solicitation, offer and award - aws

235
CODE (Hour) PAGE(S) until 03:00 PM local time 05 Aug 2020 X A X B X C X D E X X G F 183 - 192 193 - 225 X H 226 - 235 [email protected] RATING PAGE OF PAGES 7. ISSUED BY (Date) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97) Prescribed by GSA FAR (48 CFR) 53.214(c) DO 1 235 (If other than Item 7) 15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TO AND ADDRESS SIGN OFFER (Type or print) OF OFFEROR AMENDMENT NO. DATE 15B. TELEPHONE NO (Include area code) 17. SIGNATURE 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. 18. OFFER DATE 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 2. CONTRACT NO. N00024 8. ADDRESS OFFER TO See Item 7 9. Sealed offers in original and 1 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and Section L conditions contained in this solicitation. 10. FOR INFORMATION CALL: A. NAME (NO COLLECT CALLS) KEVIN A RICHTER 202-781-4211 11. TABLE OF CONTENTS SOLICITATION/ CONTRACT FORM SUPPLIES OR SERVICES AND PRICES/ COSTS 1 2 - 103 X I CONTRACT CLAUSES DESCRIPTION/ SPECS./ WORK STATEMENT X PACKAGING AND MARKING 104 - 150 151 J LIST OF ATTACHMENTS INSPECTION AND ACCEPTANCE DELIVERIES OR PERFORMANCE 152 - 157 158 - 159 X K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS CONTRACT ADMINISTRATION DATA 160 - 168 X SPECIAL CONTRACT REQUIREMENTS OFFER (Must be fully completed by offeror) 169 - 173 X M L INSTRS., CONDS., AND NOTICES TO OFFERORS EVALUATION FACTORS FOR AWARD NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) 14. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments AMENDMENT NO. DATE to the SOLICITATION for offerors and related documents numbered and dated): FACILITY 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period SOLICITATION, OFFER AND AWARD X (X) SEC. DESCRIPTION (X) SEC. DESCRIPTION PAGE(S) PART I - THE SCHEDULE 26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE EMAIL: TEL: (Signature of Contracting Officer) CODE CODE B. TELEPHONE (Include area code) C. E-MAIL ADDRESS AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified) 23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE PART IV - REPRESENTATIONS AND INSTRUCTIONS PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS 174 - 181 PART II - CONTRACT CLAUSES NAVAL SEA SYSTEMS COMMAND 1333 ISAAC HULL AVE SE WASHINGTON NAVY YARD DC 20376 (202) 781-4102 FAX: TEL: FAX: TEL: NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION 182 6. REQUISITION/PURCHASE NO. N0002420NR4900201 5. DATE ISSUED 22 May 2020 4. TYPE OF SOLICITATION SEALED BID (IFB) NEGOTIATED (RFP) [ ] [ X ] 3. SOLICITATION NO. N0002421R5211

Upload: khangminh22

Post on 20-Apr-2023

0 views

Category:

Documents


0 download

TRANSCRIPT

CODE

(Hour)

PAGE(S)

until 03:00 PM local time 05 Aug 2020

X

AX BX CX D

EXX

GF 183 - 192

193 - 225X H 226 - 235

[email protected]

RATING PAGE OF PAGES

7. ISSUED BY

(Date)

IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97)

Prescribed by GSAFAR (48 CFR) 53.214(c)

DO 1 235

(If other than Item 7)

15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TOANDADDRESS

SIGN OFFER (Type or print)

OFOFFEROR

AMENDMENT NO. DATE

15B. TELEPHONE NO (Include area code) 17. SIGNATURE15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTERSUCH ADDRESS IN SCHEDULE.

18. OFFER DATE

1. THIS CONTRACT IS A RATED ORDERUNDER DPAS (15 CFR 700)

2. CONTRACT NO.

N00024 8. ADDRESS OFFER TO

See Item 7

9. Sealed offers in original and 1 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or ifhandcarried, in the depository located in

CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and

Section L

conditions contained in this solicitation.10. FOR INFORMATION CALL:

A. NAME (NO COLLECT CALLS)

KEVIN A RICHTER 202-781-4211

11. TABLE OF CONTENTS

SOLICITATION/ CONTRACT FORMSUPPLIES OR SERVICES AND PRICES/ COSTS

12 - 103

X I CONTRACT CLAUSES

DESCRIPTION/ SPECS./ WORK STATEMENT XPACKAGING AND MARKING

104 - 150151

J LIST OF ATTACHMENTS

INSPECTION AND ACCEPTANCEDELIVERIES OR PERFORMANCE

152 - 157158 - 159

X KREPRESENTATIONS, CERTIFICATIONS ANDOTHER STATEMENTS OF OFFERORS

CONTRACT ADMINISTRATION DATA 160 - 168 XSPECIAL CONTRACT REQUIREMENTS

OFFER (Must be fully completed by offeror)169 - 173 X M

L INSTRS., CONDS., AND NOTICES TO OFFERORSEVALUATION FACTORS FOR AWARD

NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.

is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8)

14. ACKNOWLEDGMENT OF AMENDMENTS(The offeror acknowledges receipt of amendments

AMENDMENT NO. DATE

to the SOLICITATION for offerors and related documents numbered and dated):

FACILITY

12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period

SOLICITATION, OFFER AND AWARD

X

(X) SEC. DESCRIPTION (X) SEC. DESCRIPTION PAGE(S)

PART I - THE SCHEDULE

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE

EMAIL:TEL: (Signature of Contracting Officer)

CODE CODE

B. TELEPHONE (Include area code) C. E-MAIL ADDRESS

AWARD (To be completed by Government)19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:

10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified)23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM

24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE

PART IV - REPRESENTATIONS AND INSTRUCTIONS

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS174 - 181

PART II - CONTRACT CLAUSES

NAVAL SEA SYSTEMS COMMAND1333 ISAAC HULL AVE SEWASHINGTON NAVY YARD DC 20376

(202) 781-4102

FAX:

TEL:

FAX:

TEL:

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION

182

6. REQUISITION/PURCHASE NO.

N0002420NR4900201

5. DATE ISSUED

22 May 2020

4. TYPE OF SOLICITATIONSEALED BID (IFB)

NEGOTIATED (RFP)

[ ]

[ X ]

3. SOLICITATION NO.

N0002421R5211

N0002421R5211 0005

Page 2 of 235

Section B - Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0001

1 Each

Develop Program Management Documents CPIF Development of Program Management, Process, Standards, and Performance and Reporting Requirements FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 3 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0002

1 Each

LCS Freedom CPIF Develop CS Test Procedures, CS Test Sequence Network (TSN), & CS Master Test Plan (MTP) FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0003

1 Each

LCS Independence CPIF Develop CS Test Procedures, CS Test Sequence Network (TSN), & CS Master Test Plan (MTP) FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 4 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0004

2,980 Hours

OPTION LUSV CPIF Develop CS Test Procedures, CS Test Sequence Network (TSN), & CS Master Test Plan (MTP) See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0005

9,905 Hours

OPTION LCS Freedom CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 5 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0006

9,905 Hours

OPTION LCS Independence CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 6 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0007

6,792 Hours

OPTION LUSV CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0008

30,829 Hours

OPTION LCS Freedom CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 7 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0009

30,829 Hours

OPTION LCS Independence CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0010

21,140 Hours

OPTION LUSV CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 8 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0011

40,798 Hours

OPTION LCS Freedom CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 9 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0012

40,798 Hours

OPTION LCS Independence CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0013

46,627 Hours

OPTION LUSV CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 10 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0017

38,071 Hours

OPTION Engineering Services CPFF See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0018

1 Each

OPTION ODC/Incidental Materials COST In support of CLINs 0004 through 0013, and 0017 Not to Exceed (NTE) Value- $2,554,000 See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 11 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0019

1 Each

OPTION PIO FFP Provisioned Item Order Not to Exceed (NTE) Value- $1,096,000 See Note B and C FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0020

1 Each

Data CLIN Data in support of CLINs 0001, 0002, 0003, and if Options are exercised, 0004, 0005, 0006, 0008, 0009, 0010, 0011, 0012, 0013, 0017, 1004-6004, 1005-9005, 1006-9006, 1007-9007, 1008-9008, 1009-9009, 1010-9010, 1011-9011, 1012-9012, 1013-9013, 1017-9017, 2014-9014, 2015-9015, and 2016-9016 in accordance with Contract Data Requirements List (CDRL), DD Form 1423 Exhibits A and B. Not Separately Priced (NSP) See Note A FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

NET AMT

N0002421R5211 0005

Page 12 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0021

1 Each

OPTION Data Rights License Upgrade Option FFP See Note B, E and F FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0022

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 0011 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 13 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0023

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 0012 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 0024

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 0013 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 14 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1004

2,384 Hours

OPTION LUSV CPIF Develop CS Test Procedures, CS Test Sequence Network (TSN), & CS Master Test Plan (MTP) See Note B FOB: Destination PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1005

7,924 Hours

OPTION LCS Freedom CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 15 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1006

7,924 Hours

OPTION LCS Independence CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 16 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1007

5,434 Hours

OPTION LUSV CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1008

30,829 Hours

OPTION LCS Freedom CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 17 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1009

30,829 Hours

OPTION LCS Independence CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1010

21,140 Hours

OPTION LUSV CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 18 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1011

40,798 Hours

OPTION LCS Freedom CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 19 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1012

40,798 Hours

OPTION LCS Independence CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1013

46,627 Hours

OPTION LUSV CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 20 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1017

36,788 Hours

OPTION Engineering Services CPFF See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1018

1 Each

OPTION ODC/Incidental Materials COST In support of CLINs 1004 through 1013, and 1017 Not to Exceed (NTE) Value- $2,512,000 See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 21 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1022

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 1011 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1023

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 1012 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 1024

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 1013 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 22 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2004

2,384 Hours

OPTION LUSV CPIF Develop CS Test Procedures, CS Test Sequence Network (TSN), & CS Master Test Plan (MTP) See Note B FOB: Destination PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 23 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2005

7,924 Hours

OPTION LCS Freedom CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2006

7,924 Hours

OPTION LCS Independence CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 24 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2007

5,434 Hours

OPTION LUSV CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 25 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2008

30,829 Hours

OPTION LCS Freedom CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2009

30,829 Hours

OPTION LCS Independence CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 26 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2010

21,140 Hours

OPTION LUSV CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2011

40,798 Hours

OPTION LCS Freedom CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 27 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2012

40,798 Hours

OPTION LCS Independence CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2013

46,627 Hours

OPTION LUSV CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 28 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2014

9,785 Hours

OPTION LCS Freedom CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 29 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2015

9,785 Hours

OPTION LCS Independence CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2016

6,709 Hours

OPTION LUSV CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 30 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2017

40,188 Hours

OPTION Engineering Services CPFF See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2018

1 Each

OPTION ODC/Incidental Materials COST In support of CLINs 2004 through 2017 Not to Exceed (NTE) Value- $2,782,000 See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 31 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2022

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 2011 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2023

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 2012 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2024

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 2013 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 32 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3004

2,384 Hours

OPTION LUSV CPIF Develop CS Test Procedures, CS Test Sequence Network (TSN), & CS Master Test Plan (MTP) See Note B FOB: Destination PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 33 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3005

7,924 Hours

OPTION LCS Freedom CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3006

7,924 Hours

OPTION LCS Independence CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 34 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3007

5,434 Hours

OPTION LUSV CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 35 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3008

30,829 Hours

OPTION LCS Freedom CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3009

30,829 Hours

OPTION LCS Independence CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 36 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3010

21,140 Hours

OPTION LUSV CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3011

40,798 Hours

OPTION LCS Freedom CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 37 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3012

40,798 Hours

OPTION LCS Independence CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3013

46,627 Hours

OPTION LUSV CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 38 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3014

9,785 Hours

OPTION LCS Freedom CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 39 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3015

9,785 Hours

OPTION LCS Independence CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3016

6,709 Hours

OPTION LUSV CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 40 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3017

40,188 Hours

OPTION Engineering Services CPFF See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3018

1 Each

OPTION ODC/Incidental Materials COST In support of CLINs 3004 through 3017 Not to Exceed (NTE) Value- $2,838,000 See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 41 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3022

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 3011 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3023

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 3012 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 3024

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 3013 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 42 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4004

2,781 Hours

OPTION LUSV CPIF Develop CS Test Procedures, CS Test Sequence Network (TSN), & CS Master Test Plan (MTP) See Note B FOB: Destination PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 43 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4005

7,924 Hours

OPTION LCS Freedom CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4006

7,924 Hours

OPTION LCS Independence CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 44 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4007

6,339 Hours

OPTION LUSV CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 45 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4008

30,829 Hours

OPTION LCS Freedom CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4009

30,829 Hours

OPTION LCS Independence CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 46 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4010

24,663 Hours

OPTION LUSV CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4011

40,798 Hours

OPTION LCS Freedom CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 47 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4012

40,798 Hours

OPTION LCS Independence CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4013

46,627 Hours

OPTION LUSV CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 48 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4014

9,785 Hours

OPTION LCS Freedom CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 49 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4015

9,785 Hours

OPTION LCS Independence CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4016

7,828 Hours

OPTION LUSV CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 50 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4017

41,080 Hours

OPTION Engineering Services CPFF See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4018

1 Each

OPTION ODC/Incidental Materials COST In support of CLINs 4004 through 4017 Not to Exceed (NTE) Value- $2,959,000 See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 51 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4022

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 4011 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4023

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 4012 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 4024

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 4013 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 52 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5004

2,781 Hours

OPTION LUSV CPIF Develop CS Test Procedures, CS Test Sequence Network (TSN), & CS Master Test Plan (MTP) See Note B FOB: Destination PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 53 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5005

7,924 Hours

OPTION LCS Freedom CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5006

7,924 Hours

OPTION LCS Independence CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 54 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5007

6,339 Hours

OPTION LUSV CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 55 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5008

30,829 Hours

OPTION LCS Freedom CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5009

30,829 Hours

OPTION LCS Independence CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 56 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5010

24,663 Hours

OPTION LUSV CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5011

40,798 Hours

OPTION LCS Freedom CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 57 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5012

40,798 Hours

OPTION LCS Independence CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5013

46,627 Hours

OPTION LUSV CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 58 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5014

9,785 Hours

OPTION LCS Freedom CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 59 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5015

9,785 Hours

OPTION LCS Independence CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5016

7,828 Hours

OPTION LUSV CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 60 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5017

41,080 Hours

OPTION Engineering Services CPFF See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5018

1 Each

OPTION ODC/Incidental Materials COST In support of CLINs 5004 through 5017 Not to Exceed (NTE) Value- $3,018,000 See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 61 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5022

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 5011 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5023

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 5012 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 5024

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 5013 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 62 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6004

2,781 Hours

OPTION LUSV CPIF Develop CS Test Procedures, CS Test Sequence Network (TSN), & CS Master Test Plan (MTP) See Note B FOB: Destination PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 63 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6005

7,924 Hours

OPTION LCS Freedom CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6006

7,924 Hours

OPTION LCS Independence CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 64 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6007

6,339 Hours

OPTION LUSV CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 65 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6008

30,829 Hours

OPTION LCS Freedom CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6009

30,829 Hours

OPTION LCS Independence CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 66 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6010

24,663 Hours

OPTION LUSV CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6011

40,798 Hours

OPTION LCS Freedom CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 67 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6012

40,798 Hours

OPTION LCS Independence CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6013

46,627 Hours

OPTION LUSV CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 68 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6014

9,785 Hours

OPTION LCS Freedom CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 69 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6015

9,785 Hours

OPTION LCS Independence CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6016

7,828 Hours

OPTION LUSV CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 70 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6017

41,080 Hours

OPTION Engineering Services CPFF See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6018

1 Each

OPTION ODC/Incidental Materials COST In support of CLINs 6004 through 6017 Not to Exceed (NTE) Value- $3,078,000 See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 71 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6022

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 6011 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6023

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 6012 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 6024

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 6013 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 72 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7005

7,924 Hours

OPTION LCS Freedom CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 73 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7006

7,924 Hours

OPTION LCS Independence CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7007

6,339 Hours

OPTION LUSV CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 74 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7008

30,829 Hours

OPTION LCS Freedom CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7009

30,829 Hours

OPTION LCS Independence CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 75 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7010

24,663 Hours

OPTION LUSV CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 76 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7011

40,798 Hours

OPTION LCS Freedom CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7012

40,798 Hours

OPTION LCS Independence CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 77 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7013

46,627 Hours

OPTION LUSV CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7014

9,785 Hours

OPTION LCS Freedom CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 78 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7015

9,785 Hours

OPTION LCS Independence CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7016

7,828 Hours

OPTION LUSV CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 79 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7017

39,620 Hours

OPTION Engineering Services CPFF See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7018

1 Each

OPTION ODC/Incidental Materials COST In support of CLINs 7005 through 7017 Not to Exceed (NTE) Value- $3,010,000 See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 80 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7022

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 7011 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7023

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 7012 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 7024

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 7013 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 81 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8005

7,924 Hours

OPTION LCS Freedom CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 82 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8006

7,924 Hours

OPTION LCS Independence CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8007

6,339 Hours

OPTION LUSV CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 83 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8008

30,829 Hours

OPTION LCS Freedom CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8009

30,829 Hours

OPTION LCS Independence CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 84 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8010

24,663 Hours

OPTION LUSV CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 85 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8011

40,798 Hours

OPTION LCS Freedom CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8012

40,798 Hours

OPTION LCS Independence CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 86 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8013

46,627 Hours

OPTION LUSV CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8014

9,785 Hours

OPTION LCS Freedom CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 87 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8015

9,785 Hours

OPTION LCS Independence CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 88 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8016

7,828 Hours

OPTION LUSV CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8017

39,620 Hours

OPTION Engineering Services CPFF See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST FIXED FEE

TOTAL EST COST + FEE

N0002421R5211 0005

Page 89 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8018

1 Each

OPTION ODC/Incidental Materials COST In support of CLINs 8005 through 8017 Not to Exceed (NTE) Value- $3,069,000 See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8022

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 8011 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 90 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8023

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 8012 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 8024

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 8013 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 91 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9005

7,924 Hours

OPTION LCS Freedom CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9006

7,924 Hours

OPTION LCS Independence CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 92 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9007

6,339 Hours

OPTION LUSV CPIF Develop CS Space Arrangement Drawings, CS Installation and Interface Control Drawings See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 93 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9008

30,829 Hours

OPTION LCS Freedom CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9009

30,829 Hours

OPTION LCS Independence CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 94 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9010

24,663 Hours

OPTION LUSV CPIF CS Ship Integration Engineering and Test Planning See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9011

40,798 Hours

OPTION LCS Freedom CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 95 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9012

40,798 Hours

OPTION LCS Independence CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9013

46,627 Hours

OPTION LUSV CPIF CS Waterfront Integration and Test See Note B and D FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 96 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9014

9,785 Hours

OPTION LCS Freedom CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 97 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9015

9,785 Hours

OPTION LCS Independence CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9016

7,828 Hours

OPTION LUSV CPIF Post Delivery and Post-Industrial CS Test and Trials Support See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

TARGET COST TARGET FEE

TOTAL TGT COST + FEE

MINIMUM FEE MAXIMUM FEE

SHARE RATIO ABOVE TARGET

SHARE RATIO BELOW TARGET

N0002421R5211 0005

Page 98 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9017

39,620 Hours

OPTION Engineering Services CPFF See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9018

1 Each

OPTION ODC/Incidental Materials COST In support of CLINs 9005 through 9017 Not to Exceed (NTE) Value- $3,131,000 See Note B FOB: Destination PURCHASE REQUEST NUMBER: N0002420NR4900201 PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 99 of 235

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9022

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 9011 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9023

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 9012 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 9024

1 Each

OPTION Performance Incentive Fee CLIN COST Associated with CLIN 9013 See Note B and D FOB: Destination PSC CD: N012

ESTIMATED COST

N0002421R5211 0005

Page 100 of 235

CLAUSES INCORPORATED BY FULL TEXT B-215-H002 REFUNDS (SPARES AND SUPPORT EQUIPMENT) (NAVSEA) (OCT 2018) (a) In the event that the price of a spare part or item of support equipment delivered under this contract significantly exceeds its intrinsic value, the Contractor agrees to refund the difference. Refunds will not be made to recoup the amount of cost decreases that occur over time due to productivity gains (excluding economic purchase quantity considerations) or changes in market conditions. (b) For purposes of this requirement, the intrinsic value of an item is defined as follows: (1) If the item is one which is sold or is substantially similar or functionally equivalent to one that is sold in substantial quantities to the general public, intrinsic value is the established catalog or market price, plus the value of any unique requirements, including delivery terms, inspection, packaging, or labeling. (2) If there is no comparable item sold in substantial quantities to the general public, intrinsic value is defined as the price an individual would expect to pay for the item based upon an economic purchase quantity as defined in FAR 52.207-4, plus the value of any unique requirements, including delivery terms, inspection, packaging or labeling. (c) At any time up to two years after delivery of a spare part or item of support equipment, the Contracting Officer may notify the Contractor that based on all information available at the time of the notice, the price of the part or item apparently exceeds its intrinsic value. (d) If notified in accordance with paragraph (c) above, the Contractor agrees to enter into good faith negotiations with the Government to determine if, and in what amount, the Government is entitled to a refund. (e) If agreement pursuant to paragraph (d) above cannot be reached, and the Navy's return of the new or unused item to the Contractor is practical, the Navy, subject to the Contractor's agreement, may elect to return the item to the Contractor. Upon return of the item to its original point of Government acceptance, the Contractor shall refund in full the price paid. If no agreement pursuant to paragraph (d) above is reached, and return of the item by the Navy is impractical, the Contracting Officer may, with the approval of the Head of the Contracting Activity, issue a Contracting Officer's final decision on the matter, subject to Contractor appeal as provided in the "Disputes" clause (FAR 52.233-1). (f) The Contractor shall make refunds, as required under this requirement, in accordance with instructions from the Contracting Officer. (g) The Contractor shall not be liable for a refund if the Contractor advised the Contracting Officer in a timely manner that the price it would propose for a spare part or item of support equipment exceeded its intrinsic value, and with such advice, specified the estimated proposed price, the estimated intrinsic value and known alternative sources or item, if any, that can meet the requirement. (h) This requirement does not apply to any spare parts or items of support equipment whose price is determined through adequate price competition. This requirement also does not apply to any spare part or item of support equipment if the Contractor submitted, and certified the currency, accuracy and completeness of, cost or pricing data applicable to the item.

(End of text)

N0002421R5211 0005

Page 101 of 235

B-231-H001 TRAVEL COSTS (NAVSEA) (OCT 2018) (a) Except as otherwise provided herein, the Contractor shall be reimbursed for its actual travel costs in accordance with FAR 31.205-46. The travel costs to be reimbursed shall be those costs for which the Contractor has maintained appropriate documentation and which have been determined to be allowable, allocable, and reasonable by the Procuring Contracting Officer, Administrative Contracting Officer, or their duly authorized representative. (b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in and around the worksite, and from the worksite to the Contractor's facility. (c) Relocation costs and travel costs incidental to relocation are allowable to the extent provided in FAR 31.205-35; however, Procuring Contracting Officer approval shall be required prior to incurring relocation expenses and travel costs incidental to relocation. (d) The Contractor shall not be reimbursed for the following daily local travel costs: (i) travel at U.S. Military Installations where Government transportation is available, (ii) travel performed for personal convenience/errands, including commuting to and from work, and (iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for the Contractor's or employee's convenience.

(End of text) B-232-H005 PAYMENTS OF FEE(S) (LEVEL OF EFFORT)--ALTERNATE I (NAVSEA) (OCT 2018) (a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed-fee type contracts. (b) The Government shall make payments to the Contractor, subject to and per the clause in this contract entitled "Fixed Fee" (FAR 52.216-8) or "Incentive Fee", (FAR 52.216-10), as applicable. Such payments shall be submitted by and payable to the Contractor pursuant to the clause of this contract entitled "Allowable Cost and Payment" (FAR 52.216-7), subject to the withholding terms and conditions of the "Fixed Fee" or "Incentive Fee" clause, as applicable. Fee paid per hour shall be based on total fee dollars divided by total hours to be provided. Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract. In no event shall the Government be required to pay the Contractor any amount in excess of the funds obligated under this contract.

(End of text) Applicable CLINs: 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012, 0013, 0017, 1004, 1005, 1006, 1007, 1008, 1009, 1010, 1011, 1012, 1013, 1017, 2004, 2005, 2006, 2007, 2008, 2009, 2010, 2011, 2012, 2013, 2014, 2015, 2016, 2017, 3004, 3005, 3006, 3007, 3008, 3009, 3010, 3011, 3012, 3013, 3014, 3015, 3016, 3017, 4004, 4005, 4006, 4007, 4008, 4009, 4010, 4011, 4012, 4013, 4014, 4015, 4016, 4017, 5004, 5005, 5006, 5007, 5008, 5009, 5010, 5011, 5012, 5013, 5014, 5015, 5016, 5017, 6004, 6005, 6006, 6007, 6008, 6009, 6010, 6011, 6012, 6013, 6014, 6015, 6016, 6017, 7005, 7006, 7007, 7008, 7009, 7010, 7011, 7012, 7013, 7014, 7015, 7016, 7017, 8005, 8006, 8007, 8008, 8009, 8010, 8011, 8012, 8013, 8014, 8015, 8016, 8017, 9005, 9006, 9007, 9008, 9009, 9010, 9011, 9012, 9013, 9014, 9015, 9016, 9017 B-232-H006 LIMITATION OF COST OR LIMITATION OF FUNDS CLARIFICATION (NAVSEA) (OCT 2018)

N0002421R5211 0005

Page 102 of 235

The clause entitled "Limitation of Cost" (FAR 52.232-20) or "Limitation of Funds" (FAR 52.232-22), as appropriate, shall apply separately and independently to each separately identified estimated cost.

(End of text) NOTES NOTE A - Offeror shall complete the "Price Group" and "Estimated Total Price" blocks of each data item on the Contract Data Requirements List(s), attached hereto. NOTE B - Option item to which the option clause in SECTION I, 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) (NAVSEA VARIATION I) (SEP 2009), applies and which is to be supplied only if and to the extent said option is exercised. NOTE C - Provisioned Item Orders (PIO) may be placed against this line item and the pricing thereof shall be established by the parties to the contract on a firm fixed price basis prior to the award of each order. See C-217-H001- PROVISIONED ITEMS ORDERS (NAVSEA). NOTE D- Performance Incentive Fee –Calculation and payment of Performance Incentive Fee for CLINs 0011, 0012, 0013, and Option CLINs 1011, 1012, 1013; 2011, 2012, 2013;, 3011, 3012, 3013; 4011, 4012, 4013; 5011, 5012, 5013; 6011, 6012, 6013; 7011, 7012, 7013; 8011, 8012, 8013; 9011, 9012, and 9013 shall be in accordance with B-232-H005 PAYMENTS OF FEE(S) (LEVEL OF EFFORT)--ALTERNATE I (NAVSEA) (OCT 2018). The processes and criteria of Performance Incentives are described in the Performance Incentive Fee Plan (Attachment J-29). As an example, the Performance Incentive Fee associated with Base CLIN 0011 will be accumulated and earned under CLIN 0022. The fee is separated for administrative purposes only. The Contractor shall report all costs under Base CLIN 0011, or the respective primary CLIN. The Performance Incentive Fee Plan is provided under Section J – Attachment 29 – Performance Incentive Fee Plan.

Integration & Test CLIN

Performance Incentive Fee

CLIN

Integration & Test CLIN Description

Potential Performance Incentive Pool (4%)

Performance Incentive Pool Earned

0011 0022 Freedom - Waterfront Integration & Test 0011 (Target Cost * 4%) N/A

0012 0023 Independence - Waterfront Integration & Test

0012 (Target Cost * 4%) N/A

0013 0024 LUSV - Waterfront Integration & Test 0013 (Target Cost * 4%) N/A

1011 1022 Freedom - Waterfront Integration & Test 1011 (Target Cost * 4%) N/A

1012 1023 Independence - Waterfront Integration & Test

1012 (Target Cost * 4%) N/A

1013 1024 LUSV - Waterfront Integration & Test 1013 (Target Cost * 4%) N/A

2011 2022 Freedom - Waterfront Integration & Test 2011 (Target Cost * 4%) N/A

2012 2023 Independence - Waterfront Integration & Test

2012 (Target Cost * 4%) N/A

2013 2024 LUSV - Waterfront Integration & Test 2013 (Target Cost * 4%) N/A

3011 3022 Freedom - Waterfront Integration & Test 3011 (Target Cost * 4%) N/A

3012 3023 Independence - Waterfront Integration & Test

3012 (Target Cost * 4%) N/A

3013 3024 LUSV - Waterfront Integration & Test 3013 (Target Cost * 4%) N/A

4011 4022 Freedom - Waterfront Integration & Test 4011 (Target Cost * 4%) N/A

4012 4023 Independence - Waterfront Integration & Test

4012 (Target Cost * 4%) N/A

4013 4024 LUSV - Waterfront Integration & Test 4013 (Target Cost * 4%) N/A

N0002421R5211 0005

Page 103 of 235

5011 5022 Freedom - Waterfront Integration & Test 5011 (Target Cost * 4%) N/A

5012 5023 Independence - Waterfront Integration & Test

5012 (Target Cost * 4%) N/A

5013 5024 LUSV - Waterfront Integration & Test 5013 (Target Cost * 4%) N/A

6011 6022 Freedom - Waterfront Integration & Test 6011 (Target Cost * 4%) N/A

6012 6023 Independence - Waterfront Integration & Test

6012 (Target Cost * 4%) N/A

6013 6024 LUSV - Waterfront Integration & Test 6013 (Target Cost * 4%) N/A

7011 7022 Freedom - Waterfront Integration & Test 7011 (Target Cost * 4%) N/A

7012 7023 Independence - Waterfront Integration & Test

7012 (Target Cost * 4%) N/A

7013 7024 LUSV - Waterfront Integration & Test 7013 (Target Cost * 4%) N/A

8011 8022 Freedom - Waterfront Integration & Test 8011 (Target Cost * 4%) N/A

8012 8023 Independence - Waterfront Integration & Test

8012 (Target Cost * 4%) N/A

8013 8024 LUSV - Waterfront Integration & Test 8013 (Target Cost * 4%) N/A

9011 9022 Freedom - Waterfront Integration & Test 9011 (Target Cost * 4%) N/A

9012 9023 Independence - Waterfront Integration & Test

9012 (Target Cost * 4%) N/A

9013 9024 LUSV - Waterfront Integration & Test 9013 (Target Cost * 4%) N/A

Note E - CLIN 0021 – Data Rights License Upgrade Option – If the Offeror so chooses, the Offeror shall fill this in with their proposed cumulative price for those license rights which the Offeror is willing to license in accordance with Section L. The cumulative Data Rights License Upgrade Option price is a summation of the Section J Attachment 25B. Note F - The option clause in SECTION I only applies to the extent said option is exercised.

