumentation required with the numeral following the letter code specifying thenumber of copies to be provided:

LETTER COOE ANO~ DISTRIBUTION

Financial Management Report (NASA Forms 533M A-1, B-2, D-2,and 533Q) K-1, G-1

Management and Operations Plan and Revisions A-1, B-6

safety and Health Plan and Revisions A-1, B-2, E-1

Monthly

Quarter”

Monthly

Quarter’

Progress Report A-1, B-10

y Accident/Injury Report A-1, B-1, E-1

Staffing Report A-lr B-4

y Overtime Utilization Report A-1, B-6

Page 117: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

Conformable Wage Rdte Agreement A-1, B-1, F-I

New Technology Report C-1, H-1

Collective Bargaining Agreement A-1, B-1, F-1

Report of Government-Owned/Contractor Held Property A-1, B-3, I-4(NASA Form 1018)

Subcontracting Report for Individual Contracts A-1(Standard Form 294)

Summary Subcontractor Report (Standard Form 295) A-1, J

Report on NASA Subcontracts (NASA Form 667) A-1, J

Requisition and Invoice/Shipping Document I-1(DO Form 1149)

Skill Mix and Wage Report A-1

Award Fee Self-Evaluation Report A-1, B-1

Award Fee Evaluation Plan A-1, B-1

D. When the Contract Administrator (A) is not designated above to receive acopy of a report or document, the Contractor shall furnish a copy of the reportidocument transmittal letter to the Contract Administrator. The Contractor shallalso furnish a copy of the transmittal letter and a copy of each FinancialManagement Report to the delegated Administrative Contracting Officer of thecognizant DoO (or other agency) contract administrative services component.

Page 118: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

.-EXHIBIT C

GOVERNMENT-FURNISHED PROPERTY

Page 119: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1“:.111

y~e EoLlowi.ng items ‘will be furnished on or about September ~, Lggs.

f-l~~(”p[~”r[ofl———————-—_______—-----—-———--——————--—

~[-rDIc~]l~lJALCART. 2 SHELPEEFER ~lETRQMEPIA. S/N2EEFER . METROMEDIA. S/NPEEPER . METROMEL~lA, SIN.BEEFER. METROMEDIA. SINBEEPER. MOTOROLA BRAVO.BEEPER. MOTOROLA BRAVO.~EEFER . MOTOROLA BRAVO.BEEFER. M@”P3ROLA BRAVO.PEEFER. MOTQROLA BRAVO.BEEPER. MOTOROLA ENVOY.PEEPER. MOTOROLA ENVOY,BEEPER, MOTOROLA ENVOY.HEEFER. MOTOROLA ENVOY.BEEPER. MOTOROLA ENVOY.FLACKBOARD. 2x3 m-HLACK.80ARD. 3x4 =.BLACKBOARD. 3x5 FT.BLACKBOARD, 4x6 FT.EO(JKCA5E. 2 SHELF

,F. QAK. [iAYNESBD4BSY4XVKBD4X5QXCJGBE4BSU3J”I”3BE4BSU3JV3S/N 334BPS7M52S/N 334BPY8U17S/N 334BPY8U33S/N 334BPY8U47S/N 334BPY8U52S/N 616BNZOD58S/N 616BNZOD64S/N 616BNZOD75S/N 616BNZOD76S/N 616BT’JZOE04

BOOKCASE. 3 SHELFBIJLLETIFJ BOARD. 1-1/2x2 FT.. QuART~BuLL~IN BOARD. 2x3 FT.BULLETIN BOARD, 3x4 FT.cl!BINET. 2 DOOR, GREY, ALL STEELCABINET. 2 LINITS# BLACK? DEN” ‘AT’LCALCULATOR. CASIO M/N FR-105S. S/NcALCULATOR. RADIO SHACK EC-4031. SOLARCALCULATOR, SHARP EL2630A. S\N 18058396CALCULATOR. T1542. oW/TAPE. TEXAS INST.CAMERA. POLAROID AE1OO W\FLASHCART . 3 SHELF. BROWNCffA IR . ARM, BEIGE. TEAKCHAIR. CONFERENCECHAIR . EXECUTIVE(:WIAIR. FOLDING. GREEN SAMSONITE(:IfAIR. STENO

Q~~

---

11111111111111112649

231

374211111113

4510

41315

COMPUTER.COMF~JTERo

CQMF1.~EF!.COMPUTER.COMPUTER.cCIMPIJTER.(:f)MFUTER.CQMFUTER.CCWIF!.fTER.CCIMF[.lTER.r!?MF1rrFR ,

. . ..CHA 1R ; sWIVEL W/ARMScHAss[s, EXPANSION. SIGMA INFO. S/N 2200 1

(:[SCO SYS. . M\N ASM\232~. S\N A12f38Y329 13CLOCK, ‘WALL

BSI 486DX2. S\N X393811 1

BSI FD-556FR. S/N Q854239 1

cOMPAQ DPRO, S/N 4606053BOO02 1.

DF1 . s/N 91110821DFI. S/N 91110824GAT~Ay 2000, 33C, S/N 343835IBM 5170. S/N 01205235170IC, M/N IC’386, S/’N 903836MICROSERVE 286. S/N 61211f315MICROSERVE 286, SIN 61211021N(u13 138K. S/N 0293K119078

L

1

1

1

1

111

u; I—-—

EAEASA

EAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEA

~,~T,~ ~

VALI-rE_—--———----

229.00142.00100.00150.00150.00135.00135.00135.00135.00135.00

89.0089.0089.0089.0089.0020.0036.00

194.00261.00373.00

2,303.0012.00

368.0070.00

139.00334.00

30.0025.0075.0081.00

144.00105.00434.00

2,780.002,219.00

48.001,692.001.566.001,986.009,920.00

63.001,771.001.283.Oo2.813.001.326.Oo1,326.Oo2,995.005,362.001.530.001.200.001.200.001,579.00

Page 120: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I1“. .

p~~f:p!?T!’7N________ -—---- _-__ —. ——-——-___ ----—---—

DISPLAY.!21SFLAY.PIsFLAY.DISPLAY.DISPLAY.DISPLAY.@I SFLAY.P [SPL,AY .DISpLA’i.D[5FLAY,@IsFLAY,DISPLAY.

(--~~~r:.f”~z~. p/~”NFgR~ lWII 295, S/N ~M~~~45

~;\:M~lJ1’:~, sUN 47B, SjN 221M296~

CQMF1.JT5R. SUN MICRO 147B4. S/N 029F0237cc)MpljT~R w/’KEY!3,DEC VT~20” s/N TA13254

CONSOLE, MICROSERVE 296, S/N 61208161CREDENZA, 2 DR., BROWDATA . RACK, BLACK/WALN~. WILSON JONES@ESK. SIN(;E FE@&TAL. ‘ooD@ESK . W/R.~URN, F~Y/WALNW, STEELCASEDISK DRIVE. CDROM. M/N 411. S/N 125G5017DISK DRIVE, TOTAL TEC SYST~S. S/N 36767

AAMAZING 8484EX. S/i’J KAM1H01405CASPER TE5154, S/N 89017247cOMPAQ D=KPRO” ‘/N ‘MA9B4429GATEWAY PMV1448, S/N T9797333HITACHI HM41195, S/N 021CN0397IMTEC 1256A, S/N 90502249IMTEC 1256A. S/FJ 90703468

NCD HM-4419-D. S/N 415110-68SAMSUNG CVM4963. S\N 10201291SLIN GDM1962B. S\N 9214DX0730

TATUNG CM14SBS. S/N 12410555TATUNG VM3401, S/N 2710046

iIIsFLAY CiNIT. cOROATA. s/N 1092201320DISPLAY UNIT. CORDATA, S\N 1092201328DISFLAY UNIT. CTX 5468A. S/N 14803234PISPLAY UNIT, IBM 5153. S/N 0163693DRAWING BOARD, KOH-I-NOORFAX MACH.. FUJITSU DEX170, S/N 334301165FILE. 16 DR., GREYFILE. 2 DRAWERFILE. 3 TIER. GREYFILE. 4 DRAWER

ilLE. 5 DRAWERFILE. FIRESAFE, W/LOCK, GREY. SCHWABFOOTREST, KEYPUNCH. WRIG~INE.HAND TRUCK, REDHAYES SMARTMOD~ 1200. S/N A05868023754HAYES SMAR~ODEM 1200. S/N A05868023769HAYES SMARTMODEM 1200. S/N A05868023791HAYES SMARTMODEM 1200, S/N A05868023798HEATER, PORTABLE. ARvINKEYBOARD. BEL~ON, S/N 512655KEYEOARD. BELTRON, S/N 512656KEYBOARD, BSI FKB47OO-101, S/N HY483316KE’{5f?ARD. BTC 5060. S/N 61126824KEYBOARD, BTC 5060. S/N 70427586..—KEYBOARD. DELL AT101KEYBOARD. FUJITSU FKB4700, FiN HX475778KE’fBOARD. GATE’4AY. S/!{ 92111’749KEYBCARC, IBM. S/N 262091659KE’{81:ARD, L[T50N SK0021rJ. S/N K910906553

c-m-——

111111

11

111

11111111111111111117110

2121111

i1111111L11

u; !---

EsEAEAEAEAEAEAEA

EAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEliEAEAEAEAEA~~

EAEA

1,375.C28,565 .0!2

11,726.00461.0~

2,~55.oo259.00

94.0080.00

713.00556.00

4,883.00307.00399.00200.00395.00

2.500.0075.0075.00

1,925.00318.00400.00290.00275.00469.00469.00350.00470.00

31.00970.00180.00666.00175.00

1,746.00250.Oo

1.191.0022.0015.00

348.oo348.00348.00348.00

36.0090.0090.0040.~o50.0050.0075.go44.ofI39.00~o,g~

55.00

Page 121: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

r\=q-g~=~[QpJ----- . . .___________ —————---—-------- ——-—-- -_—_

F;:’f’3c AR9K:’f H@Af?D,!(~v~(_~RD

K5YBOARD.[<EYB~ARD ,

KEYBOARD .KEYBOARD ,KEYBOARD .KEYBOARD .KSYBC)ARD.

KEY50ARD,KEYBOARD.KEYBOARD.KEYBOARD.KEYBOARD.KEYBOARD.I<EYBOARD,[email protected])ARD,

LITEON SKO021’J. S/’N. K91”0906560MAXI-SWITCH. S/’N 00002030[MAXI–SWITCH . S/N 00541709MAXI–SWITCH. S/N 129096MAXI–SWITCH. S/N 170916MAXI-SWITCH CO.. S/N 00002030MITSUMI . S/N 8902090508MITSUMI . S/N 8902090510MITSUM.r. S/N 8902091193MITSUMI . S/N 8902-090728MTEC K104. S/N KB20668112MTEK. M/N K104, S/N-KB20668119M/N JCC-101FX. S/N 0192496NCD N-976 S/N C0120668ORNICRON 101 KEY S/N 80818317ORNICRON BTC5339. S/N 80303269ORNICRON BTC5339. S/N 80818624ORTEK MCK-101FX. S/N 1009845SAMSUNG E0345XTAT, S/N 0779046SAMSUNG E0345XTAT. S/N 0779047SUN E03470014, S/N 9118004845slJN Eo3470014, s/N 9219004502TELEVIDEO

LAMP, DRA~ING, BRONZE, DAZORMONITOR. DELL VC-2, S/N U41OO19295MONITOR. FO1.fNTAIN. S/N 617111402MONITOR. FOUNTAIN, S/N 6181110057MONITOR. FOUNTAIN, S/N 618111038MONITOR. lMTEC 1256A, SIN 90500936~OrJITORp IMTEC 2256A, S\N 90500995MONITOR. IMTEC 1256A. S/N 90501021MQNITOR. IMTEC 1256A. S/N 90503060

- MCNITOR. MAGNA. 8CI’45150741, S/N 51753993MONITQR. MAGNA. 8CM5150741. S/N 51754132M@NIT@R. MAGNA. 8CM5150741, S\N 52983656MONITOR. MAGNA. CM8562074G. S/N 54346410

-, MQNITOR. NEC MULTISYNC, SIN 9YM401O5JMONITOR. SAMSUNG, S/N 91101737,yCN~T@R. SAMSUNG MA2565. S/N 91802319$?2NITQR. S(IN MODEL M, S/N 847AZO086MONITOR TELEVIDEO 965 S/N 3dB-B88120161DPICNITOR TEL&VIDEO 965 S/N 30B-B88120277DMONITOR TELEVIDEO 965 S/N 30B-B88120294DLwOr{IT. . SAMSIJNG EGA CM4531. S/N 0779046MCNIT. , sAMSr~G EGA CM4531, S/N 81503990MON. 19” C(2L, ZENITH. S/N 721-16220072QVHD PROJ. . AN3LL0 A1-1OOO, S\N 7060863.~LO~ER. 5 PEN, FAc~T, s/N 0~835602-01

P’20fUM. WCOD. HANDMADE‘S!!i~ER. AF@LZ ?46000, Si”N CA8031ZGYM6000F!?f?fT5R. 9URRC)~JGHS 9252, S/’N 313971996FRINTER. DI’;[TAL LA50-RA. S/N TCH-1760A

u/ I---

~~

EAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEA.EAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEA~~

-m-i-aL{j~~~~

-—________ .

65.0089.0053.clo99.CO89.0089.00

105.00105.00105.00105.00

50.0070.0090.0083.00

105.00100.00100.00

75.00150.00150.00

90.0070.00

372.0062.00

539.00125.00125.00125.00

75.0075.0075.0075.00

279.00279.00279.00279.00250.00

85.0085.00

1.863.00374.00374.00374.00250.00250.00259.00230.00425.00100.00

3.472.001.’3’35.00

550.00

.

Page 122: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I1:.&

nrqr”nro?[~b~--------_____ -— —-——_.-_ -- —- ——----— -—- —-- ——__-_—

pq [ pJT’~~ , 11P 2636A. si~ ~602J77g2~

FRINTZR. HP LASER JET. S/N 2743J70159

FRINTER. LASER. HEw-pAC, ‘~~{ 2719’’30239FRI?U”ER. NEC LC890. S/N 299299734

FRINTER. NEC LC890. #289265320

FRINTER. NEC LC890. #289265324

FRINTSR. @KIDATA 182. S/’N 411AO025246

FRINTER. @KIDATA 182. S/N 601B0149862PRItJTER, OKIDATA- 182. S/N 605B0179095FRINTER. OKIDATA 182, S/N 605BOL791O6PRINTER. OKIDATA 182. S\N 606B0208542PRINTER, OKIDATA 182, S/N 607B0211461PRINTER. PANASONIC, S/N 91MAQ155088FRINTER. REMOTE. CDC 556-1PRINTSR. STAR MICR., S\N 350090618477PRINTER. STAR NX-10. S/N 180470401665PRINTER. STAR NX-10. S/N 180470402005FRINTER. STAR NX-10, S/N 180470402006PRINTER. STAR NX-1OOO, S/N 310071104857FRItJTER. STAR NX-15. S/N 250061200377PRINTER. STAR NX-15. S/N 250070100599FRItJ”rER. STAR NX-15. S/N 250280400158FRINTER. STAR NX-15, S/N 250280600531FRIFJTER. TEXAS INSTR.. S/N 4539710219

PRINTER. TEXAS INST. P35. S/N 0639720147FRINTER. TI MICROLASER +, S/N 4639720024SCREEN. vIZWGRAPH. 7x7 =., WALL- ~OxSERIAL SWITCH. 5 WAY, MYTECH, SB25/5SHELVING, UTILITY, 4 SHELF. GREySOFA. 3 SEAT, BEIGE. TEAK, TBISTAPLER, ELECTRIC, BLACK SWINGLINESTEP LADDER, LOCKING. BALLYMORE CO.STOOL, BAR, BROWN, VINYLSTOPWATCH, ADVANCE QUARTZS~lN sPARC~ATION #147. SIN 114F1383TAPLE. 2x3 ~.TABLE . 3X4 F-r.TABLETABLE. CQFFEE, TEAK. TBITABLE. CONFERENCETABLE. FOLDINGTABLE. SOFATABLE . TERMINAL. WALNUT, TABTABLE. WOODTABLE SIDE BAR, TERMINAL. WALNUT. TABTERMINAL. BELTR9N PC/XTTERMINAL. CONsOLE. BELTRON 8088TEPJ41NAL, DELL SYSTEM 325, S/N08J9f:TEP~ . pC/AT. I.C. COMPUTERS. S/N 19428

TERM. . PC/AT. I.C. COMFIJTERS. S/N 19458I“EF??.. PC/AT. MAGITRONIC S/N 880052LT~RM. FC/AT_, MAGITRO!{IC S/’N a8QflP98

11111111

111111

1111

1111111111111121113512112114111111

u\I-—-

~a

EAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEA

;;EAEAEAEAEAEAEAEAEAEA~~

EAEAEAEAEAEASA

EA

2,676.1,!s72.

2.338.3,125.3.117.3,1L7.

279.265.228.228.228.228.315.

16.777.175.185.185.185.160.300.300.310.318.

1.645.1.624.1.227.

151.50.25.

388.50.68.80.22.

5,937.45.

330.682.

88.860.

50.78.

470.49.95.

3,629.1.120.4.427.2,000.2.~oo.1.I.57.1.,157.

.-—_

00OQ

0000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000

Page 123: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

CIESCR[?TIONJ___—----— ----- -------- —-- —-- —-—--—----

TZiPJ’4.. FC~~T. CHEUNG ‘ABS’ “N 2605317“ERM. CONSOLE . BELTRON 8088

I“ERM . DIGITAL VT220> S/N TA15624TERM. .MICROSERVE X/TUR50. S/N 7704151TERM. .MICROSERVE X/TURBO. S/N 7704158TERM. ,MICROSERVE X/TURBO, S/N 7704160TERM. .MICRUSERVE X/TURBO, S/N 7704161TERM. FC/AT, EVEIiEX 1800A, S/N BN25254TYEWRITER, TA600. ROYALTYPEWRITER. CAN@N ES3, S/’N W22084308TYPEWRITER STAND. BLACK/WALN~. HUNTTYPING STAND

.

UT1 LITY SHELF. 5 SHELF. GREY . EDSAL CO.VACUUM. PORT., W/ATTACH.. P@WERCRA~VALET. FREE STANDINGVCR W/RMT. RCA M/N VMT390, S\N 707516863vOLTMETER, IM-17. HEATHKITWALL SHELVES . wOODENWALL VAL=WORKSTATION

12111111111211411183

u/ I VALUE--- --——----——.

EAEAEAEAEAEAEAEAEAEAEA “EAEAEAEAEA-EAEAEAEA

900.002.240.00

770.00750.00750.00750.00750.00

2.327.00200.00

90.00175.00

49.0050.0045.00

140.00298.00

30.0012.00

212.00608.00

Page 124: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1 ~,- ,--..

EXHIBIT O

INSTALLATION-PROVIDED GOVERNMENTPROPERTY

Page 125: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

m1m

u4AN

E10

9084

6AN

hL

VW

,SI

GNAL

,DIG

ITAL

1090

845ANA

LYZE

R,SIG

NAL,DI

GITA

LG0

7179

2BOX

,BRE

AKWT

0259

165B(X

,FWE

RSU

PPLY

/CWT

K)LL

ER02

8262

2BUF

FER,PR

IWER

1159

238CHA

RGER

,BMY’

ENC0

7365

8caP

urER

#NIC

R3Go

lMo6

Ca0W

e14,HI

crt)

CO75

1O4CmP

uTER

,M1C

K3C0

7583

1tWW

TE8,

141C

K3Go

l??9

3Cc4

4Nml

,HIC

FKI

G077

795Ct4

WTEl

t,H1C

it3G

o777

91(W

UT

E8,

HIc

lr)

G07

??99

KW

UT

KR

,HIC

R3G0

7780

1(M4

PUIY

!71,

HICB

3G0

7780

3LMI

PUTE

R,HIC

IKI

G077

805CIM

PU!E

R,HIC

iDGO

?780

7CWP

UTER

,HIC

KIG0

7780

9N

MP

ltlZ

R,

HIC

IK3

G077

811CQI

PUTE

B,H1C

FK3

C077

813CtM

FWTE

R,HIC

FCI

G077

8144MP

MI!R

,HIC

FK)

G077

815CCW

UTER

,HIC

K3G0

7782

6CCl

OWER

,HIC

KI10

9084

4C(M

PUIZ

R,)II

CIU

G077

894CWW

TEB,

NICF

13G0

7789

1CQ(

PWER

,N1C

R308

4921

0CMW

Tl!R

,HIC

RIG0

7795

5CC4

4PUT

ER,

HICl

il10

8950

1CWW

IT!R

,MCK

I10

WO49

caaw

T7?R

#Hlci

rl10

8950

3CC4

4PUT

ER,

HICK

3C0

77%6

C(Wu

TER,HI

CK)

1089

047CCW

UTER

,lll

CRl

0053

791CCW

UTER

,HIC

K300

5379

4CtN

PUTE

R,NIC

K)00

5420

4CQ4

PUTE

R,HIC

KI00

5478

5CC1

4PIM

!R,

H1CR

300

5494

8CUN

PUSt

R,HIC

KI00

5508

4CCW

ll!R

,HIC

K300

5571

5CC4

WTER

,HIC

~00

5574

9cal

mER,

Mlcr

il00

5718

6caW

TER,

nIcf

t3

HM)E

LWE

TEK

SANDI

DMMC

SA

NII

IDM

mSM

DIU

OIM

CSA

NIII

DmL

m-PA

cKAR

om

1814

0ADI

GITA

LDJM

(ENT

CORP

VS24

0BQU

ADRA

MCM/

PHI

CIV3

FA2E

RUA

VETE

KSAN

DIFZ

OMC

BOA

INll

!RNA

WHfA

LBU

SIRE

SSNAC

JiIN

E8530

E21

sunHI

ca16

YsT0

ismGN

8ukY

2000

LAWJ

LEYIKs

EAmlCF

M’ER

NWII

IFWO

IATK

N4SYST

MSMC

Uxl

Ux’@

w PACK

ARDBEL

LELE

CTW3

NICS

GNEU

AY20

00D

TK@

UK

P-V

ELT

RIF&

MN

UH

ICIK

IFJW

OE

MS

BE

LTB

311

147(

3/80

Ft4

4)48

6/25

DX

C

EL

228

6/12

286/

1228

6/12

286/

1228

6/12

286/

1228

6/12

286/

1212

70k

286/

12

PB

286

386/

2080

386-

25D

F13

86P

CIX

T

lMl%

BNAT

IOt!