N0002421R5211 0005

Page 104 of 235

Section C - Descriptions and Specifications 1.0 INTRODUCTION 1.1 SCOPE

This Statement of Work (SOW) sets forth the efforts required for the Small Surface Combatant Combat System Ship Integration and Test (SSC CS SI&T), which includes Lethality and Survivability (L&S) upgrade of the Freedom and Independence Littoral Combat Ship (LCS) variants after Ship delivery and all CS integration on Large Unmanned Surface Vessel (LUSV) both before and after Ship delivery. The SSC CS SI&T effort includes (1) providing program management, planning, training, and other efforts required to effectively support the execution of CS SI&T efforts; (2) development, assessment, modification, and update of CS related Test Procedures, CS Master Test Plan (MTP), and CS Test Sequence Network (TSN); (3) review, development, assessment, modification, and update of CS Space Arrangement drawings, CS Installation Control Drawings and CS Interface Control Drawings to include end-to-end CS Interface Control Drawings; (4) performance of CS Ship Integration and Test Planning; (5) performance of Waterfront Integration and Test of the CS and Combat System Support Equipment (CSSE) at the system and subsystem levels; (6) providing support to Government Test Teams in conducting the CS Ship Test and Trials Program; and (7) engineering studies to include feasibility studies as tasked by the Government for CS improvements. CLIN 0001 – Develop Program Management Documents, in accordance with Paragraph 3.1.13: The Contractor shall develop program management and performance documents. CLIN 0002- LCS Freedom Develop CS Test Procedures, CS Test Sequence Network (TSN), & CS Master Test Plan (MTP), in accordance with Paragraph 3.2: The Contractor shall develop, modify, and update the CS Test Procedures, MTP, and TSN. CLIN 0003 - LCS Independence Develop CS Test Procedures, CS Test Sequence Network, & CS Master Test Plan, in accordance with Paragraph 3.2: The Contractor shall develop, modify, and update the CS Test Procedures, MTP, and TSN. CLIN 0004 (1004-6004) - LUSV Develop CS Test Procedures, CS Test Sequence Network (TSN), & CS Master Test Plan (MTP), in accordance with Paragraph 3.3: The Contractor shall develop, modify, and update the CS Test Procedures, MTP, and TSN. CLIN 0005 (1005-9005) - Develop LCS Freedom CS Space Arrangement Drawings, CS Installation and Interface Control Drawings, in accordance with Paragraph 3.4: The Contractor shall review, develop, update, and modify the CS Space Arrangements, CS Installation Drawings, and CS Interface Controls Drawings, which includes CS Topside and below deck. The Contractor shall also develop, modify, and update complete end-to-end CS Interface Control Drawings. CLIN 0006 (1006-9006) - Develop LCS Independence CS Space Arrangement Drawings, CS Installation and Interface Control Drawings, in accordance with Paragraph 3.4: The Contractor shall review, develop, update, and modify the CS Space Arrangements, CS Installation Drawings, CS Interface Controls Drawings, and Ship Installation Drawings (SIDs), which includes CS Topside and below deck. The Contractor shall also develop, modify, and update complete end-to-end CS Interface Control Drawings. CLIN 0007 (1007-9007) - Develop LUSV CS Space Arrangement Drawings, CS Installation and Interface Control Drawings, in accordance with Paragraph 3.4: The Contractor shall review, develop, and provide recommendations as necessary to the new CS Space Arrangements, CS Installation Drawings, CS Interface Controls Drawings, and Ship Installation Drawings (SIDs), which includes CS Topside and below deck. The Contractor shall also review, develop, and provide recommendations as necessary to the complete end-to-end LUSV CS Interface Control Drawings.

N0002421R5211 0005

Page 105 of 235

CLIN 0008 (1008-9008) - LCS Freedom CS Ship Integration Engineering and Test Planning, in accordance with Paragraph 3.5: The Contractor shall review and analyze CS designs and ensure that intra CS Enclave and inter enclaves are integrated. The Contractor shall also perform CS Test Planning for LCS and assist the Shipyard and Alteration Installation Team (AIT) during the CS Ship Installation and Integration. CLIN 0009 (1009-9009) - LCS Independence CS Ship Integration Engineering and Test Planning, in accordance with Paragraph 3.5: The Contractor shall review and analyze CS designs and ensure that intra CS Enclave and inter enclaves are integrated. The Contractor shall also perform CS Test Planning for LCS and assist the Shipyard and AIT during the CS Ship Installation and Integration. CLIN 0010 (1010-9010) - LUSV CS Ship Integration Engineering and Test Planning, in accordance with Paragraph 3.5 (The Contractor shall review and analyze CS designs and ensure that all CS are integrated. The Contractor shall also perform CS Test Planning and assist the Shipbuilder during the CS Ship Installation and Integration. CLIN 0011 (1011-9011) - LCS Freedom CS Waterfront Integration and Test, in accordance with Paragraph 3.6: The Contractor shall integrate CS with the ship systems by providing required expertise to perform integration and test, CS Test Coordination, CS Alignment, and CS Engineering and Test Execution. CLIN 0012 (1012-9012) - LCS Independence CS Waterfront Integration and Test, in accordance with Paragraph 3.6: The Contractor shall integrate CS with the ship systems by providing required expertise to perform integration and test, CS Test Coordination, CS Alignment, and CS Engineering and Test Execution. CLIN 0013 (1013-9013) - LUSV CS Waterfront Integration and Test, in accordance with Paragraph 3.6: The Contractor shall integrate CS with the ship systems by providing required expertise to perform integration and test, CS Test Coordination, CS Alignment, and CS Engineering and Test Execution. CLIN 2014 (3014-9014) - LCS Freedom Post Delivery and Post-Industrial CS Tests and Trials Support, in accordance with Paragraph 3.7: The Contractor shall monitor, coordinate, and provide on-site (ship and shore) support for Combat System Ship Qualification Trials (CSSQTs), Developmental Testing (DT), Operational Test (OT), and CS modifications or special testing. CLIN 2015 (3015-9015) - LCS Independence Post Delivery and Post-Industrial CS Tests and Trials Support, in accordance with Paragraph 3.7: The Contractor shall monitor, coordinate, and provide on-site (ship and shore) support for Combat System Ship Qualification Trials (CSSQTs), Developmental Testing (DT), Operational Test (OT), and CS modifications or special testing. CLIN 2016 (3016-9016) - LUSV Post Delivery and Post-Industrial CS Tests and Trials Support, in accordance with Paragraph 3.7: The Contractor shall monitor, coordinate, and provide on-site (ship and shore) support for Combat System Ship Qualification Trials (CSSQTs), Developmental Testing (DT), Operational Test (OT), and CS modifications or special testing. CLIN 0017 (1017-9017) - Engineering Services, in accordance with Paragraph 3.8: The Contractor shall provide engineering services to include but not limited to, conducting and supporting feasibility studies, data analysis, test and evaluation, safety, Failure Review Boards (FRBs), project engineering, and revising, updating, and modifying documents. The Contractor shall also provide in-service support to LUSV ships as specified in the TI. CLIN 0018 (1018-9018)- Other Direct Costs (ODCs) and Incidental Materials, in accordance with Paragraph 3.9: This Contract Line Item Number (CLIN) includes ODCs and Incidental Materials for work performed under CLINs 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012, 0013, 0017, and Option CLINs if exercised, 1004-6004, 1005-9005, 1006-9006, 1007-9007, 1008-9008, 1009-9009, 1010-9010, 1011-9011, 1012-9012, 1013-9013, 1017-9017, 2014-9014, 2015-9015, and 2016-9016. CLIN 0019 - Provisioned Item Orders (PIO), in accordance with Paragraph 3.10: This CLIN includes PIO to support the efforts under CLINs 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012, 0013, and Option CLINs if

N0002421R5211 0005

Page 106 of 235

exercised, 1005-9005, 1006-9006, 1007-9007, 1008-9008, 1009-9009, 1010-9010, 1011-9011, 1012-9012, 1013-9013, 2014-9014, 2015-915, and 2016-9016. CLIN 0020 - Data CLIN (Not Separately Priced), in accordance with Paragraph 3.11: The data to be furnished hereunder shall be prepared and delivered in accordance with the Contract Data Requirements List (CDRL), DD Form 1423, Section J, Exhibit A/Exhibit B, attached hereto. CLIN 0021 - Data Rights License Upgrade Option, in accordance with Paragraph 3.12: and Attachment J-25B. 2.0 APPLICABLE DOCUMENTS (Applicable to all Contract Line Item Numbers (CLINs) The following documents in paragraphs 2.1-2.4 are applicable to the tasks described herein and are for use by the Contractor as general guidance in the fulfillment to integrate products onto the Ship under this contract unless referenced otherwise in this SOW as mandatory use or as instructed in a TI. Copies of military specifications and standards and DoD adopted non-Government standards may be obtained in accordance with Federal Acquisition Regulation (FAR) 52.211-1 through 52.211-4. Copies of non-Government publications cited in this solicitation, if listed in the DoD Index of Specifications and Standards (DoDISS) or the Acquisition Streamlining and Standardization Information System Tool (ASSIST) may be obtained from: a. ASSIST database via the Internet at http://quicksearch.dla.mil/ b. DoD issuances http://www.dtic.mil/whs/directives/ c. DoN issuances https://www.secnav.navy.mil/doni/default.aspx Requests for copies of documents not available from either source should be directed to the Contracting Officer Representative (COR). Note: The contractor shall verify and use the current version unless previous versions of these documents may apply to the Ship Baseline (based on system procurement date). 2.1 MILITARY STANDARDS

MIL-STD-167-1A Mechanical Vibrations of Shipboard Equipment (Type I- Environmental and Type II-Internally Excited)

02 Nov 2005

MIL-STD-461G Department of Defense Interface Standard-Requirements for the Control of Electromagnetic Interference (EMI) Characteristics of Subsystems and Equipment

11 Dec 2015

MIL-STD-1605A Procedures for Conducting a Shipboard EMI Survey 12 Aug 2014 MIL-STD-882E System Safety 11 May 2012 MIL-DTL-901E Shock Tests, H.I. (High Impact) Shipboard Machinery

Equipment, and Systems, Requirements for 20 Jun 2017

MIL-STD-810H Environmental Engineering Considerations and Laboratory Tests

31 Jan 2019

MIL-STD-464C Electromagnetic Environmental Effects, Requirements for Systems

01 Dec 2010

MIL-STD-1399C Interface Standard for Shipboard Systems 02 Feb 1988

MIL-D-23140D Drawings, Installation Control, for Electronic Equipment 30 Apr 1992 MIL-STD-1310H Shipboard Bonding, Grounding, and Other Techniques for

Electromagnetic Compatibility and Safety 12 Aug 2014

N0002421R5211 0005

Page 107 of 235

2.2 NAVSEA REGULATIONS, DIRECTIVES, AND INSTRUCTIONS

NAVSEA 9093.1D Combat System Ship Qualification Trials for Surface Ships 30 Aug 2006 NAVSEA S9095 AD-TRQ-010/TSTP

Total Ship Test Program Manual Mar 1995

NAVSEA 9400.2-AM NAVSEA Platform Information Technology-Control Systems Cybersecurity Governance and Guidance Technology-Control Systems

20 Sep 2016

PEOIWSINST 4130.C PEO IWS Enterprise Configuration Control Process May 2017 PEOIWSINST 5239.1 PEO IWS Surface Navy Combat System Cybersecurity 31 May 2016 PEOIWSINST 5000.8 Risk Management Policy 13 Jan 2014

2.3 DEPARTMENT OF DEFENSE (DOD) STANDARDS/INSTRUCTIONS

DoDI 5000.2, Change 4 Operation of Defense Acquisition System 31 Aug 2018 DoD 5000.2-R Mandatory Procedures for Major Defense Acquisition

Programs (MDAPS) and Major Automated Information System (MAIS) Acquisition Programs

05 Apr 2002

DoD 5000.04-M-1 Cost and Software Data Reporting (CSDR) Manual 04 Nov 2011

DoD 5220.22-M National Industrial Security Program Operating Manual 1 Aug 2018

DODI 8500.01 Cybersecurity 14 Mar 2014

DODI 8510.01 Risk Management Framework (RMF) for DOD Information Technology (IT)

28 Jul 2017

2.4 OTHER DOCUMENTS

COMNAVSURFPAC/ COMNAVSURFLANT TSRA Instruction 4700.1B

Total Ships Readiness Assessment (TSRA) 23 Jan 2017

NIST SP 800-53A, Rev 4

Assessing Security and Privacy Controls in Federal Information Systems and Organization

18 Dec 2014

NIST SP 800-53, Rev 4 Security and Privacy Controls for Federal Information Systems and Organizations

22 Jan 2015

CNSSI 1253 Security Categorization and Control Selection for National Security Systems

27 Mar 2014

SECNAVINST 5239.22 Department of the Navy Cybersecurity Safety Program 15 Nov 2016

OPNAVINST 5239.22 Chief of Naval Operations Cybersecurity Safety (CYBERSAFE) Program

Draft (14 Jul 2017)

MIL-STD-2042C Fiber Optic Cable Topology Installation Method for Surface Ships and Submarines

18 Oct 2016

MIL-STD-31000B Technical Data Packages 31 Oct 2018

MIL-STD-2106A Development of Shipboard Industrial Test Procedures 04 Jun 2014

MIL-HDBK-1785 NOT 2

System Security Engineering Program Management Requirements

11 Feb 2019

MIL-STD-881D Work Breakdown Structures for Defense Material Items 19 Jun 2018

N0002421R5211 0005

Page 108 of 235

SECTION C: PART 1 – CONTRACT LINE ITEM DESCRIPTION 3.0 STATEMENT OF WORK REQUIREMENTS In performance of this contract, the Contractor shall fulfill the requirements in accordance with all applicable documents, exhibits, and attachments listed in Section J. In accordance with C-242-H003 TECHNICAL INSTRUCTIONS (NAVSEA) (OCT 2018), the Contracting Officer’s Representative (COR) or the PCO will issue Technical Instructions (TI) on the LOE CLINs after contract award that provide for further clarification and technical details for the efforts to be performed under subparagraphs mentioned below. The tasks mentioned herein on the LOE CLINs shall be performed as directed by each TI. 3.1 PROGRAM MANAGEMENT, PROCESS, STANDARDS, AND PERFORMANCE AND REPORTING REQUIREMENTS (APPLICABLE TO ALL CLINS) The Contractor shall communicate and document its plans, processes and approaches to meet Small Surface Combatants Combat System Ship Integration and Test (SSC CS SI&T) requirements, which includes both LCS and LUSV Class ships. The Contractor shall use a management approach appropriate for planning, scheduling, technical, cost, risk, and quality monitoring/reporting, to facilitate Government reviews. The Contractor shall prepare and deliver Monthly Progress and Status Reports, including financial reports in accordance with CDRL A001. Monthly reports may reference material as presented at program reviews if previously delivered via an Integrated Data Environment (IDE). The Contractor shall make available to Government personnel all data used on or produced in support of this contract. The Government reserves the right to witness all Contractor efforts to accomplish the SOW requirements and maintains the right to comment on processes. The Contractor shall provide notice 30 calendar days in advance of any events, tests, or activity that the Government identifies as a specific item of interest in the appropriate TI. The Contractor shall provide and maintain two (2) facilities, one for each homeport that are within a 30 minute drive; West coast (Naval Base San Diego) and East Coast (Naval Station Mayport) for LCS Freedom and LCS Independence and at least one facility to accommodate LUSV. Each facility shall accommodate at least ten (10) personnel throughout the performance period of the contract. Each facility shall include, at a minimum, desks, chairs, high-speed broadband internet access, access to filing space, and conference rooms/amenities. Each facility shall also include a color printer with printing/copying/scanning capabilities, and telephone (unlimited local and long distance) with one dedicated line for the fax machine. CDRL A001 Contractor’s Progress, Status and Management Report 3.1.1 PROGRAM MANAGER (PM) (Applicable to all CLINs) The Contractor shall assign a single PM who is specifically charged with the responsibility for the planning, execution, and control of all aspects of this contract, and for directing in-house and subcontractor’s efforts. The PM shall also establish, implement and maintain a management system and organization that shall plan, organize, control, and oversee activities relating to this contract. The PM shall ensure all work conducted is planned and executed in a manner that achieves all management, technical, logistics, budget, and schedule objectives. The PM shall have the necessary authority to utilize the company’s resources to assure the efforts in the SOW are accomplished. The PM shall also function as the primary interface with the Government’s representatives on all matters pertaining to this contract. 3.1.2 PROGRAM MANAGEMENT PLAN (PMP) (Applicable to all CLINs) The Contractor shall develop and maintain a PMP that will apply to the SSCs, in accordance with CDRL A002. The PMP shall support the Government schedule requirements in accordance with the CS Support to LCS Freedom, LCS Independence, and LUSV Notional Ship Schedules, Attachment J-1, Attachment J-2, and Attachment J-3

N0002421R5211 0005

Page 109 of 235

respectively. The PMP shall demonstrate that the program structure is executable within schedule and cost constraints. The PMP shall correlate with the SOW and Contract Work Breakdown Structure (CWBS). The PMP shall include, but not be limited to: 1) any assumptions/guidelines and a dictionary of definitions for selected events used within the accomplishment criteria; 2) listing of all events, significant accomplishments, and criteria; 3) description of the purpose, contract entrance criteria to subcontracts, expected results, and proposed contractual closure criteria for each event. A direct and traceable correlation shall exist between events in the PMP and Integrated Master Schedule (IMS). The Contractor shall update the PMP as necessary throughout the life of the contract and as directed by a TI. CDRL A002 Management Plan, Program Management Plan (PMP) 3.1.3 SUBCONTRACTOR/SUPPLIER MANAGEMENT (Applicable to all CLINs) The Contractor shall be responsible for the performance of its subcontractors/suppliers and shall implement appropriate management actions relative to subcontractor/supplier performance. Further, unless specified elsewhere, the Contractor shall flow down requirements of this contract (as applicable) to all subcontractors. The Prime Contractor shall be accountable for the subcontractor’s/supplier’s compliance and shall be responsible for ensuring all deliverable products comply with contractual requirements. 3.1.4 SYSTEM SECURITY PROGRAM (Applicable to all CLINs) Using the MIL-HDBK-1785 as a guide (DOD SYSTEM SECURITY ENGINEERING PROGRAM MANAGEMENT REQUIREMENTS) and DoD 5220.22-M, "National Industrial Security Program Operating Manual," the Contractor shall establish a System Security-Engineering Program that identifies, evaluates, and proposes solutions for eliminating or mitigating system vulnerabilities to known or postulated threats. The Contractor shall develop, execute, and maintain a comprehensive Security Management Plan (SMP), as part of the PMP, in accordance with CDRL A002, and DoD 5220.22-M and MIL-HDBK-1785 as guidance, and consistent with the LCS and LUSV Security Classification Guides and all appropriate security instructions. All Contractor personnel accessing classified information or material associated with and/or performing classified work relative to the contract must be United States citizens and shall have and maintain at a minimum a final SECRET security clearance. The Contractor requires SIPRNET access to review and transmit classified information related to the SSC Combat System to perform this contract. The Contractor shall adhere to Government and program regulations, policies, and procedures controlling the access of program facilities, information and systems by visitors. All Contractor personnel requiring access to the Government workspaces shall complete a National Agency Check (NAC). An active SECRET Facility Clearance (FCL) is required for performance on this contract. The Contractor must have a Safeguarding Level of SECRET. Communications Security (COMSEC): The Contractor requires COMSEC account to accommodate the use of secure communications with its subcontractors and the Government. The Contractor will require access to Controlled Unclassified Information (CUI) (Formerly for Official Use Only Information) with developers and integrators in order to receive, store, and generate controlled classified information. The Contractor shall assist in developing classified Small Surface Combatant Combat System Ship Integration and Test Program documentation to be provided via email and written reports. The test documentation shall support the Lethality and Survivability upgrades of the Small Surface Combatants which include the in-service LCS Freedom

N0002421R5211 0005

Page 110 of 235

and Independence variants and the new construction Large Unmanned Surface Vessel (LUSV) class ships. In this capacity, the Contractor shall generate and be in receipt of classified material. CDRL A002 Management Plan, Program Management Plan (PMP) 3.1.4.1 OPERATIONS SECURITY PROGRAM PLAN (Applicable to all CLINs) The Contractor shall develop, implement and maintain an Operations Security (OPSEC) Program Plan as part of the PMP in accordance with CDRL A002 to protect classified and sensitive unclassified activities, information, equipment and material used or developed by the Contractor and any subcontractor during the performance of this Contract. The OPSEC Program Plan shall include physical security and access control that ensures that foreign nationals and others without a need to know and appropriate clearance cannot physically access (or visually observe) or electronically access SSC CS SI&T information and equipment. The Contractor shall be responsible for the subcontractor implementation of the OPSEC requirements of this Contract. All Contractor and subcontractor OPSEC programs shall be in full compliance with the latest version of the National Industrial Security Program Operating Manual (NISPOM). The Contractor shall also follow Contract Security Classification Specification, DD Form 254, Attachment J-7. The Contractor shall update the plan as necessary throughout the life of the contract or as directed by a TI. CDRL A002 Management Plan, Program Management Plan (PMP) 3.1.5 PROGRAM MANAGEMENT MEETINGS AND TECHNICAL REVIEWS 3.1.5.1 POST AWARD KICK-OFF MEETING (Applicable to CLINs 0001, 0002, 0003, and 0020) The Contractor shall provide a detailed briefing on its overall management and contract execution strategy at the Post-Award Kick-off Meeting within two (2) weeks of contract award. The Contractor shall also include a discussion of the Contractor’s standard Cost and Software Data Reporting (CSDR) process that satisfies the guidelines contained in the DoD 5000.04-M-1, CSDR Manual, and the requirements in the Government-approved CSDR Plan, DD Form 2794, Attachment J-5, and related Resource Distribution Table (RDT), Attachment J-6. The Government and the Contractor shall work together to develop or update charters for Integrated Product Teams (IPTs), as required. The Contractor shall prepare an agenda, meeting minutes, and presentation materials in support of the meetings in accordance with CDRLs A003, A004 and A005 respectively. CDRL A003 Conference Agenda CDRL A004 Report, Record of Meetings/Minutes CDRL A005 Presentation Material 3.1.5.2 TECHNICAL INSTRUCTION (TI) KICK-OFF MEETING (Applicable to CLINs, including Options if exercised, 0004-6004, 0005-9005, 0006-9006, 0007-9007, 0008-9008, 0009-9009, 0010-9010, 0011-9011, 0012-9012, 0013-9013, 0017-9017, and 0018-9018) Separate Kick-Off Meetings may also be required by the Government when TIs are issued on high-risk or high-technical interest task(s) and/or if Options are exercised. If a separate kick-off meeting is required, the Contractor shall provide a detailed briefing on its management and execution strategy and shall prepare an agenda, meeting minutes, and presentation materials in support of the meetings, in accordance with CDRLs A003, A004 and A005 respectively. CDRL A003 Conference Agenda CDRL A004 Report, Record of Meetings/Minutes CDRL A005 Presentation Material 3.1.5.3 QUARTERLY PROGRAM REVIEWS (Applicable to all CLINs)

N0002421R5211 0005

Page 111 of 235

The Contractor shall conduct Quarterly Program Reviews (QPRs), which may be conducted via a virtual collaborative environment or other Government-approved means. The QPR shall be documented with agendas, minutes, and presentation materials in accordance with CDRLs A003, A004 and A005 respectively. Additionally, the QPR shall include as it applies, but not be limited to the following:

a. Ensuring a mutual understanding of the objectives and scope of the work. b. Addressing Technical Instructions. c. Reviewing progress to-date. d. Reviewing project deliverables. e. Validating detailed work plans. f. Confirming resolved issues and management of outstanding issues. This shall include status of significant

problems faced by the Program Manager and current plans to resolve the problems or mitigate their impacts.

g. Identifying and evaluating risk factors and address areas where risk has changed. h. Identifying cost and schedule variance in a combined manner for all Contractor WBS elements at the third

indenture level. The presentation should identify the data points that are considered “out of tolerance” from Integrated Program Management Report (IPMR) criteria.

i. Identifying problems with Government documents during the quarter, including impacts and solutions. CDRL A003 Conference Agenda CDRL A004 Report, Record of Meetings/Minutes CDRL A005 Presentation Material 3.1.6 RISK MANAGEMENT PLAN (Applicable to all CLINs) The Contractor shall develop and maintain a Risk Management Plan in accordance with CDRL A006 and PEO IWS Instruction 5000.8. The Contractor’s plan shall define steps to identify, respond, analyze, and mitigate risks. The plan will be used to monitor management, cost, and schedule of the contract efforts to assess the impact to the program. The plan shall be updated as necessary throughout the life of the contract or as directed by a TI. CDRL A006 Contractor’s Risk Management Plan 3.1.7 BUSINESS AND FINANCIAL MANAGEMENT (Applicable to all CLINs) The Contractor shall establish, maintain, and use in the performance of this contract, a cost management system linked to, and supported by the Contractor’s management processes and in accordance with the Integrated Program Management Report (IPMR) to include the Integrated Master Schedule (IMS), Contract Work Breakdown Structure (CWBS), change management, material management, procurement, cost estimating, and accounting. The correlation and integration of these products shall provide for early indication of cost and schedule problems, and their relation to technical achievement. The Contractor shall report program cost and schedule status in accordance with CDRL A007. The Contractor shall provide a reconciliation of the Contract Funds Status Report (CFSR) with the IPMR as an addendum. Also, the Contractor shall prepare and provide Monthly Progress and Status Reporting in accordance with CDRL A001. CDRL A001 Contractor’s Progress, Status, And Management Report CDRL A007 Contract Funds Status Report (CFSR) 3.1.7.1 CONTRACT WORK BREAKDOWN STRUCTURE (CWBS) (Applicable to all CLINs) The Contractor shall develop and update the CWBS in accordance with CDRL A008 and the Government WBS, Attachment J-4 as directed by a TI. The CWBS shall be consistent with DoD Manual 5000.04-M-1, CSDR Manual and MIL-STD-881D, Department of Defense Standard, WBS for Defense Material Items. All revisions to the CWBS shall require approval of the Government prior to implementation. The Contractor shall use the CWBS as the structure and the common link that unifies the planning, scheduling, cost estimating, budgeting, contracting and performance reporting disciplines. The CWBS shall provide clear traceability of work efforts and end products.

N0002421R5211 0005

Page 112 of 235

CDRL A008 Contract Work Breakdown Structure (CWBS) 3.1.7.2 INTEGRATED PROGRAM MANAGEMENT REPORT (IPMR) (Applicable to all CLINs) The Contractor shall deliver an IPMR as directed by a TI and prepared in accordance with CDRL A009. The IPMR shall provide data for measuring contract cost and schedule performance. The IPMR shall clearly distinguish the performance data associated with each CLIN, as well as each TI, executed under this contract. Each TI will provide further detail on IPMR requirements specific to the individual TI, as applicable. Specific details may include, but are not limited to, reporting format, frequency of delivery, and CWBS level of reporting. CDRL A009 Integrated Program Management Report (IPMR) 3.1.7.3 PROGRAM INTEGRATED MASTER SCHEDULE (IMS) (Applicable to all CLINs) The Contractor shall deliver and maintain a resource-loaded IMS in accordance with CDRL A009 for program control, status monitoring, and reporting purposes. The IMS shall use the CWBS for tracing all work to be performed on this contract. The IMS shall identify all tasks that are required and shall allocate resources to and designate responsibility within the program for each task. The IMS shall be detailed enough to support Government extraction of detailed Contractor functional level planning to incorporate coincident Government Program level activities. The IMS shall clearly distinguish the schedule data associated with each CLIN, as well as each TI, executed under this contract. Each TI will provide further detail on IMS reporting requirements specific to the individual TI, as applicable. Specific details may include, but are not limited to, reporting format, frequency of delivery, and CWBS level of reporting. The Contractor shall flow down IMS reporting requirements to all subcontractor(s) which meet the reporting thresholds as defined in DoD 5000.2. The IMS from the subcontractor(s) shall be integrated with the prime Contractor’s scheduled events. CDRL A009 Integrated Program Management Report (IPMR) 3.1.7.4 COST AND SOFTWARE DATA REPORTING (CSDR) (Applicable to all CLINs) Per DFARS 252.234-7004, “Cost and Software Data Reporting System” (CSDRS), the Contractor shall establish, deliver, implement, and maintain a CSDRS. The Contractor shall follow the CSDR Plan to identify the required reports and systematically collect and report actual contract costs to provide the Government with needed data to estimate future costs. The Contractor shall provide these reports for all contracts and subcontracts over $50 million in accordance with the Cost and Hour Report (Flexfile) (CDRL A010), Quantity data Report (CDRL A011), and the Contractor Business Data Report, DD Form 1921-3 (CDRL A034). These reports shall be aligned with the Government approved CSDR Plan (Attachment J-5). The Contractor shall identify any subcontractor(s) at any tier with a subcontract that exceeds $50 million, by providing comments on the RDT (Attachment J-6) of the subcontractor(s), or, if have not been selected, the subcontracted efforts in this category and provide to the Government. If, for subcontracts that exceed $50 million, the Contractor changes subcontractors or makes new subcontract awards, the Contractor shall notify the Government. CDRL A010 Cost and Hour Report (Flexfile), Contractor Cost Reporting (CCDR) CDRL A011 Quantity Data Report, Contractor Cost Data Reporting (CCDR) CDRL A034 Contractor Business Data Report (DD Form 1921-3), Contractor Cost Reporting (CCDR) 3.1.7.5 CONTRACT FUNDS STATUS REPORT (CFSR) (Applicable to all CLINs) The Contractor shall report financial data as CFSR in accordance with CDRL A007 using a Defense Contracting Auditing Agency (DCAA) approved accounting system that operates in accordance with accepted commercial accounting standards. The Contractor shall flow down CFSR reporting requirements to all subcontractor(s) who meet the reporting thresholds as defined in DoD 5000.2.

N0002421R5211 0005

Page 113 of 235

CDRL A007 Contract Funds Status Report (CFSR), DD Form 1586 3.1.7.6 EARNED VALUE MANAGEMENT (Applicable to Completions CLINs, 0001, 0002, 0003) In the performance of this contract, the Contractor shall establish, maintain, and use an integrated performance management system. Central to this integrated system, the Contractor shall use a validated Earned Value Management System (EVMS) per DFARS 252.234-7002, “Earned Value Management System (Deviation 2015-O0017),” subject to DFARS 252.242-7005, “Contractor Business Systems,” and the EVMS guidelines contained in ANSI/EIA-748. To establish the integrated performance management system, the EVMS shall be linked to and supported by the Contractor’s management processes and business systems. The Contractor shall flow down EVMS requirements to subcontractors that meet the thresholds and criteria prescribed in DoDI 5000.02. The Contractor and all applicable subcontractors shall use an EVMS that has been certified by the Defense Contract Management Agency (DCMA) Center of Excellence. If the Contractor and/or subcontractors do not have a DoD-validated EVMS, the Contractor shall provide a plan of action and milestones that establishes the path to EVMS compliance. Additionally, if required by the Government, the Contractor shall initiate an EVMS certification review within one hundred and fifty (150) days of contract award. The Contractor and its subcontractors shall be responsive to DCMA Center of Excellence requirements to achieve EVMS certification no later than six (6) months from the date of contract award. 3.1.8 DATA MANAGEMENT AND INTEGRATED DATA ENVIRONMENT (IDE) (Applicable to all CLINs) The Contractor shall maintain records in all areas of work performed under this contract. The Contractor shall be responsible for the development and management of all documentation generated under this contract and shall implement a Data Management Program (Contractor IDE) in order to maintain files of record to include reproducible copies (including original, as appropriate) of all data that is generated under this contract. The purpose of the IDE environment is to create a seamless, collaborative data environment for the Contractor and Government team which contains all data about the project throughout its development and delivery. This Data Management Program, including IDE structure, format, processes, and procedures, shall be documented as part of the contract PMP. The Contractor IDE shall support 25 Government seats for access to the classified IDE and 25 Government seats for access to the unclassified IDE. This IDE shall host all working-level data (i.e. not formal CDRL delivery data) used on or produced in support of this contract, including cost, schedule, and technical data. Data hosted on the Contractor established portal shall be publishable and discoverable. In addition, all data used on or produced in support of this contract shall be made available to Government personnel through its secure unclassified and classified IDE with no less than 95% annual availability during the workweek. The Contractor shall grant Government team access to the Contractor IDE. All items posted in the Contractor IDE, such as drafts of deliverables that are not final versions, shall be considered as drafts until formally posted into the Government IDE, Integrated Product Data Management (iPDM). The Government IDE (iPDM) provides a secure data repository for data exchange and storage with the necessary access control for data protection in conjunction with a collaborative environment. Data deliverables posted in iPDM shall be the formal delivery method for all CDRL deliverables. All data developed and delivered (draft or final) under this contract shall be in accordance with the DFARS Data Rights clauses (DFARS 252.227-7013 and 252.227-7014). The Data Accession List (DAL) shall contain the list of all data generated in support of this contract and be prepared in accordance with CDRL A012. In accordance with Department of Defense (DoD) requirements, the iPDM is configured to use the Public Key Infrastructure (PKI) certificate to verify user identity. This certificate may be provided by a DoD-issued Common Access Card (CAC). The Contractor will be required to submit a request to obtain a CAC in order to access and upload deliverables in iPDM.

N0002421R5211 0005

Page 114 of 235

All official data and deliverables will be retained in iPDM. The Contractor shall use iPDM to upload and directly deliver all contract data deliverables to the Government. All data uploaded in iPDM by the Contractor shall include associated attributes and shall be saved in Government defined formats and locations. The Government will provide official correspondence such as approval/disapproval letters, comments, and recommendations back to the Contractor via Disposition Letters on all CDRLs. Any deliverables, products, and Non-commercial Technical Data and Non-commercial Computer Software developed under this contract shall be delivered with Government Purpose Rights in accordance with DFARS 252.227-7013 and 252.227-7014 and appropriately marked as such unless a waiver has been submitted and approved by the Contracting Officer. In this context, technical data and CS developed under this contract do not include embedded open source or Commercial Off-The-Shelf (COTS) software products. A report verifying the appropriate markings, including security classification and data rights, shall be delivered with the product. The Contractor shall comply with the requirements of the DD Form 254, Attachment J-7, for implementation and to ensure proper safeguarding of classified materials, events and processes. This will include documentation developed by the Contractor or received in support of working groups and IPTs. CDRL A012 Data Accession List (DAL) 3.1.9 CONFIGURATION MANAGEMENT (CM) (Applicable to all CLINs) The Contractor shall develop Configuration Management Program Plan (CMPP), CM definition reports, and CM Control Support reports. The Contractor shall also update the CMPP throughout the life of the contract as necessary and as directed by Technical Instruction (TI). 3.1.9.1 CONFIGURATION MANAGEMENT PROGRAM PLAN (CMPP) The Contractor shall develop a Configuration Management Program Plan (CMPP) in accordance with CDRL A013 and update as necessary as directed by a TI. The CMPP shall be aligned with the approved plans of the PEO IWS 8.0 Configuration Management Plan (CMP) provided in Attachment J-8. The CMPP shall include the shipboard installation, integration, and test of equipment comprising the Combat System for LCS and LUSV Class ships. CDRL A013, Configuration Management Program Plan (MIL-STD-3046) 3.1.9.2 CONFIGURATION DEFINITION (Applicable to all CLINs) The Contractor shall provide a Configuration Identification Baseline Report, which includes CM Definition for the LCS baselines and LUSV baseline development in accordance with CDRL A016 as directed by a TI. CDRL A016 Baseline Description Document, Configuration Identification Baseline Report 3.1.9.3 CONFIGURATION MANAGEMENT AND CONTROL SUPPORT (Applicable to all CLINs) The Contractor shall provide change impact assessments, as requested, during the test and integration period for software/hardware change requests. The Contractor shall provide Test Observation Reports (TORs) in accordance with CDRL A017 to document the discrepancies found during the testing and validation efforts. The Contractor shall also provide recommendations to the Government in support of software/hardware change request development for valid TORs in accordance with the TOR Classification in Attachment J-9. The Contractor shall participate and serve as a third party to Configuration Control Boards (CCBs and provide the results to support outputs at boards/events such as, but not limited to, PEO IWS 8.0 Software Configuration Control Boards (SCCBs), CS Mission Readiness Assessments (MRAs), and/or Combat System Certification Panels (CSCPs).

N0002421R5211 0005

Page 115 of 235

The Contractor shall maintain and control software/hardware change requests and TOR data in accordance with the designated classification level imposed by the Government classification guidance. The Contractor will be provided access to the Government TOR database for each LCS variant and LUSV.

The Contractor shall provide recommendations for ECPs and developed in accordance with CDRL A014 as required against baselined program artifacts. The Contractor shall also support development of Engineering Change Requests (ECRs), ECPs, Ship Change Documents (SCDs), and SCCB package generation to allow for delivery and installation of changes to the ship. When documenting changes to an existing software baseline technical documentation, which impacts testing and/or test documentation using “Revisions to Existing Documents,” the Contractor shall document in accordance with CDRL A018. The Contractor shall document changes using a consistent method and format as used to document the previous configuration or baseline, and export requirements using a Requirements Management Tool. The Contractor shall maintain configuration status records that identify approved Engineering Change Proposals (ECPs), Specification Change Notices (SCNs) (CDRL A015) and other revisions to the technical documentation that impacts the test documentation. The Contractor shall also support transition of status accounting data, delivered equipment, and computer programs to the authorized Combat System CM database for PEO IWS 8.0. The Contractor shall perform Class I and Class II system-level change assessments as requested. The Government will provide the final determination on whether changes are Class I or Class II. The Contractor shall provide adjudication recommendations to PEO IWS 8.0 (Class I) or (Original Equipment Manufacturer (OEM) (Class II) ECPs as the SI&T representative. CDRL A014 Engineering Change Proposal (ECP) CDRL A015 Specification Change Notice (SCN) CDRL A017 Scientific and Technical Reports, TORs CDRL A018 Revisions to Existing Government Documents 3.1.10 QUALITY ASSURANCE PROGRAM PLAN (QAPP) (Applicable to all CLINs) The Contractor shall develop and maintain a QAPP in accordance with CDRL A019 for supplies and services to include, but not limited to, technical documentation, computer software, and hardware. The plan shall also include timely review of documents received and annotation of deficiencies for Government review. The plan will be updated as necessary throughout the life of the contract and as directed by a TI. The Contractor shall document their Quality Assurance Program (QAP) in the QAPP. The Contractor’s approved QAPP shall apply to documentation associated with the technical products and associated CDRLs. The Contractor’s QAPP shall include, but not be limited to the following QA functions, which summarizes some of the key requirements for an acceptable QAPP:

a. The Contractor shall provide a quality system, ensuring all data submitted to the Government for acceptance, is technically correct and conforms to contractual requirements. The Contractor shall include statistical process control techniques as an integral part of the quality system, when applicable. The Contractor techniques shall be used as a means of fostering continuous process improvement and to provide information on which to make decisions about corrective action and change procedures. The Contractor shall ensure this requirement is flowed down and applies to data procured from subcontractors or vendors, as well as the data generated or processed by the Contractor.

b. The Contractor shall execute the inspections and tests required to substantiate the quality of the data throughout all areas of contract performance, (e.g., generation, validation, packaging, and delivery).

c. The Contractor's quality system procedures shall be made available for review by the Government before starting data preparation and throughout the life of this contract. The quality system shall be prescribed by clear, complete, and current instructions and include criteria for approval and rejection of data.

d. Contractor personnel performing quality functions shall have well-defined responsibilities, sufficient authority, and the organizational freedom to evaluate data quality and identify problems, and to start, recommend, or direct corrective action.

N0002421R5211 0005

Page 116 of 235

e. The Contractor's management activity shall review the status and adequacy of the quality system and the quality program regularly to ensure correct technical data is being generated and delivered to the Government.

f. The Contractor's quality program requirements shall ensure compliance with procedures governing the preparation and control of technical data in accordance with the contractual requirements. In addition, the Contractor shall perform management reviews to ensure full compliance with regards to appropriately marking deliverables and non-deliverables.

g. The Contractor shall take prompt action to correct conditions that have resulted or could result, in data being submitted to the Government that is not in conformance with contractual requirements. Corrective actions shall include: 1. Review of existing records indicating the types and number of inspections made, the types and number

of deficiencies found, items of data rejected, the corrective actions taken, and the quantities of data items approved.

2. Review and revise, where necessary, existing procedures for conducting future or follow-up corrective actions. These revised procedures shall monitor and increase the effectiveness of corrective actions to prevent the recurrence of discrepancies.

CDRL A019 Quality Assurance Program Plan (QAPP) 3.1.11 CYBERSECURITY (Applicable to all CLINs) The Contractor shall integrate enclave assessment and authorization events into the IMS and CS MTP. Also, the Contractor shall ensure the CS MTP includes verification of Cross Domain Solution (CDS) in the CS MTP. Further, the Contractor shall also follow DoDI 8500.01, Cybersecurity, DoDI 8510.01, Risk Management Framework (RMF) for DoD Information Technology (IT), NAVSEA 9400.2-AM, business rules set by the NAVSEA Echelon II and the Functional Authorizing Official (FAO), and Cybersecurity Checklist for LCS Freedom, Independence, and LUSV, Attachment J-10, Attachment J-11, and Attachment J-12 respectively. 3.1.11.1 DEVELOPMENT OF CYBERSECURITY TEST PLAN (Applicable to CLINs and Option CLINs if exercised 0011-9011, 0012-9012, 0013-9013) The Contractor shall develop and maintain a Cybersecurity Test Plan, in accordance with CDRL A020. The plan shall be updated throughout the life of the contract as necessary and as directed by a TI. The test events portion described in this plan shall be included in the MTP as well. The Cybersecurity Test Plan shall be detailed in order to generate repeatable test results using identical test configurations, test conditions, and tools. The Cybersecurity Test Plan shall specify personnel responsibilities, testing schedules, and required resources to facilitate all Cybersecurity test events. CDRL A020 Naval Aviation Cybersecurity Test Plan, CS SI&T Cybersecurity Test Plan 3.1.12 ENVIRONMENTAL SAFETY AND OCUPATIONAL HEALTH (ESOH) The Contractor shall execute and maintain an ESOH Program and deliver reports as described in the subparagraphs below and as directed by a TI. 3.1.12.1 SAFETY AND OCCUPATIONAL HEALTH (Applicable to all CLINs) The Contractor shall identify and evaluate safety and personnel health hazards, define risk levels, and establish a safety program in accordance with MIL-STD-882 that manages the probability and severity of all hazards associated with integration testing, use, and maintenance of the SSC CS equipment. The Contractor shall also identify and evaluate personnel’s health and equipment hazards, define risk levels, and establish mitigations through safety analysis and regulatory requirement evaluations. Further, the Contractor shall ensure that appropriate modifications (if necessary) are carried out in the CS equipment procedures and test activities to manage the probability and

N0002421R5211 0005

Page 117 of 235

severity of all hazards and maintain continual compliance with ESOH requirements. The Health Hazard Assessment Report (HHAR) shall be developed and delivered by the Contractor in accordance with CDRL A021. CDRL A021 Health Hazard Assessment Report (HHAR) 3.1.12.2 HAZARDOUS MATERIAL MANAGEMENT PROGRAM (HMMP) PLAN (Applicable to all CLINs) The Contractor shall evaluate and manage the selection, use, and disposal of HAZMAT consistent with ESOH regulatory requirements and program cost, schedule, and performance goals. The Contractor shall develop and implement the Hazardous Material Management Program (HMMP) Plan in accordance with CDRL A022 for life cycle identification, tracking, storing, handling, packaging, transporting, and disposing of such material if needed for SSC CS SI&T and where avoidance of HAZMAT is unreasonably expensive or unavoidable. This plan shall be updated throughout the life of the contract and as directed by a TI. The Contractor shall comply with all environmental protection measures identified in Environmental Planning documentation during tests and ensure that testing is conducted in compliance with applicable Federal, State, and Local Environmental and Safety Statutes, Laws, Regulations and facility permitting requirements. CDRL A022 Hazardous Material Management Program (HMMP) Plan 3.1.13 DEVELOP PROGRAM MANAGEMENT DOCUMENTS (APPLICABLE TO CLIN 0001) The Contractor shall develop program management and performance documents for the accomplishment of CLIN 0001. The Contractor shall develop a Program Management Plan and within the plan it shall include Security Management Plan, and Operations Security Plan. The contractor shall also develop separately a Quality Assurance Program Plan, Configuration Management Program Plan, Hazardous Material Management Program Plan, Risk Management Plan, and Contract Work Breakdown Schedule. CDRL A001 Contractor’s Progress, Status and Management Report 3.2 LCS CS TEST PROCEDURES, CS TEST SEQUENCE NETWORK, & CS MASTER TEST PLAN (Applicable to Completion CLINs 0002, 0003, and 0020) The Contractor shall modify and update the CS Test Procedures for LCS Freedom and Independence, Attachment J-22 and Attachment J-23 respectively. The Contractor shall develop any missing Test Procedures in accordance with the NAVSEAINST S9095 ADTRQ-010/TSTP - Total Ship Test Program Manual. In addition, the Contractor shall develop the CS MTPs in accordance with the MIL-STD-2106A. The Contractor shall also develop the CS TSNs and shall use the Index Numbering System in Appendix B of S9095-AD-TRQ-010/TSTP to generate the Test Index and to reference their CS TSN and CS Test Procedures. The Contractor shall support the Government Test Teams in developing CSSQTs, Developmental Testing (DT), Operational Test (OT), and CS modifications or special testing test documents. The Contractor shall update these documents for Phase 2 in accordance with LCS Freedom and LCS Independence Baseline Diagrams, Attachment J-19 and Attachment J-20 respectively. 3.2.1 LCS CS TEST PROCEDURES The Contractor shall perform the following tasks:

a. The Contractor shall plan, coordinate, develop, modify, and update the LCS CS Test Procedures. b. The Contractor shall review and follow the Index Numbering System instructions in S9095-AD-TRQ-

010/TSTP when assigning test index numbers to the LCS CS Test Procedures being developed or updated. c. The Contractor shall review and adjudicate all LCS CS Test Change Proposals and LCS CS Test Problem

Reports submitted to them from the Test Teams, PARMs, Shipyards, and Planning Yards. The Contractor shall incorporate the adjudicated and Government approved redlines of the LCS CS Test Procedures.

N0002421R5211 0005

Page 118 of 235

d. The Contractor shall generate CS Test Procedures for the LCS Freedom and LCS Independence in accordance with CDRL A023 and CDRL A024 respectively to be used throughout both incremental stage tests and at-sea demonstrations. Examples of this testing scope includes Integrated Combat System Operational Demonstration; Integrated Training System Operational Demonstration; Anti-Submarine Warfare (ASW) Operational Demonstration; Anti-Air Warfare (AAW); Surface Warfare (SUW) and Strike Warfare (STW) Operational Demonstration; Multi-Function Radar Operational Demonstration; CS Survivability Demonstration Test; Exterior Communications System At-Sea Demonstration. This data shall be deposited and stored in the Contractor IDE and provide Government access to this data.

e. The Contractor shall validate the LCS CS Test Procedures, which will be witnessed by the Government at the Shipyard.

f. The Contractor shall adjudicate all comments and resolve all discrepancies before submitting the Test Procedures to the Government for approval.

g. The Contractor shall provide an up-to-date set of the LCS CS Test Procedures for CS integration.

CDRL A023 Test Plans/Test Procedures, LCS Freedom CS Test Procedures CDRL A024 Test Plans/Test Procedures, LCS Independence CS Test Procedures 3.2.2 LCS CS TEST SEQUENCE NETWORK (TSN) The Contractor shall perform the following tasks:

a. The Contractor shall plan, coordinate, develop, and update the LCS CS TSNs to be used throughout the CS

Test Stages and Trials, including both incremental stage tests and at-sea demonstrations. The Contractor shall also review and comply with the CS Test Index Numbering System in S9095-AD-TRQ-010/TSTP and apply its structure to numbering the tests in the resulting LCS CS TSNs. The Draft data shall be deposited and stored in the Contractor IDE and provide the Government access to the data. The Contractor shall prepare and deliver the CS TSNs for the LCS Freedom and LCS Independence in accordance with CDRL A027 and CDRL A028 respectively.

b. The Contractor shall recommend changes to the documents as required (e.g. Test Index, Test Outlines, and abbreviated outlines), while updating the LCS CS TSNs. The recommended change report shall be prepared in accordance with CDRL A026.

c. The Contractor shall validate the LCS CS TSNs on board the ship, which will be witnessed by the Government.

d. The Contractor shall adjudicate all comments and resolve all discrepancies before submitting the LCS TSN to the Government for approval.

CDRL A026 Technical Report-Study/Services CDRL A027 Test Plans/Test Procedures, LCS Freedom CS Test Sequence Network CDRL A028 Test Plans/Test Procedures, LCS Independence CS Test Sequence Network 3.2.3 LCS CS MASTER TEST PLAN (MTP) The Contractor shall perform the following tasks:

a. The Contractor shall develop the CS MTPs for the LCS Freedom and LCS Independence in accordance with MIL-STD-2106A and prepare and update in accordance with CDRL A030 and CDRL A031 respectively.

b. The Contractor shall assist the LCS CS test and evaluation efforts by coordinating with the Test Teams for the development of the Test Program, the Participating Acquisition Resource Managers (PARM) reviews, and Test Development Director (TDD) conferences supporting long range planning and scheduling.

c. The Contractor shall review and adjudicate comments from LCS CS Test Change Proposals and LCS CS Test Problem Reports submitted to them from the Test Teams, PARMs, Shipyards, and Planning Yards.

d. The Contractor shall incorporate the adjudicated and Government approved redlines to the LCS CS MTPs and in the affected test procedures.

N0002421R5211 0005

Page 119 of 235

CDRL A030 Test and Evaluation Program Plan, LCS Freedom CS Master Test Plan CDRL A031 Test and Evaluation Program Plan, LCS Independence CS Master Test Plan 3.2.4 LCS EXIT CRITERIA The efforts for completion CLINs 0002 and 0003 will be completed when the Contractor delivers the final version of the Test Procedure, TSN, and MTP, resolved all Government comments, and received approval letters from the PCO/COR. 3.3 LUSV CS TEST PROCEDURES, CS TEST SEQUENCE NETWORK, & CS MASTER TEST PLAN (Applicable to CLINs 0004 and 0020) The Contractor shall modify and update the CS Test Procedures as provided in Attachment J-24. The Contractor shall develop any missing Test Procedures in accordance with the NAVSEAINST S9095 ADTRQ-010/TSTP - Total Ship Test Program Manual. In addition, the Contractor shall develop the CS MTPs in accordance with the MIL-STD-2106A. The Contractor shall also develop the CS TSNs and shall use the Index Numbering System in Appendix B of S9095-AD-TRQ-010/TSTP to generate the Test Index and to reference their CS TSN and CS Test Procedures. The Contractor shall support the Government Test Teams in developing CSSQTs, Developmental Testing (DT), Operational Test (OT), and CS modifications or special testing test documents. The Contractor shall update these documents as needed in accordance with LUSV Baseline Diagram, Attachment J-21. 3.3.1 LUSV CS TEST PROCEDURES The Contractor shall perform the following tasks:

a. The Contractor shall plan, coordinate, develop, modify, and update the LUSV CS Test Procedures. b. The Contractor shall review and follow the Index Numbering System instructions in S9095-AD-TRQ-

010/TSTP when assigning test index numbers to the LUSV CS Test Procedures being developed or updated.

c. The Contractor shall review and adjudicate all LUSV CS Test Change Proposals and LUSV CS Test Problem Reports submitted to them from the Test Teams, PARMs, Shipyards, and Shipbuilders. The Contractor shall incorporate the adjudicated and Government approved redlines of the LUSV CS Test Procedures.

d. The Contractor shall generate LUSV CS Test Procedures in accordance with CDRL A025 to be used throughout both incremental stage tests and at-sea demonstrations. Examples of this testing scope includes Integrated Combat System Operational Demonstration; Integrated Training System Operational Demonstration; Surface Warfare (SUW) and Strike Warfare (STW) Operational Demonstration; CS Survivability Demonstration Test; Cooperative Engagement Conditions (CEC) At-Sea Operational Verification Test; and Exterior Communications System At-Sea Demonstration. These data shall be deposited and stored in the Contractor IDE and provide Government access to this data.

e. The Contractor shall validate the LUSV CS Test Procedures, which will be witnessed by the Government at the Shipyard and Shipbuilder’s facility.

f. The Contractor shall adjudicate all comments and resolve all discrepancies before submitting the Test Procedures to the Government for approval.

g. The Contractor shall provide an up-to-date set of the LUSV CS Test Procedures for CS integration.

CDRL A025 Test Plans/Test Procedures, LUSV CS Test Procedures 3.3.2 LUSV CS TEST SEQUENCE NETWORK (TSN) The Contractor shall perform the following tasks:

N0002421R5211 0005

Page 120 of 235

a. The Contractor shall plan, coordinate, develop, and update the LUSV CS TSNs to be used throughout the CS Test Stages and Trials, including both incremental stage tests and at-sea demonstrations. The Contractor shall also review and comply with the CS Test Index Numbering System in S9095-AD-TRQ-010/TSTP and apply its structure to numbering the tests in the resulting LUSV CS TSNs. The Draft data shall be deposited and stored in the Contractor IDE and provide the Government access to the data. The Contractor shall prepare and deliver the LUSV CS TSNs in accordance with CDRL A029.

b. The Contractor shall recommend changes to the documents as required (e.g. Test Index, Test Outlines, and abbreviated outlines), while updating the LUSV CS TSNs. The recommended change report shall be prepared in accordance with CDRL A026.

c. The Contractor shall validate the LUSV CS TSNs on board the ship, which will be witnessed by the Government.

d. The Contractor shall adjudicate all comments and resolve all discrepancies before submitting the LUSV TSN to the Government for approval.

CDRL A026 Technical Report-Study/Services CDRL A029 Test Plans/Test Procedures, LUSV CS Test Sequence Network 3.3.3 LUSV CS MASTER TEST PLAN (MTP) The Contractor shall perform the following tasks:

a. The Contractor shall develop and maintain the CS MTPs for the LUSV in accordance with MIL-STD-2106A and prepare and update in accordance with CDRL A032.

e. The Contractor shall assist the LUSV CS test and evaluation efforts by coordinating with the Test Teams for the development of the Test Program, the Participating Acquisition Resource Managers (PARM) reviews, and Test Development Director (TDD) conferences supporting long range planning and scheduling.

f. The Contractor shall review and adjudicate comments from LUSV CS Test Change Proposals and LUSV CS Test Problem Reports submitted to them from the Test Teams, PARMs, Shipyards, and Shipbuilders.

g. The Contractor shall incorporate the adjudicated and Government approved redlines of the LUSV CS MTPs and in the affected test procedures.

CDRL A032 Test and Evaluation Program Plan, LUSV CS Master Test Plan 3.4 DEVELOP, MODIFY, AND UPDATE SSC CS SPACE ARRANGEMENTS, CS INSTALLATION CONTROL DRAWINGS, CS INTERFACE CONTROL DRAWINGS (Applicable to CLINs 0005, 0006, 0007, 0020 and Option CLINs 1005-9005, 1006-9006, 1007-9007, if exercised) The Contractor shall review and modify the SSC CS Space Arrangements, CS Element Installation/Interface Control Drawings, which includes CS Topside and below deck Drawings, provided by the PARMs, and/or the Government for the SSC CS SI&T. The Contractor shall review and provide comments on the SIDs provided by the Planning Yard and Shipbuilder to assist in developing the SIDs. The Contractor shall be responsible for engineering support in integrating and documenting all CS equipment on SSC ships. The Contractor shall also perform all required coordination, management, and engineering efforts required to review, modify, and update the drawings for LCS Freedom, LCS Independence, and LUSV in accordance with SI&T standards, MIL-STD-31000A. The Contractor shall also develop the SSC CS Space Arrangements, CS Element Installation Control Drawings, Interface Control Drawings, and end-to-end CS Interface Control Drawings to support life cycle requirements for the SSC CS SI&T, if these documents do not exist. 3.4.1. MODIFY/UPDATE SSC CS SPACE ARRANGEMENTS

N0002421R5211 0005

Page 121 of 235

The Contractor shall review, modify, and update the SSC CS Space Arrangements. The Contractor shall review and work closely with the Planning Yards, Shipbuilder, and Government to resolve any discrepancies. The Contractor shall update the CS Space Arrangements utilizing the LCS and LUSV 3D CAD data where appropriate. The revised CS Space Arrangements for LCS Freedom, LCS Independence, and LUSV shall be prepared and delivered in accordance with CDRL B001, CDRL B002, and CDRL B003. CDRL B001 Product Drawings/Models and Associated Lists, LCS Freedom CS Space Arrangement CDRL B002 Product Drawings/Models and Associated Lists, LCS Independence CS Space Arrangement CDRL B003 Product Drawings/Models and Associated Lists, LUSV CS Space Arrangement 3.4.2 MODIFY/UPDATE SSC CS ELEMENT INSTALLATION AND INTERFACE CONTROL DRAWINGS The Contractor shall review, modify, and update the SSC CS Element Installation Control Drawings (Attachment J-13, Attachment J-14, and Attachment J-15) and Interface Control Drawings (Attachment J-16, Attachment J-17, and Attachment J-18). The Contractor shall also review and work closely with the CS PARMs, Planning Yards, Shipyards, Shipbuilder, and Government to resolve any CS Element Installation and Interface Control Drawings discrepancies. The revised CS Element Installation Control Drawing shall be prepared and delivered in accordance with CDRL B004, CDRL B005, and CDRL B006; while the Interface Control Drawing shall be prepared and delivered in accordance with CDRL B007, CDRL B008, and CDRL B009. CDRL B004 Product Drawings/Models and Associated Lists, LCS Freedom CS Installation Control

Drawings CDRL B005 Product Drawings/Models and Associated Lists, LCS Independence CS Installation Control

Drawings CDRL B006 Product Drawings/Models and Associated Lists, LUSV CS Installation Control Drawings CDRL B007 Product Drawings/Models and Associated Lists, LCS Freedom Interface Control Drawings CDRL B008 Product Drawings/Models and Associated Lists, LCS Independence Interface Control

Drawings CDRL B009 Product Drawings/Models and Associated Lists, LUSV Interface Control Drawings 3.4.3 DEVELOPMENT OF SSC CS SPACE ARRANGEMENT, CS INSTALLATION CONTROL DRAWINGS, INTERFACE CONTROL DRAWINGS The Contractor shall provide impact analysis for all SSC CS Support Equipment, including, but not limited to electronic cooling water, dry air, HVAC, and 60/400Hz power systems. The Contractor shall also evaluate each change proposal for both operational and physical impact, prior to the development of the formal drawings and shall demonstrate its understanding of the proposed change and provide recommendations on how it can be integrated into the ship. The Contractor shall conform to the general ship specifications to bring the design into compliance. The Contractor shall perform the tasks below in accordance with each TI to develop and deliver the SSC CS Space Arrangements based on CDRL B001, CDRL B002, and CDRL B003, CS Installation Control Drawings based on CDRL B004, CDRL B005, and CDRL B006, CS Interface Control Drawings based on CDRL B007, CDRL B008, and CDRL B009, and end-to-end CS Interface Control Drawings from individual CS Element Installation Control Drawings:

1. The Contractor shall review and compile into consistent format and level of detail the SSC CS Element Installation Control Drawings and CS Interface Control Drawings provided by the PARMs and Government. 2. The Contractor shall develop for the SSCs, both an Initial and a Final CS Element Installation Control Drawings, CS Interface Control Drawings, and end-to-end CS Interface Control Drawings. In the event there is not enough information from the drawings provided, the Contractor may include assumptions or items labeled “TBD” in the initial drawings. The Government will conduct a review of the initial drawings and provide comments as necessary. Once information is provided, any and all “TBDs” will be corrected prior to the release of the final drawings. The Contractor is responsible for collecting and adjudicating all Government comments.