ALBU

SINE

SSNAC

NINE51

60NI

CIWW

E28

614

AGHA

VOXElf

XT

70N

1CSYST

E24

SPc/

ATHI

CR3EUN

AIKM

ENTS

DF13

86HI

CR3F21

8Mc0

1ENT

sDF

1386

141c

h3ENH

ANCE

21EN

TSDF

1386

FtBR

ANDNC

HICM

)ENN

ANCF

WWS

DF13

86SP

ERRYCP

DEFE

NSEPML

NJCT

SGP50

0SP

ERRYCP

tMFE

t6EPIK

IDUC

TSGP50

0am

lADD

286

R’S

L11

!IT

E73S

EE

DE

LNIW

HX

IS30

011

R%

81M

TIO

IML

BU

SIN

ES

SM

AC

IHN

E8560

071

AP

PLEa

HW

rER

UK

H50

00N

AYm

mC

OR

PIN

FQ

286

ltfl1

31N

AT

10N

AL

BUSM

ESSMAC

HINE85

8011

1IN

TERN

ATIO

NAL

BUSI

NESSNAC

IIIN

E8560

071

SERN

O14

3300

816

7

A861

7026

X205

%lul

2203

071

23-9

8405

0300

%043

B.

2254

05

9950

3518

s66

6-01

6669

666-

0166

7366

6-01

6675

666-

0166

7466

6-01

6677

666-

0166

7166

6-01

6672

666-

0166

7066

6-01

66%

666-

0166

76C2

6153

4738

4923

G909

1694

9111

1893

6181

1101

1000

0098

993

6121

1023

8800

522

M307

41A

3075

1A03

7389

0207

-286

/12-

107

1A30

7701

8712

0184

29

LO05

635

9055

569

F813

5P9

6812

1531

6016

956

9018

716

US

ER

BE

LCH

ER

,R

XM

!YBE

I.WR

,ll

M4EY

CUCU

RA,STE

PHEN

J.,

BARN

ES,DAV

ID8.

,CU

CURA

,STE

PNEHJ.

,BE

UER,

IWNE

YSH

EVLI

N,HA

KYK.

,TY

NES,RE

GINAV.

,MU

RRAY

,HAR

VEYU.,

JBE

LCME

R,R3

DNEY

CUCU

RA,STE

PHENJ.

,CW

JRA,

STEP

EE14J.,

CUCU

RA,STE

P8.E

NJ.,

CUCU

RA,S1’

EPRE

HJ.,

CUCU

RA,STE

PHENJ.

,CW

RA,

STEP

NENJ.,

CUCU

RA,STE

PHENJ.

,CU

CURA

,STE

PNENJ.

,CU

CURA

,STE

P8ENJ.

,CW

JRA,

STEP

HENJ.,

CIKU

RA,SIT

PNENJ.

,CU

CURA

,STI

PRENJ.

,CU

CURA

,STE

PHENJ.

,CA

MIDY

,TNC

4iASJ

ARVI

OLA,M

TNOi

4YD.

,PA

YHE,LA

HAJ.

HrW!

RX,Cw

H.,

AKIN

,AN

GELA

,S.,

SNIT

R,J(

MND.

WKsO

N,SN

mNu.

RAGI

N,AN

GELA

,S.,

BYRD

,CAR

RIED.

CARE

Y,DA

VIDH.

STAF

FORD

,PATR

IC1hL

CUCU

RA,STE

PHENJ.

,CW

llRA

,STE

PN3!

NJ.,

CUCU

RA,STE

PNMJ.

,VW

,KE

NNET

NE.

VW,

KENN

ETUE.

RIBB

INS,STE

WW.

,SH

ITN,JO

RND.

NULL

EN,UAS

ULAH.

V@-S

,KEN

NETNE.

C(

3510

1995

250

712

861

4?0

145

576

399

700

192

950

950

950

950

950

950

950

950

121

950

119

212

199

118

112

431

120

115

128

128

128

179

120

258

~58

132

421

415

724

108

829

475

Page 126: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

0058

644cQIP

ui’E

R,H1CK

3N

’I’E

8MT

IOII

AL

BUSI

NESSMAC

HINE85

6007

190

7142

100

5884

0Ct4w

TER,H1

CFK3

SU

NHIC

M6YS

TEMMC

247(

3/50M

4)84

1F01

7900

6051

3CfMJ

TER,HI

CFC3

APPL

EmMJ

TERIN

CHA

CINl

OSHSE

N50

11F

9088

JJ00

6100

9CC44

PU7E

R,141C

KI00

617?

8CCMP

UTER

,H1CI

V301

3%3?

cmfT

ER,HI

ciJ3

013%

9?C(

MPUT

ER,Mlcl

n01

4029

3CCWU

TM,HI

CR3

0140

667Ca4

PU1’

ER,

H1CK

301

4077

7CmuT

E8,HI

CIVI

0140

181CW

PU71

M,H1

CN3

1256

026(WU1

’ER,HI

C10

0142

435CC

44PI

MS8,HICI

V301

4251

4CC4

WI%R

,NIC

E301

4310

6CQMJ

TRR,

H1CR

312

5602

8CWtt

7SR,NI

CF13

1255

401CWPW

ER,II

ICK3

1255

402CWUT

KR,H1

CR3

1255

403CWlf

TEB,HI

CK)

1255

404UMW7

1SR,HI

C10

1256

030CC

4(PU

TE8,HICM

1255

405CWIT

ER,HI

CK)

1093

081CUNP

UTEB

,HIC1

010

9308

3CC4W

TER,HI

CiO

0282

361CWU

TER,

t41C

iV3

0283

?99CMF

WER,

HICI

J311

5992

8CC44

FWER

,t41C

K311

5621

2CC41

PUTE

R,HICK

304

1185

6C

CM

W’7

KS,t41C

KI

052?

604

CC

44P

lf!’

KR

,H

ICK

I12

5600

1C

C41

PU

7ER

,H

ICK

308

4693

2C

C?K

W7E

S,HICf

D08

4?15

9C

C41

PU

12R

,H

ICIK

I08

4718

0C

IMIJ

TE

R,HIC

K3

0848

081

CC

M’U

7ER

,H

ICK

308

4853

1C

~UT

ER

,H

ICIV

I10

8470

3ccwu

l’ER

,)41C

R3G0

719M

CC4(

PUlE

R,HICK

310

8687

9C

CW

U7’

ER

,H1C

R3

108W

2C

1.W

U7E

R,)4

1CK

3C

0779

24C

C44

PI1

72R

,H

1CK

310

1148

47C

c4tW

1’8R

,H1Cf

U310

8592

7CW’U

TER,MI

CRO

1086

502CC4(

PUTE

R,HICI

XI10

8159

8CWPU

I’ER

,HIC1

0

llfl’

ER

NhT

IOH

AL

BU

SIN

ESSM

Ciil

NE8

530E

21S

UN

NY

VA

LEH1

9C3R

IES

386

TAHD

alCo

RPF-

SYST

EMCO

RPTN

7000

APPL

Ectm

PuTE

RMC14

0001

INTI

!RMT

IONA

LBU

SINE

SSMAC

HINE51

70-3

39PC

’SLI

MITE

DSEEDE

LLDI

PUTE

RSAT1

11(2

86)

PC’S~3

J41T

EDSFE

DELC

C4(P

UTEP

SPC

TURB

OXT

PC’SLI

HITE

DSEEDE

LCCM

PUTE

7LS

PC11

2TUR

B0ME

SSC

IElf

WICI

NC

.48

6DX2

STAN

DARDBRA

NDP

K3D

UC

TS

a41P

K)CCM

PUTE

BmRP

1017

09IN

TE8N

ATIO

HAL

BIMN

ESSIIA

CMIN

E5170

-339

BALE

SSCI

EIIT

IFICIIK.

486D

X2AP

PLEamP

uTERMC

FWRB

00K1

60AP

PLEa44

Pun2

1MCFW

ERBO

U160

TQMI

BAIK

36BB

SEK

03L

TD

T52

00K

NU

Bh

U06

BA

SF21~

MT

T52

00A

PPL

Emm

IKQ

UA

DR

A80

0K

NII

MK

NIM

ENC

OL

ITT

5200

GN

8UA

Y2000

486/

33D

XC

CM

’E9A

Y2000

486/

33D

XC

INT

ER

NA

TIO

NA

LBU

SINE

SSMAC

HINE51

70-0

99SP

ERRYCP

IIEF

EIBEPM

NJCT

SGP

SPX

SUNti

ICK3

SYST

121S

INC

SPAR

C1O

mIm

lDsNC

cmuD

IoRA

DIOSHA

CKF-

ALLI

EDRAD

IOT8

S80/

100

IltT

ERMA

WMALBUS

INES

SMACH

INE516

0Cr

3nmcc

41Pu

KRmtt

pP4

86C/

66IN

TERN

ATIO

NAL

BUSI

NESSNAC

RIKE85

30E2

1IN

TERN

ATIO

NAL

BUSI

NESSHAC

IIIN

E8530

E21

GATB

uAY200

020

00DE

LLCW

PUlt

RCOR

PF-P

C’SLTD

310

HICR

OEXP

RESS

REGA

LIcPm

a4AL

ctMP

uTER

386/

25B

EL

TK

3NPc

/xT

SUNHI

CKIS

YSTE

NSINC

IPc4

/4oc

LRSU

NMI

CRC6

YSTE

kSINC

IPc4

/4oc

LRB

EL

TR

J!I

Pc/x

TS

UNHIc

RasY

sTEn

sIH

C47

SUNHI

CK15

YSTE

NSlNC

141

APPL

EC04

1PUT

ERIIIC

HC

C1l

FX

HICR

OEHU

ANCR

IENT

SDF

1386

23-7

1626

85MI

1OOO

714

19F’

7115

QH12

7800

821

175

0049

99-

0048

77X3

9381

913

3869

1728

AB1B

O070

7213

673

X393

812

FC30

857X

450

FC30

32MF

450

0411

5513

0211

5055

F331

98R!

tC7

0211

4946

3438

3534

3822

0114

658

0149

025

0F21

8400

0036

3060

1591

920

6178

283

15EB

C301

5520

117

2006

336

6322

3100

3306

4R5

0006

400

1953

56tK

3NE

117F18

2012

2F51

3363

0111

544

111F

0794

122F

1055

F311

6N23

C40

1601

33

SIHP

SON,J

ONNU.,

M/EN

,EA

RLR.

,BY

NIM,HA

RYAN

NO.,

VCSS

,KEN

NETNE.

IANE

LL,7u3

NN1ES.

EARL

,PAT

RICI

Ah.

BURC

US,PAU

LF.,

BURC

US,PAU

LF.,

GusT

AmH,

cREI

GHm

Vms,

KEmr

HE.

CUCU

RA,STE

PKENJ.

,CA

REY,DA

VIDH.

CCKI

K,HIC

NELL

EI.

VWI,

XENN

ETHE.

COLL

IRS,AN

NE-H

ARIE

JENX

INS,S

WL.

V05S

8KEN

NETHE.

V(XS

,KEN

NETNE.

VN,

XE14

HETHE.

V(Ei

S,KEN

NETHE.

JAK

OfW

sKl,K

IElt’

Th

VQ

13,U

EM

fXllE

.D

UE

RR

,MI

CU

CU

RA

,S

IWN

ENJ

.,V

cSs,

XE

NN

ET

HE

.V

C?3

S,

KE

NN

ET

HE

.V

~,

XE

NN

ET

HE

.S

MIT

H,DIA1

4NP.,

cm,

ST

EP

8EH

J.,

WELL

,RO

NNIES.

VCEi

S,KEK

HETHE.

V@S,

KENK

R’NE.

COLL

INS,A

NNE-

MARI

EIK

X!BI

NS,

STEV

ENU.

,VW

),XE

NNET

HE.

VOSS

,XEN

NETHE.

RACI

N,AN

GELA

,S.,

KERT

,GRE

GORYS.

LEE,LU

CIAL.

MIST

IN,BRE

NDAA.,

SING

LEIT

3N,

CHAR

MSB

COLL

INS,A

NNE-

MARI

ESH

EVLI

N,NAN

CYK.

,Vo

ss,KFJ

mrNF.

.ST

APLE

R,K3

DCERU.

4~31

3~

3400

.00

2534

.00

1435

.00

1%5.

0037

93.0

014

57.0

035

83.0

017

86.5

556

~.00

1018

.00

1711

.00

500.

0015

61.0

036

01.0

0

1171

.00

2119

.00

2119

.00

2000

.00

200U

.OU

1069

.00

2000

.00

29Y

5.00

2995

.00

4569

.00

2592

.00

8141

.00

1240

0.00

820.

0022

15.0

024

905.

0015

35.0

0

1535

.00

1520

.00

3251

.00

2000

.00

2106

.00

90?

.00

260?

.00

2601

.00

1055

.00

89%

.00

10B

96.O

O50

18.0

020

19.0

0,A t

~

Page 127: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1084

6%C

C4(

PU

TE

R,

H1CK

310

8114

8C

UW

UT

ER

,H

1CI?

310

8?14

9C

XM

WIT

$,HIC

KI

1081

326

CU

UW

llX,H

1CB3

1087

550CQIP

UTER

,HICR

O10

8?55

2W

PU

TE

R,HI

CJ13

1092

281

Cfl

fPU

TE

R,H

1CK

310

8904

1C

fMP

17!’

8R,I(IC

B3

1086

871ClMW

Z8,HI

CM3

1089

045CWUT

88,HI

CKI

1090

621CWUT

8R,HI

CMI

1090

622fl?l

MER,

IIIC

B311

5175

7CWUT

8R,HI

CK)

1092

282OHPU

TER,)l

lCiO

1092

0?4fMPU

51R,HI

CiCl

1092

302CC)(

PUTf

iR,

MICR

I10

9229

8CMWT

E8,NI

CK3

1092

075(M

UTER

,NI

CID

1092

076CO

IMER

,NI

CRI

1092

286aM

PurE

R,HI

cm10

9228

4(MPU

TER,HI

CiK3

1092

288m4

PuTE

R,Hl

cm10

9228

9CtMP

UTER

,HICB

310

9221

5CtMP

UTER

,HICI

i310

9229

2Ct41

PU1’

ER,

HICI

KI10

9229

7CtWT

ER,HI

CfO

1092

2%CQ

IFWE

R,HI

CB3

1092

300CWPU

1’ER

,HICR

310

9034

3CfMP

UIZR

,HICI

KIGO

1781

6CU4

PUT8

R,HIC

143

1086

870aM

PuTE

R,H1

CR2

1084

694Ct

?lPU

TER,HICR

310

B469

8CWUT

ER,N1

CR3

1084

693(MFW

ER,MC

R310

8470

0CtMF

MtR,HI

CfO

G07?

935mwT

ER,

Iucr

n10

8468

9CWPW

B,MI

CfO

G077

942CC4

iPU1

’tR,

MICI

VI11

5683

1Cc44

Pum,nI

cm11

5775

5cQm’

ER,Iu

cm12

5452

4CIMW

TER,HI

CfO

1159

920CQWT

ER,HI

CKI

1159

925C

C4(

PU

TE

R,

H1C

B3

1255

426CCWU

TER,HI

CFKI

1255

428~UTE

R,MI

CRO

SUNHI

CR06

YSTE

MSNC

APPL

Ecun

PuTE

RINc

APPL

EmnP

urER

MCII

ICHD

EF

INIT

ION

SWT

X5

GN

SliA

Y2000

GN

IIW

Y200

0I

CPE

RSON

ALCC.

44PU

TER

APPL

ECU1

4PUT

ERINC

SUN14

3CIK

6YST

EHS

INC

nlcr

qK

MM

@E

ms

AP

PL

EmlW

l?21

UK

AP

PL

ECW

WI?

3Iw

DF

IIN

CUSA

IcPE

Rso

NA

Lm

Plfm

V-m

EU

XK

RPR

ISE

$,INC

.BE

TMJR

KIff

iLU

IWNI

CDE

VICF

SKE

IMHt

KI~CIM

PUTI

NCDEV

ICES

V-CC

41BM7

1RPR

ISES

,INC.

V-CX

IHEIm

!RPR

ISE&II

U.SU

Nml

uMsl

mMC

SUNHI

CIKB

YSTE

MINC

SUNHI

cm6Y

sTm

lNC

ICPE

MJHA

LCCM

PUTE

RSU

NHI

cm6Y

sTEn

sMC

NICI

K3EmN

cmlm

HEIW

RKII

KCOH

PUTI

KDEV

ICES

KETW

BXIN

GCtM

PUTI

ffi

DEVI

CES

sunHl

crmr

smls

MCAP

PLEamf

rER

MCnI

cm3E

RvE

SUNHI

CRCW

STMS

INC

SUNHI

CIKX

$YST

EHS

INC

SUNHI

CIU3

YSTE

HSlHC

SUNHl

cmrs

lmIH

cSU

NHI

CM6Y

STEN

SINC

BELT

N3K

nlcr

mmNA

YCf

mnm

CMP

PORT

ABLEW

EHOU

SETH

EDF

INC

USA

SUNnI

cmYs

TEns

MCHE

TWBK

INCCQI

PUTI

NGDEV

ICES

sUt4l!

ICR0

6YST

EIls

INC

KEIW

KINC

CC4(

PUTI

HCDEVI

CES

KEIW

MKIW

CU4P

UI’l

HGDEVI

CESSP

Alif

STAT

IONl

+H

0350

H03

5038

6-25

4B61

33D

XC

4B61

33D

XC

IC38

6N

AC1

1C

IIP

C41

40C

LR

DF

1386

N55

25)1

5525

486

IC38

6V

48@

$tl

CD

B8K

NC

D88

KV

48@

SV

48@

S47

B41

B47

BIC

386

47B

DF

1386

ltcD

88K

NC

D88

K14

1BK

MR

8U.X

140

386

IPc4

/4oc

LR

SP

AR

CS

Th

TIO

Nl+

SP

MtC

Nh

TIO

Nl+

SP

AR

CS

Th

TIO

141+

SP

AIK

S1’

hT

IOtl

l+

Pc/

xT38

61t

wl1

2B6

TP

W48

6133

486

47B

88K

P17

TW

SPAR

C1O

88K

88K

(

040F

2584

F111

11Q

LL

02E

l176

KM

0442

LL

/01

6427

2508

6825

0867

9038

24F1

1350

3P72

411

7F18

211A

0316

F314

9NN

JC40-

F314

S41K

K40

2610

4290

3835

t#N

E01

92K

O01

879

0192

KO

0190

7

212H

O04

921

OG

3592

2161

4126

190

3823

201C

525B

9203

0866

0192

KO

0190

101

92K

O01

908

149F

2461

F220

4KJY

706

90B

O01

836

120F

1382

040F

2502

040F

2623

042F

0892

038F

1321

6810

0946

6120

1948

2610

4330

8N51

7210

92K

1099

8125

0F24

0602

93K

1181

8402

93K

1188

89

FRAN

KLIN

,COYL

EB.

HCCA

RTER

,KARE

NK.,

AIK

3RLE

DCE,CLAR

KEH.

,RI

EIXR

,DON

ALDE.

COLL

INS,AH

HE-H

ARIE

VW,

KENN

ETHE.

IKXM

’ER,ST

EVENh.

PREm

H,FR

ANKs.,

8ARN

F3,DAV

ID8.

,ST

EIN,C8

RIST

INEL.

HCCA

RTER

,KARE

NK.,

NCCA

RTER

,KARE

NK.,

IWW,

DAVI

DA.

BAKE

R,K$

ERT

H.,

VW

,K

EN

NE

THE

.