N0002421R5211 0005

Page 122 of 235

If required, and with Government’s direction, the Contractor shall schedule and conduct reading sessions to adjudicate comments. Once comments have been adjudicated, the Contractor shall begin development of the final drawings. The final drawings shall incorporate all comments from the initial drawings and shall contain no assumptions. The final drawings will follow the same review and adjudication process as the initial drawings. 3. If review comments are received from the Government against the final drawings or other changes are required due to the updated drawings (Attachment J-13, Attachment J-14, Attachment J-15, Attachment J-16, Attachment J-17, and Attachment J-18) the Contractor shall provide updates in accordance with CDRLs B004-B009. If change pages only, the Contractor shall denote these changes within the updated drawings.

4. The Contractor shall perform Fatal Flaw Reviews for SSC CS Space Arrangements, which includes Topside and below deck arrangement. Fatal Flaw Reviews shall address equipment locations, impacts to CS, CS Support Equipment, and safety concerns. The time required for the Contractor to accomplish a Fatal Flaw Review is dependent on the complexity of the change. A Fatal Flaw Review may consist of simply identifying an area within a CS space that a single piece of equipment can temporarily be installed in, or the Fatal Flaw Review may be evaluating equipment and cabling impacts both below deck and Topside for a more complicated non-permanent change that will be installed for a ship’s deployment. The Contractor shall be capable of performing a Fatal Flaw Review for any system being planned for installation aboard the SSC ships. The Contractor shall document the result in accordance with CDRL A026. 5. The Contractor shall provide support for emergent waterfront installation design issues that require deviation from the SSC CS Space Arrangement, CS Installation Control Drawings, and CS Interface Control Drawings. The Contractor shall provide support to resolve waterfront issues, which includes design support, on-site support aboard a ship, or onsite support at another Navy or Contractor facility. The Contractor shall develop and provide design options and recommendations to assist in the resolution of the issue. The level of support required is dependent on the situation and may require full time, part time, or even on call support. 6. The Contractor shall identify and inform the Government of any missing SSC CS Space Arrangement design and submit a report in accordance with CDRL A026. 7. The Contractor shall perform a detail study of the CS space location within the ship design, which involves weight distribution, sufficient power distribution, airflow, and water supply cooling. 8. The Contractor shall analyze the SSC CS space for equipment accessibility for maintenance and repair, cable length limitations, to ensure no signal degradation, proper cable routing to prevent crosstalk, and ensure equipment redundancy and survivability are in appropriate location and it does not interfere with other equipment. 9. The Contractor shall analyze the Combat System Space for operational impacts, including human factors that may limit operations.

CDRL A026 Technical Report-Study/Services CDRL B001 Product Drawings/Models and Associated Lists, LCS Freedom CS Space Arrangement CDRL B002 Product Drawings/Models and Associated Lists, LCS Independence CS Space Arrangement CDRL B003 Product Drawings/Models and Associated Lists, LUSV CS Space Arrangement CDRL B004 Product Drawings/Models and Associated Lists, LCS Freedom CS Installation Control

Drawings CDRL B005 Product Drawings/Models and Associated Lists, LCS Independence CS Installation Control

Drawings CDRL B006 Product Drawings/Models and Associated Lists, LUSV CS Installation Control Drawings CDRL B007 Product Drawings/Models and Associated Lists, LCS Freedom Interface Control Drawings CDRL B008 Product Drawings/Models and Associated Lists, LCS Independence Interface Control

Drawings CDRL B009 Product Drawings/Models and Associated Lists, LUSV Interface Control Drawings

N0002421R5211 0005

Page 123 of 235

3.5 SSC CS SHIP INTEGRATION ENGINEERING AND TEST PLANNING (Applicable to CLINs 0008, 0009, 0010, 0020 and Option CLINs 1008-9008, 1009-9009, 1010-9010 if exercised) The Contractor shall ensure that the SSC CS Enclave is integrated with the shared boundary interfaces in accordance with the LCS Freedom, LCS Independence, and LUSV Baseline Diagrams, Attachment J-19, Attachment J-20, and Attachment J-21 respectively. The Contractor shall provide the expertise required in the integration, installation, and test of CS equipment in the SSC ships in the areas of:

Subsystem, System and Ship Integration, CS Integration among CS elements, supporting ship systems, and the communications systems that support

integrated warfighting, Reliability, Maintainability, and Availability (RM&A), Standardization, Command, Control, Communication, Computers, and Intelligence (C4I), Electromagnetic Compatibility (EMC), Interoperability, Safety, Quality Assurance, Human Factors Engineering, CS Operations/Manning, Combat System Alignment, and Cybersecurity

The Contractor shall analyze new components, design modifications, revised processes, ship space arrangement studies, topside and below deck arrangement studies, and installation/test procedures for impact on ship design and system technical requirements. The Contractor shall assist the Shipyard, AIT, Shipbuilder, Regional Maintenance and Modernization Coordination Office (RMMCO), and On Site Installation Coordinator (OSIC) for the removal and installation of CS. The Contractor shall also provide engineering support to the Government Test Team during trial card (discrepancy) screening conferences. The Contractor shall coordinate system engineering support of CS ECP activities and review all CS related changes to ship documentation and impacts to Below Deck CS Space Arrangements, Topside Arrangements, and other ship design and system technical requirements. The Contractor shall also accomplish CS functional integration and provide the necessary management and engineering to support the maintenance of the design of SSC Ship below deck CS compartments and topside arrangements. The Contractor shall provide engineering and technical support for CS Survivability Demonstrations (CSSDs). The Contractor shall review new CS designs and proposed changes and evaluate the ability for improvements to be made within the shipbuilding and planning yard schedule. The Contractor shall also assist in minimizing the number of ECPs and SCDs. 3.5.1 SYSTEMS ENGINEERING The Contractor shall provide system engineering efforts for SSC ships to meet operational SSC CS performance, reliability and safety requirements. These efforts shall include, but not be limited to:

a. Providing expertise on areas of Logistics and CS Element Engineering and expertise for support on structural stability studies and CS alignment. The Contractor shall support the integration effort of an efficient generation and distribution system for the use of all “hotel services,” e.g., air, water and power, utilized by the CS.

b. Providing resolution of element, multi-element, CS hardware, and interface issues or problems.

N0002421R5211 0005

Page 124 of 235

c. Conducting engineering analyses and performance of CS related specialized testing, which includes, but is not limited to: antenna array, signal processor, Topside structure, Electro Magnetic Interface (EMI)/EMC, Radiation Hazard (RADHAZ), and safety.

d. Assisting in the development, installation, test and verification of CS changes for the SSC. e. Assisting the Government with data extraction, data reduction, and engineering efforts to review data

obtained during testing of the SSC CS. The Contractor shall provide facilities to support this tasking. f. Assisting the Government in reviewing the compiled test data to determine problems in system operation

and determine where resolutions are needed. g. Assisting in evaluation and developing concepts and technologies, which could potentially improve the

ship design, the design or installation processes, in order to increase performance, reduce cost, and/or facilitate ship combat installations and upgrades. The Contractor shall provide engineering support to NAVSEA, other Navy agencies and commercial organizations for design, development, qualification and test interfaces, cables and associated cable products.

h. Assisting in maintaining a Reliability and Maintainability (R&M) Analysis. The Contractor shall also support the R&M Problem Review Board process and submit the Failure Summary and Analysis Report (FSAR), (R&M Corrective Action summary) in accordance with CDRL A026.

CDRL A026 Technical Report-Study/Services 3.5.1.1 FEASIBILITY STUDIES The Contractor shall study SSC CS upgrades and/or changes to evaluate the physical impact of the upgrades with the baseline system in order to identify problems, propose solutions and make recommendations to reduce risks. The Contractor shall prepare reports in accordance with CDRL A026. The scope shall include ship integration impact studies, feasibility and reliability studies, space arrangement options, and Electromagnetic Effects (EMX)/Topside studies. The Contractor shall also conduct Topside/EMC Studies to assess the impacts associated with Topside equipment installations aboard SSC ships and provide recommended Topside equipment locations. The Contractor shall incorporate the results of studies as applicable and those studies may include, but not be limited to the following areas:

a. Topside and below deck equipment on the proposed locations for potential issues to/from other systems, b. EMC: (EMI/Intermodular Interference, source/victim, mitigation), c. Combat System: (alignment/calibration, blockage, performance, coverage), d. System Cutouts/Intrusions: (gun, missile, optics, electronic warfare, and communication systems), e. Environmental: (green water, temperature, humidity, icing, rain, wind, salt fog, solar radiation), f. Survivability: (blast overpressure, debris field, stack gas, shock, vibration, gun blast, missile blast), g. Aviation impacts: (helicopter operations, Visual Landing Aids (VLAs), lights, reference lines, field of

view, flight deck), h. Structural impacts: (weight / Kg, mast/deck, resonant frequency), i. Deck evolutions: Helo Recovery and Handling, Vertical Replenishment (VERTREP), line and ordnance

handling, small boat operations), j. Human factors: (maintenance, accessibility, platforms, human-machine interface), k. Safety: (life rails, equipment operations/rotation, special materials, Personnel Aloft), l. RADHAZ: (Hazards of Electromagnetic Radiation Personnel (HERP), Hazards of Electromagnetic

Radiation Ordnance (HERO), HERF, impacts, surveys), m. Emission Control (EMCON), n. Radar Cross Section (RCS): (foundation design, PCMS requirements / Radar Absorbing Material (RAM)

applications), o. Certifications: (navigation, EMC, aviation, weapons, safety, RADHAZ, HAZMAT), and p. Ship Operational impacts: (navigation, watch station, visual)

CDRL A026 Technical Report-Study/Services

N0002421R5211 0005

Page 125 of 235

3.5.1.2 TOPSIDE AND BELOW DECK ANALYSES The Contractor shall assist the Government for the Topside and below deck analyses that include, but are not limited to, assessment of the impacts associated with the installation of permanent or non-permanent Topside and below deck equipment including Crew Served Weapons mounting locations. The Contractor shall recommend locations for Topside and below deck equipment installation. The Contractor shall maintain in its IDE, Topside and below deck Evaluation Reports, Topside and below deck Configuration Baseline Drawings, and the Crew Served Weapons Guide for SSC ships. The Contractor shall also conduct data analysis of the Topside and below deck CS equipment and provide recommendations for any design changes to the Government in accordance with CDRL A026. CDRL A026 Technical Report-Study/Services 3.5.1.3 ENVIRONMENTAL QUALIFICATION TESTING The Contractor shall provide support for environmental testing of SSC CS equipment in accordance with MIL-STD-167-1A, Mechanical Vibrations of Shipboard Equipment and MIL-S-901D, Shock Tests, H.I. (High Impact) Shipboard Machinery, Equipment, and Systems, Requirements. The Contractor shall define and review, develop and/or assist in drafting test procedures, conduct and monitor tests conducted at approved facilities, and ensure the final Test Reports accurately document the test results. The Contractor shall also track environmental test status for SSC CS equipment, and provide status reports on tests that were planned, scheduled and completed in accordance with CDRL A026. In addition, the Contractor shall also track environmental test discrepancies, and work with the PARMs as requested on resolution. CDRL A026 Technical Report-Study/Service 3.5.2 SSC CS TEST PLANNING ACTIVITIES The Contractor shall perform an engineering review of SSC CS test documentation prior to commencement of industrial testing and perform validation of shipboard test documentation before it is required to be executed in the shipyard in support of stage testing. The Contractor shall coordinate with the Planning Yard, Shipbuilder, and/or Regional Maintenance and Modernization Coordination Office (RMMCO) for the SSC CS Test Schedules. The Contractor shall also assist the Shipyard. Shipbuilder and the AIT in performing Pre-Installation Test, CS equipment installation, and Post installation checkout. 3.6 SSC CS WATERFRONT INTEGRATION AND TEST (Applicable to CLINs 0011, 0012, 0013, 0020 and Option CLINs 1011-9011, 1012-9012, 1013-9013 if exercised) The Contractor shall provide on-site resident and temporary duty (TDY) personnel at the Shipyard and Shipbuilder’s facility as members of the SSC Test Team in the execution of the SSC CS Test Program. The on-site Contractor personnel shall be headed by a Contractor Test Manager who shall closely work with the Government SSC Test Director, SSC Test Managers, Planning Yard, and Shipbuilders in matters concerning the test program. The Contractor shall provide the expertise required to perform the integration and testing of CS equipment in SSC Class ships in the areas of:

Subsystem, System and Ship Integration; CS Integration; Reliability, Maintainability, and Availability (RM&A); Standardization; C4I; EMC;

N0002421R5211 0005

Page 126 of 235

Interoperability; Safety; QA; Human Factors Engineering; and CS Operations/Manning. Combat System Alignment Cybersecurity

The Contractor shall assist Shipyards, AIT, and Shipbuilders in resolving any CS installation, interface issue, and ensure that all cables and LAN (Local Area Network) drops are terminated and tested properly. Further, the Contractor shall also assist to ensure that the CS is integrated with the ship systems and resolve any discrepancies. The Contractor shall also provide support to remote operations of the LUSV BLK 1 and BLK 2 Integrated Combat System (ICS). 3.6.1 TEST TEAM ACTIVITIES The Contractor shall perform the following tasks:

a. Review CS designs, proposed changes, and evaluate the ability for improvements to be made within the shipbuilding availability. The Contractor shall also assist in minimizing the number of ECPs and SCDs of SSC CS.

b. Provide the latest set of SSC CS Test Procedures for CS integration. c. Comply with the Government provided Test Index and Numbering System Definition for LCS and LUSV

Class ships and maintain alignment with the structure for all new test procedures developed. d. Provide engineering and technical review efforts in accordance with the MTP and Test Procedures to

update and maintain operating and test procedures for CS, including, but not limited to, ship acceptance test procedures. The Contractor shall also prepare and perform extensive review and/or revision of CS secure and light-off procedures.

e. Work closely with PEO IWS, Shipyard, Shipbuilder, Planning Yard, RMMCO, PARM, and Government Test Directors to support long range planning and scheduling.

f. Optimize available resources, providing flexibility to solve CS problems across SSC Class hulls in various stages of planning, design, and construction.

g. Accommodate schedule changes while maintaining efficiency of the test teams and overall objectives of the test program.

h. Support the R&M Analysis for SSC Class integration by collecting and retaining CS R&M performance data in accordance with CDRL A026 at the LCS Shipyards and LUSV Shipbuilder facility. This effort shall include:

1. Recording the occurrence and description of all SSC CS maintenance actions occurring during

integration test and inspections with subsequent analysis of the reports with recommended corrective action. The Contractor shall also submit the FSAR (R&M Corrective Action summary) in accordance with CDRL A026.

2. Provide recommendations for the R&M process on the Installation and Checkout (INCO) sparing approach (number and types of INCO spares) for the SSC CS. The recommended INCO requirements shall be provided in accordance with CDRL A026.

i. The Contractor shall assist in the development or revision of CS INCO test procedures in accordance with

SSC CS requirements, computer program documentation, and technical manuals, including Interactive Electronic Technical Manuals (IETMs) and other electronic document mediums.

j. The Contractor shall assist in the development of equipment ECPs/PCWs on the operation & maintenance, reliability, and fault isolation requirements of the total system. The Contractor shall also provide support to review/update the CS operability tests, Maintenance Requirement Cards, technical bulletins, and other CS documentation.

k. The Contractor shall provide support to logistics efforts such as supportability analysis, class maintenance plan updates, initial outfitting spares assessment, battle spares assessment, training, Allowance Parts List

N0002421R5211 0005

Page 127 of 235

(APL)/Allowance Equipment List (AEL) updates, Bill of Materials (BOM), MIP/MRCs, provisioning modelling LORA, updates to Ship Information Books (SIB), and updates to availability models.

CDRL A026 Technical Report-Study/Services 3.6.2 SSC CS TEST COORDINATION & CONDUCT The Contractor shall schedule, coordinate, and conduct SSC stage tests in accordance with the SSC CS MTPs. Additionally, the Contractor shall use approved test plans and procedures to conduct specified CS related integration tests with Shipyard, Shipbuilder, and PARM testing personnel. Further, the Contractor shall perform testing to verify the installation, operability, integration, and functionality of the SSC CS and report test results in accordance with CDRL A026. The report shall include testing that will occur during and after the LCS Shipyard availability and during and after LUSV Shipbuilder construction period and beginning near Equipment Light Off through OWLD. CDRL A026 Technical Report-Study/Services 3.6.2.1 CONDUCTING CYBERSECURITY TESTING The Contractor shall conduct Cybersecurity tests in accordance with the CS Cybersecurity Test Procedures for LCS Freedom, Independence, and LUSV (Attachment J-22, Attachment 23, and Attachment 24). All tests shall comply with all current DoD Cybersecurity directives, and instructions. The Contractor shall fully implement the Controlled Unclassified Information Security Requirements and associated relevant security controls in National Institute of Standards and Technology (NIST) Special Publications listed in Section 2. The Contractor shall integrate, test capabilities, and provide proper support equipment and conduct Cybersecurity testing to obtain and maintain Cybersecurity accreditation for the CS Enclave in accordance with the LCS Freedom/Independence, and LUSV Cybersecurity Checklist, Attachment J-10, Attachment J-11, Attachment J-12. The CS Enclave is defined as the entire CS and all of its contents to include the CS boundary defense capabilities, networks, SSC Core Weapon Systems, all CS elements, sub-components, and inter-connections. After conducting the tests, the Contractor shall provide a report of recommended actions including maintaining, updating, scanning, and patching the CS Enclave. The report shall be prepared in accordance with CDRL A033. Additionally, the Contractor shall ensure Cybersecurity Capabilities in the CS Enclave meet the required CS certification in accordance with CNSSI 1253, NIST SP 800-53 Rev. 4 and NIST SP 800-53A Rev. 4. The Contractor shall plan and conduct Cybersecurity testing in the presence of a Government witness as directed by the COR to show conformance to Security Controls and Capabilities per the LCS and LUSV CS Enclave Cybersecurity Integration and Test Procedures. The Contractor shall obtain validation of the tests and report from the Government and perform the tasks identified in the Cybersecurity Checklist. The Contractor shall notify the Government within sixty (60) calendar days prior to a Cybersecurity Test Event and make accommodations for the Government to witness Cybersecurity testing. The Contractor shall deliver a Cybersecurity Test Report after the completion of the Cybersecurity Testing in accordance with CDRL A033. The report shall demonstrate compliance with the Cybersecurity Integration and Test Procedures and report on the status and findings of the events and procedures listed in the Cybersecurity Test Plan. CDRL A033 Naval Aviation Cybersecurity Test Report, CS SI&T Cybersecurity Test Report 3.6.2.2 CYBERSECURITY PRE-SOFTWARE INSTALLATION TASKS The Contractor shall verify that the placement of host and physical items conforms to CS Space Arrangement drawings prior to software installation, integration, testing and verify that all host and network devices are properly connected, and are able to successfully power up all CS elements and sub-components. The Contractor shall also verify that proper software and hardware has been received in accordance with DD Form 1149 and verify that the hardware and software has received Authorization to Operate (ATO), or Interim Authorization to Operate (IATO), or Interim Authorization to Test (IATT) from the Navy Authorizing Official (NAO) at Fleet Cyber Command.

N0002421R5211 0005

Page 128 of 235

Additionally, the Contractor shall verify that system license keys/serial numbers/product keys have been provided to the Site License Allocation Spreadsheet located in the Integrated Logistics Support (ILS) package. 3.6.2.3 CYBERSECURITY SOFTWARE LOAD VERIFICATION The Contractor shall provide a report during Software Load Verification, that verifies the system has an active connection to a Host Based Security System (HBSS) and verify that HBSS agents are installed and security suite is running properly. The Contractor shall also verify that the systems within the CS Enclave are communicating with an enclave-level Assured Compliance Assessment Solution (ACAS) Security Center (SC), conduct ACAS scans to ensure that system is up to date on all software, firmware, and patches, and verify that it has the capability to export and deliver the results of scans. Additionally, the Contractor shall verify that appropriate workstations have the most current patches installed, are properly configured in accordance with Defense Information Systems Agency (DISA), Security Technical Implementation Guides (STIG) requirements, and verify that ship’s force is able to initiate and complete periodic scans of the network from the appropriate Security Center. 3.6.2.4 CYBERSECURITY SYSTEM FUNCTIONAL TESTS The Contractor shall perform a Transmission Control Protocol (TCP) and User Datagram Protocol (UDP) port scan of the entire CS Enclave during the System Functional Test to identify all hosts with TCP & UDP services are running or in a listening state and to identify any unnecessary open ports or running services. The Contractor shall also perform an Operating System Detection and Stack Fingerprinting test, and perform the following verifications and validations: 1. Verify all Public Key Infrastructure (PKI) enabled hosts are configured to operating system requirements and

functionality. 2. Verify all network device ports are configured to operational system requirements (i.e., sticky MAC learning, port

limitations). 3. Verify all Access Control Lists (ACLs) are present and configured for operation. 4. Verify all devices, ports, and connections meet light-off test requirements and can be configured per System

Operation Manual settings. 5. Verify all network devices pass a Pre-Installation Test and Check Out (PITCO). 6. Verify the network devices are configured with the appropriate approved OS/firmware versions. 7. Verify the routing protocols are configured properly for all network routers to ensure bidirectional connectivity. 8. Verify the routing protocol configurations do not use clear text for authentication. 9. Verify all network devices communicate over an authenticated channel. 10. Verify network connectivity for all network devices and endpoints. 11. Verify the Enterprise Storage Solution functionality for critical storage devices and components meet Program

and DoD Requirements. 12. Verify all applicable enclave-level system connectivity with external interfaces. 13. Validate all operational modes, controls, expected outputs, and other system requirements are functional. 14. Verify proper firewall setup to block different threats (i.e., Denial of Service (DOS), distributed DOS, and

application/port exploits) in accordance with DISA STIGs. 15. Verify the firewall blocks unauthorized remote access. 3.6.2.5 VERIFICATION SCANNING The Contractor shall scan the CS Enclave for software and hardware verification and shall perform these scans in pairs. The first is after installation and the second is after completion of installation and integration testing. The Contractor shall repeat both scans only if the software for the CS changed or updated. The Contractor shall report these findings in a Cybersecurity Test Report, CDRL A033. CDRL A033 Naval Aviation Cybersecurity Test Report, CS SI&T Cybersecurity Test Report 3.6.2.6 VERIFICATION OF NETWORKS AND CYBERSECURITY ITEMS

N0002421R5211 0005

Page 129 of 235

The Contractor shall perform all the checks and verifications as listed in the Networks and LCS Freedom/Independence, and LUSV Cybersecurity Checklist, Attachment J-10, Attachment J-11, Attachment J-12 and shall be witnessed by a Government representative. The Contractor shall execute STIGs and SRGs (Security Requirements Guides). The Contractor shall document all findings, results, and STIGs in a Cybersecurity Test Report, CDRL A033. CDRL A033 Naval Aviation Cybersecurity Test Report, CS SI&T Cybersecurity Test Report 3.6.2.7 CYBERSAFE VALIDATION TESTING The Contractor shall conduct CyberSafe testing to ensure that the CS Enclave is compliant with CyberSafe requirements. The CyberSafe testing shall be done in accordance with CyberSafe OPNAV INST 5239.22, SECNAV INST 5239.22, DoD and DoN policies and procedures, and the Cybersecurity Checklist. The CyberSafe testing results shall be included in the Cybersecurity Test Report. 3.6.3 SSC COMBAT SYSTEM ALIGNMENT The Contractor shall perform the tasks for LCS in accordance with SW225-AF-CSA-020/LCS-2 CL (Shipboard Combat System Alignment Manual (CSAM) for LCS-2 Class) and SSW225-AF-CSA-010/LCS-1 CL.W225-AF-CSA-010/LCS-1 CL(Shipboard Combat System Alignment Manual (CSAM) for LCS-1 Class). For LUSV, the Contractor shall support the CSAM execution and also perform the tasks in accordance with NAVSEINST 8225.1, Shipboard Combat System Alignment Policy and Responsibilities. The Contractor shall also maintain a database that is to be shared with the Government, which maintains configuration of the adaptation data parameters for all LCS and LUSV Ships. This effort shall be coordinated with the applicable Government activities and interface with any Government data systems employed. In addition, the Contractor shall review the alignment surveys, provide technical support on alignment verification issues, provide recommendations to resolve alignment problems as necessary as part of Mechanical Battery Alignment and CS integration, and shall support the updating and revision of the SSC CS Test Procedures, as part of CS integration. Moreover, the Contractor shall provide Combat System Alignment Verification (CSAV) testing support, including participating in testing, analysis of test data, and providing recommendations to resolve alignment problems discovered during testing and provide Operational Alignment Verification (OAV) testing support. The Contractor shall report on the results and maintain records of test data for analysis of trends and historical reference in accordance with CDRL A026. CDRL A026 Technical Report-Study/Services 3.6.4 SSC COMBAT SYSTEM ENGINEERING AND TEST EXECUTION CLOSEOUT ACTIVITIES The Contractor shall compile a Completion Report in accordance with CDRL A026 at the end of the CS Test Program that documents all conducted tests and results, open issues, training conducted, material condition, and other pertinent information relevant to the SSC CS Test Program. The Contractor shall conduct a turnover review at the end of the SSC CS Test Program. The following items shall be included in the report:

1. Recommended changes to SSC ship specifications, 2. Planned red line edits to the CS MTP for the subsequent SSC ships, 3. Planned red line edits to the CS Test Procedures for the subsequent `SSC ships, and 4. Planned red line edits to the CS TSN for the subsequent SSC ships. 5. Unfinished installations and work transferring to the in-service work list, CSMP, etc.

CDRL A026 Technical Report-Study/Services 3.6.5 TEST TEAM SUPPORT AND COORDINATION ACTIVITIES

N0002421R5211 0005

Page 130 of 235

The Contractor shall assume the following responsibilities, which are essential to a successful SSC CS Test Program and necessary for management of personnel, equipment, and services:

a. CS Classified Library: The Contractor shall operate and maintain the SSC Test Team classified library including management of newly developed documentation, computer program receipt, and storage and transfer of classified material in accordance with DD Form 254, Attachment J-7.

b. Ship Change Control Configuration Management: The Contractor shall support the configuration of the CS on each ship down to the Lowest Replaceable Unit level. The Contractor shall support a local CCB that will adjudicate and approve changes to the approved configuration, as determined by PEO IWS, prior to installation.

c. Test Procedure Coordination: Each SSC ship will have a unique set of test procedures that will have specific results for that ship. The Contractor shall maintain configuration control of each ship’s unique test procedures and a record of all those specific results. The Contractor shall utilize a database management system to track the execution of test procedures. Additionally, any necessary changes to the SSC Test Procedures shall be documented and reported in accordance with CDRL A026 to the appropriate governing activity as identified in each test procedure.

d. Data Analysis Suite: The Contractor shall provide in-yard Test Data Analysis capability and provide access to the Government test team. The purpose of this Data Analysis capability is to record test data results, report analyses conducted, verify software, ensure authority to operate software, and verify associated licenses are up to date to allow for all necessary analyses to be conducted.

e. Combat System Alignment Verification Coordination: The Contractor shall coordinate with the appropriate command or engineering facility for the conduct of SSC CS alignments.

CDRL A026 Technical Report-Study/Services 3.6.6 LUSV ICS REMOTE OPERATION SUPPORT The contractor shall provide support to remote operations of the LUSV BLK 1 and BLK 2 Integrated Combat System (ICS). The LUSV ICS remote operations will be performed using a land-based system intended to represent the tactical Autonomous Vessel Operations Center for the LUSV BLK 1 and BLK 2 vessels. The tactical Autonomous Vessel Operations Center is intended to provide multiple control aspects of the LUSV Vessel. However, the land-based system representation for SI&T activities will include GFE with GFCP for test and validation activities. The contractor shall provide support for the GFE and GFCP developers for verification of GFE and GFCP comprising the land-based system representation. 3.7 POST DELIVERY AND POST-INDUSTRIAL CS TESTS AND TRIALS SUPPORT (Applicable to Option CLINs 2014, 2015, 2016, 0020 and associated Option CLINs [3014-9014], [3015-9015], [3016-9016] if exercised) The Contractor shall monitor, coordinate and provide on-site (ship and shore) support for CS Ship Qualification Trial (CSSQT), Developmental Testing (DT), Operational Testing (OT), and CS modifications or special testing in support of Post Delivery and Post-Industrial Tests and Trials. The support shall include planning and preparation for meetings, test preparations and pre-test systems evaluations, at-sea support including data collection and analysis, post-test analysis, and test analysis documentation and reporting. 3.7.1 SHIPBOARD INTEGRATION TESTING AND ACTIVATION SUPPORT 3.7.1.1 SSC CS ALIGNMENT SUPPORT The Contractor shall support the SSC Test Team to perform the tasks in accordance with, SSC CS Alignment Procedures for LCS and LUSV ships. The Contractor shall maintain a database, which maintains configuration of the adaptation data parameters for LCS and LUSV Ships. This effort shall be coordinated with the applicable Government activities and interface with any Government data systems employed.