MRLI

E,SU

SANE.,

EUAH

C,TY

W(ZN

NVC

6S,KEK

HETHE.

V06S

,m4H

ETHt.

SUOI

K,ST

EVEN

JAY,HA

RYJ.

KRUN

PEH,BA

RBAR

A1..

,CO

LLII

LS,ANNE

-NAR

IEWD

RICH

,ST

EVENC.

,SN

ITH,JO

NNI)

.FR

EH2E

R,JM

DB

.,M

RIH

C,LIS

ED.,

BYNU

N,NA

RYAN

NO.,

WES,

KENN

ETHE.

FREN

2ER,JAM

ES8.

,SA

KDER

S,LY

LED.

,KI

ND,JON

NR.

BOND

,JC4

1NR.

STAR

RIN,TI

tU3T

HYP.,

BARI

W,DA

VIDB.,

EVAN

S,AG

NESB.

HAMS

,JC

41NH.

LAND

ERS,TRO

YD.,

NORL

EIXE

,CLAN

(EH.

,JA

CKSO

HCII

ARMSH.

,RI

EJXR

,DON

ALDE.

EKLU

ND,LYN

NEEK

LUNU

,LYN

NEWE

LL,

RONN

IES.

10/E

LL,MfN

IES.

3452

.00

1553

.41

1553

.41

1430

.00

3960

.00

3%0.

0013

50.0

038

24.0

026

01.0

012

84.0

0

4402

.00

4402

.00

1799

.00

1350

.00

2050

.00

16%

.00

16%

.00

2050

.00

2050

.00

2957

.00

2951

.00

1218

0.00

1350

.00

2942

.00

1390

.00

16%

.00

16%

.00

1519

5.00

2481

.00

3958

.00

2601

.00

345?

.00

345?

.00

8261

.00

3452

.00

90?

.00

2758

.00

1850

.00

2195

.00

1679

.OL

I58

46.0

0

15B

2.00

8147

.00

1579

.00

1579

.00

;4 kJ

Page 128: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1255

430

CC

4(P

UT

ER

,t(

lCR

I10

8732

?C

ON

PU

TK

R,

141C

B3

0849

583

CW

W1’

tX,

I!IC

IK3

1088

255

CC

4(P

IJIW

,M1C

R3

1256

024

(XM

lWE

8,t4

1CR

3C

0461

61(I

MP

171Z

R,M

INI

0056

001

C(M

WIIW

,M

INI

0056

010

C(N

EW

W,

MIH

I10

90?

67C

C41

PU

TE

R,

HIHI

0847

781C

C44

PUT

ER

,J(

1NI

0847

782U

.4tP

UT

’EA

,t(

INI

0847

783’C

UIP

VIU

,MIN

I11

5555

0CC

4fPU

TE

R,

MIN

I10

8686

6fX

MP

UT

ER

,MIN

I10

9209

?C

Wfl

W,

CO

NP

U1’

ET

410

9138

1C

fltT

M3L

,C14

1PU

TE

R01

4115

9C

OU

UT

BR

,FM

QIJ

IWY

0141

160

CO

W1’

E8,

F7@

JllW

Y11

5923

9DE

TECl

OR,LEAK

1092

271DIS

KDRI

VEUN

IT00

6005

9DIS

KDRI

VEUN

IT01

3%99

DISK

DR

IVEU

NIT

1256

022D

ISKD

IUV

EUN

1l’

1091

495D

ISKD

RIV

EUN

IT11

0808

0DISKDI

WUN

IT10

934%

DISKDR

IVEUNI

T11

5621

1DIS

KDRI

VEUN

IT10

9001

6DIS

KDR

IVE

UN

IT08

4??

86D

ISKDR

IVEU

NIT

084?

187DIS

KD81

VEUN

IT10

8760

3DIS

KDR

IVEU

NIT

1085

?30DI

SKDR

IVEUNI

T10

8674

6DISK

DR

IVE

llt41

T10

8614

1DI

SKD

RIV

EUN

IT10

8686

5DIS

KDR

IVEUNI

T10

9062

3DIS

KDRI

VEUN

IT10

9062

4DISK

DRIV

EUNI

T10

9227

6DISK

DRIV

EUNI

T

APPL

EC’W

WTER

INC

HIGHDE

FINI

TIONSYS

TMS

TfKI

NICS

BE

LT

RO

NHI

CIWEWU

XNTS

SUNHI

Clt6

YSTl

JLS

lNC

SUNHI

CRQS

YSTE

NSINC

SUNHI

CROS

YSTE

NSlNC

NwLm

-PAc

MARD

mSU

NHl

clmr

sms

mSU

NhI

CllX

YSTE

NSMC

SUNHI

CIVN

STSW

3MC

SUNHI

CJV2

6YST

ENS

MCSU

Nll

ICBX

YSIZ

!CiMC

FA

RA

LKINC

QQ

WItG

CO

RP

FA

RA

Lum

lam

PuT

It4cC

OR

PnE

uLE

TT

-PN

XA

Ro

coEE

ULEI

T-PA

CKAR

OCK

IUA

HW

DI&Y

JOINC

SUNH1

c3Kr

3Ysm

sMC

SYSC

ENNC

iv3D

InEMC

ANDA

TACO

CITATE

WKMI

CIES

,INC

.cm

nFJ4

CITATW

WMXI

ES,

INC.

PHIL

IPS

HWLE

IT-P

ACKA

AOCO

SUNHI

CROS

YSTf

WINC

SUNNI

CMSY

S~IN

CSU

NHI

C7KB

YSTE

NSMS

UN

I(IC

RX

3YS

TE

JBIN

CU

NIS

ONI

t4F

oR

NA

TI(

mSY

ST

EN

SU

NI!

XN

INK

)ra4

AT

lMS

YS

TE

JE

FUJI

TSUm

SlOR

MEDI

MENS

IONSMC

SWE

DIME

NSIO

NSINC

SUNH1

CM?6

YSTF

XSNC

CENT

RIS6

5038

6-25

NN86

0922

EV12

51T

486-

664/

60CX

147

247(3/

60H4

)24

7(3/

60)4

4)AP

POLM

SERI

ES70

03/

8014

714

747

B(4/

50)

4/15

FGx

PN35

7PN

351

5316

A53

16A

CLR4

411

5.25

BRII

XEDIS

KS2

070

2D-P

ST41

200N

Iooi

nlST

4120

0NCD

D521

BK01

C221

3AEX

P2EX

Y2IP

C414

0H8P

40EX

P215

98-1

515

98-1

5F6

6D1T

2T3

HAC2

3252

FPII

IHA

C232

52FP

I11

CDRC

4141

110

9221

8DIS

KDRI

VEUN

IT22

YZXFOI

OILYUNI

SUNPER

IFER

ISHI

NTO0

211

5554

6DISKDR

IVEUNI

TSU

t4NI

CJWY

ST%M

SItK

811

1155

547D

ISK

DR

IVEUNI

TS

UN

HIC

MB

YS

TE

NSlN

C81

111

5551

4D

ISK

DR

IVtU

lllT

lWi’

ALTEC

SYST

E21SlNC

DIKW

2SIB

1089

540DI

SKDR

IVEUNI

TSU

NMC

fa13

YSTE

HSINC

411

1086

814DI

SKDR

IVEUNI

TSU

NHI

CIEB

YSTQ

ISIN

CIF

t4/4

ocLR

1087

6OIDISKDR

IVEUNI

TSU

NHI

CROS

YSTF

MSINC

IPC4

/40F

C8P4

0

F131

30PN

CA2

0163

86CF

7168

0261

8111

0402

3421

3993

9718

6282

4F02

97B2

4F08

5562

13A0

8580

946F

2017

.94

6F19

7394

6P1%

922

3N31

8512

1F23

1709

-184

5409

-183

5926

32A1

0434

2632

A104

3506

1308

515

0C19

5843

-397

1070

4820

7551

5033

TJ61

044O

3610

TJ61

0515

1664

5474

931

73A2

0245

943G

065?

938C

0126

120F

3278

llEp

o55

4467

4468

J506

8BS

3872

08S

3872

120

7G61

9192

0300

1822

3G1%

822

3G22

8004

742-

0100

119C

2926

120F

1380

123F

2319

LAND

ERS,TRO

YD.,

MfE,

KAYED.

,PA

FWN,

LN7R

ICEE.,

PAR.

R)N,LAU

R[CEE.

,SE

AIS,TN

CWJ.

M3RL

EDCE

,CLAR

KEH.

,JA

KOBW

SKl,7Q

BERTk

ClME

LAND

,JEF

F1.,

RIEG

ER,CCI

NALDE.

SBRV

LIN,UA

NCYK.,

MNUN

,NA

RYAN

N0.,

RIEC

ER,DON

ALDE.

WLEY

,JU

DITNA.

V~,

KENN

ETN E

.V

C6S

,KE

HN

ET

NE

.BE

lf.l

tER,KIDN

EYBE

LCHE

R,14

3DNE

YBE

LCHE

S,FD

DNEY

BYNW

,NA

RYAN

NO.,

VOSS

,KEN

NE’T

NE.BU

RCUS

,PAU

LF.,

mm,

TNER

FSAM.,

BARN

ES,DRV

IDB.

,10

dELL

,WNN

IES.

BARM

S,DM

fID8.,

SN3T

N,DI

ANNP.,

CLEV

ELAN

D,JEF

FI.,

SNEV

LIN,N

ANCYK.

,BY

NIM,NA

RYAN

NO.,

RC47

CERS

,ER

NEST

INEE

SNEV

LItl

,NANC

YK.,

BYNU

N,NA

RYAN

NO.,

SRXV

LIN,NA

NCYK.,

UTLE

Y,JU

DITNA.

HCCA

RTER

,KARE

tlK.,

HCCA

RTER

,KARE

NK.,

CCKI

DRIC

N,STEV

ENC.

,WR

ICH,

STEV

ENC.

,RI

EGER

,D3N

ALLIE.

RIEG

ER,DON

ALDE.

CLEV

ELAN

U,JEF

F1.,

UTLE

Y,JU

OIT

Nk.

EV

AN

S,AC

NE

SB.

BA2A

,CAN

NENR.,

3929

1411

3000

1120

2324 101

496)

49L

228

M22

521

023

085

669

617

617

617

917

920 53 25 85 19

9

156

1200 15

660

0

188

464

5R 314

520

241

241

503

146

14 53 19 35 35 31 5 26 35

Page 129: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1088

%0DI

SKDR

IVEUNI

T08

0203

5DIS

KDRI

VEUN

IT12

5470

1DIS

KD

RIV

EUN

IT11

5993

0DISKDR

IVEUNI

T11

5992

1DIS

KDRI

VEU

NIT

1089

044DIS

K/TA

PEDRI

VEUN

ITG0

7365

9DIS

PLAYUN

ITG0

7390

BDIS

PLAYUN

ITGO

?694

8DIS

PLAYUN

ITC0

7?93

1DIS

PLAYUN

ITGO

?128

9DIS

PLAYUN

ITG0

77?9

4’DI

SPLA

YUN

ITGO

???%

DISP

LAYUNI

TGO

I180

0DIS

PLAYUN

ITCO

??80

4DIS

PLAYUN

ITG0

7180

6DIS

PLAYUN

ITGO

??80

8DIS

PLAYUI

IIT

GO77

81ODIS

PLAYUI

IIT

GOl?

812DIS

PLAYUN

ITGO

??81

6DIS

PLAYUN

ITGO

17B6

5DIS

PLAYUN

ITG0

7793

1DIS

PLAYUN

IT10

922?

0DISP

LAYUNI

TG0

7795

6DIS

PLAYUN

IT10

8686

2DIS

PLAYUN

ITG0

7195

8DIS

PLAYUN

ITG0

7785

5DIS

PLAYUN

IT10

8468

1DIS

PLAYUN

IT10

8950

2DIS

PLAYUN

IT10

8950

0DIS

PLAYUN

IT10

8950

4DIS

PLAYUN

IT10

8904

6DIS

PLAYUN

IT00

537?

8DIS

PLAYUN

IT00

53?8

9DIS

PLAYUN

IT00

5319

2DIS

PLAYUN

IT00

5420

6DIS

PLAYUN

IT00

5450

6DIS

PLAYUN

IT00

5450

7DIS

PLAYUN

IT00

54?8

1DISP

LAYU

NIT

0055

551DIS

PLAYUN

IT00

5571

?DIS

PLAY

UN

IT00

5575

1DIS

PLAY

UN

IT00

5603

8DI

SPLA

YUNI

T00

5?18

8DI

SPLA

YUNI

T00

5728

1DIS

PLAY

UN

IT

SUNHI

CRC6

YSTQ

ISINC

411

SEA

G8T

EST

4240

0HSU

NHI

CfV3

SYST

ENS

INC

811

SU

NHIC

R2S

YS

TQ

UIN

CX5

7MSU

NHI

cmYs

rENs

Illc

X571

R)l

ICft

3F0L

IS~

PC06

69-1

5SE

lNTE

RNAT

I(MLBUS

INES

SAAAC

HINE851

3001

SUNHl

clK3

sYsm

lsw17

SNN1

2ENI

TNSU

NHI

CR3S

YSTM

SINC

HIH

TEJU

IATI

QIAL

BU

SIN

ESSN

AC

IIIN

E5151

PC’SLI

HITE

DSS3

!DEL

CCMP

UTER

S)13N

D2la

w12

70A

1270

A12

70A

1270

1112

70A

12?o

h12

70A

286/

12Gm

mY20

00PB

286L

PHI

TSUB

IS31

1E

LE

CT

RICCO

RP

UL

6935

KF

WIT

AIHT

EC

MM

IGIE

SN

Ct&

ME

RE

LIS

YS(S

UBT

EC

OEL

EC&

MC

II)R

E95

1VW

RA

NT

EN

GIN

EE

RIN

GC

OR

PQ

C14

18P

RIN

CE

ltNG

RA

PH

ICSYST

EM

C40

(WO

WF

24G

INE

ER

ING

CQ

RP

QU

418

SUNI

IIC

RIS

YST

EMIN

C38

61/H

MIT

SUB

ISH

IE

UC

TR

ICCU

SPH

A39

05W

AT

AX

WU

KM

GIE

SINC

CN

C14

12A

CW

OA

TATU

IIO

UX

IESN

CC

34C

1412

AC

.UR

DA

TA

TE

CW

310G

IES

NC

CH

C14

12A

CO

MM

AlWIO

KM

XIE

SINC

CN

C14

12A

SPE

RB

YCPD

EFEN

SEPI

K3MX

’SGP

3585

-00

SPER

RYCP

DEFE

NSEPRO

DUCT

SGP35

83-0

3SP

ERRYCP

DEFE

NSEPIK

)DUC

TSGP35

83-0

3SA

NSUN

GELE

IMKH

IICS

CN12

SFA7

SUNHI

cRn6

Ysms

Itic

HSU

NHI

CR3S

YST0

iSMC

HHI

TSUB

ISHIELE

CTRI

CCORP

XC14

10C

EVER

EXSY

STMS

INC

HN20

0PA

CKAR

DBEL

LELE

CTRO

NICS

PB12

72A

INTE

RNAT

IOHA

LBU

SINF

SSNAC

711H

E8513

001

SUNHI

CMSY

STE3

1SINC

nIN

TERN

ATIO

NAL

BUSI

NESSHAC

HINE85

1300

1SA

WING

EMWK

3N1C

SCN

12SF

A7

125G

5011

BA2A

,WQI

EllR.,

NR02

1640

312U

5479

303G

Z371

303G

2372

lJ%h

0213

15BD

323

DYW0

500

9F04

3885

0A20

351

6058

867

-90

5030

36T9

1202

889

T912

0322

4T9

1202

55B

T912

0290

1T9

1200

23B

T932

0047

8CT

9001

VO07

19T9

1201

894

KF26

1353

1010

0062

461

8111

110

1104

0100

0073

4

847s

2013

991

1002

741

1073

EOO2

4610

7300

0616

1073

DOO4

5610

73EO

O3O8

0081

8601

4957

0151

1367

4421

0288

81OM

4B56

809A

A466

614

1000

1883

3WNO

31O1

7122

6894

23F0

633

B~lM

0815

23P0

909

8814

2533

46

BA2A

,CAR

tOZNR.,

fKMf

E,KAY

ED.,

V&is

,KEN

NETHE.

EKLU

M3,LYM

EAK

3CUR

S,ERN

33T1

HEESH

EVLI

N,NAN

CYK.

,TY

NES,RE

GINAV.

,Iw

14Es

,LAV

ERNEH.

,tK

3R3J

DGE,CLAR

XEH.

,va

sttm

mE.

hJCU

BA,STE

PBEN

J.,

CU

CU

RA

,Sl

lME

tlJ.

,C

UC

UR

A,

STE

PHE

NJ.,

CU

CU

RA

,ST

EPE

EHJ.

,C

UC

UR

A,

STE

PKE

NJ.,

CU

CU

RA

,ST

EPN

ENJ.,

CU

CU

RA

,ST

EPH

ENJ.,

CU

CU

RA

,ST

EPH

ENJ.,

CU

CII

M,ST

EPH

ENJ.,

NU

’RR

AY

,HA

RVEYW.

,J

PAYN

E,LA

UREI

TAJ.

AR

VIO

LA

,A!f

MO

tNl)

.,E

XL

UN

U,LYNN

EPA

YNE,LA

URET

TAJ.

JAY,NA

RYJ.

KRUH

PEN,BAR

BARAL.

,lf

3RR1

SDANI

ELC.

,11

JACK

SON,SHM

KNIIl.

RAGI

N,AN

GELA

,S.,

BYRD

,CAR

BIED.

STAF

FORD

,PATR

ICIAL

BARR

ETT,JOH

ND.

CUCU

RA,STE

PBENJ.

,CU

CURA

,STE

PHENJ.

,CU

CURA

,STE

PHENJ.

,BY

NUH,NA

RYAN

NO.,

HAHP

lON,III

LLIA

NA.,

VOSS

,KEN

NETHE.

CARJ

!Y,DAVI

DH.

SMIT

H,JO

HND.

NULL

EN,URS

ULAH.

NORL

EDGE

,CLAR

KEH.

,VO

SS,KEN

HETNE.

CUCU

RA,STE

PHENJ.

,

556

2220

3465

2925

2925

2900

472

400

500

125

180

125

125

125

125

125

125

200

125

300

1360

125

329

103

3295

103

1861

1127

349

149

349

349

620

165

165

139

500

501

469

355

415

432

800

432

115

Page 130: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1256

025DIS

PLAYUN

IT12

5601

9DISP

LAYllN

IT00

5864

6DI

SPLA

YUN

IT00

5884

iDIS

PLAYUN

ITGO

l?81

5DIS

PLAYUN

IT00

6101

0DIS

PLAYUN

IT00

61?8

0DISP

LAYUNI

T00

6193

5DIS

PLAYUN

IT01

3864

2DIS

PLAYUN

IT01

4029

5DIS

PLAY

UN

IT01

U16

69DI

SPLh

YUNI

T01

4078

3DIS

PLAYUN

IT12

5602

?DISP

LAYUNI

T01

4310

8DIS

PLhYUN

IT12

5602

9DISP

LLYUNI

T12

5603

1DISP

LAYUNI

T10

9308

2DISP

LAYUNI

T10

9308

4DIS

PLAYU3

41T

0259

164DIS

PLAYUN

IT10

9271

1DISP

LAYUNI

T10

9284

2DISP

LAYUNI

T02

8264

9DISP

LAYUNI

T02

8265

0DIS

PLAYUN

IT10

9016

6DISP

LAYUNI

T05

2760

6DIS

PLBYUN

IT10

9230

1DISP

LAYUNI

T10

9229

5DISP

LAYUNI

T11

5663

2DISP

LhYUNI

T05

4777

2DIS

PIJ

IYUN

IT05

4117

3DIS

PLAYUN

IT05

4777

5DIS

PLAYUN

IT10

9229

4DISP

LAYUNI

T05

5019

4DIS

PLAYUN

IT08

4693

4DIS

PLAYUN

IT08

4718

4DIS

PLAYUN

IT08

4755

3DIS

PLAYUN

IT08

4755

8DIS

PLAYUN

IT08

4778

4DIS

PLAYUN

IT08

4718

5DIS

PLAYUN

IT08

4808

2DISP

LAYUNI

T10

8468

7DISP

LAYUNI

T10

B470

2DISP

LAYUNI

TG0

7?93

7DIS

PLRYUN

ITG0

7793

9DIS

PLAYUN

IT10

8378

4DIS

PLAYUN

IT

MIC

K3FJ

03A

NC

EN

EH

TS

HC39

25L9

ETK

TVNPI

J3FE

SSI(

X4AL

H3R1

Y13RCOW

141V

+(07

)IN

TERN

ATIW

LBLB

INES

SMACH

INE851

3001

SUNH1

Clk3

SYST

E14S

MCH

NEC

lIO

WO

IAT

ION

SYSI

’NSIN

CNU

LTIS

YNC3

DI!

YYER

NATI

ONIL

BUSI

NESSHAC

HINE85

13-0

01RE

LISY

S(SU

BTEC

OUSC

&MA

CH)RE5

154E

SUNH1

cmYs

TMs

MCH1

9P11

4R61

24NW

IIQ

WW

TIO

NSYSI

’WSM

CJC

1401

P3h

IllT

@lO

NIC

NUBU

SIN

ESSN

AC

IIIN

E51

54-0

01HI

TSUB

ISll

II!

LWTR

IC4XI

RPXC

143D

CSM

SUM

Emir

MIcs

CM12

SFA7

TATU

M03

VN34

01lI

YYER

UATI

CNAL

BUSI

NE3SMCB

INE51

51-0

01TA

TUNGm

VM34

01AP

PLEccm

PuTE

RNC

1298

GNEU

71Y200

0PN

V144

8GM

EJIA

Y200

0PN

V144

8DI

GITh

LFJl

UIFi

4ENY

CORP

vR20

1hSU

NHI

CIXX

3YST

R4S

NCGD

N1%2

BSU

NHI

CIKI

SYST

RIS

INC

GDN1

%2B

IIYC

EBMT

IONA

LBU

SINE

SSNW-

SINE51

51-0

01lN

TBBN

JITK

IWL

BUSI

NBSHAC

HINE51

53-0

01lm

ETT-

PAaA

Roco

A109

7AN4

DEXCOn

PVI

DEO3

1OA

NETU

3RKI

NGNN4

PUTI

NGDEV

ICES

S-II

U02

HETW

MXIH

GCIM

PUTI

NGDEV

ICES

S-NU

02AM

A21K

TEUU

K)IA

3GY

a3RP

1488

TELE

VIDD

3SYST

EMSNC

PTTE

LEVI

DD3SYST

EMNC

PTTE

LEv3

DtxlSYST

EMSINC

PTNE

YWJR

KIIKCtM

PUTI

NCMVI

CES

S-W0

2I1

41%

IWT

KM

LBU

SIN

ESSN

AC

NIH

E5151

-001

ItfY

ER

NhT

IWA

LB

USI

NE

SSMC

NIN

EB51

3Gh

TE2i

AY200

020

00SA

MIHGCM

495

INTE

RNAT

IONA

LBU

SINE

SSMAC

HINE85

13IN

TERN

ATIO

NAL

BUSI

NESSJUC

HINE85

13SU

NHI

Cft3

SYST

124S

lNC

H19P

114

SUNHI

ClOS

YSTE

NSINC

H19P

114

DELLCt

4(PU

1’ER

CORPF-

PC’SLT

DVC

2RE

LISY

SISU

BTEC

OEL

EC&

MA

CH

)RE95

13HI

NIHI

CKI

NN14

68J

HAGN

AVOXELE

CTRO

NICSYST

EMS

8CN5

1507

41HA

GMVO

XELE

cTli

MIcSYST

EMS

8CH6

4307

41QU

ADRA

NTENG

INEE

RINGCOR

P14

18

2080

0068

9HT

VH41

185B

923

1i14

51B4

3A20

248

0948

9702

72-0

6500

3488

8452

0390

7BN9

211

6X13

094U

0245

312

-43

0407

187

1116

190

2710

5?8

6202

003

2110

265

S425

104O

DO7

T979

7333

TW87

375

TAS2

769

9146

DXO1

O891

37DX

1167

0558

848

0874

6550

3117

J159

9563

1211

841

4258

-24

4142

58-5

511

0985

41B

AC14

1140

082

18AC

1411

4008

518

AC14

1140

086

4142

85-1

9401

7474

423LR

191

9194

923

TP79

823

UP63

994

3BN4

057

943B

N384

690

8163

7901

3058

5000

9001

9951

7515

3540

4319

90NT

9OO1

OO25

94

SEAI

S,Tt

AMASJ.

STUR

CIS,M

ILL

IMJ.

,SI

NT

SON

,JOH

NW.,

l!xN

EN

,EA

RLR

.,PB

EN

2ER

,JAM

ESB

.,V

&X

i,K

EN

NE

THE.

MVEL

L,FK

3NNI

ES.JA

K08W

SKl,R3

BER1

’AEA

RL,PAT

RICI

AA.

BURG

US,PAU

LF.,

CUST

AFSO

N,cRE

IGHl

OHCU

CURA

,STE

PUENJ.

,CA

REY,DA

VIDH.

COLL

INS,A

NNE-

MARI

EJE

NKIN

S,SSA

ROHL.

JAKO

BWSK

I,70

BERTA

DuER

R,RO

LFCU

CURA

,STE

PHENJ.

,BA

RNES

,DAV

IDB.

,S8

EVLI

N,NAN

CYK.

,BY

NIM,NA

RYAN

N0.,

VOSS

,KEN

NETHE.

CUCU

RA,STE

PHENJ.

,CL

EVEL

AND,JEF

F1.,

WELL

,R)

HNIES.

SORL

IE,SUS

ANE.

,FR

EN2K

R,JAM

ESB.

,CA

IMJD

Y,TlK

X4ASJ

VOss

, Iam

E.VO

SS,KEN

H7THE.

VCN,

KENN

ITHE.

IIUA

MC,TYNG

-GEN

NSM

ITH,J0

41ND.

Voss

,KEN

NETHE.

R3BB

IILS

,ST

EVENh’

.,VC

fiS,XEN

HHHE.

~LLI

NS,ANN

E-MA

RIE

BYNU

N,NA

RYAN

NO.,

SH

EV

LIH

,NA

NC

YK.,

VO

SS

,KE

NN

ET

HE.

RA

GIN

,hH

GE

Lk,

S.,

RA

GIN

,AN

GE

LA

,S.,

RIN

DE

,DA

VID

A.

KEAT

,GRE

GORYS.

BELC

NER,~NE

Y

1665

.00

315.O

U43

.!.0

040

0.00

751.OU

432.

0084

0.OU

1231

.00

599.O(

J55

2.00

599.OU

125.

0021

5.OI

J17

9.00

275.

0011

79.0

039

5.00

395.

00?1

2.80

1628

.00

1628

.00

]9~o

o

416.

0015

29.0

018

0.00

2115

.00

2115

.00

109.

0040

0.00

400.

0040

U.00

2135

.00

240.OU

412.

0046

6.00

432.

0043

~.(J

(J

300U

.00

3001

J.O(J

400.

0048

5.00

35U.

002?

9.00

219.

00Io

l.oo

,-4

1.>

Page 131: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1159

929DI

SPLA

YUNIT

1084

161DIS

PLAYUN

IT10

B68?

8DISP

LAYU

NIT

1084

683D3S

PLAYUN

ITI0

86Bl

lDIS

PLAYUN

IT10

8950

5DIS

PLAYUN

ITG0

7792

9DIS

PLAYUN

IT10

8760

2DIS

PLAY

UN

IT08

4920

8D3S

PLAYUN

IT10

8484

8DIS

PLAYUN

IT10

8621

9DIS

PLAYUN

3T10

8650

3DIS

PLAYUN

IT00

5916

4DIS

PLAYUN

ITG0

7?95

2DIS

PLAYUN

IT10

8?59

1DIS

PLAYUN

IT10

8469

?DIS

PLAYUN

IT10

8715

0DIS

PLAYUN

It10

8715

1DIS

PLAY

UN

IT10

8732

8DIS

PLAYUN

IT10

8?55

1DI

SPLA

YU441

T

1087

553DIS

PLAYUN

IT10

8468

8DIS

PLAYUN

IT10

9228

0DIS

PLAYUN

IT10

8904

2DIS

PLAYUN

IT10

8468

6D

ISP

LR

YUN

IT10

8904

8DI

SPLA

YUNI

T11

5175

6DIS

PLAYUN

IT10

9062

5DIS

PLAYUN

IT10

9062

6DIS

PLhYUN

IT10

8686

7DIS

PLAYUN

IT10

9228

3DIS

PLAYUN

IT10

9229

3DIS

PLAYUN

IT10

9228

7DIS

PLAY

UN

IT10

9228

5DIS

PLAYUN

IT)0

9227

9DIS

PLAYUN

IT10

9230

3DIS

PLAYUN

IT10

9229

0DIS

PLAYUN

IT10

9227

?DIS

PLAYUN

IT10

9229

1DIS

PLAYIN

41T

}092

07?DIS

PLAYUN

IT10

9207

8DIS

PLAYUN

IT10

9201

9DIS

PLAYUN

IT11

57?5

8DIS

PLAY

UN

IT11

5555

1DIS

PLA

Y UNIT

1093

090DIS

PLAYUN

IT

SU

NnIc

mYsT

WsMC

APPL

Eamf

rnl

MCSU

NHI

cAa5

Ysm

MCHI

HIHI

CIV3

SUNHI

C143

6YST

!MS

IKAH

A21N

CTWN

N3KC

IES

FUJN

TAINTEU

UK)i

fXIE

SMCSU

NHI

CK$Y

STW4

SINC

mco

wSU

NIi

lcmr

smlK

SUNHI

cnYs

Tn!s

lNC

SEIK

OIN

STR

4R4E

14T

SU

SASU

NHIW

MS

I%IBI

NC

SUNll

Iclr

4sY

sTE

Ns

llKI(

tdM

HM

SUNti

IclK

13Y

sTE

41s

INC

APP

LEC

Yl@

mII

KA

PPL

Ec141

PuT

ER

IKC

lltll!

?MIN

EE

A1l

Kcow

HIT3

JBIS

E1ELE

CTRI

CCORP

nITs

uB1s

uIELE

CTRI

CCOw

NIXIK

FT3M

ATI(

NISYST

EMNC

CTXIm

ATIO

NAL

IHC

NAGN

AVCUBLE

CTFO

NICSYST

MS

CII

M%

2BH

0401

GD

NM

62B

HN

1464

KC

IM62

BC

N84

84C

X

J42O

P11O

NU

LI’

ISY

NC

2AN

N41

19s-

Dh+

LG

R(1

955A

15C

H14

4X3/

6M3/

60C

9070

U17

SNN

1H

0401

)io4

01C

H41

YE

HIA

935N

KN

L69

35A

TK

JC14

03N

NA

CV

P546

B!X

2108

0A

EL

ISY

S(SU

BT’lX

OKM

&H

AC

U)3U!9

513

03RD

ATATE4

3ftK

)lLK

IES

MCCN

C141

2ACO

RDAT

ATKN

IK)U

C125IN

CCN

C141

2AD

APPL

EamP

uTER

MCM2

97AP

PLEcf4

1PuT

ERINC

H129

7SU

NH

ICK

6?S

TE

HSINC

CU41

662B

C1’XIN

TERN

ATIO

NAL

MCCV

P546

8ANE

TW3R

KIUGC(A

4PUT

1NC

DEVI

CESS-

NW02

SUNHI

CIK3

3YST

RIS

INC

GDM%

2Bsu

nHI

CJKX

3YST

Y24S

IKGC

441%

2BNE

T’4K

)RK1

KCC

4tPU

TIHCDEVI

CES19

RP3

SAHS

UNCEUC

TlU3

H1CS

CVH4

963

CY’XI!

7TEB

NATI

ONAL

MCCV

P546

BAS

UN

MIC

KB

YS

TE

HSIN

CG

M19

62B

LE

AD

INGT

WJI

WfX

IES

CO

RP

520S

VIE3

1scn4

1cTX

14H3

0PTK

VIWSC

441C

TX14

H30P

MVI

WSO

NIC

T-X1

4N30

PTK

NANOEE

LDPF

43DI

KTS

MCCH

C141

2AD

SUNHI

CMBY

STEM

INC

GOH1

962B

NAGH

AVOXELE

CTfU

NICSYST

MS7C

H321

9251

DXO0

4255

2613

991

18DN

2512

9090

0139

911B

DN22

51KA

J41H

0140

363

0111

544

115D

N284

897

H121

44C

022C

I!01

97-

0120

222

093M

66A

828A

2095

183

4AR0

255

3637

9021

03BB

U056

055

9333

470

3918

112

2510

113

0120

0043

701

2004

59O2

I414

31OK

Cfl1

0002

885

6251

7666

0130

9261

1073

DOO4

1720

4430

1133

9024

740

9024

741

921D

Y089

2A4

3-14

8032

2941

4258

-52

9211

DXO0

6992

04DX

1O85

3021

5320

215A

H10

2041

41K4

3-15

1OO2

2O91

42DX

0327

1090

3965

1820

5475

9918

2054

7600

1820

5483

1020

4430

1168

9149

DX12

7611

0492

50

VOSS

, KEN

NETHE.

BURG

US,PAU

LF.,

LEE,LU

CIAL.

LEE,LU

CIAL.

AUST

IN,BRE

NDAh.,

PARI

X3H,LAU

RICEE.

,SI

NGLE

TK3H

,CN

ARLP

SBRC

41GE

B,ERN

ESTI

NEENC

LMDl

fE,FRAN

CESD.

CQ

LL

IIL

S,AN

NE

-HA

RIE

EIf

fiE

R,I

XN

AL

DE.

VQ

SS,K

MN

ElllE

.IM

PRN

,W

1LL

IAJ4A

.,H

INE

S,T

9E8E

MH

.,ST

APL

ER

,RX

CE

34M.

FRAN

KLIN

,EOYL

EB.

NORL

EDCE

,CLAR

KEH.

,NC

CART

ER,K

AR

.EHK.,

RIEG

ER,lKX

4ALDE.

COLL

INS,AN

NE-4

4ARI

EVC

6S8KEM

4ETNE.

RAIH

F.S,JON

NH.

UOES

SNER

,STEV

ENA.

Pm,

FRAN

Ks.,

C131

CNES

TER,JCM

PHG

STEI

N,CN

711S

TINEL.

JACK

SOHCHA

RLESN.

,HC

CART

ER,KAR

ENK.

,IIC

CA

RT

ER

,KM

EII

K.,

UT

LE

Y,J

UD

ITN

A.

BA

KE

R,F

08E

RTH.,

HA

RIK

,LI

SED.

,SU

DIK,

STEV

ENJA

Y,NA

RYJ.

BRIl

13,JO

HNA.

F.,

CCOK

,HI

CNEL

LE1.

COLL

INS,AN

NE-M

ARIE

CCX3

DRIC

H,STEV

ENC.

,SH

ITH,JO

HND.

VCfi

S,KEN

NETHE.

Vms,

KEHH

ET7iL.

VC6S

,KE1

4HEr

Hc.HI

HM,DA

VIDA.

RIEG

ER,DON

ALDE.

CUCU

RA,STE

PHENJ.

,

3900

.00

656.

0040

00.0

025

0.00

4000

.00

30?.

0012

5.00

3000

.00

250.OU

400.

0052

10.0

051

~.()

(J

1551

.00

5078

.00

1100

.00

3500

.00

650.

5665

0.56

400.

0013

50.0

013

50.0

053

0.00

350.

0041

4.00

485.

0034

9.00

349.OU

630.

0061

0.01

150

00.0

035

0.00

2135

.00

3000.0

[)30

00.0

016

96.0

[131

8.00

150.

0(1

3015

.OU

320.

0012

5.00

3?!J

.00

325.

0034

9.UU

400.

0031

0.OU

,A 4.“

Page 132: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1093

091

DIS

PL

AYU

141T

1093

092DI

SPLA

YUNI

T10

9309

3DISP

LAYUNI

T10

9308

9DISP

LAYUNI

TGO

?780

2DIS

PLAYUN

IT11

5775

4DISP

LAYUNI

TG0

7179

8DIS

PLAYUN

IT10

8686

9DISP

LAYUNI

T10

8687

5DISP

LAYU

NIT

1084

695DIS

PLAYUN

IT:M

4699DI

SPLA

YUNI

T10

8469

2’DISP

LAYUNI

T10

8470

1DISP

LAYUNI

T10

8687

3DISP

LAYUNI

T08

4920

3DIS

PLAYUN

ITG0

7194

1DIS

PLAYUN

ITG0

7?94

3DIS

PLBYUN

IT10

8?59

9DISP

LAYU

NIT

1254

525DIS

PLAY

UN

IT11

5991

9DIS

PLAYUN

IT11

5992

6DISP

LAYUNI

T12

5542

?DISP

LAYUNI

T12

5542

9DISP

LAYUNI

T12

5543

1DISP

LAYUNI

T10

8732

9DISP

LAYUNI

T10

8622

0FltiSE

RVER

084?

554GENE

RAIT

)R,

SYNC

1255

4%IN

FUKE

Y,SEC

URIT

Y12

5545

?lNI

WKEY

,SECU

RITY

1255

458lmY

,SE

CURI

TY05

3343

2HICJ

OSUM

1159

235WDUL

AYOR

,TEL

EVIS

ION

1092

301tK3D

ULAl

WI,

TELE

VIS1

ON11

5923

4lU3D

ULAY

0R,

TELE

VISI

ON00

2014

9HONI

Y08,TEL

EVIS

ION

0020

750K3NI

KMl,TEL

EVIS

ION

0020

751H3

Nl10

R,TEL

EVIS

1ON

0020

152l$

3NIY

0R,

TELE

V!S;

ON00

2075

3WNIY

OR,TEL

EVIS

ION

0020

154H314

1YOR

,TE

LEVI

SION

0144

531WN

IIUR

,TEL

EVIS

ION

0144

532li3N

lY0R

,TE

LEVI

SION

0144

534WNI~

R,TE

LEV1

S1OH

0144

537t43H

1mR,T

EL

EV

IS1O

N01

4453

8HONI

lOR,TEL

EVIS

ION

Hxwl

xvuxCLK

WLMI

L>I

>lm

MAGN

AVOXELW

TFKM

UCSY

STEM

SMA

GNAV

OXELE

CTKX

41CSYST

EMS

NAGW

OXEL

ECTM

NICSYS

TENS

NETW

RKIt

tCC4

4FWI

NCDEV

ICES

ImP

SUNt4

1cK6

YsTR

4sNC

SUN14

1CKB

YSTE

NSmSU

NHI

cmYs

TMs

MCSU

NHI

C3XA

5YST

USINC

SUNt4

1crm

YsTR

lsIIK

SUNHI

CIVB

YSTR

4SMC

SUNII

ICIU

6YST

7NS

NCAP

PLEN41

PUTE

RINC

HAGN

AVOXBLt

muNI

cSY

STR4

SPM

XIF

MIF

ICIN

CSU

NMc

imYs

m4s

mSO

NYaw

HE1’

UWff

i4XW

WIK

DE

VIC

ES

SU

NHIC

RC6Y

STRI

SINC

14EY

WRXI

IUI

CC4Q

UTIN

GDEVI

CES

HETU

3RKI

KC.U

NPWI

NLDEV

ICES

tmAc

liIm

mNE

U4EN

CNEE

RIWCO

RPSU

NnI

cK13

Ysms

MCVI

DFM’

EKNC

LEE3

1ANDATA

CWSE

CURI

TYCOR

PLE

D4ANDA

TACU

4SEC

URIT

Y~LE

ENAHDA

Th03

NSEC

URIT

YCIMP

BAUS

CHMO

MBMC

SCIE

NT

IFIC

-RT

LA

NT

AM

CSC

IEN

YIF

IC+T

LM

NNC

SCIE

NTIF

IC-A

TLAN

TANC

PANA

scmI

csPA

NASO

NIC

PANA

W41C

SPA

NAwt

41cs

PANA

sa41

csPa

naso

nic

PMAS

ONIC

SPA

NASO

NIC

PMAS

ONIC

SPM

AWNI

CSPM

ASWI

CS

Iuwl

1CH3

211C

H321

lCN3

2112

1OA

19BP

312

1OA

GDH1

662B

17SH

N1

17SN

N1

CD

N16

04B

1517

SUN

3C

DN

1662

BSE

30B

CH

5150

741

(341

488

CD

NM

62B

CD

N3%

2B1% C

DH

1%2B

HN

4419

DN

N44

19D

CH

208M

3UX

CH

41Y

E12

41V

SC20

138

0-91

038

0-91

038

0-91

031

-22-

1063

5063

5063

50W

5200

W52

00W

5200

W52

00W

5200

W52

00C

T10

2OI4

CT

102O

HC

T10

2OH

CT

102O

HC

T10

2OH

1104

9253

1105

OO1B

1314

200B

1314

2315

T912

0022

B30

2215

2013

1T9

1200

434

9118

DN1B

9391

18DN

2184

038B

U033

3-

037BUO

043

044C

R838

803

8BUO

051

9118

DN24

56Bc

t9cf

u451

1953

5%71

910

2406

9125

DY06

1193

08DX

0843

4149

50-3

8292

51DX

O041

4152

1515

441

5215

-169

Y930

1O1O

812

7310

306

032K

O020

0989

0B99

1135

111

350

1135

9

11M8

812

2955

1117

2524

2030

014

2420

3001

624

2030

015

2420

3115

2420

3114

2420

3113

KC54

2150

2KC

5421

509

KC54

2145

7KC

5421

514

Kd54

2145

5

cm,

STEP

HENJ.

,C

UC

UR

A,

STEP

HENJ.,

Cm,

STEP

HENJ.,

Vm,

KENN

3?rNE.