N0002421R5211 0005

Page 131 of 235

The Contractor shall also review alignment surveys and provide technical support on alignment verification issues and provide recommendations to resolve alignment problems as necessary as part of Mechanical Battery Alignment and CS integration. Additionally, the Contractor shall support the updating and revision of CS alignment verification plans and procedures as part of CS integration. Moreover, the Contractor shall provide CSAV testing support, including participating in testing, analysis of test data and providing recommendations to resolve alignment problems discovered during testing and provide OAV testing support. The Contractor shall report on the results and maintain records of test data for analysis of trends and historical reference in accordance with CDRL A026. CDRL A026 Technical Report-Study Services 3.7.2 SSC CS TEST AND EVALUATION SUPPORT 3.7.2.1 POST INDUSTRIAL TEST FOR LCS The Contractor shall monitor, coordinate, and provide on-site support during Post Industrial Test the Contractor shall provide the following support, but not limited to the efforts below: a. Provide support for the LCS Post Industrial Test planning, scheduling, and conferences/meetings. b. Provide support in integration and testing for the deferred installation of CS elements. c. Assist in correcting the deficiencies identified during the tests and trials. d. Assist in reviewing the approved ECPs. e. Assist the Government in conducting crew training during the period of Crew Move-Aboard and Sail away. f. Assist in accomplishing essential system/equipment upgrades or changes as needed. g. Support the Government Test Team on any certification or re-certifications as required. h. Support the Test Team with Post Industrial Trial Readiness Review. 3.7.2.2 POST DELIVERY TESTS AND TRIALS (PDT&T) FOR LUSV The Contractor shall monitor, coordinate, and provide on-site support during PDT&T. The Contractor shall provide the following support, but not limited to the efforts below: a. Provide support for the PDT&T planning, scheduling, and conferences/meetings. b. Provide support in integration and testing for the deferred installation of CS elements. c. Assist in correcting the deficiencies identified during the tests and trials. d. Assist in reviewing the approved ECPs. e. Assist the Government in conducting crew training during the period of Crew Move-Aboard and Sail-away. f. Assist in accomplishing essential system/equipment upgrades or changes as needed. g. Support the Government Test Team on any certification or re-certifications as required. h. Support the Test Team with Sail-away Readiness Review. 3.7.2.3 COMBAT SYSTEM SHIPS QUALIFICATION TRIAL (CSSQT)/DEVELOPMENT TESTING (DT)/OPERATIONAL TESTING (OT) AND TEST EVALUATION MASTER PLAN (TEMP) SUPPORT The Contractor shall perform the following tasks:

a. Provide engineering support for CSSQT, and DT/OT planning and execution phases. b. Provide engineering support during the development of CSSQT/DT test planning documents. c. The Contractor shall support the development of SSC Ship TEMP Test Working Group by attending the

working group meetings, resolving assigned action items, and providing technical support for Navy requirements.

d. Provide engineering support for OT, which shall include planning and preparation for meetings, test preparations and pre-test systems evaluations, at-sea support including data collection and analysis, post-test analysis, and test analysis documentation and reporting.

N0002421R5211 0005

Page 132 of 235

3.7.2.4 PRE-CSSQT: The Contractor shall provide support to applicable Mission Area Support during the CSSQT/DT Scenario technical objective and Design of Experiments development process. Additionally, the Contractor shall provide the SSC Ship operational expertise/perspective during the development of CSSQT/DT ship operational schedules and provide schedule modification recommendations to the Naval Surface Warfare Center (NSWC) Port Hueneme Division (PHD) Project Officer for SSC. Further, the Contractor shall coordinate with PEO IWS, Government activities, and other CSSQT/DT support activities to ensure required/desired engineering and technical expertise is available/assigned to support CSSQT events (ashore and on-board ship) and that there is no duplication of effort. The Contractor shall assist the SSC technical community, PEO IWS, Government activities, and other CSSQT/DT support activities during the development and implementation of the common engineering and technical data analysis tools to ensure those tools are available to support CSSQT and DT Test events. . If a contractor independently uses any data tools for data analysis, they must provide a copy of the data analysis tool(s) and a license(s) (license(s), if approved, are accounted for in CLIN 0018 and Option CLINs 1018-9018 in accordance with paragraph 3.9) to the Government (NSWC Corona) or provide timely data conversion in less than two hours into a common format that can be utilized by Phoenix Open Architecture or other NSWC Corona specified analysis tool. The Contractor shall provide Subject Matter Expert (SME) inputs to the Government activities for development, Pre-CSSQT grooming procedures, and CSSQT execution and reporting procedures for cognizant CS and Ship System elements in accordance with provisions of the CSSQT Test Plan. The Contractor shall provide support to identify cognizant CS and Ship System equipment and system deficiencies, as well as performance issues discovered during Pre-CSSQT and CSSQT activities. The Contractor shall also document identified issues requiring resolution in the Government TOR format, handwritten, or by e-file, to allow entry into the TOR database. The Contractor shall participate in the adjudication of issues that exist, as well as those that are being added to the TOR database. 3.7.2.5 CSSQT/DT: The Contractor shall provide expert engineering data analysis to assist the SSC technical community in CS problem identification, operational analysis and impact assessment and/or "workarounds." The Contractor shall also provide on-range and shipboard expert engineering and technical analysis support to assist the technical community, the SSC NSWC PHD Government Project Officer in CS problem identification, operational analysis, operational impact/scheduling considerations and appropriate/associated engineering recommendations and/or "workarounds." The contractor shall provide engineering expertise to ensure quick response analysis, evaluation and recommendation to CSSQT leadership regarding observed CS issues or anomalies. The Contractor shall provide the SSC NSWC PHD Government Project Officer with technical/engineering expertise during familiarization of LCS Mission Control Center (MCC-Freedom), Integrated Command Center (ICC-Independence), and Unmanned Operation Center (UOC) for LUSV watch standers with console operation changes resulting from equipment and/or computer program changes. The Contractor shall develop portions of and participate in the ship’s "CSSQT Lessons Learned" SSC CS "Capabilities and Limitations" briefings; provide insight and recommendations. The Contractor shall provide engineering and technical support to assist the SSC NSWC PHD Government Project Officer during ship’s force briefings and requisite training on improved system or equipment capabilities for newly installed or modified equipment. The Contractor shall also provide engineering and technical support to assist the SSC NSWC PHD Government Project Officer and ship’s force during CSSQT/DT event execution, conduct crew training, perform SSC CS baseline testing, equipment repair, maintenance and grooming. 3.7.2.6 POST CSSQT:

N0002421R5211 0005

Page 133 of 235

The Contractor shall provide expert engineering and technical support during WSPRs, collaborate with the SSC technical community to resolve engineering, technical, or design issues. The Contractor shall also ensure that the feed-forward/feed-back process is active and provides improvements in new baseline development as well as in existing baseline upgrades and participate in WSPR reviews to ensure CSSQT and DT issues are properly documented and that action items are assigned and resolved. The Contractor shall provide Post CSSQT/DT evaluation analysis support, using various computer programs and data reduction analysis tools, and lessons learned to improve CSSQT test planning, CS engineering design, and computer program improvements. 3.7.2.7 FINAL CONTRACT TRIALS (FCTs) FOR LUSV The Contractor shall support the Navy’s Board of Inspection and Survey (INSURV) in conducting FCTs prior to final acceptance by the Government to ensure all CS are exercised, tested, and corrected as required. This will be held at sea and before PSA. During the trials or inspection, the Contractor shall provide support to the following but not limited to the below efforts: a. Develop the POA&M to provide status prior to commencement of FCTs. b. Assist INSURV in evaluating the material condition and performance of CS support demos. c. Assist in identifying repairs of CS during FCTs. d. Support planning for FCTs to include TRRs. e. Support FCTs rehearsals including Crew training and equipment readiness. f. Resolve any outstanding Construction issues or tasks. e. Retrials or re-inspection of subsequent to unsuccessful FCTs. 3.8 ENGINEERING SERVICES (LOE CLIN 0017 and Option CLINs [1017-9017]) (LOE Tasks in support of CLINs 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012, 0013, 0020 and Option CLINs if exercised, 1004-6004, 1005-9005, 1006-9006, 1007-9007, 1008-9008, 1009-9009, 1010-9010, 1011-1012, 1013-9013, 2014-9014, 2015-9015, 2016-9016) The Contractor shall provide engineering support to the SSC CS program. This effort includes support for feasibility studies, data analysis, test and evaluation, safety, FRBs, project engineering, and/or change control, and updating documents as specified in each Technical Instruction. This effort also includes support for corrective action, obsolescence, process/product improvement, project engineering, system design, production support, and/or installation and checkout as specified in each TI. The Contractor shall provide engineering support in the conduct of CS testing through a TI. Further, the Contractor shall provide LUSV In-Service Support that includes life cycle analysis and assist In Service Engineering Agents (ISEAs) in preparation of responses to in-service requests and inquiries. This will also include support for Casualty Report (CASREP) analysis, Diminishing Manufacturing Sources and Material Shortages (DMSMS) analysis, Integrated Logistics Support (ILS) assessments, technical manual updates and maintenance, and provide in-service technical assistance as needed to support in-service operations as specified in each TI. 3.9 OTHER DIRECT COSTS (ODCs) AND INCIDENTAL MATERIAL (CLIN 0018 and Option CLINs [1018-9018])ODCs in support of CLINs 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012, 0013, 0017, and Option CLINs if exercised, 1004-6004, 1005-9005, 1006-9006, 1007-9007, 1008-9008, 1009-9009, 1010-9010, 1011-1012, 1013-9013, 1017-9017, 2014-9014, 2015-9015, 2016-9016) The Contractor will be reimbursed on a cost-only basis (no fee) for all allowable and allocable ODCs and incidental materials which shall be invoiced against CLIN 0018 and if exercised, Option CLINs 1018-9018, as directed in the TI in support of this SOW. These costs also include 3rd Party Software Licenses. The Contractor shall make use of any available license through the DoD Enterprise Software Initiative (ESI) to the maximum extent possible. A copy of the receipt shall be

N0002421R5211 0005

Page 134 of 235

included with the original certification submitted in WAWF with the Engineering Support performed under CLIN 0017 and Option CLINs 1017-9017. The Contractor will be reimbursed for incidental materials necessary to perform the specified task which shall include such items that are considered to be miscellaneous consumables to complete the engineering support task defined in the technical instruction. A copy of the receipt shall be included with the original certification submitted in Wide Area Work Flow (WAWF). 3.9.1 TRAVEL The Contractor will be reimbursed on a cost-only basis (no fee) for all allowable and allocable travel required to perform the requirements. The Contractor shall invoice against the appropriate CLIN respective to the calendar year, and as directed in the TIs. In addition to local travel, the Contractor may be required to travel throughout the Continental United States (CONUS) and to foreign countries (OCONUS) to support fielding of the system. All Contractor travel and to include its subcontractors at all tiers, shall be conducted in accordance with the DoD Joint Travel Regulations (JTR) to minimize travel costs. The JTR stresses that the duties performed while on TDY travel must be temporary in nature, and assignments must not be of such frequency or duration that a place of assignment becomes, in fact, an employee’s long-term work location. In any instance in which recurring travel to one location for more than 180 days is planned for personnel at any tier, the Contractor shall obtain prior written approval from the COR, and the request for approval shall include a cost comparison addressing Permanent Change of Station (PCS), Temporary Change of Station (TCS), and long-term TDY. The Contractor shall exploit existing technology to improve the productivity and availability of key personnel through the routine use of video teleconferencing, electronic meeting technologies, and other electronic communication tools to minimize travel and other costs while maintaining the same level of communication with other Contractor and Government organizations. The Government recognizes that engineering and technical efforts required to deliver fully integrated CS required of this procurement will require incurrence of travel costs. The program desires to keep these costs to the minimum necessary to accomplish the project requirements. The most significant costs result from travel that is extended or frequently recurring. Recurring travel to one location for work can also result in income tax implications for employees. Starting at the point in time when recurring travel to a single location realistically became expected to last for more than 1 year, the Internal Revenue Service treats the employment at that location as indefinite and travel reimbursements as taxable income. The Contractor will not be reimbursed for any income tax liability incurred by personnel at any tier. 3.10 PROVISIONED ITEM ORDERS (PIOs) IN SUPPORT OF TEST ACTIVITIES (CLIN 0019) (Applicable to CLINs 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012, 0013, and Option CLINs if exercised, 1005-9005, 1006-9006, 1007-9007, 1008-9008, 1009-9009, 1010-9010, 1011-1012, 1013-9013, 2014-9014, 2015-9015, 2016-9016) Provisioned Item Orders (PIOs) may be placed against this line item in accordance with HQ C-217-H001 ITEM(S) - PROVISIONED ITEMS ORDERS – BASIC (NAVSEA) (OCT 2018). 3.11 DATA (CLIN 0020) (Applicable to CLINs 0001, 0002, 0003, 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012, 0013, and Option CLINs if exercised, 1004-6004, 1005-9005, 1006-9006, 1007-9007, 1008-9008, 1009-9009, 1010-9010, 1011-1012, 1013-9013, 2014-9014, 2015-9015, 2016-9016) The data to be furnished hereunder shall be prepared in accordance with the CDRL, DD Form 1423, Exhibit(s) A and B attached hereto. 3.12 (IF OPTION EXERCISED) CLIN 0021 - DATA RIGHTS LICENSE UPGRADE OPTION

N0002421R5211 0005

Page 135 of 235

The Contractor shall grant the corresponding Data Rights license for each item of Technical Data (TD), Computer Software (CS), and Computer Software Documentation (CSD) identified on Attachment J-25B. Following option exercise, the Contractor shall deliver all future data submittals with markings and legends consistent with the rights furnished hereunder. The data to be furnished hereunder shall be prepared in accordance with C-227-H006 DATA REQUIREMENTS (NAVSEA) (OCT 2018). CDRL B010 Engineering Data Package, Data Rights License Upgrade Option 3.13 System Security Plan and Plans of Action and Milestones (SSP/POAM) Reviews (Applicable to all

CLINs) a. Within thirty (30) days of contract award, the Contractor shall make its System Security Plan(s) (SSP(s))

for its covered contractor information system(s) available for review by the Government at the contractor’s facility. . The SSP(s) shall implement the security requirements in Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.204-7012, which is included in this contract. The Contractor shall fully cooperate in the Government’s review of the SSPs at the Contractor’s facility.

b. If the Government determines that the SSP(s) does not adequately implement the requirements of DFARS clause 252.204-7012 then the Government shall notify the Contractor of each identified deficiency. The Contractor shall correct any identified deficiencies within thirty (30) days of notification by the Government. The contracting officer may provide for a correction period longer than thirty (30) days and, in such a case, may require the Contractor to submit a plan of action and milestones (POAM) for the correction of the identified deficiencies. The Contractor shall immediately notify the contracting officer of any failure or anticipated failure to meet a milestone in such a POAM.

c. Upon the conclusion of the correction period, the Government may conduct a follow-on review of the SSP(s) at the Contractor’s facilities. The Government may continue to conduct follow-on reviews until the Government determines that the Contractor has corrected all identified deficiencies in the SSP(s).

d. The Government may, in its sole discretion, conduct subsequent reviews at the Contractor’s site to verify the information in the SSP(s). The Government will conduct such reviews at least every three (3) years (measured from the date of contract award) and may conduct such reviews at any time upon thirty (30) days’ notice to the Contractor.

3.13.1 Compliance to NIST 800-171 a. The Contractor shall fully implement the CUI Security Requirements (Requirements) and associated

Relevant Security Controls (Controls) in NIST Special Publication 800-171 (Rev. 1) (NIST SP 800-171), or establish a SSP(s) and POA&Ms that varies from NIST 800-171 only in accordance with DFARS clause 252.204-7012(b)(2), for all covered contractor information systems affecting this contract.

b. Notwithstanding the allowance for such variation, the contractor shall identify in any SSP and POA&M their plans to implement the following, at a minimum:

1. Implement Control 3.5.3 (Multi-factor authentication). This means that multi-factor authentication is required for all users, privileged and unprivileged accounts that log into a network. In other words, any system that is not standalone should be required to utilize acceptable multi-factor authentication. For legacy systems and systems that cannot support this requirement, such as CNC equipment, etc., a combination of physical and logical protections acceptable to the Government may be substituted;

2. Implement Control 3.1.5 (least privilege) and associated Controls, and identify practices that the contractor implements to restrict the unnecessary sharing with, or flow of, covered defense information to its subcontractors, suppliers, or vendors based on need-to-know principles;

3. Implement Control 3.1.12 (monitoring and control remote access sessions) - Require monitoring and controlling of remote access sessions and include mechanisms to audit the sessions and methods.

4. Audit user privileges on at least an annual basis; 5. Implement:

N0002421R5211 0005

Page 136 of 235

i.Control 3.13.11 (FIPS 140-2 validated cryptology or implementation of NSA or NIST approved algorithms (i.e. FIPS 140-2 Annex A: AES or Triple DES) or compensating controls as documented in a SSP and POAM); and,

ii.NIST Cryptographic Algorithm Validation Program (CAVP) (see https://csrc.nist.gov/projects/cryptographic-algorithm-validation-program);

6. Implement Control 3.13.16 (Protect the confidentiality of CUI at rest) or provide a POAM for implementation which shall be evaluated by the Navy for risk acceptance.

7. Implement Control 3.1.19 (encrypt CUI on mobile devices) or provide a plan of action for implementation which can be evaluated by the Government Program Manager for risk to the program.

3.13.2 Cyber Incident Response: a. The Contractor shall, within fifteen (15) days of discovering the cyber incident (inclusive of the 72-hour

reporting period), deliver all data used in performance of the contract that the Contractor determines is impacted by the incident and begin assessment of potential warfighter/program impact.

b. Incident data shall be delivered in accordance with the Department of Defense Cyber Crimes Center (DC3) Instructions for Submitting Media available at http://www.acq.osd.mil/dpap/dars/pgi/docs/Instructions_for_Submitting_Media.docx. In delivery of the incident data, the Contractor shall, to the extent practical, remove contractor-owned information from Government covered defense information.

c. If the Contractor subsequently identifies any such data not previously delivered to DC3, then the Contractor shall immediately notify the contracting officer in writing and shall deliver the incident data within ten (10) days of identification. In such a case, the Contractor may request a delivery date later than ten (10) days after identification. The contracting officer will approve or disapprove the request after coordination with DC3.

3.13.3 Naval Criminal Investigative Service (NCIS) Outreach

The Contractor shall engage with NCIS industry outreach efforts and consider recommendations for hardening of covered contractor information systems affecting DON programs and technologies. 3.13.4 NCIS/Industry Monitoring

a. In the event of a cyber incident or at any time the Government has indication of a vulnerability or potential

vulnerability, the Contractor shall cooperate with the Naval Criminal Investigative Service (NCIS), which may include cooperation related to: threat indicators; pre-determined incident information derived from the Contractor's infrastructure systems; and the continuous provision of all Contractor, subcontractor or vendor logs that show network activity, including any additional logs the contractor, subcontractor or vendor agrees to initiate as a result of the cyber incident or notice of actual or potential vulnerability.

b. If the Government determines that the collection of all logs does not adequately protect its interests, the Contractor and NCIS will work together to implement additional measures, which may include allowing the installation of an appropriate network device that is owned and maintained by NCIS, on the Contractor's information systems or information technology assets. The specific details (e.g., type of device, type of data gathered, monitoring period) regarding the installation of an NCIS network device shall be the subject of a separate agreement negotiated between NCIS and the Contractor. In the alternative, the Contractor may install network sensor capabilities or a network monitoring service, either of which must be reviewed for acceptability by NCIS. Use of this alternative approach shall also be the subject of a separate agreement negotiated between NCIS and the Contractor. In all cases, the collection or provision of data and any activities associated with this statement of work shall be in accordance with federal, state, and non-US law.

CLAUSES INCORPORATED BY FULL TEXT

N0002421R5211 0005

Page 137 of 235

C-202-H001 ADDITIONAL DEFINITIONS–BASIC (NAVSEA) (OCT 2018) (a) Department - means the Department of the Navy. (b) Commander, Naval Sea Systems Command - means the Commander of the Naval Sea Systems Command of the Department of the Navy or his duly appointed successor. (c) References to The Federal Acquisition Regulation (FAR) - All references to the FAR in this contract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS), unless clearly indicated otherwise. (d) National Stock Numbers - Whenever the term Federal Item Identification Number and its acronym FIIN or the term Federal Stock Number and its acronym FSN appear in the contract, order or their cited specifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number (NIIN) and National Stock Number (NSN) respectively which shall be defined as follows: (1) National Item Identification Number (NIIN). The number assigned to each approved Item Identification under the Federal Cataloging Program. It consists of nine numeric characters, the first two of which are the National Codification Bureau (NCB) Code. The remaining positions consist of a seven digit non-significant number. (2) National Stock Number (NSN). The National Stock Number (NSN) for an item of supply consists of the applicable four-position Federal Supply Class (FSC) plus the applicable nine-position NIIN assigned to the item of supply.

(End of text) C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA) (OCT 2018) (a) NAVSEA may use a file room management support contractor, hereinafter referred to as "the support contractor", to manage its file room, in which all official contract files, including the official file supporting this procurement, are retained. These official files may contain information that is considered a trade secret, proprietary, business sensitive or otherwise protected pursuant to law or regulation, hereinafter referred to as “protected information”. File room management services consist of any of the following: secretarial or clerical support; data entry; document reproduction, scanning, imaging, or destruction; operation, management, or maintenance of paper-based or electronic mail rooms, file rooms, or libraries; and supervision in connection with functions listed herein. (b) The cognizant Contracting Officer will ensure that any NAVSEA contract under which these file room management services are acquired will contain a requirement that: (1) The support contractor not disclose any information; (2) Individual employees are to be instructed by the support contractor regarding the sensitivity of the official contract files; (3) The support contractor performing these services be barred from providing any other supplies and/or services, or competing to do so, to NAVSEA for the period of performance of its contract and for an additional three years thereafter unless otherwise provided by law or regulation; and, (4) In addition to any other rights the contractor may have, it is a third party beneficiary who has the right of direct action against the support contractor, or any person to whom the support contractor has released or disclosed protected information, for the unauthorized duplication, release, or disclosure of such protected information.

N0002421R5211 0005

Page 138 of 235

(c) Execution of this contract by the contractor is considered consent to NAVSEA's permitting access to any information, irrespective of restrictive markings or the nature of the information submitted, by its file room management support contractor for the limited purpose of executing its file room support contract responsibilities. (d) NAVSEA may, without further notice, enter into contracts with other contractors for these services. Contractors should enter into separate non-disclosure agreements with the file room contractor. Contact the Procuring Contracting Officer for contractor specifics. However, any such agreement will not be considered a prerequisite before information submitted is stored in the file room or otherwise encumber the government.

(End of text) C-211-H016 SPECIFICATIONS AND STANDARDS (NAVSEA) (OCT 2018) (a) Definitions.

(i) A "zero-tier reference" is a specification, standard, or drawing that is cited in the contract (including its attachments).

(ii) A "first-tier reference" is either: (1) a specification, standard, or drawing cited in a zero-tier reference, or (2) a specification cited in a first-tier drawing. (b) Requirements. All zero-tier and first-tier references, as defined above, are mandatory for use. All lower tier references shall be used for guidance only unless specifically identified below. None

(End of text) C-211-H017 UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (DEC 2018) The contractor may request that this contract be updated to include the current version of the applicable specification or standard if the update does not affect the form, fit or function of any deliverable item or increase the cost/price of the item to the Government. The contractor should submit update requests to the Procuring Contracting Officer with copies to the Administrative Contracting Officer and cognizant program office representative for approval. The contractor shall perform the contract in accordance with the existing specifications and standards until notified of approval/disapproval of its request to update by the Procuring Contracting Officer. Any approved alternate specifications or standards will be incorporated into the contract.

(End of text) C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) Approval by the Government as required under this contract and applicable specifications shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such approval.

(End of text)

N0002421R5211 0005

Page 139 of 235

C-215-H002 CONTRACTOR PROPOSAL (NAVSEA) (OCT 2018) (a) Performance of this contract by the Contractor shall be conducted and performed in accordance with the detailed obligations to which the Contractor committed itself in Proposal dated in response to Solicitation No. N00024-21-R-5211. (b) The technical volume of the Contractor's proposal are hereby incorporated by reference and made subject to the "Order of Precedence" (FAR 52.215-8) clause of this contract. Under the "Order of Precedence" clause, the technical volume of the Contractor's proposal referenced herein are hereby designated as item (f) of the clause, following "the specifications" in the order of precedence.

(End of text) C-217-H001 PROVISIONED ITEMS ORDERS--BASIC (NAVSEA) (OCT 2018) (a) General. The Contractor agrees that it will furnish the supplies or services ordered by the Government in accordance with the procedures specified herein. Orders will be placed by the Contracting Officer, Provisioning Activity or Administrative Contracting Officer as unilateral or bilateral modifications to this contract on SF 30, Amendment of Solicitation/Modification of Contract. Any amounts shown in Section B at time of award of the initial contract for each provisioned line item are estimated amounts only and are subject to upward or downward adjustment by the issuing activity. If no amounts are shown, funding will be obligated before or at time of order issuance. It is understood and agreed that the Government has no obligation under this contract to issue any orders hereunder. (b) Priced Orders. For each proposed order, the Contractor agrees that it will submit such cost or pricing data as the Contracting Officer may require. Promptly thereafter, the Contractor and the Contracting Officer shall negotiate the price and delivery schedule for the proposed order. Upon execution and receipt of the priced order, the Contractor shall promptly commence the work specified in the order. (c) Undefinitized Orders. Whenever the Contracting Officer determines that urgent demands or requirements prevent the issuance of a priced order, he/she may issue an unpriced order. Such order may be unilateral or bilateral and shall establish a limitation of Government liability, a maximum ceiling amount, and a schedule for definitization, as described in subparagraph (e)(2) below. Upon request the Contractor shall submit a maximum ceiling amount proposal before the undefinitized order is issued. The maximum ceiling amount is the maximum price at which the order may be definitized. The Contractor shall begin performing the undefinitized order upon receipt, except as provided in paragraph (d) below. The clause entitled "Contract Definitization" (DFARS 252.217-7027) shall be included in any undefinitized order. (d) Rejection of Unilateral Orders. The Contractor may reject any unilateral order if the Contractor determines that it cannot feasibly perform the order, or if the Contractor does not concur with the maximum ceiling amount. However, each unilateral order shall be deemed to have been accepted by the Contractor unless within fifteen days of issuance of the order, the Contractor notifies the Contracting Officer in writing of its rejection of the order. (e) Definitization of Undefinitized Orders. (1) The Contractor agrees that following the issuance of an undefinitized order, it will promptly begin negotiating with the Contracting Officer the price and terms of a definitive order that will include: (A) all clauses required by regulation on the date of the order; (B) all clauses required by law on the date of execution of the definitive order; and, (C) any other mutually agreeable clauses, terms and conditions. No later than sixty (60) days after the undefinitized order is issued, the Contractor agrees to submit a cost proposal with sufficient data to support the accuracy and derivation of its price; and, when required by FAR, cost or pricing data. If additional cost information is available prior to the conclusion of negotiations, the Contractor

N0002421R5211 0005

Page 140 of 235

shall provide that information to the Contracting Officer. The price agreed upon shall be set forth in a bilateral modification to the order. In no event shall the price exceed the maximum ceiling amount specified in the undefinitized order. (2) Each undefinitized order shall contain a schedule for definitization which shall include a target date for definitization and dates for submission of a qualifying proposal, beginning of negotiations and, if appropriate, submission of make-or-buy and subcontracting plans and cost or pricing data. Submission of a qualifying proposal in accordance with the definitization schedule is a material element of the order. The schedule shall provide for definitization of the order by the earlier of: (i) a specified target date which is not more than 180 days after the issuance of the undefinitized order. However, that target date may be extended by the Contracting Officer for up to 180 days after the Contractor submits a qualifying proposal as defined in DFARS 217.7401; or (ii) the date on which the amount of funds expended by the Contractor under the undefinitized order exceed fifty percent (50%) of the order's maximum ceiling amount, except as provided in subparagraph (f)(3) below. (3) If agreement on a definitive order is not reached within the time provided pursuant to subparagraph (e)(2) above, the Contracting Officer may, with the approval of the Head of the Contracting Activity, determine a reasonable price in accordance with Subpart 15.4 and Part 31 of the FAR, and issue a unilateral order subject to Contractor appeal as provided in the "Disputes" clause (FAR 52.233-1). In any event, the Contractor shall proceed with completion of the order, subject to the "Limitation of Government Liability" clause (FAR 52.216-24). (f) Limitation of Government Liability. (1) Each undefinitized order shall set forth the limitation of Government liability, which shall be the maximum amount that the Government will be obligated to pay the Contractor for performance of the order until the order is definitized. The Contractor is not authorized to make expenditures or incur obligations exceeding the limitation of Government liability set forth in the order. If such expenditures are made, or if such obligations are incurred, they will be at the Contractor's sole risk and expense. Further, the limitation of Government liability shall be the maximum Government liability if the order is terminated. The "Limitation of Government Liability" clause shall be included in any undefinitized order. (2) Except for undefinitized orders for Foreign Military Sales; purchases of less than $25,000; special access programs; and Congressionally-mandated long-lead procurements; and except as otherwise provided in subparagraph (f)(3) below, the limitation of Government liability shall not exceed fifty percent (50%) of the ceiling amount of an undefinitized order. In the case of orders within these excepted categories, however, the procedures set forth herein shall be followed to the maximum extent practical. (3) If the Contractor submits a qualifying proposal (as defined in DFARS 217.7401) to definitize an order before the Government has obligated fifty percent (50%) of the ceiling amount, the Contracting Officer may increase the limitation of Government liability to up to seventy-five percent (75%) of the maximum ceiling amount or up to seventy-five percent (75%) of the price proposed by the Contractor, whichever is less. (4) If at any time the Contractor believes that its expenditure under an undefinitized order will exceed the limitation of Government liability, the Contractor shall so notify the Contracting Officer, in writing, and propose an appropriate increase in the limitation of Government liability of such order. Within thirty (30) days of such notice, the Contracting Officer will either (i) notify the Contractor in writing of such appropriate increase, or (ii) instruct the Contractor how and to what extent the work shall be continued; provided, however, that in no event shall the Contractor be obligated to proceed with work on an undefinitized order beyond the point where its costs incurred plus a reasonable profit thereon exceed the limitation of Government liability, and provided also that in no event shall the Government be obligated to pay the Contractor any amount in excess of the limitation of Government liability specified in any such order prior to establishment of firm prices. (g) Initial Spares. The limitations set forth in paragraph (c) and subparagraphs (e)(2), (f)(2) and (f)(3) do not apply to undefinitized orders for the purchase of initial spares.

N0002421R5211 0005

Page 141 of 235

(h) Terminal Date for Placement of Orders. The Contractor shall not be obligated to accept any orders placed hereunder beyond 180 days after delivery of the last end item. (i) Segregation of Costs. The Contractor shall segregate the costs of performance of each undefinitized order from the cost of any other work performed by the Contractor.