CUCU

RA,STE

PHENJ.

,EV

ANS,EA

RRYK.,

JRCU

CURA

,STE

PHENJ.

,SA

NDER

S,LY

LED.

,B

AR

NE

S,DA

VIDB

.,B

UN

D,JO

HNR

.E

LL

IOIT

,DAV

IDF.

STAR

RIN,TI

WI’H

YP.,

BARN

ES,DAV

IDB.

,EV

ANS,AC

MESB.

RAGI

N,AN

GELA

,S.,

TALL

IEU,KA

THLE

ENA.

LAND

ERS,TFO

YD.,

BA2A

,CAI

U4ENR.,

RIEM

R,D3

MLDE.

EKLU

ND,LYN

NEEX

LU74

D,LYM

EIO

VELL

,RON

NIES.

WELL

,RO

NNIES.

LAHI

NRS,TR3

YD.,

AWE,

KAYED.

,RI

ECER

,MN4

AL0E.

BEI.

CNER

,IUlN

4EY

VC6S

,KEN

NFTHE.

VCSS

,KEN

NETHE.

V(ES

,KEN

NITHE.

Voss

,nm

E.

B?MN

ER,RC

W4EY

V@S,

KENN

ETHE.

BELC

BER,FO

X3NE

YBE

b3ER

,RO

DNEY

BEI.

CNER

,IWHE

YBE

LCHE

R,RC

4)HE

YBE

ltHE

R,Ir

X)NE

YBE

LCNE

R,1W

N4E%

BElt

NER,Af

lDNE

YBE

WOtR

,RC

43NE

YBE

LCNE

R,RO

DHEY

BELC

NER,RO

DNEY

BE

UX

R,

RO

DN

EY

BEIt

NEt!

,RWEY

310.

0031O.

O(J

310.

0031

0.00

125.OU

1696

.00

1~5.

ofJ

4000

.00

41KJ

o.ou

3500

.00

3500

.00

3216

.00

3500

.00

4000

.00

3807

.00

219.

001~

5.o(

J

3015

.00

3900

.00

2135

.00

3900

.OU

19~5

0[)

]9~5

0(J

1525

.00

400.

0066

699.OU

1738

.00

15U.

O(J

150.

0015

0.OU

599.

0018

12.0

018

22.0

018

12.OU

215.OU

215.

0021

5.00

215.

0021

5.00

215.

0030

4.00

304.

0030

4.00

304.

0(1

304.

00

Page 133: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1256

023

lKN

1lU

R,T

EL

EV

1S1O

HT

VHP

RO

FE

SSIO

NA

LN

ON

IIU

RCO

RP

ND

14N

052?

635

WH

llllit

,T

EL

EV

1S1O

NY

3NYc

owP

VN

191O

0549

008K4

41T0

R,TEL

EVIS

ION

SON!CO

RPPV

H122

004

732?

1NONI

TilR

,TE

LEVl

SIOi

4,U310

RSO

NYco

wPV

M121

108

0183

1lKI

NllO

R,VIDE

O,UA

VEN3

RHTE

KTFi

3NIXINC

1730

0462

552t4U

LT1H

ETER

,DI

GITA

LBI

XXHA

NIND

USTR

IALCORP

3020

GO16

500OPT

ICALMS

STE

STSm

ATLTTE

C8M.

OGIE

SGOV

TSYS

938A

GO?6

501OPT

ICALIl

lSSTESTSE

TAT6TTE

CBNO

D3GI

ESGOV

TSYS

938A

G076

601OPT

ICALIK

nfLE

LASE

RPRE

CISI

ONCOR

PTD

B51

0404

041OS

CILI

LBCW

E,FOR

TABL

EnK

TlpN

1xNC

2213

0461

981>CKI

LILJ

S(IP

E,PO

RThB

LE,TE

KTml

nxMC

415R

415

0462

514CWLL

ASCC

PE,POE

TABL

8TE

KTrm

xMC

475A

0141

056PLU

G-lN

,lHCE

81AC

E,REF

LEfW

TJILASE

RPAt

XISI

ONCOW

TDB5

011

5682

7PLUG

-M,S1N

G12!K!D

EBE

WLET

T-PA

CURDCO

8146

25t3

1089

536PO

LISI

IIIKHACH

IIIE

BUEB

LERL

TD

69-3

000

1156

828P(N

ER!W

RCE

EEUL

ETT-

PACK

ARD

CO85

901A

C077

88BPII

IN’I

’EB,

ADP

4XID

ATACOR

P52

32G0

7721

5PBM

I’ER

,LOP

APP

LEO

llPU

TE

RINC

H600

0C0

7?89

BPRI

NTER

,ADP

CUID

ATACIN

P18

2Go

1788

1PRI

nER,

ADP

OKID

ATACOR

P82

AC0

778B

5PRI

NTER

,ADP

OKID

ATACOR

P82

AC0

7185

0PRI

NTER

,ADP

OXID

ITAW@

182

1084

682PR

INTE

R,ADP

PANA

SOHI

CS00

5318

4PRI

NTER

,ADP

EFWH

ANER

ICAINC

Fxlo

o00

5531

0PRI

14TE

R,ADP

PANA

SONI

CKX

P109

100

5531

}PRI

MliR

,ADP

STARH1

cr43

NIcs

Nxlo

oo00

5544

6PRI

NTER

,ADP

1NTE

3U4A

TION

ALBU

SINE

SSNAC

HI14

E3812

001

0051

124PRI

NTER

,ADP

NECIN

FCWT

IOHSW

RIS

MCP5

200

0060

674PRI

NTER

,ADP

PANA

SONI

CSKX

-P11

8000

6067

6PRI

NTER

,ADP

PANA

W41C

SXX

-P11

8001

4091

0PRI

NTER

,ADP

DIGI

TALtXI

IJIP

?lEl

fT(I

MPLA

50RA

0283

1%PR

INTE

R,ADP

OKID

ATA03R

P84

1157

153PR

IWER

,ADP

TEXA

SIII

STRU

NMTSINCCD

HT31

3LPS3

5+04

6241

4PRI

NTER

,ADP

EPSO

NANE

RICAIN

CHX

80NO

DIFI

ED04

6386

1PRI

NTER

,ADP

143R

TNER

NnL

ECON

SYST

ENSCM@

M’6

K51

052?

60?PR

INTE

R,AOP

EPSO

NAHE

RICAIN

CP1

OFC(

FX28

6]05

4?99

8PRI

NTER

,ADP

OKID

hTACOR

PHI

CR3L

IHE8

405

4992

8PRI

NTER

,ADP

EIWN

AHER

ICAINC

FX80

064?

?20PRl

tfl’

ER,

ADP

TEXA

SINS

TRUN

EHTSINCCO

NMi3

L855

0141

900PR

INTE

R,ADP

PANA

SOHI

CSKX

P109

1110

8994

7PRI

NTER

,ADP

TFMS

INST

RWHT

SIt

4CC

OH

TtO

LH1C

R3L

AS

ER

PLUS

G077

921PRI

WER,Mp

STARGR

APHI

CSYS

DRTA

SCAt

4Nx

loG0

7794

6PRI

NYER

,AD

PAP

PLECWU

1’EI

IINC

LASE

RURI

TERI

I10

8686

8PRIN

TER,MP

TEXA

SINS

TRUN

EHTDIGI

TALSYS

5682

208

4920

7PRI

KI’E

R,ADP

HEIi

~-PA

CKMD

CO33

440A

NTW4

1263

3120

1480

401

0344

0211

1BB0

42%0

9082

7121

6120

0079

6120

0080

8804

-015

5B0

3472

5-

BO14

022

8705

-001

931

04GO

O189

453

3052

K014

0824

5~11

CA01

7GTI

’60

6B01

8758

624

5422

mNE’

607B02

1147

1AC

J526

KX-P

1092

114

2366

3100

8031

1329

3510

386

6030

6179

38W

0550

8

TC

K22

35A

2216

5118

3972

0392

3734

9222

9509

0402

7439

1550

4443

4199

1885

5700

306L

Kh

LC

3915

945

3971

0223

1804

?040

1846

Ch

8031

EN

SN

6000

1521

0100

0613

5327

1

STA

PLE

R,IUID

GERU.

BELC

HER,RO

DNEY

BELU

IER,ID

DNEY

BELC

BER,RO

DNEY

BEIK

HER,K)

DHEY

Vcss

,KEN

NETHE.

V@S,

KENN

ETHE.

VOSS

,KEN

NETHE.

V~,

KENN

ETHE.

BELC

HER,R)

DNEY

BEm,

IDDN

EYdC

URA,

STEP

HENJ.,

VC4X

i,KEN

NETHE.

VOSS

,KEN

NETNE.

Vcss

,KEN

NElmE.

VC6S

,KEN

NETH

E.

PARK

ER,PAT

RICI

AS5

EVLI

N,NA

NCYK.,

PAYN

E,LA

mhJ.

PAYN

E,LA

uRJm

AJ.

JAY,MA

RYJ.

CAF0

4DDY

,IIKM

ASJ

tORR

ISD

AN

IELC

.,11

BM

WH

T,JO

lltlD

.Cc

OK,HIC

BELL

EI.

CUCU

RA,STE

PHENJ.

,CU

CURA

,STE

PHENJ.

,HU

RRAY

,IIA

RVEYU.,

JWE

LL,

RONN

IES.

COLL

IHS,AN

NE-N

ARIE

ATKI

NS,UAR

RENC.,

CUCU

RA,STE

PHENJ.

,NA

RING

,LIS

E1).

,NU

RRAY

,UAR

VEYU.,

JHA

TSON

,WIL

LIAMH.

,HC

lM40

RE,FRAN

CESD.

CUCU

RA,STE

PNEHJ.

,PA

RIK3

N,LAU

RICEE.

,SA

UISB

URY,CER

HARDF

NEAT

,GRE

GORYS.

HoPs

oll,vEr

rTLE

Yv.R3

fE,KAY

ED.

,HI

NES,

TNEF

WAH.

,MI

GEM,

ERNI

?STI

HTEII

AINE

.S,

JONNH.

315.

0060

.!.O

(I

1720

.00

1160

.00

1971

.00

110.

0022

06.0

022

06.0

010

000.

0011

52.0

024

25.0

034

39.0

036

00.0

013

466.

0030

25.0

012

51.0

050

1.00

3839

.00

228.

0050

3.00

501.

0022

8.00

223.

0016

2.00

199.

0016

9.9!

J56

1?.0

051

9.00

119.

951?

9.95

511.

00?5

0.00

1108

.00

52u.

0019

5.00

419.

0012

00.0

075

8.00

548.

0022

9.00

1645

.00

IB!J

.00

3219

.00

1551

.00

1800

.00

.-4

Page 134: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1091

371PR

INTE

R,ADP

Pana

soni

cKX

-P11

2410

8900

4P

RIN

TE

R,A

DP

)089

043

PR

1~R

,A

DP

1092

299PRI

IKER

,ADP

COI?

89?PR

INTE

R,ADP

CO??

944PR

INTE

R,AoP

GO17

945Pil

Ilf3

’ER,

ADP

1156

565P1

31N

TE

R,

M12

5525

1P

NN

fl!R

,AD

P00

5638

8PR

nlrE

R/Pm

0144

162,PIK

XZSS

OR,

AUDI

O03

9849

8PiiX

ESMR

,IUI

1310

1159

236PKKE

SSOR

,SIG

R’AL

1159

237PK3C

EWR,

SIGN

AL10

9230

8PKIX

SY3R

,SIG

NAL

0140

774Prom

,TE

LEVI

SICN

4Tl

nfER

C077

044BAC

K,In

sTRu

nENr

0053

667mI

vER

!l~4

0~I

~R11

5684

1RECE

3VBR

1156

842BECE

IVER

1156

843

RE

CE

IVE

R11

5684

4R

EC

EIV

ER

1156

845

RE

CE

IVE

R11

5684

6E

CE

IVE

Rl1

56B

41W

CM

VE

R11

5684

8RE

CEIV

ER11

5684

9BF.C

EIVE

R01

4412

3DECE

IVER

,CONT

~L01

4419

8UCEI

VER,CD

NT7K

3L00

1%85RE

CEIV

ER,RADI

O00

2142

6PECE

IVER

,RADI

O00

2142

7BKEI

VER,

RA

DIO

0258

778WC

EIVE

R,RA

DIO

0258

779Bf.C

EIVE

R,RAD1

O02

5878

0RMEI

VER,BA

D1O

0198

608RE

CNVE

R,RA

DIO

0801

800BECE

IVER

,RADI

O08

489?

63UEI

VER,RA

DIO

0848

977RECE

IVER

,RAD1

O00

2140

2RECE

IVER

,RADI

O00

2142

8RECE

IVER

,RADI

O00

2117

7RECE

IVER

,RAD1

O,BE

EPER

0021

1?8RECE

IVER

,RADI

O,BE

EPER

0021

180R

EC

EIV

ER

,R

AD

1O,BE

EP

ER

BRAD

YUH~

BHXC

uEuL

EIT-

PAc3

u.RD

co22

79A

TE

XA

S116

1’lIU

NE

tfP

SINC

CO

NT

RO

LPS

35+

OKID

ATA(MI

182

STARGR

APHI

CSYS

DATA

SCAN

Nx-l

ooo

DIGI

TALEQU

IPHE

NTCOR

PLA

75A2

APPl

fCcM

PmMC

LASE

RURI

TERI

ICm

IK17

25-1

IOLI

UECO

RPLP

4000

ATI

13(D

15T

RIE

SF

-A

IRC

BA

FTE

N1O

OO

-1A

UD

IOTE

CE

NO

MC

ICS

INC

EN

1OO

O-1

SCI~

IfIC

-AW

liTA

INC

6150

SCIE

HT

IFIC

+?U

MAM

C61

50S

CIF

21T

IFIC

-MLA

MT

AIII

C61

50SC

1~IF

IC-A

TLAN

TAINC

8551

-535

TELB

NETI

CS16

RSA

TELL

ITElTJ

JIVI

SIC4

1SY

STEM

SSR1

1OSC

3.F2

1TIF

IC-A

TLAN

TAIN

C6%

OSDF

SCIE

NTIF

IC-A

WNTAMC

6%OS

DFSC

3SNT

IFIC

-ATL

ANTA

MC6%

OSDF

SCIE

NTIF

IC-A

TLAN

TAIN

C6%

OSDF

SCIE

NTIF

IC-A

TLAN

TAlN

C6%

OSDF

SC

IEN

TIF

IC-A

TL

AN

TAIN

C69

60S

DF

SC

IEN

TIF

IC-A

TL

AN

TAIII

C6%

OS

DF

SC

IEN

TIF

IC-A

TL

AN

TAIt

lC6%

OS

DF

SC

IElf

lIFIC

-AT

LA

NT

AIN

C6%

OS

DF

SC

IEN

TIF

IC-A

TL

AN

TAIN

C69

60S

DF

N/A

-CC

RlN

1K4f

AV

EFW

ER

DE

VIC

ESM

23V

FN

-RK

11/A

-CX

HI!I

IWA

VE

FW

ER

DE

VIC

ESN

A23

VF

11-R

i!E

YN31

DLAINCA

UItM

OTIV

EP70D

A03T

NC24

6BAC

IK33

W3LAC

ONNU

NICA

TION

SC7

0UPBR

AVO

MYT0

3KlL

AmICR

TION

SCR

OUPBR

AVO

H01W

3LAII

ICAUl

C413

TIVEPR30

A037

NC24

68AC

HCJT

OK)L

AMCAU

K4iO

TIVEP3K

ID10

37NC

2468

ACN0

3W13

LAlN

CAU’

IWTI

VEPF

K3DA0

37NC

2468

ACHO

TORO

LACCN

OIUN

ICAT

IONS

CIVM

PA0

3TNC

246B

CNE

CIN

FORM

ATIO

NSYST

EMIN

CR3

N4-1

2ANO

K)3V

3LACUNN

UNIC

ATIO

NSC7A3

UPA0

3TNC

2468

CIK

YTW3

LACCM

fUNI

CATI

ONS

C7KN

IPA0

3TNC

246B

ClK

ITWI

LAHMN

UNIC

ATIO

NSCRO

UPBR

AVO

NCII

OROL

AK4

MJNI

CATI

ONSC7K)

UPBR

AVO

IUIT

CM3L

AINCA

UlM3

TlVEPf

ODA0

3BAB

4961

BAN0

3Wb3

LAIN

CAUK

4UJT

1VEPK)D

A03B

AB49

61BA

HOTO

lOLAIN

CAUI

Mn’l

VEPm

A03B

AB59

61CA

C3KW

QQF4

5602

3068

631

3756

3492

0639

7200

7660

7B02

1146

831

0071

1048

58TY

7091

OCA

1462

6UtH

6000

QO07

4034

P40B

1723

.51

1686

6710

4366

1043

3604

5633

W500

236

150-

057

6010

4803

0032

512

0032

513

0032

514

0032

515

0032

516

0032

517

0032

518

0032

519

0032

520

0032

521

1948

1948

413B

NC-D

686

334B

PS71

454

BN4~

U2RP

Q41

3BLJ

0531

413B

LJ05

3241

3BLJ

0533

413B

LU13

8950

2094

291K

413B

QA02

5841

3BQA

0259

BN4B

QC27

8KBN

4m5N

M00

2670

700

2675

702

7240

1

CWJR

A,ST

EPNE

N J.,

Vos

s,K

EN

NE

TR

L.

PItE

WO

tl,FR

AN

KS.,

ELLI

OTT,DAV

IDF.

EVAN

S,AG

NESB.

UTLB

Y,JU

DITNA.

BALS

EY,WAL

TERF.

VOSS

,KEN

NETHE.

CLEV

ELAN

D,JE

FF1.

,M

UR

RA

Y,

HA

RV

EYH.,

J~E

ICBK

R,IK3

DNEY

BELC

BER,IVM

NEY

BELC

BER,7tl

NiEY

BEKB

ER,ROD

NEY

WS,

KENN

ETRE.

BEUE

R,IK

X3NE

YCU

CURA

,STE

PREN

J.,

BW

EIi,

KM

NE

YBE

UIR,

7FXI

NEY

BE

WIE

R,

RX

ME

YBE

KKER

,ROD

NEY

BEIN

ER,RC4

3t4E

YBE

WB!R

,7VI

DNEY

BEKR

ER,3UX

MEY

BELC

N7SR

,RC

ONEY

BELC

NER,70D

NEY

BELC

KER,R3D

NEY

BEKB

JM!,BID

NEY

BELC

RER,FU3

DNEY

BElf

HER,FQD

NEY

PAY,J~

ND.

VOSS

,KEN

NITNE.

VC!6

S,KEN

NETNE.

LllT

LE,MUC

HD.

NEVI

YM,CLA

RENC

EP.

STEI

N,BR

UCEM,

UAIT

S,T3

K44A

SF.,SR

Voss

,KEm

E.CU

STAF

SON,CRE

ICHI

WBE

LCNE

R,IK4

MEY

VCKS

,KEN

HFTNE.

Voss

,KEN

NETHE.

CUCU

RA,STE

PNENJ.

,CU

CURA

,STE

PNENJ.

,VO

SS,KEN

NEI1

4E.

259

804.

481.

1624

.

228.

160

582.

3280

.

9046

.

5??1

1069

1230

256

256

254

100

94 40 195

195

195

195

195

195

195

195

195

195

249

249 31 13 13 31 31 31 11 1 29 29 1 1 20 20 19

Page 135: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

0021

181MC

E]VF

$,RA

DIO,BE

EPER

0021

182REC

EIVE

R,RAD

IO,BEE

PER

0801

663R

EC

EIV

EII,RA

DIO

,BE

EP

ER

0801

661MXE

IVER

,RAD

IO,BEE

PER

0801

6657WE

IVER

,RAD

IO,BEE

PER

0021

119REC

EIVE

R,RAD

IO,BEE

PER

0058

310R

EC

EIV

ER

,SA

TE

LL

ITE

0058

311

IWE

IVE

R,

SA

TE

LL

ITE

0140

861

RE

CE

IVE

R,T

EL

EV

ISIO

N01

4086

2N

XE

IVE

R,T

EL

EV

ISIO

N11

5986

5RE

CEIV

ER,TELE

VIS1

0411

5923

3>REt

EIVE

R,VII

X33

1255

412BME

IVER

,VID

D3

0141

278

RE

CX

)RD

ER

,C

AS

SE

TT

E,VID

D3

1156

576

RE

CO

RD

ER

,C

AS

SE

IYE

,VID

EO

0144

118

IWO

RD

EB

,CA

SS

ET

TE

,VID

EO

1090

618

EE

@D

EJl

,CA

SS

ET

TE

,VIDB

310

9061

9RtX

ORDE

R,CAS

SETT

E,VID

D310

9062

0REC

OBDE

R,CAS

SETT

E,VII

M311

565?