(End of text) C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) (a) Definitions. As used in this text:

Article means a manufactured item other than a fluid or particle: (i) which is formed to a specific shape or design during manufacture; (ii) which has end use function(s) dependent in whole or in part upon its shape or design during end use; and (iii) which under normal conditions of use does not release more than very small quantities, e.g., minute or trace amounts of a hazardous chemical, and does not pose a physical hazard or health risk to employees.

Boundary of containment means a continuous tight seal (barrier) to prevent the release of

functional mercury during normal operation and maintenance. Examples include the exterior of a fluorescent lamp, glass capsule of a mercury switch, and container for mercury reagents. A double boundary of containment consists of two independent seals. Functional mercury means mercury or mercury compound(s) contained in equipment that is required for the equipment to operate properly, such as that found in mercury switches, fluorescent lamps, flat-panel monitors, thermostats, thermostat probes, small coin type batteries, barometers, and dental amalgams. Hardware means any article, container, piece of material, individual part, subassembly, assembly, component, or system to which mercury control requirements apply. Mercury-free means hardware that does not contain functional mercury and is not contaminated by mercury or mercury compounds. Portable means items that are frequently transported during normal operation. Desk lamps, shop lights, and hand-held instruments are considered portable, while bulbs in stationary light fixtures are not. In general, items that require transport only during maintenance, installation, and removal of the items are not considered portable. (b) The Contractor, and all subcontractors and vendors, shall ensure that mercury or mercury containing compounds are not intentionally added to, or come in direct contact with, hardware or supplies furnished under this contract.

(1) The Contractor shall ensure that mercury and mercury compounds are not taken onboard naval vessels by Contractor, subcontractor, or vendor personnel except for functional mercury used in batteries, dental amalgams, fluorescent lamps, flat-panel monitors, required instruments, sensors or controls, weapon systems, and chemical analysis reagents specified by the Naval Sea Systems Command (NAVSEA).

(2) Portable fluorescent lamps and portable instruments containing elemental mercury must be shock-proof in accordance with MIL-DTL-901E entitled Requirements for Shock Tests, H.I. (High Impact) Shipboard Machinery, Equipment, and Systems and have mercury enclosed by a double boundary of containment. Some devices with liquid crystal display (LCD) screens utilize a fluorescent bulb backlight to illuminate the LCD screen. No additional restrictions or controls apply to devices with LCD screens; however, the Contractor shall remove the LCD screen and seal it in plastic following any evidence that the backlight failed.

N0002421R5211 0005

Page 142 of 235

(3) For Submarines, any use of mercury containing items must be approved as required by the Nuclear

Powered Submarine Atmosphere Control Manual (S9510-AB-ATM-010/U) Volume 1.

(4) The Contractor shall ensure that mercury and mercury compounds do not contact hardware surfaces in systems covered by NAVSEA Manual NAVSEA 0989-064-3000 entitled Cleanliness Requirements for Nuclear Propulsion Plant Maintenance and Construction, submarine air systems, level I systems per NAVSEA Publication 0948-LP-045-7010, NAVSEA Material Control Standard, or the submarine safety program (SUBSAFE) surfaces during maintenance or repair. Such hardware is designated as mercury-free. The Contractor shall ensure that all other hardware that could be structurally degraded by contamination with elemental mercury or reactive mercury compounds is separated from it by sufficient distance, or boundaries of containment that effectively prevents contact in all but the most extreme circumstances.

(5) The Contractor shall check any hardware surfaces in the above systems which are known or suspected to have come in contact with mercury or mercury compounds for evidence of structural degradation and external mercury contamination. The existence of external mercury contamination can be determined following MIL-STD-2041D entitled Control of Detrimental Materials.

(6) The presence of mercury in a product may be determined by checking product labeling on material safety data sheets or safety data sheets. Chemical analysis is not required.

(7) The Contractor shall dispose of any mercury and mercury compounds in accordance with OPNAV Manual (OPNAV M-5090.1) entitled Environmental Readiness Program Manual of 10 January 2014.

(8) If the use of mercury or mercury compounds cannot be avoided, a risk assessment and waiver request, if required, must be performed and submitted per the NAVSEA Hazardous Material Avoidance Process (T9070-AL-DPC-020/077-2). For systems covered by the NAVSEA Manual NAVSEA 0989-064-3000 entitled Cleanliness Requirements for Nuclear Propulsion Plant Maintenance and Construction, submit the risk assessment and waiver request, if required to Nuclear Propulsion (NAVSEA 08). (c) In all cases where mercury or a mercury compound has contacted hardware surfaces required to be mercury-free the Contractor shall immediately provide a report to the NAVSEA Dry Environmental Systems and Hazardous Materials (NAVSEA 05P5) via the cognizant contract administration safety office. Reports concerning systems covered by NAVSEA Manual 0989-064-3000 must include NAVSEA Nuclear Propulsion Directorate (SEA 08) in the distribution. Reports must be in letter form and include the date and details of the contact, the surfaces contacted, the recovery actions taken, and the status of the affected surfaces.

(End of Text) C-223-W002 ON-SITE SAFETY REQUIREMENTS (NAVSEA) (OCT 2018) (a) The contractor shall ensure that each contractor employee reads any necessary safety documents within 30 days of commencing performance at any Government facility. Required safety documents can be obtained from the respective safety office. Contractors shall notify the Safety office points of contact below to report completion of the required training via email. The email shall include the contractor employee’s name, work site, and contract number. (b) It is expected that contractor employees will have received training from their employer on hazards associated with the areas in which they will be working and know what to do in order to protect themselves. Contractors are required to adhere to the requirements of 29 CFR 1910, 29 CFR 1926 and applicable state and local requirements while in Government spaces. The contractor shall ensure that all on-site contractor work at the Government facility is in accordance with any local safety instructions as provided via the COR. The contractor shall report all work-related injuries/illnesses that occurred while working at the Government site to the COR.

N0002421R5211 0005

Page 143 of 235

(c) Contractors whose employees perform work within Government spaces in excess of 1000 hours per calendar quarter during a calendar year shall submit the data elements on OSHA Form 300A, Summary of Work Related Injuries and Illnesses, for those employees to the safety office, via the COR by 15 January for the previous calendar year, even if no work related injuries or illnesses occurred. If a contractor’s injury/illness rates are above the Bureau of Labor Statistics industry standards, a safety assessment may be performed by the Safety Office to determine if any administrative or engineering controls can be utilized to prevent further injuries/illnesses, or if any additional Personal Protective Equipment or training will be required. (d) Any contractor employee exhibiting unsafe behavior may be removed from the Government site. Such removal shall not relieve the contractor from meeting its contractual obligations and shall not be considered an excusable delay as defined in FAR 52.249-14. (e) The Safety Office points of contacts are as follows: In the event a Safety Office point of contact is not known, the Contractor shall contact the COR.

(End of text) C-227-H006 DATA REQUIREMENTS (NAVSEA) (OCT 2018) The data to be furnished hereunder shall be prepared in accordance with the Contract Data Requirements List, DD Form 1423, Exhibit(s) A-B, attached hereto.

(End of Text) C-227-H008 GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (NAVSEA) (DEC 2018) (a) The contractor shall actively participate in the Government Industry Data Exchange Program in accordance with the GIDEP Operations Manual, S0300-BT-PRO-010. The contractor shall submit information concerning critical or major nonconformances, as defined in FAR 46.407/DFARS 246.407, to the GIDEP information system. (b) The contractor shall insert paragraph (a) of this clause in any subcontract when deemed necessary. When so inserted, the word "contractor" shall be changed to "subcontractor." (c) The contractor shall, when it elects not to insert paragraph (a) in a subcontract, provide the subcontractor any GIDEP data which may be pertinent to items of its manufacture and verify that the subcontractor utilizes any such data. (d) The contractor shall, whether it elects to insert paragraph (a) in a subcontract or not, verify that the subcontractor utilizes and provides feedback on any GIDEP data that may be pertinent to items of its manufacture." (e) GIDEP materials, software and information are available without charge from: GIDEP Operations Center P.O. Box 8000 Corona, CA 92878-8000 Phone: (951) 898-3207 FAX: (951) 898-3250 Internet: http://www.gidep.org

N0002421R5211 0005

Page 144 of 235

(End of text) C-227-H009 ACCESS TO DATA OR COMPUTER SOFTWARE WITH RESTRICTIVE MARKINGS (NAVSEA) (JAN 2019) (a) Performance under this contract may require that the Contractor have access to technical data, computer software, or other sensitive data of another party that contains restrictive markings. If access to such data or software is required or to be provided, the Contractor shall enter into a written agreement with such party prior to gaining access to such data or software. The agreement shall address, at a minimum, (1) access to, and use of, the restrictively marked data or software exclusively for the purposes of performance of the work required by this contract, and (2) safeguards to protect such data or software from unauthorized use or disclosure for so long as the data or software remains properly restrictively marked. In addition, the agreement shall not impose any limitation upon the Government or its employees with respect to such data or software. A copy of the executed agreement shall be provided to the Contracting Officer. The Government may unilaterally modify the contract to list those third parties with which the Contractor has agreement(s). (b) The Contractor agrees to: (1) indoctrinate its personnel who will have access to the data or software as to the restrictions under which access is granted; (2) not disclose the data or software to another party or other Contractor personnel except as authorized by the Contracting Officer; (3) not engage in any other action, venture, or employment wherein this information will be used, other than under this contract, in any manner inconsistent with this requirement; (4) not disclose the data or software to any other party, including, but not limited to, joint venturer, affiliate, successor, or assign of the Contractor; and (5) reproduce the restrictive stamp, marking, or legend on each use of the data or software whether in whole or in part. (c) These restrictions on use and disclosure of the data and software also apply to information received from the Government through any means to which the Contractor has access in the performance of this contract that contains restrictive markings. (d) The Contractor agrees that it will promptly notify the Contracting Officer of any attempt to gain access to any information with restrictive markings. Such notification shall include the name and organization of the individual, company, or Government representative seeking access to such information. (e) The Contractor shall include this requirement in subcontracts of any tier which involve access to information covered by paragraph (a), substituting "subcontractor" for "Contractor" where appropriate. (f) Compliance with this requirement is a material requirement of this contract.

(End of text) C-233-H001 DOCUMENTATION OF REQUESTS FOR EQUITABLE ADJUSTMENT--BASIC (NAVSEA) (OCT 2018) (a) For the purposes of this special contract requirement, the term "change" includes not only a change that is made pursuant to a written order designated as a "change order" but also (1) an engineering change proposed by the Government or by the Contractor and (2) any act or omission to act on the part of the Government in respect of which a request is made for equitable adjustment. (b) Whenever the Contractor requests or proposes an equitable adjustment of $100,000 or more per vessel in respect to a change made pursuant to a written order designated as a "change order" or in respect to a proposed engineering change and whenever the Contractor requests an equitable adjustment in any amount in respect to any other act or omission to

N0002421R5211 0005

Page 145 of 235

act on the part of the Government, the proposal supporting such request shall contain the following information for each individual item or element of the request: (1) A description (i) of the work required by the contract before the change, which has been deleted by the change, and (ii) of the work deleted by the change which already has been completed. The description is to include a list of components, equipment, and other identifiable property involved. Also, the status of manufacture, procurement, or installation of such property is to be indicated. Separate description is to be furnished for design and production work. Items of raw material, purchased parts, components and other identifiable hardware, which are made excess by the change and which are not to be retained by the Contractor, are to be listed for later disposition; (2) Description of work necessary to undo work already completed which has been deleted by the change; (3) Description of work not required by the terms hereof before the change, which is substituted or added by the change. A list of components and equipment (not bulk materials or items) involved should be included. Separate descriptions are to be furnished for design work and production work; (4) Description of interference and inefficiencies in performing the change; (5) Description of each element of disruption and exactly how work has been, or will be disrupted: (i) The calendar period of time during which disruption occurred, or will occur;

(ii) Area(s) aboard the vessel where disruption occurred, or will occur;

(iii) Trade(s) disrupted, with a breakdown of manhours for each trade; (iv) Scheduling of trades before, during, and after period of disruption; (v) Description of measures taken to lessen the disruptive effect of the change; (6) Delay in delivery attributable solely to the change; (7) Other work attributable to the change; (8) Supplementing the foregoing, a narrative statement of the direct "causal" relationship between any alleged Government act or omission and the claimed consequences therefor, cross-referenced to the detailed information provided as required above; and (9) A statement setting forth a comparative enumeration of the amounts "budgeted" for the cost elements, including the material costs, labor hours and pertinent indirect costs, estimated by the Contractor in preparing its initial and ultimate proposal(s) for this contract, and the amounts claimed to have been incurred and/or projected to be incurred corresponding to each such "budgeted cost" elements. (c) Each proposal in excess of $100,000 submitted in support of a claim for equitable adjustment under any requirement of this contract shall, in addition to the information required by paragraph (b) hereof, contain such information as the Contracting Officer may require with respect to each individual claim item. (d) It is recognized that individual claims for equitable adjustment may not include all of the factors listed in paragraph (b) above. Accordingly, the Contractor is required to set forth in its proposal information only with respect to those factors which are comprehended in the individual claim for equitable adjustment. In any event, the information furnished hereunder shall be in sufficient detail to permit the Contracting Officer to cross-reference the claimed increased costs, or delay in delivery, or both, as appropriate, submitted pursuant to paragraph (c) of this requirement, with the information submitted pursuant to paragraph (b) hereof.

N0002421R5211 0005

Page 146 of 235

(End of text)

C-237-H002 SUBSTITUTION OF KEY PERSONNEL (NAVSEA) (OCT 2018) (a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed. Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted with the proposal necessary to fulfill the requirements of the contract. No substitution shall be made without prior notification to and concurrence of the Contracting Officer in accordance with this requirement. Substitution shall include, but not be limited to, subdividing hours of any key personnel and assigning or allocating those hours to another individual not approved as key personnel. (b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to be replaced. The Contracting Officer shall be notified in writing of any proposed substitution at least forty-five (45) days, or ninety (90) days if a security clearance is to be obtained, in advance of the proposed substitution. Such notification shall include: (1) an explanation of the circumstances necessitating the substitution; (2) a complete resume of the proposed substitute; (3) an explanation as to why the proposed substitute is considered to have equal or better qualifications than the person being replaced; (4) payroll record of the proposed replacement; and (5) any other information requested by the Contracting Officer to enable him/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided the partial basis for award. (c) Key personnel are identified in an attachment in Section J.

(End of text) C-242-H001 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (OCT 2018) (a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $1,000 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law. (b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered.

(End of text) C-242-H002 POST AWARD MEETNG (NAVSEA) (OCT 2018) (a) A post-award meeting with the successful offeror will be conducted within 30 days after award of the contract award. The meeting will be held at the address below: Location/Address: [ * ] (b) The contractor will be given [ * ] working days notice prior to the date of the meeting by the Contracting Officer.

N0002421R5211 0005

Page 147 of 235

(c) The requirement for a post-award meeting shall in no event constitute grounds for excusable delay by the contractor in performance of any provisions in the contract. (d) The post-award meeting will include, but is not limited to, the establishment of work level points of contact, determining the administration strategy, roles and responsibilities, and ensure prompt payment and close out. Specific topics shall be mutually agreed to prior to the meeting. [ * ] To be specified at contract award.

(End of text) C-242-H003 TECHNICAL INSTRUCTIONS (NAVSEA) (OCT 2018) (a) Performance of the work hereunder may be subject to written technical instructions signed by the Contracting Officer and the Contracting Officer's Representative specified in Section G of this contract. As used herein, technical instructions are defined to include the following: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in details or otherwise serve to accomplish the contractual statement of work. (2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions of work description. (b) Technical instructions must be within the general scope of work stated in the contract. Technical instructions may not be used to: (1) assign additional work under the contract; (2) direct a change as defined in the "CHANGES" clause of this contract; (3) increase or decrease the contract price or estimated contract amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change any of the terms, conditions or specifications of the contract. (c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the contract or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of this contract. (d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion of the contractual work statement which is not affected by the disputed technical instruction.

(End of text) C-243-H003 CONFIGURATION MANAGEMENT (NAVSEA) (JAN 2019) (a) Baseline Definition - All contractual documentation in effect at the time of contract award shall constitute the Contract Baseline, which shall be considered incorporated in the baseline documentation. (b) General Requirement - (1) The Contractor shall maintain a Configuration Control Program to assure that all detail level work being performed under this contract is in compliance with appropriate baseline documentation. The Contractor shall prepare a Configuration Management Plan in accordance with the requirements of the contract. If required, the Contractor’s Configuration Management Plan shall be submitted through the appropriate Contract Data Requirements List (CDRL) for approval by the Government.

N0002421R5211 0005

Page 148 of 235

(2) Whenever a situation arises wherein the Contractor cannot comply with a baseline document, or whenever intent of such documentation is significantly changed by detail level documentation, the Contractor shall submit change documents to modify the baseline to resolve the conflict or to allow non-compliance. Whenever the cost of implementing a proposed change is less than the threshold requiring certified cost or pricing data, the Contractor shall provide such detail of related costs as to allow the Government to determine an equitable adjustment for the change document submission. Whenever the contract cost changes by an amount greater than the threshold requiring certified cost or pricing data, the Contractor shall complete such cost and pricing data as the Contracting Officer shall require detailing all related costs, and attach it to the change document. Requirements for cost and pricing data shall be determined by the gross amount of the change unless otherwise directed by the Contracting Officer. Change documentation shall be submitted to the Contracting Officer in accordance with the appropriate CDRL, and as described in paragraphs (c) through (f) below. (c) Engineering Change Proposals (ECPs) - ECPs shall be prepared in accordance with the approved configuration management plan and the requirements of the contract. DI-SESS-80639D approved 7 April 2015, EIA-649-1 of Nov 2014 and MIL-HDBK-61A of 7 Feb 2001 apply. An ECP shall be submitted whenever the detail level physical configuration, material quality, operational or functional performance of equipment or installed systems will not be in compliance with baseline design-related documents (Specifications, Contract Drawings, etc.), and a change to the baseline document is considered an appropriate means of resolving a design-related issue. The contractor shall develop documentation in sufficient detail to enable Government review and evaluation of the merits of the proposed change, including cost and scheduling impact, ship class impact if applicable, and consequences if disapproved. List all existing drawings and technical manuals impacted by the change, including a brief narrative explanation of needed changes to incorporate the ECP if approved. Provide weight and moment data incidental to the change, if applicable. The Contractor shall also prepare applicable baseline document insert sheets, with specific word changes or proposed re-write, to facilitate baseline documentation changes. (d) Non-Engineering Change Proposals (NECPs) – An NECP shall be submitted whenever necessary to document administrative, procedural, scheduling, or documentation changes that do not directly impact the physical configuration of the equipment. The NECP shall explain the nature of the problem, identify the applicable baseline document (i.e., Contract Data Requirement List (CDRL), Contract Clause, etc.) and provide a detailed explanation justifying the proposed course of action desired to resolve the problem. Insert sheets for applicable documents shall also be attached to facilitate change action in the event the NECP is approved. (e) Deviations/Waivers - In the event that a baseline design-related document requirement cannot be met, and a change to the baseline document is considered inappropriate, the Contractor shall submit a Request for Variance. The explanation of "Need for Deviation/Waiver" in the DD1694 shall provide detailed justification and consequences of approval, to include technical details explaining the degree of non-compliance and the effect on ship equipment or system operation. (f) Equitable Adjustments for Change Documentation Preparations - For its effort expended in preparing ECPs, NECPs, and Deviations/Waivers, the Contractor shall receive equitable adjustment under the following circumstances: (1) In the event the Contractor, on its own initiative, and without written request from the Contracting Officer, develops a change document that is later disapproved by the Government, the Contractor shall bear the cost of this effort. (2) To avoid such loss, and at its option, the Contractor may submit a "preliminary" document that outlines intent, but without detailed supporting documentation and request the Contracting Officer's approval for expenditure of effort to complete the detailed supporting documentation. In the event the Contracting Officer denies this request, the Contractor will bear the cost of development of the "preliminary" document, and shall make no further effort to complete detailed supporting documentation.

N0002421R5211 0005

Page 149 of 235

(3) In the event the Contracting Officer approves the Contractor's request to develop supporting documentation, the Contractor shall be equitably compensated for its effort for both the "preliminary" and "final" documentation, regardless of whether or not the change document is later approved. (4) In the event the Contracting Officer requests in writing that the Contractor develop change documentation, the effort expended by the Contractor in developing such documentation shall be subject to equitable adjustment, regardless of whether or not the change document is later approved. (5) In the event the Contractor, on its own initiative, and without written request from the Government, develops a change document that is later approved by the Contracting Officer, the cost of developing such documentation shall be subject to equitable adjustment. (6) Failure to agree to such equitable adjustment in contract price shall constitute a dispute, and shall be adjudicated in accordance with the requirements of the clause entitled "Disputes" (FAR 52.233-1). (g) Any cost reduction proposal submitted pursuant to the clause entitled "Value Engineering" (FAR 52.248-1) shall be submitted as a Value Engineering Change Proposal (VECP). The Contractor shall follow the VECP preparation requirements of FAR 52.248-1(c) and any additional guidance provided by the Contracting Officer.

(End of text) C-244-H002 SUBCONTRACTORS/CONSULTANTS (NAVSEA) (OCT 2018) Notwithstanding FAR 52.244-2(d) and in addition to the information required by FAR 52.244-2(e) of the contract, the contractor shall include the following information in requests to add subcontractors or consultants during performance, regardless of subcontract type or pricing arrangement: (1) Impact on subcontracting goals, (2) Impact on providing support at the contracted value, (3) IF SEAPORT TASK ORDER - The results of negotiations to incorporate fee rate caps no higher than the lower of (i) SeaPort-e fee rate caps for the prime contractor, or in the case where the proposed subcontractor is also a SeaPort-e prime, (ii) fee rate caps that are no higher than the subcontractor's prime SeaPort-e contract.

(End of text) C-245-H005 INFORMATION AND DATA FURNISHED BY THE GOVERNMENT--ALTERNATE I (NAVSEA) (MAY 2019) (a) Contract Specifications, Drawings and Data. The Government will furnish, if not included as an attachment to the contract, any unique contract specifications or other design or alteration data cited or referenced in Section C. (b) Government Furnished Information (GFI). GFI is defined as that information essential for the installation, test, operation, and interface support of all Government Furnished Material identified in an attachment in Section J. The Government shall furnish only the GFI identified in an attachment in Section J. The GFI furnished to the contractor need not be in any particular format. Further, the Government reserves the right to revise the listing of GFI as follows: (1) The Contracting Officer may at any time by written order:

(i) delete, supersede, or revise, in whole or in part, data identified in an attachment in Section J; or

N0002421R5211 0005

Page 150 of 235

(ii) add items of data or information to the attachment identified in Section J; or (iii) establish or revise due dates for items of data or information in the attachment identified in Section J.

(2) If any action taken by the Contracting Officer pursuant to subparagraph (1) immediately above causes an increase or decrease in the costs of, or the time required for, performance of any part of the work under this contract, the contractor may be entitled to an equitable adjustment in the contract amount and delivery schedule in accordance with the procedures provided for in the "CHANGES" clause of this contract. (c) Except for the Government information and data specified by paragraphs (a) and (b) above, the Government will not be obligated to furnish the Contractor any specification, standard, drawing, technical documentation, or other publication, notwithstanding anything to the contrary in the contract specifications, the GFI identified in an attachment in Section J, the clause of this contract entitled "Government Property" (FAR 52.245-1) or "Government Property Installation Operation Services" (FAR 52.245-2), as applicable, or any other term or condition of this contract. Such referenced documentation may be obtained: (1) From the ASSIST database via the internet at https://assist.dla.mil/online/start/; or (2) By submitting a request to the Department of Defense Single Stock Point (DoDSSP) Building 4, Section D 700 Robbins Avenue Philadelphia, Pennsylvania 19111-5094 Telephone (215) 697-6396 Facsimile (215) 697-9398. Commercial specifications and standards, which may be referenced in the contract specification or any sub-tier specification or standard, are not available from Government sources and should be obtained from the publishers.

(End of text)

C-246-H002 GOVERNMENT USE OF CONTRACTOR’S INSPECTION EQUIPMENT (NAVSEA) (OCT 2018) The contractor's gages, measuring, and testing devices shall be made available to the Government when required to determine contractor conformance with contract requirements. If conditions warrant, the contractor’s personnel shall be made available for operation of such devices and for verification of their accuracy and condition.

(End of text) C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits for complying with any applicable Federal, State, and Municipal laws, codes, and regulations for shipping and transportation including, but not limited to, any movement over public highways of overweight/over dimensional materials.

(End of text)

N0002421R5211 0005

Page 151 of 235

Section D - Packaging and Marking DATA RIGHTS LANGUAGE (IF OPTION EXERCISED) CLIN 0021 – Data Rights License Upgrade Option All data shall be packaged and marked in accordance with D-211-H001 PACKAGING OF DATA (NAVSEA) (OCT 2018) and D-211-H002 MARKING OF REPORTS (NAVSEA) (OCT 2018). CLAUSES INCORPORATED BY FULL TEXT D-211-H001 PACKAGING OF DATA (NAVSEA) (OCT 2018) Data to be delivered by Integrated Digital Environment (IDE) or other electronic media shall be as specified in the contract. All unclassified data to be shipped shall be prepared for shipment in accordance with best commercial practice. Classified reports, data, and documentation shall be prepared for shipment in accordance with National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated 28 February 2006 incorporating Change 2 dated 18 May 2016.

(End of text) D-211-H002 MARKING OF REPORTS (NAVSEA) (OCT 2018) All reports delivered by the Contractor to the Government under this contract shall prominently show on the cover of the report: (1) name and business address of the Contractor (2) contract number

(3) sponsor: Program Executive Office Integrated Warfare Systems (PEO IWS) (Name of Individual Sponsor) Naval Sea Systems Command IWS 8.0 (Name of Requiring Activity) Washington, DC (City and State)

(End of text)

D-211-H003 PACKAGING OF PIO (NAVSEA) (OCT 2018) Item(s) 0019 - The supplies furnished hereunder shall be cleaned, preserved, packaged, packed and marked in accordance with the instructions established in each PIO. Unless otherwise stated in the PIO, supplies shall be packaged to ensure protection against corrosion, deterioration, physical, and electrical damage during shipment from the Contractor to the point of delivery.

(End of text)

N0002421R5211 0005

Page 152 of 235

Section E - Inspection and Acceptance DATA RIGHTS LANGUAGE (IF OPTION EXERCISED) CLIN 0021 – Data Rights License Upgrade Option Inspection and acceptance of all data shall be in accordance in E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018). INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 0010 Destination Government Destination Government 0011 Destination Government Destination Government 0012 Destination Government Destination Government 0013 Destination Government Destination Government 0017 Destination Government Destination Government 0018 Destination Government Destination Government 0019 Destination Government Destination Government 0020 Destination Government Destination Government 0021 Destination Government Destination Government 0022 N/A N/A N/A Government 0023 N/A N/A N/A Government 0024 N/A N/A N/A Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 1010 Destination Government Destination Government 1011 Destination Government Destination Government 1012 Destination Government Destination Government 1013 Destination Government Destination Government 1017 Destination Government Destination Government 1018 Destination Government Destination Government 1022 N/A N/A N/A Government 1023 N/A N/A N/A Government 1024 N/A N/A N/A Government 2004 Destination Government Destination Government

N0002421R5211 0005

Page 153 of 235

2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 2010 Destination Government Destination Government 2011 Destination Government Destination Government 2012 Destination Government Destination Government 2013 Destination Government Destination Government 2014 Destination Government Destination Government 2015 Destination Government Destination Government 2016 Destination Government Destination Government 2017 Destination Government Destination Government 2018 Destination Government Destination Government 2022 N/A N/A N/A Government 2023 N/A N/A N/A Government 2024 N/A N/A N/A Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 3010 Destination Government Destination Government 3011 Destination Government Destination Government 3012 Destination Government Destination Government 3013 Destination Government Destination Government 3014 Destination Government Destination Government 3015 Destination Government Destination Government 3016 Destination Government Destination Government 3017 Destination Government Destination Government 3018 Destination Government Destination Government 3022 N/A N/A N/A Government 3023 N/A N/A N/A Government 3024 N/A N/A N/A Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government 4010 Destination Government Destination Government 4011 Destination Government Destination Government 4012 Destination Government Destination Government 4013 Destination Government Destination Government 4014 Destination Government Destination Government 4015 Destination Government Destination Government 4016 Destination Government Destination Government 4017 Destination Government Destination Government 4018 Destination Government Destination Government 4022 N/A N/A N/A Government 4023 N/A N/A N/A Government 4024 N/A N/A N/A Government 5004 Destination Government Destination Government 5005 Destination Government Destination Government

N0002421R5211 0005

Page 154 of 235

5006 Destination Government Destination Government 5007 Destination Government Destination Government 5008 Destination Government Destination Government 5009 Destination Government Destination Government 5010 Destination Government Destination Government 5011 Destination Government Destination Government 5012 Destination Government Destination Government 5013 Destination Government Destination Government 5014 Destination Government Destination Government 5015 Destination Government Destination Government 5016 Destination Government Destination Government 5017 Destination Government Destination Government 5018 Destination Government Destination Government 5022 N/A N/A N/A Government 5023 N/A N/A N/A Government 5024 N/A N/A N/A Government 6004 Destination Government Destination Government 6005 Destination Government Destination Government 6006 Destination Government Destination Government 6007 Destination Government Destination Government 6008 Destination Government Destination Government 6009 Destination Government Destination Government 6010 Destination Government Destination Government 6011 Destination Government Destination Government 6012 Destination Government Destination Government 6013 Destination Government Destination Government 6014 Destination Government Destination Government 6015 Destination Government Destination Government 6016 Destination Government Destination Government 6017 Destination Government Destination Government 6018 Destination Government Destination Government 6022 N/A N/A N/A Government 6023 N/A N/A N/A Government 6024 N/A N/A N/A Government 7005 Destination Government Destination Government 7006 Destination Government Destination Government 7007 Destination Government Destination Government 7008 Destination Government Destination Government 7009 Destination Government Destination Government 7010 Destination Government Destination Government 7011 Destination Government Destination Government 7012 Destination Government Destination Government 7013 Destination Government Destination Government 7014 Destination Government Destination Government 7015 Destination Government Destination Government 7016 Destination Government Destination Government 7017 Destination Government Destination Government 7018 Destination Government Destination Government 7022 N/A N/A N/A Government 7023 N/A N/A N/A Government 7024 N/A N/A N/A Government 8005 Destination Government Destination Government 8006 Destination Government Destination Government 8007 Destination Government Destination Government 8008 Destination Government Destination Government

N0002421R5211 0005

Page 155 of 235

8009 Destination Government Destination Government 8010 Destination Government Destination Government 8011 Destination Government Destination Government 8012 Destination Government Destination Government 8013 Destination Government Destination Government 8014 Destination Government Destination Government 8015 Destination Government Destination Government 8016 Destination Government Destination Government 8017 Destination Government Destination Government 8018 Destination Government Destination Government 8022 N/A N/A N/A Government 8023 N/A N/A N/A Government 8024 N/A N/A N/A Government 9005 Destination Government Destination Government 9006 Destination Government Destination Government 9007 Destination Government Destination Government 9008 Destination Government Destination Government 9009 Destination Government Destination Government 9010 Destination Government Destination Government 9011 Destination Government Destination Government 9012 Destination Government Destination Government 9013 Destination Government Destination Government 9014 Destination Government Destination Government 9015 Destination Government Destination Government 9016 Destination Government Destination Government 9017 Destination Government Destination Government 9018 Destination Government Destination Government 9022 N/A N/A N/A Government 9023 N/A N/A N/A Government 9024 N/A N/A N/A Government CLAUSES INCORPORATED BY REFERENCE 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. [ANSI/ISO/ASQ 9001-2015 Quality Management Systems and supplemental requirements imposed by this contract.] (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in-- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require--

N0002421R5211 0005

Page 156 of 235

(i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instructions, documentation control, and advanced metrology. (End of clause) E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423.

(End of text) E-246-H018 INSPECTION AND ACCEPTANCE OF PIO (NAVSEA) (OCT 2018) Item(s) 0019 - Inspection and acceptance of parts ordered hereunder shall be as established in each PIO. Unless otherwise stated in the PIO, parts shall be inspected and accepted at source by a representative of the Contract Administration Office.

(End of text) E-246-H020 QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) The Contractor shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ASQ/ANSI/ISO 9001:2015 “Quality Management Systems – Requirements” and supplemental requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall flow down such standards, as applicable, to lower-tier subcontractors under instances covered in FAR 52.246-11(b) or at the direction of the Contracting Officer. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements.

(End of text) E-246-H021 COST DATA FOR QUALITY MANAGEMENT SYSTEM (NAVSEA) (JAN 2019) The contractor shall maintain and use cost data as a management element of the Quality Management System. The specific cost data to be maintained and used will be determined by the contractor. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative.

(End of text)

N0002421R5211 0005

Page 157 of 235

E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative.

(End of text)

E-246-W004 PROCUREMENT QUALITY ASSURANCE INSPECTION AND ACCEPTANCE (NAVSEA) (OCT 2018) (a) Initial inspection of the supplies to be furnished hereunder shall be made by NSWC PHD [insert name of activity or code] at the contractor's or subcontractor's plant located at TBD [insert location]. The contractor shall notify the cognizant inspector when the material is available for inspection. The place designated for such inspections shall not be changed without authorization of the Contracting Officer. Final inspection and acceptance shall be made by NSWC PHD [insert name of activity or code] within 10 [insert number] days after [receipt OR installation/checkout/test]. (b) Initial inspection shall consist of quality assurance at point of manufacture or assembly and check/test prior to shipment. Final inspection and acceptance will be made by the Receiving Activity after installation/check out/testing of the supplies.

(End of text) E-246-W007 NOTIFICATION OF INSPECTION OR TEST (NAVSEA) (OCT 2018) The Contractor agrees to notify PEO IWS 8.0, in writing, when the material will be inspected and/or tested. A minimum of 10 working days is required to arrange such a visit.

(End of text)

N0002421R5211 0005

Page 158 of 235

Section F - Deliveries or Performance The period of performance for each CLIN and respective Option CLINs if exercised shall be in accordance with the contract award. The overall performance period will be Ten (10) Years with one Base Period (12 months) and Nine (9) Option Periods. Period of Performance LOE CLINs: ITEM(S) FROM TO

0004-0013 Date of Award 12 Months from Date of Award 1004-6004 Date of Option Exercise 12 Months after Option Exercise Date 1005-9005 Date of Option Exercise 12 Months after Option Exercise Date 1006-9006 Date of Option Exercise 12 Months after Option Exercise Date 1007-9007 Date of Option Exercise 12 Months after Option Exercise Date 1008-9008 Date of Option Exercise 12 Months after Option Exercise Date 1009-9009 Date of Option Exercise 12 Months after Option Exercise Date 1010-9010 Date of Option Exercise 12 Months after Option Exercise Date 1011-9011 Date of Option Exercise 12 Months after Option Exercise Date 1012-9012 Date of Option Exercise 12 Months after Option Exercise Date 1013-9013 Date of Option Exercise 12 Months after Option Exercise Date 2014-9014 Date of Option Exercise 12 Months after Option Exercise Date 2015-9015 Date of Option Exercise 12 Months after Option Exercise Date 2016-9016 Date of Option Exercise 12 Months after Option Exercise Date

Delivery Schedule (Completion CLINs):

ITEM(S) FROM TO 0001 Date of Award 24 Months from date of award 0002 Date of Award 72 Months from date of award 0003 Date of Award 72 Months from date of award

Item(s) 0019 - Parts shall be delivered in accordance with the delivery schedule established in each PIO. Unless otherwise stated in the PIO, parts shall be delivered free of expense to the Government in accordance with instructions specified in the clause entitled "F.O.B. DESTINATION" (FAR 52.247-34). DATA RIGHTS LANGUAGE (IF OPTION EXERCISED) CLIN 0021 – Data Rights License Upgrade Option All data to be furnished under this contract shall be delivered in accordance with F-247-H001 DELIERY OF DATA (NAVSEA) (OCT 2018). CLAUSES INCORPORATED BY REFERENCE 52.242-15 Stop-Work Order AUG 1989 52.247-34 F.O.B. Destination NOV 1991

N0002421R5211 0005

Page 159 of 235

CLAUSES INCORPORATED BY FULL TEXT F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract.

(End of text) F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) All data to be furnished under this contract shall be delivered prepaid to the destination(s) and at the time(s) specified on the Contract Data Requirements List(s), DD Form 1423.

(End of Text)

N0002421R5211 0005

Page 160 of 235

Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving

Reports DEC 2018

CLAUSES INCORPORATED BY FULL TEXT 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a) Definitions. As used in this clause— “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization. “Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). “Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system. “Payment request” and “receiving report” are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall— (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.

N0002421R5211 0005

Page 161 of 235

(ii) For fixed price line items— (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. ____________________________________________________________ (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. ____________________________________________________________ (Contracting Officer: Insert either “Invoice 2in1” or the applicable invoice and receiving report document type(s) for fixed price line items for services.) (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.] (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC ____

Issue By DoDAAC N00024

Admin DoDAAC** ____

Inspect By DoDAAC ____

Ship To Code ____

Ship From Code ____

Mark For Code ____

Service Approver (DoDAAC) ____

Service Acceptor (DoDAAC) ____

Accept at Other DoDAAC ____

LPO DoDAAC ____

N0002421R5211 0005

Page 162 of 235

DCAA Auditor DoDAAC ____

Other DoDAAC(s) ____

(*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert “See Schedule” or “Not applicable.”)

(**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).)

(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.

(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

(g) WAWF point of contact.

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

_________________________________________________________________

(Contracting Officer: Insert applicable information or “Not applicable.”)

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

(End of clause)

G-216-H001 FIXED FEE WITHHOLD--FAR 52.216-8 CLARIFICATION (NAVSEA) (OCT 2018) The Government will withhold 15% of each fixed fee payment starting with the first invoice submitted until a total of $100,000 of fixed fee has been withheld. Withheld amounts will be released in accordance with FAR 52.216-8, Fixed Fee.

(End of text) G-232-H001 ALLOTMENT OF FUNDS--BASIC (NAVSEA) (OCT 2018) (a) This contract is incrementally funded with respect to both cost and fee. The table below sets out: (1) The CLINs/SLINs covered by the clause of this contract entitled "Limitation of Funds" (FAR 52.232-22);

N0002421R5211 0005

Page 163 of 235

(2) The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs;

(3) The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled “Fixed Fee” (FAR 52.216-8) or “Incentive Fee” (FAR 52.216-10); and;

(4) The period of performance for which it is estimated the allotted amount(s) will cover:

CLINS/SLINS

ALLOTED TO COST

ALLOTED TO FEE

PERIOD OF PERFORMANCE FOR

ALLOTMENT

(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) Performance under CLINs/SLINs which are fully funded is subject to the clause of this contract entitled "Limitation of Cost" (FAR 52.232-20). (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs.

(End of text) G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018) (a) The following table of payment office allocation methods applies to the extent indicated.

N0002421R5211 0005

Page 164 of 235

For Government Use Only

Contract/Order Payment Clause

Type of Payment Request

Supp

ly

Serv

ice

Con

stru

ctio

n

Payment Office Allocation Method

52.212-4 (Alt I), Contract Terms and Conditions—Commercial Items 52.216-7, Allowable Cost and Payment 52.232-7, Payments under Time-and-Materials and Labor-Hour Contracts

Cost Voucher X X N/A Line item specific proration. If there is more than one ACRN within a deliverable line or deliverable subline item, the funds will be allocated in the same proportion as the amount of funding currently unliquidated for each ACRN on the deliverable line or deliverable subline item for which payment is requested.

52.232-1, Payments Navy Shipbuilding Invoice (Fixed Price)

X N/A N/A Line Item specific by fiscal year. If there is more than one ACRN within a deliverable line or deliverable subline item, the funds will be allocated using the oldest funds. In the event of a deliverable line or deliverable subline item with two ACRNs with the same fiscal year, those amounts will be prorated to the available unliquidated funds for that year.

52.232-1, Payments; 52.232-2, Payments under Fixed-Price Research and Development Contracts; 52.232-3, Payments under Personal Services Contracts; 52.232-4, Payments under Transportation Contracts and Transportation-Related Services Contracts; and 52.232-6, Payments under Communication Service Contracts with Common Carriers

Invoice X X N/A Line Item Specific proration. If there is more than one ACRN within a deliverable line or deliverable subline item, the funds will be allocated in the same proportion as the amount of funding currently unliquidated for each ACRN on the deliverable line or deliverable subline item for which payment is requested.

N0002421R5211 0005

Page 165 of 235

Contract/Order Payment Clause

Type of Payment Request

Supp

ly

Serv

ice

Con

stru

ctio

n

Payment Office Allocation Method

52.232-5, Payments Under Fixed-Price Construction Contracts

Construction Payment Invoice

N/A N/A X Line Item specific by fiscal year. If there is more than one ACRN within a deliverable line or deliverable subline item, the funds will be allocated using the oldest funds. In the event of a deliverable line or deliverable subline item with two ACRNs with the same fiscal year, those amounts will be prorated to the available unliquidated funds for that year.

52.232-16, Progress Payments

Progress Payment*

X X N/A Contract-wide proration. Funds shall be allocated in the same proportion as the amount of funding currently unliquidated for each ACRN. Progress Payments are considered contract level financing, and the “contract price” shall reflect the fixed price portion of the contract per FAR 32.501-3.

52.232-29, Terms for Financing of Purchases of Commercial Items; 52.232-30, Installment Payments for Commercial Items

Commercial Item Financing*

X X N/A Specified in approved payment. The contracting officer shall specify the amount to be paid and the account(s) to be charged for each payment approval in accordance with FAR 32.207(b)(2) and 32.1007(b)(2).

52.232-32, Performance-Based Payments

Performance-Based Payments*

X X N/A Specified in approved payment. The contracting officer shall specify the amount to be paid and the account(s) to be charged for each payment approval in accordance with FAR 32.207(b)(2) and 32.1007(b)(2).

252.232-7002, Progress Payments for Foreign Military Sales Acquisitions

Progress Payment*

X X N/A Allocate costs among line items and countries in a manner acceptable to the Administrative Contracting Officer.

*Liquidation of Financing Payments. Liquidation will be applied by the payment office against those ACRNs which are identified by the payment instructions for the delivery payment and in keeping with the liquidation provision of the applicable contract financing clause (i.e., progress payment, performance-based payment, or commercial item financing).

(b) This procurement contains the following contract type(s):

Item Type* 0001, 0002, 0003, (0004-6004), 0005-9005, 0006-9006, 0007-9007,

CR

N0002421R5211 0005

Page 166 of 235

0008-9008, 0009-9009, 0010-9010, 0011-9011, 0012-9012, 0013-9013, 0017-9017, 2014-9014, 2015-9015, 2016-9016 0019, 0021 FP

*CR – Cost-Reimbursement FP – Fixed Price

(End of text) G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein.

(End of text) G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time.

(b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The points of contact are as follows:

(i) The Procuring Contracting Officer (PCO) is:

N0002421R5211 0005

Page 167 of 235

Name: Ms. Sheila Utz

Address: 1333 Isaac Hull Ave., SE BLDG 197 Washington Navy Yard, 20376 Phone: (202) 781- 2486 E-mail: [email protected]

(d) The Contracting Officer’s Representative (COR) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract.

The Contracting Officer’s Representative (COR) is: Name: Vanessa Thomas Address: 1333 Isaac Hull Ave., SE BLDG 197 Washington Navy Yard, 20376 Phone: (202) 781- 0739 E-mail: [email protected]

G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018) (a) The policy of this activity is to schedule periods of reduced operations or shutdown during holiday periods. Deliveries will not be accepted on Saturdays, Sundays or Holidays except as specifically requested by the [insert activity name]. All goods or services attempted to be delivered on a Saturday, Sunday or Holiday without specific instructions from the Contracting Officer or his duly appointed representative will be returned to the contractor at the contractor’s expense with no cost or liability to the U.S. Government. (b) The federal Government observes the following holidays: HOLIDAYS* New Year's Day Martin Luther King's Birthday Presidential Inauguration Day (Washington DC metro area only) President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day * Except for the Presidential Inauguration Day, if the actual date falls on a Saturday, the holiday will be observed the preceding Friday. If the holiday falls on a Sunday, the observance shall be on the following Monday. The actual date of observance for each of the above holidays, for a specific calendar year, may be obtained from the OPM website at OPM.GOV or by using the following direct link: https://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal-holidays/#url.

N0002421R5211 0005

Page 168 of 235

(c) Delayed Opening, Early Dismissal and Closure of Government Facilities. When a Government facility has a delayed opening, is closed or Federal employees are dismissed early (due to severe weather, security threat, security exercise, or a facility related problem) that prevents personnel from working, onsite contractor personnel regularly assigned to work at that facility shall follow the same reporting and/or departure directions given to Government personnel. The contractor shall not direct charge to the contract for such time off, but shall follow parent company policies regarding taking leave (administrative or other). Non-essential contractor personnel, who are not required to remain at or report to the facility, shall follow their parent company policy regarding whether they should go/stay home or report to another company facility. Subsequent to an early dismissal, delayed opening, or during periods of inclement weather, onsite contractors should monitor the OPM website as well as radio and television announcements before departing for work to determine if the facility is closed or operating on a delayed arrival basis. (d) When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, a security threat, or a facility related problem), on site contractors shall continue working established work hours or take leave in accordance with parent company policy. Those contractor employees who take leave shall not direct charge the non-working hours to the contract. Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayed openings, or closings in accordance with the FAR, applicable cost accounting standards, and the company’s established policy and procedures. Contractors shall follow their disclosed charging practices during the contract period of performance, and shall not follow any verbal directions to the contrary. The Contracting Officer will make the determination of cost allowability for time lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor's established accounting policy and procedures. (e) If you intend to visit the Contracts Office, it is advised that you call for an appointment at least 24 hours in advance.

(End of text) G-242-W001 CONTRACT ADMINISTRATION FUNCTIONS (NAVSEA) (OCT 2018) (a) In accordance with FAR 42.302(a) all functions listed are delegated to the ACO except the following items to be retained by the PCO:

[IAW the ACO Delegation Letter]

(b) In accordance with FAR 42.302(b), the following additional functions are delegated to the ACO:

[IAW the ACO Delegation Letter]

(End of text)

N0002421R5211 0005

Page 169 of 235

Section H - Special Contract Requirements CLAUSES INCORPORATED BY FULL TEXT H-209-H004 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (DEC 2018) (a) "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Government, or the person's objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage. "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and other business enterprises. (b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in the contract, the Contractor does not have any organizational conflict of interest(s) as defined in paragraph (a). (c) It is recognized that the effort to be performed by the Contractor under this contract may create a potential organizational conflict of interest on the instant contract or on a future acquisition. In order to avoid this potential conflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of the Contractor to participate in future procurement of equipment or services that are the subject of any work under this contract shall be limited as described below in accordance with the requirements of FAR 9.5. (d) The contractor agrees that it shall not release, disclose, or use in any way that would permit or result in disclosure to any party outside the Government:

(1) any information provided to the Contractor by the Government during or as a result of performance of this contract. Such information includes, but is not limited to, information submitted to the Government on a confidential basis by other persons. Further, the prohibition against release of Government provided information extends to cover such information whether or not in its original form, e.g., where the information has been included in Contractor generated work or where it is discernible from materials incorporating or based upon such information. This prohibition shall not expire after a given period of time.

(2) any information generated or derived during or as a result of performance of this contract. This prohibition shall expire after a period of three years after completion of performance of this contract. (e) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor. The terms of paragraph (g) of this Special Contract Requirement relating to notification shall apply to any release of information in contravention of this paragraph (d). (f) The Contractor further agrees that, during the performance of this contract and for a period of three years after completion of performance of this contract, the Contractor, any affiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or with which it may subsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to the United States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractor or subcontractor, any system, component or services which is the subject of the work to be performed under this contract. This exclusion does not apply to any recompetition for those systems, components or services furnished pursuant to this contract. As provided in FAR 9.505-2, if the Government procures the system, component, or services on the basis of work statements growing out of the effort performed under this contract, from a source other than the contractor, subcontractor, affiliate, or assign of either, during the course of performance of this contract or before the three year period following completion of this contract has lapsed, the Contractor may, with the authorization of the cognizant Contracting Officer, participate in a subsequent procurement for the same system, component, or service. In other words, the Contractor may be authorized to compete for procurement(s) for systems, components or services subsequent to an intervening procurement.

N0002421R5211 0005

Page 170 of 235

(g) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, it shall make immediate and full disclosure in writing to the Contracting Officer. The notification shall include a description of the actual or potential organizational conflict of interest, a description of the action which the Contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant information that would assist the Contracting Officer in making a determination on this matter. Notwithstanding this notification, the Government may terminate the contract for the convenience of the Government if determined to be in the best interest of the Government. (h) Notwithstanding paragraph (g) above, if the Contractor was aware, or should have been aware, of an organizational conflict of interest prior to the award of this contract or becomes, or should become, aware of an organizational conflict of interest after award of this contract and does not make an immediate and full disclosure in writing to the Contracting Officer, the Government may terminate this contract for default. (i) If the Contractor takes any action prohibited by this requirement or fails to take action required by this requirement, the Government may terminate this contract for default. (j) The Contracting Officer's decision as to the existence or nonexistence of an actual or potential organizational conflict of interest shall be final. (k) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to the United States Government its product lines in existence on the effective date of this contract; nor, shall this requirement preclude the Contractor from participating in any research and development or delivering any design development model or prototype of any such equipment. Additionally, sale of catalog or standard commercial items are exempt from this requirement. (l) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate or advise the Government concerning its own products or activities or those of a competitor in order to ensure proper safeguards exist to guarantee objectivity and to protect the Government's interest. (m) The Contractor shall include this requirement in subcontracts of any tier which involve access to information or situations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor" where appropriate. (n) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remedies provided by law or elsewhere included in this contract. (o) Compliance with this requirement is a material requirement of this contract.

(End of text) H-216-H002 LEVEL OF EFFORT--ALTERNATE I (NAVSEA) (OCT 2018) (a) The total level of effort for the performance of this contract is specified in Section B and includes prime and subcontractor direct labor (for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level of effort). (b) Of the total man-hours of direct labor set forth in Section B, it is estimated that (Offeror to fill-in) man-hours are uncompensated effort. Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in the first

N0002421R5211 0005

Page 171 of 235

sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract. (c) Effort performed in fulfilling the total level of effort obligations specified in Section B shall only include effort performed in direct support of this contract and shall not include time and effort expended on such things as local travel to and from an employee's usual work location, uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or other non-work locations (except as provided in paragraph (i) below), or other time and effort which does not have a specific and direct contribution to the tasks described in Sections B and C. (d) The level of effort for this contract shall be expended at an average rate of approximately (See applicable Technical Instructions) hours per week. It is understood and agreed that the rate of man-hours per week may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the term hereof, except as provided in the following paragraphs. (e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such an extent that the total man-hours of effort specified in Section B would be used prior to the expiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required; the probable benefits which would result; an offer to undertake the acceleration at no increase in the estimated cost or fee; and an offer for the additional man-hours to cover the remainder of the term to include a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the term. The offer shall acknowledge that the additional man-hours proposed will be subject to the terms and conditions of this contract and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. The Contractor shall not accelerate any effort until receipt of a signed contract modification by the Contracting Officer. Any agreement to accelerate will be formalized by contract modification. (f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor such that the total man-hours of effort specified in Section B would be used prior to the expiration of the term. This order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge this order within five days of receipt. (g) The Contractor shall provide and maintain an accounting system, determined adequate by the Administrative Contracting Officer, which collects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shall indicate on each invoice the total level of effort claimed during the period covered by the invoice, separately identifying compensated effort and uncompensated effort, if any. (h) Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit the following information in writing to the Contracting Officer with copies to the cognizant Contract Administration Office and to the Defense Contract Audit Agency office to which vouchers are submitted: (1) the total number of man-hours of direct labor expended during the applicable period that separately identifies compensated and uncompensated hours; (2) a breakdown of this compensated total showing the number of man-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for the period. Additionally, in the case of a cost underrun the Contractor shall submit the amount by which the estimated cost of this contract may be reduced to recover excess funds. All submissions shall include subcontractor information. (i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contract performance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractor has a company-approved alternative worksite plan. The primary worksite is the traditional “main office” worksite. An alternative worksite means an employee’s residence or a telecommuting center. A telecommuting center is a geographically convenient office setting as an alternative to an employee’s main office. The Government reserves the right to review the Contractor’s alternative worksite plan. In the event performance becomes unacceptable, the

N0002421R5211 0005

Page 172 of 235

Contractor will be prohibited from counting the hours performed at the alternative worksite in fulfilling the total level of effort obligations of the contract. Regardless of work location, all contract terms and conditions, including security requirements and labor laws, remain in effect. The Government shall not incur any additional cost nor provide additional equipment for contract performance as a result of the Contractor’s election to implement an alternative worksite plan. (j) Notwithstanding any of the provisions in the above paragraphs and subject to the Limitation of Funds or Limitation of Cost clauses, as applicable, the period of performance may be extended at the discretion of the Contracting Officer, and the estimated cost may be increased in order to permit the Contractor to provide all of the man-hours listed in Section B. The contractor shall continue to be paid fee for each man-hour performed in accordance with the terms of the contract.

(End of text) H-246-H001 CALIBRATION SYSTEM REQUIREMENTS (NAVSEA) (JUN 2019) (a) Definitions: (1) Test, Measurement, and Diagnostic Equipment (TMDE). Includes all devices used to measure, calibrate, gage, test, inspect, diagnose, or otherwise examine materials, supplies, and equipment to quantitatively or qualitatively determine compliance with specifications and tolerances, engineering drawings, technical orders, technical manuals, or use requirements and instructions. (2) Calibration Standard. A measuring instrument or artifact used as a reference to establish and maintain the accuracy of other measuring instruments or artifacts. Calibration standards may be used to calibrate other standards of lesser accuracy or to calibrate test and measurement equipment directly. (3) Calibration. The comparison of a measurement system or device of unverified accuracy with a measurement system of known and greater accuracy to detect deviation of the unverified measurement system from required performance specifications (of the unverified measurement system or device) and to quantify all measured values to applicable units of the international system of units. (4) Calibration Service Providers. Commercial calibration activities and other government agencies that provide calibration services to the Navy and Marine Corps as a major line of business. (5) Commercial Service Providers. Suppliers of Navy test, measurement, and diagnostic equipment, including original equipment manufacturers, who may calibrate their own products but are not engaged in calibration as a major line of business, and other commercial laboratories that provide low volume, model specific, or unique parameter calibration services. (6) Measurement Traceability. The property of a measurement result that can be related to a national or international measurement standard through a documented, unbroken chain of calibrations, each with a stated measurement uncertainty. Individual measurement results must be traced through an unbroken chain of calibrations to accepted references, such as: U.S. national standards such as, the U.S. Naval Observatory, ratio and consensus standards, natural physical constants, or the national standards of other countries correlated with U.S. national standards as held or directed by National Institute of Standards and Technology and Department of Defense (DoD) approved sources. (7) The End of Period Measurement Reliability. The probability that all the applicable measurement quantities of a test, measurement, and diagnostic equipment are within tolerance at the end of the calibration interval assigned to the given test, measurement, and diagnostic equipment. (8) Calibration Interval. The periodicity between calibrations that is assigned to achieve Navy end of period measurement reliability objectives for test, measurement, and diagnostic equipment.

N0002421R5211 0005

Page 173 of 235

(9) The Probability of False Acceptance. The probability that a test used to verify that a measurement quantity is within specified tolerances results in an incorrect acceptance decision. (10) The Probability of False Rejection. The probability that a test used to verify that a measurement quantity is within specified tolerances results in an incorrect rejection decision. (11) The Test Uncertainty Ratio (TUR). The ratio of the difference between the upper and lower tolerance limits for a measurement quantity subject to calibration, to the difference between the upper and lower 95 percent uncertainty limits for the measurement process used for calibration. (b) Test, measurement, and diagnostic equipment and automatic test systems are used to monitor and test systems, equipment, devices, and the environmental conditions under which these systems and personnel operate. The accuracy of Navy and Contractor test, measurement, and diagnostic equipment and automatic test systems used for quantitative and qualitative measurements are ensured through measurement traceability. The Contractor is required to ensure that all test, measurement and diagnostic equipment used for quantitative or qualitative measurements is maintained and calibrated in accordance with U.S. national standards ANSI/NCSL Z540.3 Requirements for the Calibration of Measuring and Test Equipment, dated 3 Aug 2006 or ISO/IEC 17025 General Requirements for the Competence of Testing and Calibration Laboratories (2nd Edition), dated 15 May 2005 or the national standards of other countries correlated with U.S. national standards held by the National Institute of Standards and Technology and designated as an approved source by the Department of the Navy METCAL Executive Agent. (c) Calibration certification to Navy standard NAVSEA 04-4734B, Navy and Marine Crops Calibration Laboratory Audit/Certification Manual, 1 Dec 2006, is acceptable in place of ANSI/NCSL Z540.3 and ISO/IEC 17025 accreditations. ANSI/NCSL Z540.3 and ISO/IEC 17025 accreditations must be performed by an U.S. headquartered accreditation body that is a signatory of the Navy Calibration Cooperative Agreement. Calibration accreditation must include the parameters required to execute the calibration at appropriate ranges and tolerances. A calibration certificate meeting the requirements of ISO/IEC 17025 or ANSI/NCSL Z540.3 must be provided with the returned calibrated unit. The calibration certificate must be evaluated to confirm that the calibration was performed within the laboratory's accreditation scope. For activities certificated to NAVSEA 04-4734B, calibrations must be evaluated to confirm that the calibration was performed within the laboratory’s NAVSEA certification, and calibration event records shall be provided to the Government upon request. Calibration intervals that deviate from NAVSEA OD 45845, Metrology Requirements List (METRL), shall reflect TMDE end of period reliability greater than 72%. TMDE reliability data shall be provided upon request. TURs shall be greater than 4:1 or ensure a probability of false acceptance of 2% or less and a probability of false rejections of 15% or less. Calibration procedures and methods used by the contractor shall be provided to the Government upon request. (d) All calibrations supporting this contract shall meet the requirements of OPNAVINST 3960.16. If the Contractor subcontracts or outsources the initial or reoccurring calibration of test, measurement, and diagnostic equipment, the respective calibration laboratory must also meet the requirements of paragraphs (b) and (c). (e) Calibration service providers and commercial service providers, and all of their employees, who supply or calibrate Navy test, measurement, and diagnostic equipment, shall be certified or accredited to the requirements of the NAVSEA manual or the ISO or ANSI specifications cited in paragraphs (b) and (c).

(End of text)

N0002421R5211 0005

Page 174 of 235

Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or

Improper Activity MAY 2014

52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal

Transactions OCT 2010

52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015 52.203-17 Contractor Employee Whistleblower Rights and Requirement

To Inform Employees of Whistleblower Rights APR 2014

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

JAN 2017

52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber

Content Paper MAY 2011

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier

Subcontract Awards OCT 2018

52.204-12 Unique Entity Identifier Maintenance OCT 2016 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and

Certifications. DEC 2014

52.204-21 Basic Safeguarding of Covered Contractor Information Systems

JUN 2016

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.