5BEt

WIER

,CAS

SETT

E,VID

EO11

5657

7mRD

ER,

CAs!

mE,VI

DEO

1159

922REC

ORDE

R,CAS

SETT

E,VID

E13

1159

923RWM

DER,

CASS

ETTE

,VID7

1311

5992

4BEf

lMDE

R,CAS

SETT

E,VIO

Q3GO

?781

7RKO

RMIR

,PLA

YER,AU

DIO

0144

115AEU

)RDE

R,TAP

E,VI

MII

0144

148RE@

OER,

TAPE

,VI~

0144

193BEU

3NDE

R,TAP

E,VI

DF31

0284

492RKO

RDEB

,TAP

E,VI

DE13

1156

829BKO

RDEB

,TAP

E,VI

DfXI

0141

055Ilf

FLEc

mEnR

1156

826REF

LECT

WTM

0053

668SAT

ELLI

TEDIS

H00

5831

2SAT

ELLI

TEDIS

HGO

?682

9SCA

NNER

,PAIR

10B8

994SCA

NKER

,PAIR

1088

995SCA

NNER

,PAIR

?UIU

KJLh

lNL

hU

IWrI

VL

l’iU

U

NUIU

iOLAMC

AW24

K3T1

VEPR3

DHO

lOIK

)LAlNCA

UIWO

TIVEP7

t30

HUNW

3LAIN

CAIJ

’K40

T1VEPR)D

)$31

W3LAIN

CAUN

WTIV

EPR

30N0

3WLA

INCAU

IWTI

VEPI

V3D

CHAP

ARRA

LINDU

STRI

ESINC

CRAP

ANRA

LINDU

STRI

ESINC

WYCO

RPSO

NY,mRP

UAVE

TEKSAN

DIEC

OINC

SCIE

NTIF

IC-A

TLAN

TAIN

CSC

IENT

IFIC

-ATL

ANTA

It4C

SNAR

PELE

CTRO

NICSCOR

PHI

TSUB

ISNIELE

CTRI

CCoR

PPA

NASO

NIC

PANM

C441

CSPA

NASO

NIC

PAmA

sonI

csH3

T’SU

BISN

IEL

ECTR

ICCCH

IPHI

TSUB

ISRIM

MI’

711CC

UN

HITS

UBIS

III

ELMX

RICC

ORP

MITS

UBIS

HIELE

CTRI

CCORP

HITS

UBIS

81E.W

l’NI

Cm

‘—-”

“““

”“’—

—””

’”‘–

’A

03B

AB

5%1C

AA0

34AB

466B

MA0

3JRB

5961

CAA0

3JRB

5%1C

AA0

3JRB

5961

CAA0

3CAB

4668

M03 03 CV

H127

1CV

1412

7118

65B

%50

%50

M120

NS-U

55AC

6300

AC25

20P

AG25

20P

AC25

20P

US-U

55NS

-U55

NS-U

57NS

-U57

NS-U

57DI

CTAP

NMECP

F-KI

NElf

XICCP

5842

SONYa3

RPV0

5600

SONYCO

RPV0

5600

PAKA

SONI

CSII

V895

0NA

TSUS

NITAELU

INDU

SCO

NV89

50Sa

nca

iPPM

1280

0LA

SERPRE

cIsI

a4COR

PTD

9950

NEUL

ETI’

-PAC

KARD

CO81

46A

SATE

LLIT

ETEL

EVIS

IaSY

STEM

SPAC

2085

SKYCC

4tPU

lZRMC

3777

HICI

K3TE

STINC

3910

-00

HICW

TESTMC

3910

-00

HICK

)TES

TINC

3910

-00

C077

882SNR

EDD1

ffi

HACN

INE,

PAPE

R,OF

FICE

ELEC

TRICWAS

TEBA

SKETCOR

P.11

5658

0SP

LIC

ER

,FIB

EfIO

PT

ICSI

E~ROP

TICA

LCAB

LES

0144

171SWW

EN,

AUD1

O/VI

DFII

HIN

NHIN

IIK&

NFC

0137

887SUI

TfUE

R,VID

EX3

DYNA

IREL

ECTI

DNIC

SINC

013?

888SUI

TfHE

R,VID

k33

DYNA

IREL

ECTK

INIC

SIN:

0144

131SU1

lTHE

R,VID

E32

DYNA

IREL

ECTR

ONIC

SINC

0144

132SWI

TCHE

R,VID

IDDY

NAIREL

ECTB

2N1C

SINC

0144

152SUI

TCHE

R,VI~

VIDk

XITE

NINC

299

H90(

KH+C

15X1

20UT

FR21

01C

FB21

02C

F210

2CF2

102C

RC1O

A

0272

449

4526

63B0

4BSE

6FX8

BD4B

SE6F

R8BD

4BSE

M3D

4526

6440

6827

4004

3520

0878

320

0879

5.

3143

012

A02

0179

11A

0201

B6D

A31

3573

U55

0429

81C

5YA

O03

46L

1KII

O06

01L

1KN

O06

12L

lxN

oo61

4U

5504

3395

U55

0361

O1

5126

274

5747

152

5727

337

9627

5146

461

44%

1E

2ND

O05

27C

5NL

OO

097

1278

987

04-1

622

3221

GO

0445

7504

PS9

1CO

O02

21P

S91C

OO

0225

711

2608

%26

6520

2334

06/N

319

8611

/K3

0885

0140

VOSS

,KE

NN

ET

HE.

V~,

KENN

ETHE.

WS,

NENH

ETHE.

VOSS

,KEN

74E1

’HE.VC

SS,K

EN

NE

THE.

VC

E3s

,KE

NN

ET

HE.

BEUI

ER,KID

NEY

BEII

KER,7

@2DK

EYBE

LCRE

R,KKN

4EY

BElO

l?R,K

4MEY

BEUE

R,IJ

3DNE

YBE

UNER

,KID

NEY

BELC

NER,R24

3NEY

BELC

15ER

,7uXM

EYBE

LCHE

S,ROD

NEY

BELC

8ER,I

KIDN

EYBE

IEHE

R,IUM

EYBE

LCNE

R,FCO

NEY

BEW,

K4N4

EYBE

LCKE

R,Fil

MEY

BELC

HES,ACW

EYBE

UER,

lk?O

IEY

BE

LC

RE

R,IUO

HE

YBE

URER

,R3D

NEY

CUCU

RA,STE

PEEN

J.,

BELC

NER,lUM

EYBE

LC51

ER,143D

NEY

BEll

HER,7i2

0NEY

BELC

8ER,IKK

3NEY

BEll

IIER

,iK

lN4E

YVC

SS,KKN

IO?ME.

VCIS

S,KE

KN

E1’

HE,BE

LCNE

R,WX

MEY

BEME

R,IV

XN4E

YVC

6S,KE

N7(E

THE.

VCSS

,KE

f414

ETN

E.VC

SS,KE

NNET

HE.

STAP

LER,K)

DCERk’

.VO

SS,KE

NNET

HE.

BELC

NEI(

,R30N

EYBE

LCRE

R,M3

HEY

BELC

NER,IW

DNEY

BEll

MER,MO

NEY

BELC

NER,RO

ONEY

BELC

NEf!

,KIDN

EY

190.

118.

119.

119.

119.

118.

800.

800.

600.

600.

7595

.13

4012

8564

0.56

0.14

3142

0.42

0.42

0.%0

.056

0.51

9.51

9.51

9.33

1518

0910

0915

1615

0613

200

8955

1211

0IO

ol14

5016

1316

5316

5118

931

500

5440

2161

301?

2805

1911

10%!

Page 136: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1092

092S

HIT

CU

INCUN

IT,E

LE

CT

RO

NICCC

4AFA

RA

Llf3

NCC

4(P

UT

1MCO

RP

1090

329T

A8L

ET

,cRA

PH

ICS

1255

463

TE

LE

TY

PE

VR

ITE

R12

5546

6T

EL

ET

YT

W71

1TE

R12

5546

7TE

LETY

PEWR

ITER

1255

4?0TELE

TYPN

RITE

R12

5547

1TELE

TYPE

MIIT

ER12

5547

2TELE

TYFW

RITK

R12

5546

4TELE

TYPE

WRIT

ER12

5546

5TELE

TYPE

WRIT

ER12

5546

8TELE

TYPA

MIIT

ER12

5546

9’TELE

TWMR

ITBR

C076

625TK

M41H

ALSER

VKR

G071

954TEM

INAL

,DAT

APIK

USSI

ffi

G077

149TEI

041A

AAL,

DATAPK

CESS

IKG0

7795

7TEP

341A

4AL,

DATAPM

CESS

ING

GCt7

?959T

EM

HH

AL,DA

TAPK

CESS

ING

1086

863

TF

MIH

AL

,DRTAPI

K3CE

SSIN

G10

8953

8TEMI

UAL,

DA

TAP

RX

ESS

IHG

1069

539TEI

WML,

DATAPI

W.ES

SING

1084

680TERH

INAL

,DATAPI

rlES

SING

G077

861TER

HIAA

AL,

DATAPK

CESS

ING

0054

499TERH

INAL

,DRTA

PN

3CE

SSIN

G00

5450

0TE

B311

!IAL

,Dh

ThPl

i3CE

SS1N

G00

5450

1TEWN

AL,Dh

TAP7

rlCE

SSIN

C00

5558

3TE3i

MAL,DA

TAPR

OCES

SING

0055

584W2

i441

NAL,DATAP7

F3CE

SSIN

G12

5601

8TEWA

AAL,DN

APR

OCES

SING

0060

727TE

RHIN

AL,DATAPI

UICE

SSIN

G00

6072

8TEMI

NAL,DA

TAPK

KESS

ING

013?

803TEMI

NAL,DA

TAPI

KICF

SSIH

G12

5602

1TEPH

INAL

,DATAPK

X.IL

SSIN

G01

4090

9TEMI

AAAL

,DATAP7

i3CE

SS1N

G02

5869

3TEIO

IINA

L,DATAPK

CESS

ING

0258

84?TERH

INAL

,DATAPK

CESS

ING

0280

022TERM

INAL

,DATAPI

@CES

SING

0280

023TEIO

HAAA

L,DATAPK

ICES

SING

0280

099TEP

WAL,

DATAPR

OCES

SING

0280

208TERH

INhL

,DRTAPI

B3CE

SSIN

G02

8161

0TERH

IHAL

,DATAP7

@CES

SING

0398

638TE71

J41N

AL,

DATAPR

OCES

SING

0398

B81TERH

INhL

,D71T

APIKK

13S1

NG04

0404

6TERH

INAL

,DhTAPf

OCES

SING

0404

041TEMI

NAL,Dh

ThPR

OCES

SING

0404

509T

ER

341N

hL,

DA

ThPRO

C&SS

ING

SUNH

AGRA

PNIC

SCO

RPKi

OiNRES

EAKH

KW14

RESE

ARUl

K3uM

RmAR

CuKI

WNRM

ARCH

KROU

NREW

ARCN

KrwN

RmAR

CnKR

mARE

SEAR

CHK3

KAANRmA

RcH

KRm

RmAR

Cn3(

RMNIuM

ARcn

CISC

OSYS

TR4SNC

HAmm

luc

Tmu4

31aY

mcm

JNGL

ABs

HMTI

MIC

TECW

WJY

MCHA

mm41

cTm

Dlo3

LlGYlNC

PR

IlK

Eft

3HGR

AP

HICSY

STR

AS

WX

W31

tKlf

fiC

WIW

INGD

EV

ICE

SH

EIW

8KIN

GU

X4F

WIH

GDE

VIC

ES

SUN

NY

VA

IXH

QK

Nm

HIC

.R06

SRV

ESU

NHIC

7BMY

STMSlN

CSU

N14

1C7C

6YST

IMS

lNC

SUNHI

CR3Y

STD4

SINC

BMtE

TT-P

ACKA

RD(1)

mfLE

1l’-

PAcK

MDco

BI-W

KCC

HPUI

’ER

INC

N’EW

LETI

’-PA

CKAR

DCO

UMET

T’-P

ACKA

ROCO

DIGI

ThLEQ4

JIPW

!NT

COW

B1-L

INKCWR

JTER

INC

DIGI

TALMWN

l!NT

CORP

TEmJ

NIxlN

CTE

LEVI

DD)CORP

TELE

VIDD

3CORP

TELE

VIDt

XICORP

TELE

VIDF

33CORP

TELE

VIDD

3CORP

TELE

VID~CO

RPTE

LEVI

DDICORP

PN35

7NH

I118

12HP

20D

HP20

DHP

20D

HP20

DHP

20D

HP20

DNP

20D

HP20

DHP

20D

HP20

DAS

H1-6

4EN

Pc/A

TPC

/XT

PC/A

TPC

/~T

UL

TR

Ax99

9035

902E

NC

0999

0359

02E

486

x/T

uRB

o3/

503/

503/

50C

1OO

3AC

1OO

3AV

Gh4

33C

1OO

3AC1

OO3A

VT22

0F2

VGA4

33VT

220F

241

01A

PT 925

925

9?0

PT PT PTLE

ARSI

FZLE

RELE

CTA?lNS

TRDI

VAD

H3E

NEUL

ETFP

ACKA

ROCO

2623

AH3D

1FIE

DN

NIJ

IT-P

AC

KA

RD

CO

2623

AAK

)DIF

IED

TE

LEV

IDF

33CO

IW92

5

09-1

8444

0103

4300

4E33

111

OO27

3440

2-42

3365

1-42

3366

4-42

3366

5-42

3366

3-42

3366

4-42

3441

1-42

3366

0-42

-33

670-

4233

669-

42M6

88S0

2488

0051

826

0532

8800

523

8800

519

N210

9OO2

OO44

OH2

0152

6N2

0130

9II

H1OO

4377

0415

581

OF

1O95

809F

OO

0680

6F04

9528

14R

0463

928

15A

0464

324

3106

6829

08hO

?D65

2908

RO

I071

Th6

38E

OO

ll24

3106

69N

K71

03O

O99

B02

3547

8604

0312

AC

2711

4002

3C

2711

4002

493

0917

59D

2801

5009

5D2

9035

014

18AD

8606

0079

A30

1923

42V7

0834

2342

V709

2973

1093

45

VOSS

,mm

KH

UR

RA

Y,

HA

RV

EYM.,

JM

m,

mF.

,SR

UAIT

S,TH

C44A

SF.,

SRW

AT

TS,lW

IUS

F.,

SRU

AIT

S,!7

VM

SF.,

SRV

AIT

S,W

F.,

SRW

I’S,

lMM

SF.

,SR

UA

TT

S,TlK

41A

SF.,

SRW

AIT

S,TH

C44

AS

F.,

SRU

A1l

’S,lW

44M

F.,

SRW

TS,

lYW

SF.

,SR

KIS

S,K

EM

EM

E.

PAYN

E,LA

URET

TAJ.

PAYN

E,LA

mAJ.

EKLU

HD,LYN

NEJA

Y,NA

RYJ.

PAYN

E,LA

URET

TAJ.

PAYN

E,LM

FIEI

TAJ.

PAYN

E,LA

UMIT

AJ.

IKMR

ISDA

NIELC.

,11

BRIT

O,J~

Nh.

F.,

RAA4

PlUN

,hf

ILLI

MA.,

BYNU

H,HA

NAN

N0,

,lW

14ES

,LAV

ERNEH.

,CO

LLIN

S,ANH

E-HA

RIE

COLL

INS,ANN

E-HA

RIE

STUR

GIS,UIL

LIAHJ.

,CO

LLIN

S,~-H

ARIE

COLL

INS,ANN

E-HA

RIE

JACK

SONCI!

ARLE

SIi.,

STAP

LER,7WC

ERU.

BYNU

H,NA

RYAN

NO.,

c4KK

ETT#m

yJ.,

VC

6S,K

EN

NE

THE.

CU

CU

RA

,STE

PHE

NJ.,

CO

CU

RA

,STE

PHE

NJ.,

CU

CU

RA

,STE

PHE

NJ.,

CU

CU

RA

,SH3W

ENJ

.,VO

SS,KEN

NETH

E.

BELC

NER,ROD

NEY

VOSS

,KEN

NETHE.

CUIK

E,8A

R8AR

AA.

CU3K

,HIC

NELL

EI.

COCU

RA,STE

PKENJ.

,

114?

549

425

425

4~5

425

4~5

4~5

425

425

425

425

1124

011

5?80

011

5111

5?13

1613

3013

1028

1515

032

/132

1132

1118

118

114

4822U

220

631

144

44 692 38 14 74 105O

40 40 75 29 344

344

?9

Page 137: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

0827

163TE7

U41N

AL,DATA

PllX

ESSI

NCO4

621O

JTEB

141M

L,DA

TAPI

WESS

IHG

0548

182TEB

141N

AL,DATA

P7rm

i.?d

NC10

846B

5TEP

J41K

AL,

DATAP7

fXES

SINC

1084

670TER

NINA

L,DAT

APRO

CESS

ING

054%

10TE

R141

HAL,DITA

PRw

xWIG

Gu/

?%O

l%81

UN

AL,D

AT

APR

XlS

51tA

G10

8461

3TE

IU41

NA

L,DA

TAP

RX

Es!

Hffi

1084

714TE

RNIN

AL,DATAPl

tXES

SINC

0059

163TBN

IIUA

L,DhT

AP7K

ICDS

1M08

4920

6TtU

E41N

AL,

DATAP7

42CE

SS1N

C10

8468

4$EIU

41HA

L,DATAPI

WESS

IMC0

7716

3TBM

IINA

L,DA

YAP

IiXE

SIIH

l10

84?1

2TE

F41

1NA

L,D

hTAPRX

ESSI

NCG0

77%8

TE8M

NAL,DA

TAP

KIC

ES

WC

G077

940TE7

4fIN

AL,

DATAPR

XESS

IIK

0221

791TEM

INAL

,DiT

APK7

CESS

1KG0

7676

8T8M

11NA

L,SER

VER

G076

?70TEM

I174

AL,

SERV

ERGO

167?

6TEB

441H

AL,

SERV

ERG0

7677

7lWU

tMAL

,SER

VER

G077

042TtS

TIH

STRW

14T

0282

471TES

TSE

T,H0

DEJ4LI

NE02

8247

2TES

TSE

T,14

XM34LI

RE04

6247

2TES

TSET

,~~

LINE

0462

550Tt3

tSET

,N3D

t31LINE

0462

551TES

TSET

,~LI

NE04

0422

5TES

TER,CA

BLE

0548

68?mm,

CABL

E20

J660

3TIW

DWAI

NRE

FLKI

WTER

G076

5%TR

ANSC

EIVE

R,t!I

GNTF

WTG0

7661

8TRA

NSCE

IVER

,EIGl

fTEO

RT10

9207

2TRA

NSCE

IVER

,RAD

IO10

9207

3TRA

NSCE

IVER

,RAD1

O01

4408

5TRA

KSNI

TTER

,(X3N

TT0L

1156

838TRA

NS4t

ITTE

R,ELEC

TIVM

C11

5683

9TRA

NS44

1TTE

R,ELEC

TAX3

NIC

1159

921TRM

S441

1TER

,V1

DFL3

0827

160TRM

SFOr

T,HA

CNET

ICTAP

E10

8484

9TRMS

PO~,

MAGN

ETICTAP

E10

9177

1TRMS

K)RT

,MAG

NETI

CTAPE

1156

035TRAN

SFOR

T,MAG

NETI

CTAPE

1084

691TR

N4SF

0RT,MAG

NETI

CTAPE

CO17

866TRA

NSFO

RT,MAGN

ETICTAP

E08

0203

4TRA

KSF1

3RT,NAGW

ICTA

PE.,

APPL

IEDDIG

ITALDA

TASY

S7’O

ISL

EA

RS1f

fil&

ItE

LE

CT

RlN

ST

RDI

VTE

LEVI

DD3SYST

DL’3MC

HIcI

vlsE

RvE

SUNHI

CKL4

YSTE

NSINC

DIGI

TALEQU

IPHE

NTCOR

PHA

CITI

KINI

CTE

CHWI

CYIN

CHI

C7LW

RVE

HIC7

KXMR

VESU

Nll

ICAK

lSYS

TE31

SIN

CICPE

RSON

ALUli

WTER

HICI

U6ER

VETE

LEVI

DA23SYST

F2!SItK

H1cm

ERvE

HICI

C6ER

VEEv

ERExSk

nals

MCSE

LAKA

RCOW

(DIS

CO

NT

INU

ED

)C

ISC

f3SY

WD

BIN

CC

2SC

0sY3T

msI

NC

cIsa

lS

rsm

INc

C2S

CQSY

ST

E41

SlN

CP

K)E

NIX~

PA

CE

INC

.lN

TE

RK

hTIC

NA

LD

AT

ASC

IEN

CE

SIN

TE

RN

AT

IMA

LD

AT

ASC

IEN

CE

SIN

TERN

ATIO

NAL

DATASC

IENC

ESIm

AT14

11AL

DATASC

IENC

ESIm

ATIO

NAL

DATASC

IENC

13TE

XT7a

txIN

CTE

KTln

NIxMC

TEKn

A3NI

xINC

AHER

ICANNET

WRKCO

NNEC

TION

AnER

IcANNEN

ORKc0

NNwT

Ia4

VP

T12

2A

OH

3AP

T38

6SX

3/50

VT

240A

PC/A

Tx/

TuR

Bo

x/T

uR80

3/60

H4P1

49P

T12L

3B6S

XTV

1970

x/Tu

RBo

xpuR

BO18

00A

IIIR

EUOO

XLAS

KAS

HAS

H1-3

2DI

ASM-

32A?

I55

1540

1040

1012

0013

1ONO

DIFI

ED13

1OIU

3DIF

IED

1502

1503

Am MC80

ANC8

0HO

TWNi

AMC

AUlU

C3TI

VEPl1

3DHT

600

lA31

WV3L

AIKCA

171U

0TIV

EP7UD

HT60

0N/

A-CC

41)II

IUXA

VEFKAf

ERDEV

ICESNA

23Vl

WXSC

IENT

IFIC

-ATL

ANTA

lNC

6460

SDF

SC

IEN

TIF

IC-B

TLA

NT

hIN

C64

60S

DF

WE

TE

KSA

KDID

33IN

C18

55B

APPL

IEDDIG

ITALDA

TASY

STRI

S29

22SU

NHI

CIC6

YSTF

31S

INC

DP2

HEum

-PAc

nRD

co91

44A

tIEW

1’FP

ACiM

ROCO

C152

1BS

UNII

ICIC

BY

ST

RISMC

EX

P2

CC

44P

UT

ER

IE31

CIIC

OR

P94

171

EX

AB

TT

ECO

RP

EX

B82

00

1420

2259

5106

0140

3006

7368

1057

2371

1E20

51AB

4I10

1M9

8800

520

7704

166

7704

153

838F

2327

-16

818

6810

5846

9304

0247

7704

167

1704

154

BR26

988

6110

0730

2A1

288Y

329

A12B

8Y33

0A0

688S

022

A068

BS02

350

440

1363

4013

6490

371

1314

7013

1468

B114

783

R095

557

B025

041

1003

310

067

651ASC

0506

651A

SC05

0719

1500

2251

200

2251

730

5309

961

1-13

1811OC

428O

3107

E,98

932

3216

E013

3504

8G06

4823

4172

8569

WELL

,F1

3HNI

ES.VC

6S,KIN

NETHE.

VC6S

,KEN

NETNE.

RAGI

N,AN

GELA

,S.,

KAIS

ER,JOH

NB.

CLEV

ELAN

D,JEF

F1.

,LE

E,LU

CIAL.

RA14

PTW,I

171L

LIAHA.,

13.3

BBIN

S,STEV

ENW.

,UM

PY01

4,UIL

LIMA.

,HC

LEM3

RE,FRAN

CESD.

Cill

CRES

TER,J&%P

HG

PkRK

ER,PAT

RICI

AJK

KS01

4CBA

RLFi

SH.,

SAUI

SBUR

Y,CER

RARDF

TALL

IEU,KA

THLE

ENh.

RA

ISE

Y,WAL

TERF.

VC6S

,KEN

NETHE.

V@S,

KENN

ETHE.

VOSS

,KEN

NETHE.

VOSS

,KEN

NETHE.

fUCU

RA,STE

PHENJ.

,CU

CURA

,STE

PHENJ.

,CU

CURA

,STE

PHENJ.

,CU

CURA

,STE

PHENJ.

,VC

M,KE

NNET

HE.

CUCU

RA,STE

PHENJ.

,VC

SS,KEN

NETHE.

CUCU

RA,STE

PNENJ.

,VC

6S,KEN

NETHE.

V~,

KENN

ETHE.

VOSS

,KEN

KETRE.

VCM,

K3MH

ETHE.

Voss

,mm

E.

BELC

HER

,IDD

NEY

BEU

I’ER

,IO

DN

EYBE

LCR

ER,K

$MEY

BELC

HER

,KID

NEY

WEL

L,Fu

3NNI

ES.CO

LLIN

S,MN

E-KA

RIE

CLEV

ELAN

D,JEF

F1.

,CL

EVEL

AND,JEF

F1.

,EL

LIOT

T,DAV

IDF.

BAZA

,CAR

HEHR.,

BAZA

,CAR

HENR.,

500.

131

400.

1349

.65

51.

1624

1151

150.

750

4169

3594

1349

1150

750

150.

z~~l

1300

9920

9920

8120

8120

3320

2711

521

8516

4i23

6223

6265

1663

~5

4673

661

661

461

46J

2499

1300

011

000

4’/4

1000

052

0u19

5U41

5012BI

4171

2220

Page 138: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1159

9]1T

AM

SFO

RT

,H

AC

N17

1CTA

PE01

4412

6TR

AI,FIB

EROP

TIC

0144

130TR

AY,FIB

EROP

TIC

1157

?52TRUC

K,PI

CKUP

115?

?50TRUC

K,VA

N,PA

NEL

1157

751TRUC

K,VA

N,PA

NEL

0061

068TR

UCK,VA

N,PA

NEL

0061

069TRO

CK,VAN

,PA

NEL

0061

070TRO

CX,VAN

,PA

NEL

0061

071T

RU

CK

,VA

N,PANE

L04

6216

4TY

PWII

ITE

RG

O16

786tA

NG

0614

86V

AN

,MIN

I00

614B

IVA

N,H

I141

0801

830V

fZIW

MD

PEG

O14

187W

OMS

ThT

ION

,OFF

ICE

CO

?478

8WA

XST

AT

ION

;OFF

ICE

G07

4?89

WA

XST

MIO

R,O

FFIC

E

SU

N141

CI’W

ST

R4S

INC

GRAS

SVAL

LEYGRO

UPlN

CTIE

GRAS

SVAL

LEYWWF

INCTNE

RMDNo

IWco

mRDPA

RTS

FWOn

oK)R

coNY

WPAR

TsID

RDNO

K)RCOlW

UIPA

RTS

mlloW3

Wco

IWOPA

RTS

mRDW

IOll

comR

DPAR

Ts‘

mRDm

comR

DPAR

TsmR

ot$

llOI

lco

llMl

lPART

S

X66

071

NoNE

NONE

F250

mLIN

EE1

50EC

WILI

NEE1

50A

EK

ET

AR

MK

ET

AR

AliK

6TA

RM

K6T

AR

IN1’

ER

)ihT

ION

AL

BUSI

NESSHAC

IIIN

E895

FORDIa

nORcoFt

MDP

AR

TS

AETV

3TAR

FoRD

mcOm

RDPA

RTs

AERL

ETAR

mull

unuR

comR

DPAR

T’s

HIHIVA

N198

9TE

KTIV

3HIXIKC

1720

cElf

TERc

OREI

KcCE

KTER

4XIR

EIHC

cE14

TERa

7REI

llc

241G

0121

vc6s

,Em

E.00

6398

BELC

NER,kO

ONEY

0063

$8BE

LCHE

R,RO

DNEY

1FTN

F25Y

XPNA

0748

2VCS

S,KE

NNET

NE.

1FTD

E14Y

1NHB

6030

8VC6

S,KE

mE.

1FTD

E14Y

3NHB

6030

9V~S

,KE

NNET

NE.

lFI’

DA14

U7K2

B690

13VC6

S,im

mE.

1EYQ

A14U

1K2B

6439

0V@S

S,KE

HNET

NE.

lFI’

DA14

U4K2

B643

97VOS

S,KE

NNET

NE.

1FTD

A14U

7K2B

1175

7VOS

S,KE

NNET

NE.

240S

488

EVAN

S,AG

NESB

.1F

TDE1

4Y1G

RA75

360VC6

S,KE

NNET

NE.

1FTD

A140

2K2C

2M14

3VC6

S,KE

NNET

NE.

V14i

ltTD

A144

6K2C

2184

5VO

SS,KEN

NETNE.

B031

615

BELC

IIER

,711D

NEY

LIIT

LE,HUG

ND.

SNED

LUND

,HARI

LYNK.

U30D

CCCK

,CWT.,

1200

.00

318/

.00

3181

!.UU

1549

1J.00

1351

4.00

1151

4.00

1159

).00

1093

0.00

1093

0.00

1171

3.00

660.

0045

46.0

011

892.

0011

892.

0019

13.oo

2048

.45

2048

.45

2048

.45

r.&

Page 139: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

EXHIBIT E

SUBCONTRACTINGPLAN

Page 140: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

T.MLE OF CONTENTS

S.Qa

4.1.14.1.1.14.1.1.24.1.24.1.34.1.44.1.54.1.6

.:t 4.1.7

4.1.84.1:8.14.1.8.24.1.94.1.9.1

-..

Definitions 4-5Small Business Concer n....... . . . . . . ..”. .””” .s -...”” -.”” ”4-5Small Disadvanmged Business Concern . . . . . . . . ””. ” ” . . . . . . . . . . ~~ 46percentage Gods . . . . . . . . . . . . .....””....”..o.”....”.” ..416Dollar Gods . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. . . . . . . . . . . . . . . .

Princi@ TyP@ofSubcon~cu. . . . . . . . . . . . . . . . . . . . . . . . . . . .. .4-7

. . . . . . . . . . . . . . “ . . “. . . . . . . . . .

. . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . ..

. . . . . . . . . . . . . ...”

~dminismtion o~theSubconncting Program . . . . . . . . . . . . . . . . . . . .4-15

.4-15Administrator. . . . . . . . . . . . . . . . . . . . . . . . ...’.. . “.. . ...1.4-15

4.1.9.2 De@ptionofDuties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.1.10 Efforts to Assure Equitable Oppomnity To Compete . . . . . . . . . . . . . . . . 4-174.1.10.1 - “

. . . . . . . ... . . . . . . . . . . . . . . . . . . .

4.1.10.2. . . . . . . .. . . . . . . . . . ...” . . . . .

4.1.11. . . . . . . . . .. . . . . . . . . . ...” ““. . .

4.1.12 Clause kclusion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.1.13 Cooperation mdRePornng . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.1.14 Records Mtintenmce . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.:.14.1 Identifi@on of SmaWSmdl Disadvanmgti Business Concerns . . . . . .4.1.14.2 Organimtions Conwti . . . . . . ..o . . . . . . . . . . . . . . . . . . . . .4.1.14.3 Subconmct Solitimtions Momtia$100,0OO . . . . . . . . . . . . . . . .4.1.14.4 Out.r=ch Effo~ To Locate Small/Small Disadvm@gd Business Sources4.1.14.5 Internal Guidance and Encouragement to Buyers . . . . . . . . . . . . . . .4.1.14.6 Support of Award Data Submittal to Government . . . . . . . . . . . . . .4.1.15 Approved purch=tig Sys&m . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.1.16 Payment mSubconwmfi . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.1.17 corpomte Poficy . . ” ” . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.4-23

.4-24

.4-24. 4-24.4-25.4-254-25

.4-25

. 4-26.4-27.4-27.4-28

44

.-..,,..,.!.: -.,~-,,:. : - $::!,..., “.. -”!.,..rr.:... , ,, . . . ..,.,:.. .::,. ,., . . . . . ,.

Page 141: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

4.1.1

4.1.1.1

Definitions

Small Business Concern

As used in this Subcontracting Plan, the term “Sm~l Business

Concern” mtxms a business as defined pursuant to Section 3 of the

Small Business Act and reievant regulations.Gefl=~ly,thisrn~s

a Small Business Concern organized for profit, which k independently

owned and operated, is not dominant in the field of operations in

which it is bidding, and meets the size standards as prescribed in

Government regulations.

4.I.1.2 Small Disadvantaged Business Concern

As used in this Subcontracting Plan, the term “Small Disadvantaged

Business Concern” mezmsa Small Business Concern which is at least

51 percent owned by one or more socially and economically

disadvantaged individuals; or, in the case of any publicly owned

business, at least 51 percent of the stock of which is owned by one or

more socially and economically disadvantaged individuals; and, whose

management and daily business operations are controlled by one or

more such individuals.

The term “socially and economically disadvantaged individuals”

includes Black Americans, Hispanic Americans, Native Americans,

Asian-Pacific Americans, Subcontinent Asian Americans, and other

minorities (as qualified by the U.S. Small Business Administration),

or any other individual found to be qualified by the Small Business

Administration under 13 CFR 121.1. The term “Native Amerias”.

includes American Indians, Eskimos, AIeuts, and Native Hawaiians.

4-5

Page 142: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

The wm - .+Sian-Pacific Americans” inc!udes United States citizens

Whose origins are in Japan, China, the phdippines, vietnam~ ‘or=?

Samoa, Guam, the U.S. TfIJSt Teficory of the Pacific Islands, the

*Northern Maikna Islands, Laos, Kampuchea (Cambodia), Taiwan,

Burma, Republic of rhe Yfarshail Islands, or the Fed&ated SUUcsof

Micronesia. Socially and economically disadvantage enLiU= also

include Indian tribes and Native Hawaiian organizations.

4.1.2 Percentage Goals

The following goals for the use of Small Business and Small

Disadvantage Business Concerns as subcontractors have been

established based upon the estimated total dollar amount specifki in

- paragsaph 4.1.3:

● Small Business Concerns 40.5%

● Small Disadvantaged Business Conccxns 37.6%

4.1.3 Dollar Goals

CSC has established, in this Plan, the following subcontracting goals:

● Small Business Concerns S2,092,510

● Small DisadvanmgCd Business Concerns 27,002,628

● Other than Small or Small

Disadvantaged Business Concerns$4~.7~.21(J

● Total Dollars to be Subcontracted S71,795,349

4-5

Page 143: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

4.1.4

. .

4.1.5 “ Hincipal Types of Subcontrac~

.

lle principal types of supplies and services CSC contemplates

subcontracting are:

4.1.5.1 The types of supplies and sawices planned to be subcontracted to Small Business

Coneems include:

4-7

Page 144: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

TO

TA

LCO

NT

RA

CT

@-=

4w--

kb“-“

=(-

Sm

dl

Bd

n.o

sl%

ncc

tns

42.S

%40

.3%

Sm

sil

Dls

adu

mta

aad

Bu

slrw

s39

.8%

37.9

%

Can

culr

n

0011.s

tGxk

&Co

t8b8

cl~@

~

fS

mal

lB

mln

asa

Co

ncs

4ns

s477

.071

S55

3.20

8In

Sm

dD

isad

van

tag

ed6,

S32

.481

7.09

3.17

6

BtA

nass

Cencum

s

OU

Iw?l

mn

Sndl

01

Sm

otl

9.5

01.S

24

1t,

348.7

05

Ill*a

dva

nta

ged

fhm

inrn

ss(2

xtce

ms

39.9

%3M

16

37.0

%36

.2%

$901

.424

S26

,651

t1.

404,

60S

326.

715

111,SJ0

,801

551.4

64

..——

39.2

%

36.2

% !

$26,6

51

328,7

15

55$,4

64

39.2

%

36.2

%

$26.

651

326.

716

551.

464

392%

36.2

%

S26

.651

328,

715

551,

464

.——

.

392%

39.2

%40

5%

36.2

%36

2%37

6%

S26.6

51

“$26.6

!)1

$2.0

92.5

10

328.7

15

326.7

15

2?.

002.6

2M

5S

1.4

64

551,4

64

42.7

00.2

10

—-—

....

——

..—

Tu

ldE

sllm

awd

An

lou

ldS

16.5

12.3

75$1

8.99

S.0

t19

$30,

846.

909

S90

6.82

9$9

06.6

29$8

06.6

23S

906.

829

S90

6.t1

29$9

06.8

TJ

S71

.795

,349

10B

aS

ub

con

lmC

lm~

..-—

.—

.—--

--..

.—

----

Tab

lo4.

1-l

CS

CS

Subcanlt

acti

ng

Go

als

by

Cw

lmc

tP

*Iio

tI

Page 145: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

BA

SIC

LEV

ELO

FE

FF

OR

T

Sm

all

Dls

adva

ntt

god

EhA

noss

Concw

ns

To

lal E

s~im

ahdAm

ow

d10

B@

Subccm

lmcla

d

Td

da

4.1

-2(X

Ws

Subconlt

acti

ng

Go

als

by

Contm

cl

Pw

iod

,-L

)

Page 146: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

ADDI

TION

ALLE

VELOFEF

FORT

Sm

411S

r.m

ine

mC

ancanw

Sm

all

Ols

cdva

rdsg

ad

Oudnaas

Concenm

Eh

no

llB

udrr

oas

Crm

ccfm

Patc

an!01C

ontr

actA

mo

un

t

Sm

all

Ois

aduanla

gad

Ou

sin

oss

Co

nct

ma

Pm

cont

otC

ontm

ct

Am

ou

nt

OU

mr

Than&

nallof

Sm

all

Ois

aduaota

gud

13uain

am

Cancolm

Tu

ldE

slim

ara

dA

mount

To

B.

Su

bc

orr

tmc

tarl

ToId

Contr

aJ

Am

ount

Tab

lo4.1

-sC

SC

hS

uhconbacti

ng

Go

als

by

Contm

ct

Pw

iod

Page 147: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

● Training

4.1.5.2 The types of supplies and services planned to be subcon~ct~ to Small

Disadvantaged Business Concerns include:

,-

● “

:.

4.1.5.3 The types of supplies and services planned to be subcontract to Women-Owned

Small Business Concerns include:

4.1.6

._. .—..-. —. .- --..——- --. —

Page 148: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I

:-

4.1.9 Administration of the Subcontracting Program

4.1.9.1 Administrator

The individual who will administer the Subcontracting Program for.-this contract is:

.

Name:

Title:

Telephone No:

4.1.9.2 Description of Duties

The will be responsible for implementing

corporate policy to ensure CSC*Scompliance with Federal regulations.

The also will maintain liaison with Government

representatives charged with monitoring those efforts.Specific

functions will W.

● To eolkct and review current information regarding

Government regulations, and to disseminate that

information to appropriate CSC personnel.

● To assist in establishing goals and measuring

performance against those goals.

4-15

Page 149: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

m

..

To ensure that all required reports are submitted in a

timely manner.

To coordinate with the Contracting Officer and other

appropriate Government officials concerning CSC*s

actions with respect to any subcontracts awarded or any

other considerations with respect to CSC’S Small and

Small Disadvantaged Business Subcontracting Program.

To c~rdinate CSC @cipzttion in studies and

programs which further the interests of SmalI and Small

Disadvantaged Business Concerns.

4.1.10 Efforts to Assure Equitable Opportunity to Compete

The following is a description of efforts which will be taken to assure

Small Business and SmaU Di=dv~~g~ Business Concerns ~1 have .

equitable opportunity to compete for subcontracts.

4.1.10.1

.

4-17

,(- ,’ :!-C .1, ,-- .~’ :rl. ..,,,!,! .,. ,., . . . . .; :.,’;, v ,,! :.? :! :.. .~,:.. ,; ,:[. ;,r!, .l\ .,,.

Page 150: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

To ensure consideration of Small md Small

Disadvanmged Business Concerns

discussions with small and smallTo promote

disadvantaged businesses regarding potential

subcontracting opportunities.

To retain capabilities information for- small and small

disadvantage firms,

To ensure that, to the maximum extent practicable,

small and small disadvantage businesses are

encouragd to compete for subcontracts.

To ensure that, in keeping with the urgency of the

requirement, sufficient time is allowed to determine if

and why small and small disadvmbged businesses did

not respond to solicitations.

..

\

4-16

Page 151: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

-.. . . . . . ----- .

-.

4.1.12 Clause Inclusion

In accordance with FAR 19.708(a), CSC will include the clause at

52.219-8, entitled “Utilization of Small Business Concerns and Small

Disadvantaged Business Concerns,” in solici~tions and subcon-ts

when the value is expected to exceed S25,000, unless for personal

~ces or to be performed entirely outside the United States and its

territories and possessions. In addition, as the prime contractor, CSC

wilI require ail subccmuactors (except Small Business Concerns) who

receive subcontracts in excess of S500,000 (S1,000,000 in the case of

a contract for construction of any public facility) to adopt a plan.

4-23

“-”. e !r lISC-:(]SIIIM >,“ ,;r(,fy ).iil :.,l:\ . .,1:., !- .. .. . .... . . ... 1- ,..r: :: ;,. ... I . . . . . . . ,,,- “.. .

Page 152: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

4.1.13

+pp..- J .= 1:

- ,.

similar to the plan required by the clause at 52.219-9. e~[l[l~ “Smzdl

Business and Small Disac!vanta~ed Business Subconuacting Plan. ”

Cooperation and Reporting

.

4.1.14 Records

CSC will cooperate in any smail and smaIl disadvantaged business

studies or surveys u may be required by the Small Business

Administration. In addition, CSC will submit periodic reports in order

that the Government may determine the extent of CSC’s compliance

with this subcontracting plan, including Standard Form 294,.

Subcontracting Repofi for Individual Contracts, and Standard Form

295, Summary Subcontract Report, in accordance with the instructions

on the forms. CSC assures that any subcontmctors who are selected

to perform services, will agree to submit these Standard Forms, as

applicable.

Maintenance

To assistin demonstrating compliance with Government requirements,

CSC will maintain at least the following

4.1.14.1 Identification of Small/Small Disadvantaged

types of records:

Business Concerns

CSC will document compliance by maintaining Small Business and

SrnaiI Disadvantaged Business Concern source lists, guides, and other

&ta identifying potential suppliers.

Page 153: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

PPP&&&

4.1.14.2 Organizations Contacted

CSC will maintin records indicating orgmi=tions contac:ed to locate

Small and Small Disadvan&ged Business Concerns.

4.1.14.3 Subcontract Solicitations of ~Vore Than ~ iOO,~O

CSC will maintain, on a contract-by -conmct basis, records on all

subcontmct solicitations over S 100 ,CCO, indicating oh each solicitation

(a) whether Small Business Concerns were solicited, and if not, why

not; (b) whether small disadvantaged business concerns were solicited,

and if not, why not; and (c) if applicable, reasons for the failure of

solkitd Small or Small Disadvantaged Business Concerns to receive

the subcontract award.

4.1.14.4 Outreach Efforts To Locate Small/Small Disadvantaged

Sources

Business

4.1.14.5 Internal

Records to support outreach efforts will include contacts with minority

and smaIl business trade associations, business development

Organizatiotls, and attendance at small and small di=dvan~gd

procurement conferences and trade fairs.

Guidance and Encouragement to Buyers

Records ti be maintained to support internal activities that guide and

encourage buyers to monitor activities and to evaluate comptice with

the program’s requiremen~. CSC is committed to achieving the

objectives est.abiishd in its Small Business and Small Disadvanugd

Business Subcontracting Plan.

4-25

. .-,J.

.,- - ;,. !. . . . . .

.,: r..”’ -’”:, -..1 .. ’..., ,. . . .

Page 154: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1-

4.i.14.6 Support of Award Data Submitted to the Government

CSC will prepare and maintain the following subcontract

documentation package which will contain the history of activities

from decision to buy through the solicitation process and subsequent

award.

● Customer Work Requirements

● Statement of Work or Specifications

● Notification of Intent To Subcontract

● ✎

● Certifications and Represenmtions

Page 155: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

1:’-..

4.1.15

● Contracting Officer Consent to Placement

The primary records maintained by CSC to monitor and evaluate our

subcontracting results will be the Subcontracting Report for Individual

Contracts, Standard Form 294, and the Summary Subcontracting.

Report, Standard Form 295. These repom list prime contract

number, title and value, business classification, the dollar amount of

total subcontracting, and percentage for small business, small

disadvantaged businc+s, and large business of the total amount. CSC’S

detiled Small Business Program Repofi

Standard Forms 294 and 295 for reporting

Approved Wrchasing System

then is compiled on the

to the Government.

4.1.16 “ Payment

CSC*S Applied Technology Division is integrated into a centralized,

fully-automated procurement function which is DCMC-approvd, in .

accordance with Contractor Purchasing System Review (CPSR)

procedure.

to Subcontractors

CSC complies with the statutory requirements in FJ.R 19-702.

4-2,7

,. .1-, ,.1::- : “~’’’::l,’... . .-..,,-. .,:. ,.. :,!, ,1 ;::{. ,: .,. ).,QC .( ‘1:13.)11$1)$1- h..

Page 156: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

:--

4.1.17 Corporate Policy

CSC’S Corporate Management Policies on Small Business and Small

Disadvantaged Business Subcontracting Progmms, Labor Surplus k=

Subcontracting Programs, and Utilization of Women-ownd Business

Concerns, along with the

are firmly committed to fulfilling the goals of the Small and Small

Disadvantaged Contracting P!an ~ stated, pursuant to the requirements

of the RFP..

*28

;r, .,,.,, .,, ~ :... :.: . . . . . . -- .,: .p ::. , .. . . ..- . . . . . <, .,.. . . . . . . . ., ’,.,. ,,..1 :7- ,~,.

Page 157: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

I1-.L

EXHIBIT F

iEGISTER OFHAGE 0ETERt41NAT10N AND FRINGE BENEFITS

Page 158: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

U.S.

DE

PA

IIT

ME

l!T

OF

LA

BO

RE

MP

LO

YM

EII

TS

TA

ND

AR

DS

AD

MIN

IST

RA

TIO

NW

AG

EA

ND

IIOU

RD

IVIS

ION

WA

SIII

NG

TO

N,

D.C

.20

210

RE

GIS

TE

RO

FW

AG

ED

ET

ER

MIN

AT

ION

SU

ND

ER

TIIE

SER

VIC

EC

OII

TR

AC

TACT

Ala

nL

.M

oss

Div

isio

nof

Dir

ecto

rW

age

Det

erm

inat

ions

Cla

ssof

Serv

ice

Em

plo

yees

(Page

1of

6

Stat

e:V

irgi

nia

Are

a:V

AC

OU

NT

IES:

;]J’

iMPT

Otl

LO

CA

LIT

Y

1

Wag

eD

eter

min

atio

n11

..:78

-103

0(R

ev.

2.—

—3)

Dat

e:00

/00/

1992

Min

imum

.I

Fri

l~ge

Ben

efit

Pay

men

ts—

.

Ilou

rly

Wag

eIl

ealk

h&

Vac

atio

nIl

olid

ayO

t:l~e

rW

elta

reI

Em

plo

yed

on

con

~rac

tsfo

rA

dm

lnis

krat

lve,

Cle

rica

l,an

d‘1

’ec!

li]i

cal

serv

ices

atN

ASA

Lan

gley

Res

earc

hC

ente

rin

the

abov

elo

calit

y:

1.A

cco

un

tin

gClerk

I$

6.55

2.

Accounting

Clerk

II

$8.21

3.A

cco

un

tin

gClerk

111

$8.55

4.

Accounting

Clerk

IV

$10.37

5.

File

Clerk

I$

5.17

6.

File

Clerk

II

$5.73

7.

File

Clerk

111

$6.99

8.

Inve

ntor

yC

lerk

$5.

399.

llessenger

$5.62

10.

Order

Clerk

I$

6.36

11.Order

Clerk

II

$8.34

12.

Payroll

Clerk

$7.50

13.

Rec

epti

on

ist

$6.

0914

.Secretary

I$

/.50

15.

Secretary

$8.67

16.Secretary

111

$9.23

17.

Secretary

IV$

10.1

3“

18.

Secr

etar

yV

$10

.58

19.

Sten

ogra

pher

I$

7.63

20.

Sten

ogra

pher

II$

8.56

II

——

—._

Page 159: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

U.S

.D

EP

AR

TM

Etl

TOF

LABOR

EMPLOYMEIITSTANDARDS

ADMINISTRATION

WAGE

AN

DH

OU

RD

IVIS

ION

l#A

SllI

NG

TO

N,

”D

.C.

2021

0

REGISTER

OF

WAGE

DETERMINATIONS

UNDER

TllESERVICE

CONTRACT

ACT

Ala

nL

.fl

oss

Division

of

Director

Wage

Determinations

Cla

ssof

Se~

vice

Em

ploy

ees

21.

2-).

23.

24.

25.

26.

27.

28.

29.

30.

31.

32.

33.

34.

35.

36.

37.

38.

39.

40.

“k43

.44

.

Sw

itchb

oard

Ope

rato

rSw

itch

boar

dO

pera

tor-

Rec

epti

onis

tT

ypis

t1

Typ

ist

IIWord

Processor

IWord

Processor

II

Computer

Data

Librarian

Computer

Operator

IComputer

Operator

II

Computer

Operator

III

Computer

Operator

IV

Co

mp

ute

rP

rog

ram

mer

I4/

Co

mp

ute

rP

rog

ram

mer

114/

Co

mp

ute

rP

rog

ram

mer

III

4/

Computer

Systems

Analyst

I4/

Computer

Systems

Analyst

II

4/

Computer

Sys

tem

sA

nal

yst

III

4/

Key

Entry

Operator

IK

eyE

ntr

yO

per

ato

rII

Peripheral

Equipment

Operator

Aircrafk

Mec

han

icA

ircr

aft

Shee

tmet

alM

echa

nic

Air

craf

tW

orke

rD

raft

erI

LOCALITY

Paq

e2

of6

State:

Virginia

——

Area:

VA

COUNTIES:

liA14PTON

t

Wag

eD

eker

mln

atio

nN

o.:

78-1

030

(Rev

.23

)D

ate:

08/0

0/19

92

Mln

i,mum

Hou

rly

Wag

e

$6.

34$

6.65

$6.

41$

7.67

$6.

43$

7.97

$7.

47$

7.73

$9.

06$

10.8

4$

12.4

6$

10.9

2$

13.5

0$

16.0

3$

14.6

5$

16.5

7$

19.3

4$

6.35

$7.

86$

7.22

$13

.09

$13

.09

$11

.96

$7.

01

Fri

nge

Ben

efit

Pay

men

ts

IIea

lth

&W

elfa

reva

cati

onH

olid

ayoL

l)eL

-

Page 160: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

.II

Us.

DIS

PA

RT

ME

IITOF

LABOR

EMPLOYMEIITSTANDARDS

AD

MIN

IST

RA

TIO

NWAGE

AtlDIIOURDIVISION

HASIIINGTON,

D.C.

2021

0

RE

GIS

TE

RO

FW

AG

ED

ET

ER

HIN

AT

ION

SU

ND

ER

TIIESERVICE

COIITRACTACT

By

dlr

ectl

on

of

~he

Secretary

of

Labor

Ala

nL

.M

oss

Division

of

Director

Wage

Determinations

C]aSS

Qf

Service

Employees

45.

46.

47.

48.

49.

50.

51.

52.

53.

54.

55.

56.

57.

Dra

fter

IID

raft

erII

ID

raft

erIV

Dra

fter

VIl

lust

rato

rI

Illu

stra

tor

11Il

lust

rato

rII

IT

ech

nic

ian

IT

ech

nic

ian

IIT

ech

nic

ian

111

Ph

oto

Lab

Tec

hic

ian

Em

erge

ncy

Med

ical

Tec

hn

icia

n4/

Reg

iste

red

Ind

ust

rial

Nu

rse

4/

Page

3o

fb

Stat

e:V

irgi

nia

Are

a:VA

COUNTIES:

IIAMPTON

—.

LOCALITY

Wag

eD

e

Min

imu

mIlourly

Wage

$8.

74$

10.6

5$

13.3

6$

16.2

5$

7.09

$8.

84$

10.7

7$

8.21

$10

.16

$12

.24

$8.

06$

10.0

0$

13.3

9

I

II

erm

lnat

ion

tlo.

:78

-103

0(R

ev.

23)

Dat

e:—

-—00

/08/

1992

Frin

geB

enef

itP

aym

ents

Hea

lth&

Wel

fare

I

Vac

atio

nII

olid

ay

Fri

nge

bene

fits

appl

icab

leto

all

clas

ses

ofse

rvic

eem

ploy

ees

enga

ged

inco

ntra

ctpe

rfor

man

ce:

1/2/

3/

Page 161: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

WAGE

DETERMINATION

78-1030

(Rev.

23)

DATE

08/0

8/19

92P

age

4of

6

1/}IEALTII&

WELFARE:

Life,

accident,

and

health

and

pers

onal

leav

e,se

vera

nce

pay,

and

savi

ngs

and

aver

age

of$2

.23

per

hour

com

pute

don

the

basi

sof

onth

eco

ntra

ct.

“insuranceplans,

sick

leave,

pension

plans,

civic

thri,ft

plans:

Employer

contributions

costil~q

ail

all

hours

worked

byse

rvic

eem

ploy

ees

employed

2/

VACATION:

2weeks

paid

vacation

after

1year

of

service

with

acontrac~or

orsu

cces

sor;

3we

eks

after

10

years

of

serv

ice.

Len

gth

ofse

rvic

ein

clud

esth

ew

hole

span

ofco

ntin

uous

serv

ice

with

ttle

pres

ent

(successor)

contractor,

wherever

employed,

and

with

the

predecessor

contractors

in

the

performance

of

similar

work

at

the

same

Federal

facility.

(Reg.

4.173)

3/

lIOLIDAYS:

10

paid

holidays

per

year:

New

Year’s

Day,

Martin

Luther

King

Jr.’

sBirtl]day,

Washington’

s.Blrthday,

Memorial

Day,

Independence

Day,

Labor

Day,

Columbus

Day,

Veterans’

Day,

Thanksgiving

Day

,an

dC

hri

stm

asD

ay.

(Acontractor

may

substitute

for

any

of

the

nam

eh

olid

dys

ano

ther

day

off

wit

hp

ayin

acco

rdan

cew

ith

ap

lan

com

mu

nic

ated

to

the

employees

involved.)

4/

‘1’h

ete

rmIl

serv

ice

empl

oyee

IIdoes

not

include

any

empl

oyee

who

qUZilifi6?S

asan

eXeC

UE

IVe,

adm

inis

trat

ive,

orp

rofe

ssio

nal

employee

as

those

terms

are

identified

in

Regulations,

Par~

5.11,

issued

under

the

Fair

Labor

Standards

Act.

(See

CFR,

Part

541).

t

}4 ,. ., ,.

Page 162: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

.

WAGE

DETERMINATION

78-1

030

(Rev

.23

)D

A1’

E08

/08/

1992

Page

5of

6

——

NOTE:

The

contracting

Off

icer

shal

lre

qu

ire

that

any

cI.=

so

fse

rvic

eemployee

which

is

not

list

edherein

and

which

is

to

be

employed

under

the

contract

(i.e.,

the

wor

kto

bepe

rfor

med

isno

t

perf

orm

edby

any

clas

sifi

cati

onlis

ted

i.nth

ew

age

dete

rmin

atio

n),

becl

assi

fied

by

the

contractor

so

as

to

provide

areasonable

relationship

(i.e.,

appropriate

level

of

skill

comparison)

betw

een

such

un

liste

dcl

assi

fica

tio

ns

and

the

clas

sifi

catio

nslis

ted

inth

eW

age

dete

rmin

atio

n.su

cil

conf

orm

edcl

asse

sof

employees

shall

be

paid

the

monetary

wages

and

furnished

the

frin

gebe

nefi

tsas

are

dete

rmin

ed.

Such

conf

orm

ing

proc

edur

essh

all

beim

itiat

edby

the

cont

ract

orpr

ior

totl

~epe

rfor

man

ceof

cont

ract

work

by

such

unlisted

class(es)

of

employees.

Awritten

report

of

the

proposed

conforming

action,

incl

ud

lng

info

rmat

ion

rega

rdin

gth

eag

reem

ent

ordi

sagr

eem

ent

oft}

~eau

thor

ized

repr

esen

tati

.ve

ofth

eem

ploy

ees

involved

or,

where

there

is

noau

thor

ized

repr

esen

tati

ve,

the

employees

themselves,

shall

be

submitted

by

the

contractor

to

the

contractil~g

officer

no

late

rth

an30

days

after

such

unlisted

class(es)

of

employees

perf

orm

san

yco

ntra

ctw

ork.

‘rhe

cont

ract

ing

offi

cer

‘sha

llre

view

the

proposed

action

and

promptly

subm

ita

repo

rt:

Ot

tl~e

acti

on,

toge

ther

with

the

agen

cys’

reco

mm

enda

tion

and

all

pert

inen

tin

form

atio

nin

clud

inq

Ll)

epo

sitio

nof

the

cont

ract

oran

dth

eem

ploy

ees,

toth

eW

age

and

Nou

rD

ivis

ion,

Em

ploy

mel

\t~~

d[ld

dtds

Adm

inis

trat

ion,

U.S

.D

epar

tmen

tof

!L

abor

,fo

rre

view

.(S

eese

ctio

n4.

6(b

)(2)

ofR

egul

atio

ns29

CFR

4)

Ull

IFO

RM

AL

LO

WA

NC

E:

Ifemployees

are

required

to

wear

uniforms

in

the

performance

of

this

cont

L-ac

t(e

ither

bytl)

ete

rms

ofth

eGovernment

contract,

by

the

empl~yer,

by

the

state

or

local

law,

etc.),

the

cost

of

furnishing

such

uniforms

and

maintaining

(by

laun

deri

ngor

dry

cle

an

ing

)su

chu

l~it

oL

-nls

isan

expense

that

may

not

be

borne

by

an

employee

where

such

cost

redu

ces

the

hour

lyra

tebe

low

that

requ

ired

byth

ew

age

dete

rmin

atio

n,T

heD

epar

tmen

tof

Lab

orw

illac

cept

paym

ent

inac

CL

)t-L

~dll

~~w

ithth

efo

llow

ing

stan

dard

sas

com

plia

nce:

The

contractor

or

subcontractor

is

required

to

furnish

all

employees

with

an

adequate

nu

mb

er

or

un

ifo

rms

wit

ho

ut

CO

SC

or

tore

imb

urs

eem

elo

ye=

for’

the

actu

alco

sto

fth

eu

nif

orm

s.In

add

itio

n,

where

uniform

cleaning

and

maintenance

is

made

the

responsibility

of

the

employee,

all

contractors

and

subcontractors

subject

to

this

wage

determination

shall

(inthe

abse

nce

ofa

bona

fide

collective

bargaining

agreement

providing

for

adifferent

amo

un

t,or

the

furn

ishi

ngO

fcontrary

affirmative

proof

as

to

the

actual

cost),

reimburse

all

employees

for

such

cleaning

and

maintenance

at

arate

Ot

$3.60

aweek

(or

76

cents

aday);

and

effective

April

1,19

91,

the

note

shal

lbe

$4.2

5per

week

(or

$.85

cents

per

day).

Nowever,

in

those

instances

where

the

un

ifo

rms

turn

ish

edar

em

ade

of

“was

han

dw

ear”

mat

eria

ls,

may

be

routinely

washed

and

dried

with

ot])er

personal

garments,

and

do

not

require

any

special

treatment

such

as

dry

cleaning,

daily

was

tiil]

q,

OL

commercial

laundering

inorder

to

meet

the

cleanliness

or

appearance

standards

set

by

the

term

sO

fthe

Go

vern

men

tco

ntr

act,

by

the

con

trac

tor,

by

law

,o

rb

yth

en

atu

reof

the

wor

k,tl

)ere

isH

O

requirement

that

employees

be

reimbursed

foruniform

maintenance

costs.

Page 163: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

,,

NAGE

DETERMINA’1’ION

78-1

030

(Rev

.23/

..

DATE

08/0

8/19

92P

age

6of

6.

——

_.

110’

I’E;

Th

ed

uti

eso

f!employees

under

job

tikles

listed

are

those

described

in

the

Service

con

tract

Act

Directory

of

Occupations,

Sec

on

dE

dit

ion

,July

1986,

unless

otherwise

indicated.

See

also

29

CFR

Part

4Section

4.152.

PII

OI?

OL

AD

TE

CN

INIC

IAN

I

The

photo

lab

technician

mus

th=

able

tOprocess

and

evaluate

the

quality

Ofth

eexposed

rolls

of

aerial

film,

ann

ota

tethe

film

with

required

identifying

numbers

and

letters,

make

and

process

contact

prints

from

aerial

film,

and

make

to

scale

project

photoindexes

of

the

mosaicked

strips

Or

aerial

photography

by

use

of~a

copy

camera.

,

.

jA (;-

),. .

.

Page 164: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

EXHIBIT G

CONTRAC1SECURITYCLASSIFICATION SPECIFICATION

Page 165: CONTRACT NASI -20048 · CONTRACT NASI -20048 The followinginformationhas been determined tobe exempt from disclosure and has been deletedfrom thecontract: Section B.6.C.,systems maintenance

DEPt\RT}l ENT OF DEFENSE I!.CLE~R~~cE~~o s~FEcuARCIING

.. rAc:L1m cta&9A9cz nmau[u

CORTW4CT SECURITY CLASSIFICATION SPECIFICATION SECRET(The requtrernenti 3/ fhe DoD lndustrml Jecurlty ,t{anual opplv 5. LIWCL OV 3A.l WJUMO1~O UQUIRXI

IO all secur~t~ arpecfJ of [his e~ort. ) NONE

2. THIS SPECIFICATION 1S FOR: ,, ..* 00-,.,. . . .“,,. U,., 3. THIS SPECIFICATION [S: ,, . . -’.*. . . .“,,*u I.,

I A. P“rwx <os?uCT *-CRI I . . OR XOIWU (cvpl. c. de. im .11 c..**J m. oat. ,mmDo,

m-. aDOas*a. No t:? coos““COMPUTER SCIENCES CORPORATION DEFENSE INVESTIGATIVE SERVICE

3217 N. ARMISTEAD AVENUE 2461 EISENHOWER AVENUE

HAMPTON , VA. 23666 T15720 ALEXANDRIA , VA. 22331

I I

7. SUBCONTRA~OR● . m-, AOOUSS, ASO t:? COOC

N/A

8. ACTUAL PERFORMANCE,. !.cCATIOO

COMPUTER SCIENCES CORPORATION3217 N. ARMISTEAD AVENUEHAMPTON, VA. 23666

9. GENERAL IDEN77FICATION OF THIS PROCUREMENT

CAOSCaoe

N/A

T1572@

TO PROVIDE DATA PROCESSING SERVICE TO LANGLEY RESEARCH CENTER

, ,L mwnfsm *

x

DO Fe- 2S4 DEC 90 ?-” ednm” ●*. nmdrl..