JUL 2018

52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

OCT 2015

52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters

OCT 2018

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

NOV 2015

52.210-1 Market Research APR 2011 52.211-15 Defense Priority And Allocation Requirements APR 2008 52.215-2 Audit and Records--Negotiation OCT 2010 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.215-10 Price Reduction for Defective Certified Cost or Pricing Data AUG 2011 52.215-11 Price Reduction for Defective Certified Cost or Pricing Data--

Modifications AUG 2011

52.215-12 Subcontractor Certified Cost or Pricing Data OCT 2010 52.215-13 Subcontractor Certified Cost or Pricing Data--Modifications OCT 2010 52.215-15 Pension Adjustments and Asset Reversions OCT 2010 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits

(PRB) Other than Pensions JUL 2005

N0002421R5211 0005

Page 175 of 235

52.215-19 Notification of Ownership Changes OCT 1997 52.215-21 Requirements for Certified Cost or Pricing Data and Data

Other Than Certified Cost or Pricing Data -- Modifications OCT 2010

52.215-23 Limitations on Pass-Through Charges OCT 2009 52.216-7 Allowable Cost And Payment AUG 2018 52.216-8 Fixed Fee JUN 2011 52.216-11 Cost Contract--No Fee APR 1984 52.219-8 Utilization of Small Business Concerns OCT 2018 52.219-9 Small Business Subcontracting Plan AUG 2018 52.219-16 Liquidated Damages-Subcontracting Plan JAN 1999 52.219-28 Post-Award Small Business Program Rerepresentation MAR 2020 52.222-3 Convict Labor JUN 2003 52.222-4 Contract Work Hours and Safety Standards - Overtime

Compensation MAY 2018

52.222-19 Child Labor -- Cooperation with Authorities and Remedies OCT 2019 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment

Exceeding $15,000 MAY 2014

52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-35 Equal Opportunity for Veterans OCT 2015 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans FEB 2016 52.222-40 Notification of Employee Rights Under the National Labor

Relations Act DEC 2010

52.222-50 Combating Trafficking in Persons JAN 2019 52.222-54 Employment Eligibility Verification OCT 2015 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-10 Waste Reduction Program MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging

While Driving AUG 2011

52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright

Infringement DEC 2007

52.227-10 Filing Of Patent Applications--Classified Subject Matter DEC 2007 52.228-7 Insurance--Liability To Third Persons MAR 1996 52.229-3 Federal, State And Local Taxes FEB 2013 52.229-6 Taxes--Foreign Fixed-Price Contracts FEB 2013 52.230-2 Cost Accounting Standards OCT 2015 52.230-6 Administration of Cost Accounting Standards JUN 2010 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-9 Limitation On Withholding Of Payments APR 1984 52.232-17 Interest MAY 2014 52.232-20 Limitation Of Cost APR 1984 52.232-22 Limitation Of Funds APR 1984 52.232-23 Assignment Of Claims MAY 2014 52.232-25 Prompt Payment JAN 2017 52.232-25 Alt I Prompt Payment (Jan 2017) Alternate I FEB 2002 52.232-33 Payment by Electronic Funds Transfer--System for Award

Management OCT 2018

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business

Subcontractors DEC 2013

52.233-1 Disputes MAY 2014

N0002421R5211 0005

Page 176 of 235

52.233-1 Alt I Disputes (May 2014) - Alternate I DEC 1991 52.233-3 Protest After Award AUG 1996 52.233-3 Alt I Protest After Award (Aug 1996) - Alternate I JUN 1985 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.239-1 Privacy or Security Safeguards AUG 1996 52.242-1 Notice of Intent to Disallow Costs APR 1984 52.242-3 Penalties for Unallowable Costs MAY 2014 52.242-4 Certification of Final Indirect Costs JAN 1997 52.242-5 Payments to Small Business Subcontractors JAN 2017 52.242-13 Bankruptcy JUL 1995 52.243-2 Changes--Cost-Reimbursement AUG 1987 52.243-2 Alt II Changes--Cost Reimbursement (Aug 1987) - Alternate II APR 1984 52.243-7 Notification Of Changes JAN 2017 52.244-2 Subcontracts OCT 2010 52.244-6 Subcontracts for Commercial Items AUG 2019 52.245-1 Government Property JAN 2017 52.245-9 Use And Charges APR 2012 52.246-23 Limitation Of Liability FEB 1997 52.246-24 Limitation Of Liability--High-Value Items FEB 1997 52.246-25 Limitation Of Liability--Services FEB 1997 52.249-6 Termination (Cost Reimbursement) MAY 2004 52.249-14 Excusable Delays APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD

Officials SEP 2011

252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies

DEC 2008

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7003 Agency Office of the Inspector General AUG 2019 252.203-7004 Display of Hotline Posters AUG 2019 252.204-7000 Disclosure Of Information OCT 2016 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Antiterrorism Awareness Training for Contractors. FEB 2019 252.204-7009 Limitations on the Use or Disclosure of Third-Party

Contractor Reported Cyber Incident Information OCT 2016

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

OCT 2016

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

MAY 2016

252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By

The Government of a Country that is a State Sponsor of Terrorism

MAY 2019

252.209-7009 Organizational Conflict of Interest--Major Defense Acquisition Program

MAY 2019

252.211-7007 Reporting of Government-Furnished Property AUG 2012 252.215-7002 Cost Estimating System Requirements DEC 2012 252.219-7003 Small Business Subcontracting Plan (DOD Contracts) MAY 2019 252.219-7004 Small Business Subcontracting Plan (Test Program) MAY 2019 252.223-7004 Drug Free Work Force SEP 1988 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or

Hazardous Materials SEP 2014

252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017

N0002421R5211 0005

Page 177 of 235

252.225-7004 Report of Intended Performance Outside the United States and Canada--Submission after Award

MAY 2019

252.225-7008 Restriction on Acquisition of Specialty Metals MAR 2013 252.225-7009 Restriction on Acquisition of Certain Articles Containing

Specialty Metals OCT 2014

252.225-7012 Preference For Certain Domestic Commodities DEC 2017 252.225-7025 Restriction on Acquisition of Forgings DEC 2009 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7048 Export-Controlled Items JUN 2013 252.226-7001 Utilization of Indian Organizations and Indian-Owned

Economic Enterprises, and Native Hawaiian Small Business Concerns

APR 2019

252.227-7001 Release Of Past Infringement SEP 2019 252.227-7013 Rights in Technical Data--Noncommercial Items FEB 2014 252.227-7014 Rights in Noncommercial Computer Software and

Noncommercial Computer Software Documentation FEB 2014

252.227-7015 Technical Data--Commercial Items FEB 2014 252.227-7016 Rights in Bid or Proposal Information JAN 2011 252.227-7019 Validation of Asserted Restrictions--Computer Software SEP 2016 252.227-7025 Limitations on the Use or Disclosure of Government-

Furnished Information Marked with Restrictive Legends MAY 2013

252.227-7026 Deferred Delivery Of Technical Data Or Computer Software APR 1988 252.227-7027 Deferred Ordering Of Technical Data Or Computer Software APR 1988 252.227-7030 Technical Data--Withholding Of Payment MAR 2000 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016 252.231-7000 Supplemental Cost Principles DEC 1991 252.232-7010 Levies on Contract Payments DEC 2006 252.234-7002 Earned Value Management System MAY 2011 252.234-7004 Cost and Software Data Reporting System--Basic NOV 2014 252.239-7000 Protection Against Compromising Emanations JUN 2004 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.242-7004 Material Management And Accounting System MAY 2011 252.242-7005 Contractor Business Systems FEB 2012 252.242-7006 Accounting System Administration FEB 2012 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.244-7001 Contractor Purchasing System Administration MAY 2014 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished

Property APR 2012

252.245-7002 Reporting Loss of Government Property DEC 2017 252.245-7003 Contractor Property Management System Administration APR 2012 252.245-7004 Reporting, Reutilization, and Disposal DEC 2017 252.246-7001 Warranty Of Data MAR 2014 252.246-7003 Notification of Potential Safety Issues JUN 2013 252.246-7007 Contractor Counterfeit Electronic Part Detection and

Avoidance System AUG 2016

252.246-7008 Sources of Electronic Parts MAY 2018 252.247-7023 Transportation of Supplies by Sea FEB 2019 252.249-7002 Notification of Anticipated Contract Termination or

Reduction MAY 2019

CLAUSES INCORPORATED BY FULL TEXT

N0002421R5211 0005

Page 178 of 235

52.216-10 INCENTIVE FEE (JUN 2011) (a) General. The Government shall pay the Contractor for performing this contract a fee determined as provided in this contract. (b) Target cost and target fee. The target cost and target fee specified in the Schedule are subject to adjustment if the contract is modified in accordance with paragraph (d) below. (1) "Target cost," as used in this contract, means the estimated cost of this contract as initially negotiated, adjusted in accordance with paragraph (d) below. (2) "Target fee," as used in this contract, means the fee initially negotiated on the assumption that this contract would be performed for a cost equal to the estimated cost initially negotiated, adjusted in accordance with paragraph (d) below. (c) Withholding of payment. (1) Normally, the Government shall pay the fee to the Contractor as specified in the Schedule. However, when the Contracting Officer considers that performance or cost indicates that the Contractor will not achieve target, the Government shall pay on the basis of an appropriate lesser fee. When the Contractor demonstrates that performance or cost clearly indicates that the Contractor will earn a fee significantly above the target fee, the Government may, at the sole discretion of the Contracting Officer, pay on the basis of an appropriate higher fee. (2) Payment of the incentive fee shall be made as specified in the Schedule; provided that the Contracting Officer withholds a reserve not to exceed 15 percent of the total incentive fee or $100,000, whichever is less, to protect the Government's interest. The Contracting Officer shall release 75 percent of all fee withholds under this contract after receipt of an adequate certified final indirect cost rate proposal covering the year of physical completion of this contract, provided the Contractor has satisfied all other contract terms and conditions, including the submission of the final patent and royalty reports, and is not delinquent in submitting final vouchers on prior years' settlements. The Contracting Officer may release up to 90 percent of the fee withholds under this contract based on the Contractor's past performance related to the submission and settlement of final indirect cost rate proposals. (d) Equitable adjustments. When the work under this contract is increased or decreased by a modification to this contract or when any equitable adjustment in the target cost is authorized under any other clause, equitable adjustments in the target cost, target fee, minimum fee, and maximum fee, as appropriate, shall be stated in a supplemental agreement to this contract. (e) Fee payable. (1) The fee payable under this contract shall be the target fee increased by 50 cents for every dollar that the total allowable cost is less than the target cost or decreased by 50 cents for every dollar that the total allowable cost exceeds the target cost. In no event shall the fee be greater than TBD percent or less than zero percent of the target cost. (2) The fee shall be subject to adjustment, to the extent provided in paragraph (d) above, and within the minimum and maximum fee limitations in subparagraph (1) above, when the total allowable cost is increased or decreased as a consequence of (i) payments made under assignments or (ii) claims excepted from the release as required by paragraph (h)(2) of the Allowable Cost and Payment clause. (3) If this contract is terminated in its entirety, the portion of the target fee payable shall not be subject to an increase or decrease as provided in this paragraph. The termination shall be accomplished in accordance with other applicable clauses of this contract. (4) For the purpose of fee adjustment, "total allowable cost" shall not include allowable costs arising out of-- (i) Any of the causes covered by the Excusable Delays clause to the extent that they are beyond the control and without the fault or negligence of the Contractor or any subcontractor;

N0002421R5211 0005

Page 179 of 235

(ii) The taking effect, after negotiating the target cost, of a statute, court decision, written ruling, or regulation that results in the Contractor's being required to pay or bear the burden of any tax or duty or rate increase in a tax or duty; (iii) Any direct cost attributed to the Contractor's involvement in litigation as required by the Contracting Officer pursuant to a clause of this contract, including furnishing evidence and information requested pursuant to the Notice and Assistance Regarding Patent and Copyright Infringement clause; (iv) The purchase and maintenance of additional insurance not in the target cost and required by the Contracting Officer, or claims for reimbursement for liabilities to third persons pursuant to the Insurance Liability to Third Persons clause; (v) Any claim, loss, or damage resulting from a risk for which the Contractor has been relieved of liability by the Government Property clause; or (vi) Any claim, loss, or damage resulting from a risk defined in the contract as unusually hazardous or as a nuclear risk and against which the Government has expressly agreed to indemnify the Contractor. (5) All other allowable costs are included in "total allowable cost" for fee adjustment in accordance with this paragraph (e), unless otherwise specifically provided in this contract. (f) Contract modification. The total allowable cost and the adjusted fee determined as provided in this clause shall be evidenced by a modification to this contract signed by the Contractor and Contracting Officer. (g) Inconsistencies. In the event of any language inconsistencies between this clause and provisioning documents or Government options under this contract, compensation for spare parts or other supplies and services ordered under such documents shall be determined in accordance with this clause. (End of clause) 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) (NAVSEA VARIATION I) (SEP 2009) The Government may require the delivery of the numbered line item(s)/subline item(s), identified in the Schedule as an option item(s), in the quantity and at the price(s) stated in the Schedule. If more than one option exists, the Government has the right to unilaterally exercise any such option, in whole or in part up to the total quantity specified in the option item, whether or not it has exercised other options. Option(s) shall be exercised, if at all, by written or telegraphic notice(s) signed by the Contracting Officer and sent within the time(s) specified below: Latest Option Exercise Dates:

CLINs DATE 0004 6 Months after Contract Award 0005 6 Months after Contract Award 0006 6 Months after Contract Award 0007 6 Months after Contract Award 0008 6 Months after Contract Award 0009 6 Months after Contract Award 0010 6 Months after Contract Award 0011 6 Months after Contract Award 0012 6 Months after Contract Award 0013 6 Months after Contract Award

N0002421R5211 0005

Page 180 of 235

0017 6 Months after Contract Award 0018 6 Months after Contract Award 0019 6 Months after Contract Award 0021 End of Contract Period of Performance

0022-0024 6 Months after Contract Award 1004-1013, 1017- 1018 14 Months after Contract Award

1022-1024 14 Months after Contract Award 2004-2018 28 Months after Contract Award 2022-2024 28 Months after Contract Award 3004-3018 42 Months after Contract Award 3022-3024 42 Months after Contract Award 4004-4018 56 Months after Contract Award 4022-4024 56 Months after Contract Award 5004-5018 70 Months after Contract Award 5022-5024 70 Months after Contract Award 6004-6018 84 Months after Contract Award 6022-6024 84 Months after Contract Award 7005-7018 98 Months after Contract Award 7022-7024 98 Months after Contract Award 8005-8018 112 Months after Contract Award 8022-8024 112 Months after Contract Award 9005-9018 120 Months after Contract Award 9022-9024 120 Months after Contract Award

(End of clause) 52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990) (a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed $0.00 or the overtime premium is paid for work -- (1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature; (2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection, operation of utilities, or accounting; (3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or (4) That will result in lower overall costs to the Government. (b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall-- (1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime; (2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

N0002421R5211 0005

Page 181 of 235

(3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identification of each affected contract; and (4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel. * Insert either "zero" or the dollar amount agreed to during negotiations. The inserted figure does not apply to the exceptions in paragraph (a)(1) through (a)(4) of the clause. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR at https://www.acquisition.gov/far/ DFARS at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR, Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause)

N0002421R5211 0005

Page 182 of 235

Section J - List of Documents, Exhibits and Other Attachments The following document(s), exhibit(s), and other attachment(s) form are part of this contract:

Name / Attachment # Description / Title Exhibit A Contract Data Requirement List (CDRL) DD Form 1423 Exhibit B Contract Data Requirement List (CDRL) DD Form 1423, TDP

J-1 LCS Freedom Notional Ship Schedule J-2 LCS Independence Notional Ship Schedule J-3 LUSV Notional Ship Schedule, A002 J-4 Work Breakdown Structure J-5 Cost and Software Data Reporting (CSDR) Plan J-6 Resource Distribution Table (RDT) J-7 Contract Security Classification Specification, DD Form 254 J-8 PEO IWS 8.0 Configuration Management Plan (CMP) J-9 Test Observation Report (TOR) Classification

J-10 LCS Freedom Cybersecurity Checklist J-11 LCS Independence Cybersecurity Checklist J-12 LUSV Cybersecurity Checklist Notional - DRAFT**** J-13 LCS Freedom CS Element Installation Control Drawing(x) J-14 LCS Independence CS Element Installation Control Drawing(x) J-15 LUSV CS Element Installation Control Drawing(x) J-16 LCS Freedom CS Interface Control Drawing(x) J-17 LCS Independence CS Interface Control Drawing(x) J-18 LUSV CS Interface Control Drawing(x) J-19 LCS Freedom Baseline Diagrams J-20 LCS Independence Baseline Diagrams J-21 LUSV Baseline Diagrams J-22 LCS Freedom CS Cybersecurity Test Procedures(x) J-23 LCS Independence CS Cybersecurity Test Procedures(x) J-24 LUSV CS Cybersecurity Test Procedures(x)

J-25A Data Rights, A004** J-25B Data Rights License Upgrade Option, A004** J-26 Small Business Subcontracting Plan** J-27 Personnel Definitions*** J-28 Government Furnished Information (GFI) List J-29 Performance Incentive Fee Plan J-30 Past Performance Questionnaire, A001* J-31 Unclassified Terms of Use Agreement* J-32 Bidder’s Question Submittal Form* J-33 Sample Staffing Plan* J-34 Pricing Evaluation Workbook, A005* J-35 Press Release Form*

*TO BE REMOVED AT AWARD **TO BE INCORPORATED AT AWARD ***TO BE MODIFIED AT AWARD TO REMOVE TAB “Staffing Plan Definitions” AND TO BE RENAMED AS “Key Personnel” ****TO BE REVISED AT DATE SPECIFIED IN ATTACHMENT J-28 AS “LUSV Cybersecurity Checklist” (x)TO BE PROVIDED AFTER AWARD AT DATE SPECIFIED IN ATTACHMENT J-28

N0002421R5211 0005

Page 183 of 235

Section K - Representations, Certifications and Other Statements of Offerors CLAUSES INCORPORATED BY REFERENCE 52.209-2 Prohibition on Contracting with Inverted Domestic

Corporations--Representation NOV 2015

52.209-7 Information Regarding Responsibility Matters OCT 2018 52.209-11 Representation by Corporations Regarding Delinquent Tax

Liability or a Felony Conviction under any Federal Law FEB 2016

52.209-13 Violation of Arms Control Treaties or Agreements -- Certification.

JUN 2018

52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan--Certification

AUG 2009

52.232-1 Payments APR 1984 252.225-7000 Buy American--Balance Of Payments Program Certificate--

Basic (Nov 2014) NOV 2014

252.227-7028 Technical Data or Computer Software Previously Delivered to the Government

JUN 1995

CLAUSES INCORPORATED BY FULL TEXT 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2018) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 334511. (2) The small business size standard is 1250. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes: (X) Paragraph (d) applies. ( ) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;

N0002421R5211 0005

Page 184 of 235

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. This provision applies to all solicitations.

(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

(v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.

(vi) 52.209-2; Prohibition on Contracting with Inverted Domestic Corporations--Representation.

(vii) 52.209-5; Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.

(viii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.

(ix) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

(x) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(xi) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(xii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xiii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xiv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

N0002421R5211 0005

Page 185 of 235

(xv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xvi) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

(xvii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items.

(xviii) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation. This provision applies to solicitations that include the clause at 52.204-7.)

(xix) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

(xx) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3.

(A) If the acquisition value is less than $25,000, the basic provision applies.

(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.

(C) If the acquisition value is $50,000 or more but is less than $80,317, the provision with its Alternate II applies.

(D) If the acquisition value is $80,317 or more but is less than $100,000, the provision with its Alternate III applies.

(xxi) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

(xxii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations.

(xxiii) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification. This provision applies to all solicitations.

(xxiv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

[Contracting Officer check as appropriate.]

X (i) 52.204-17, Ownership or Control of Offeror.

X (ii) 52.204-20, Predecessor of Offeror.

X (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

N0002421R5211 0005

Page 186 of 235

X (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification.

X (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification.

X (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only).

X (vii) 52.227-6, Royalty Information.

X (A) Basic.

X (B) Alternate I.

X (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

(d) The Offeror has completed the annual representations and certifications electronically in SAM accessed through https://www.sam.gov. After reviewing the SAM information, the Offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [ offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. ------------------------------------------------------------------------ FAR Clause Title Date Change ------------------------------------------------------------------------ ------ ---------- ------ ------ ------------------------------------------------------------------------

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.

(End of provision) 52.230-1 COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (OCT 2015)

Note: This notice does not apply to small businesses or foreign governments. This notice is in three parts, identified by Roman numerals I through III.

Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract.

N0002421R5211 0005

Page 187 of 235

If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject to full or modified CAS coverage pursuant to 48 CFR 9903.201-2(c)(5) or 9903.201-2(c)(6), respectively.

I. Disclosure Statement -- Cost Accounting Practices and Certification

(a) Any contract in excess of $750,000 resulting from this solicitation will be subject to the requirements of the Cost Accounting Standards Board (48 CFR Chapter 99), except for those contracts which are exempt as specified in 48 CFR 9903.201-1.

(b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror’s proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision.

Caution: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data.

(c) Check the appropriate box below:

* (1) Certificate of Concurrent Submission of Disclosure Statement. The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been submitted as follows:

(i) Original and one copy to the cognizant Administrative Contracting Officer (ACO) or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable; and

(ii) One copy to the cognizant Federal auditor.

(Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may be obtained from the cognizant ACO or Federal official and/or from the loose-leaf version of the Federal Acquisition Regulation.)

Date of Disclosure Statement: ___ Name and Address of Cognizant ACO or Federal Official Where Filed: ___

The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement.

* (2) Certificate of Previously Submitted Disclosure Statement. The offeror hereby certifies that the required Disclosure Statement was filed as follows:

Date of Disclosure Statement: ___ Name and Address of Cognizant ACO or Federal Official Where Filed: ___

The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the applicable Disclosure Statement.

* (3) Certificate of Monetary Exemption. The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling $50 million or more in the cost accounting period immediately preceding the

N0002421R5211 0005

Page 188 of 235

period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately.

* (4) Certificate of Interim Exemption. The offeror hereby certifies that

(i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which this offer was submitted and

(ii) in accordance with 48 CFR 9903.202-1, the offeror is not yet required to submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period, the offeror will immediately submit a revised certificate to the Contracting Officer, in the form specified under subparagraph (c)(1) or (c)(2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement.

Caution: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50 million or more in the current cost accounting period may not claim this exemption (4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded.

II. Cost Accounting Standards -- Eligibility for Modified Contract Coverage

If the offeror is eligible to use the modified provisions of 48 CFR 9903.201-2(b) and elects to do so, the offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause.

* The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately.

Caution: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $50 million or more.

III. Additional Cost Accounting Standards Applicable to Existing Contracts

The offeror shall indicate below whether award of the contemplated contract would, in accordance with subparagraph (a)(3) of the Cost Accounting Standards clause, require a change in established cost accounting practices affecting existing contracts and subcontracts.

( ___ ) yes( ___ ) no

(End of Provision)

52.230-7 PROPOSAL DISCLOSURE--COST ACCOUNTING PRACTICE CHANGES (APR 2005)

N0002421R5211 0005

Page 189 of 235

The offeror shall check ``yes'' below if the contract award will result in a required or unilateral change in cost accounting practice, including unilateral changes requested to be desirable changes. ( ) Yes ( ) No If the offeror checked ``Yes'' above, the offeror shall-- (1) Prepare the price proposal in response to the solicitation using the changed practice for the period of performance for which the practice will be used; and (2) Submit a description of the changed cost accounting practice to the Contracting Officer and the Cognizant Federal Agency Official as pricing support for the proposal. (End of provision) 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019) Substitute the following paragraphs (b), (d) and (e) for paragraphs (b) and (d) of the provision at FAR 52.204-8: (b)(1) If the provision at FAR 52.204-7, System for Award Management, is included in this solicitation, paragraph (e) of this provision applies. (2) If the provision at FAR 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (e) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes: __ (i) Paragraph (e) applies. __ (ii) Paragraph (e) does not apply and the Offeror has completed the individual representations and certifications in the solicitation. (d)(1) The following representations or certifications in the SAM database are applicable to this solicitation as indicated: (i) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus--Representation. Applies to all solicitations with institutions of higher education. (ii) 252.216-7008, Economic Price Adjustment--Wage Rates or Material Prices Controlled by a Foreign Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials. (iii) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country. (iv) 252.225-7049, Prohibition on Acquisition of Certain Foreign Commercial Satellite Services--Representations. Applies to solicitations for the acquisition of commercial satellite services. (v) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. Applies to all solicitations expected to result in contracts of $150,000 or more.

N0002421R5211 0005

Page 190 of 235

(vi) 252.229-7012, Tax Exemptions (Italy)--Representation. Applies to solicitations when contract performance will be in Italy. (vii) 252.229-7013, Tax Exemptions (Spain)--Representation. Applies to solicitations when contract performance will be in Spain. (viii) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold. (2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] ____ (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. X (ii) 252.225-7000, Buy American--Balance of Payments Program Certificate. ____ (iii) 252.225-7020, Trade Agreements Certificate. ____ Use with Alternate I. X (iv) 252.225-7031, Secondary Arab Boycott of Israel. ____ (v) 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate. ____ Use with Alternate I. ____ Use with Alternate II. ____ Use with Alternate III. ____ Use with Alternate IV. ____ Use with Alternate V. (e) The offeror has completed the annual representations and certifications electronically via the SAM Web site at https://www.acquisition.gov/. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below ____ [offeror to insert changes, identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR/DFARS Clause # Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database. (End of provision)

N0002421R5211 0005

Page 191 of 235

252.227-7017 IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE RESTRICTIONS. (JAN 2011) (a) The terms used in this provision are defined in following clause or clauses contained in this solicitation-- (1) If a successful offeror will be required to deliver technical data, the Rights in Technical Data--Noncommercial Items clause, or, if this solicitation contemplates a contract under the Small Business Innovation Research Program, the Rights in Noncommercial Technical Data and Computer Software--Small Business Innovation Research (SBIR) Program clause. (2) If a successful offeror will not be required to deliver technical data, the Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation clause, or, if this solicitation contemplates a contract under the Small Business Innovation Research Program, the Rights in Noncommercial Technical Data and Computer Software--Small Business Innovation Research (SBIR) Program clause. (b) The identification and assertion requirements in this provision apply only to technical data, including computer software documents, or computer software to be delivered with other than unlimited rights. For contracts to be awarded under the Small Business Innovation Research Program, the notification requirements do not apply to technical data or computer software that will be generated under the resulting contract. Notification and identification is not required for restrictions based solely on copyright. (c) Offers submitted in response to this solicitation shall identify, to the extent known at the time an offer is submitted to the Government, the technical data or computer software that the Offeror, its subcontractors or suppliers, or potential subcontractors or suppliers, assert should be furnished to the Government with restrictions on use, release, or disclosure. (d) The Offeror's assertions, including the assertions of its subcontractors or suppliers or potential subcontractors or suppliers shall be submitted as an attachment to its offer in the following format, dated and signed by an official authorized to contractually obligate the Offeror: Identification and Assertion of Restrictions on the Government's Use, Release, or Disclosure of Technical Data or Computer Software. The Offeror asserts for itself, or the persons identified below, that the Government's rights to use, release, or disclose the following technical data or computer software should be restricted: Technical Data or Computer Name of Person Software to be Furnished Asserting With Restrictions * Basis for Assertion ** Asserted Rights Category *** Restrictions **** (LIST) ***** (LIST) (LIST) (LIST) *For technical data (other than computer software documentation) pertaining to items, components, or processes developed at private expense, identify both the deliverable technical data and each such items, component, or process. For computer software or computer software documentation identify the software or documentation. **Generally, development at private expense, either exclusively or partially, is the only basis for asserting restrictions. For technical data, other than computer software documentation, development refers to development of the item, component, or process to which the data pertain. The Government's rights in computer software documentation generally may not be restricted. For computer software, development refers to the software. Indicate whether development was accomplished exclusively or partially at private expense. If development was not

N0002421R5211 0005

Page 192 of 235

accomplished at private expense, or for computer software documentation, enter the specific basis for asserting restrictions. ***Enter asserted rights category (e.g., government purpose license rights from a prior contract, rights in SBIR data generated under another contract, limited, restricted, or government purpose rights under this or a prior contract, or specially negotiated licenses). ****Corporation, individual, or other person, as appropriate. *****Enter "none" when all data or software will be submitted without restrictions. Date __________________________________________________ Printed Name and Title ________________________________ Signature _____________________________________________ (End of identification and assertion) (e) An offeror's failure to submit, complete, or sign the notification and identification required by paragraph (d) of this provision with its offer may render the offer ineligible for award. (f) If the Offeror is awarded a contract, the assertions identified in paragraph (d) of this provision shall be listed in an attachment to that contract. Upon request by the Contracting Officer, the Offeror shall provide sufficient information to enable the Contracting Officer to evaluate any listed assertion. (End of provision)

N0002421R5211 0005

Page 193 of 235

Section L - Instructions, Conditions and Notices to Bidders 1.0 GENERAL INFORMATION IMPORTANT: In order to be considered for contract award under this procurement, the Offeror shall possess a Defense Security Service SECRET facility clearance with SECRET personnel clearances and SECRET safeguarding capability, all issued by the United States Government. SECRET facility physical construction must meet the requirements as defined in DoD 5205.07-M Vol 3. For proposal purposes, the estimated date of Award is July 2021. The Government reserves the right to award sooner or later if necessary. The start and end dates will be updated accordingly upon Award. For the purpose of this requirement, Small Surface Combatant (SSC) is defined as Littoral FREEDOM and INDEPENDENCE variant Combat Ships (LCS), and Large Unmanned Surface Vehicles (LUSVs). The Government will not entertain any proposed revisions to the terms and conditions contained in this solicitation submitted as part of Offeror’s proposals, including any attachment or exhibit referenced therein. Therefore, any offer that includes “redlines,” condition(s) of offer, or any other deviation from the requirements of the solicitation may be rejected by the Government. Each Offeror is required to submit a proposal that is sufficiently detailed and complete to fully demonstrate an understanding of, and compliance with, all of the requirements of the solicitation. Proposals shall contain only material directly related to this acquisition. Offerors shall submit all information required by this solicitation. Offeror’s proposals shall be based on the requirements contained in this solicitation (including those documents, exhibits, and other attachments to the solicitation identified in Section J). Offerors shall submit a proposal encompassing all of the line items listed in Section B of this solicitation. FAILURE TO FOLLOW THE INSTRUCTIONS OR CONFORM TO ALL REQUIREMENTS OUTLINED IN THIS SOLICITATION MAY RESULT IN REJECTION OF THE OFFEROR’S PROPOSAL. Proposals submitted in response to the solicitation must contain a complete description of all pertinent aspects of the effort proposed by the Offeror. Offerors shall not assume that previously submitted data or prior experience presumed to be known to the Government (e.g., previous projects performed for the Government) will be considered as part of the proposal. General statements such as, “the Offeror understands,” “the Offeror can or will comply with the requirements,” “standard procedures will be used,” “well-known techniques will be used,” or statements which merely paraphrase the solicitation in whole or in part do not constitute compliance with the requirements for proposal content. Data previously submitted, or presumed to be known (e.g., data or services previously submitted or performed for the Government) cannot be considered as part of the proposal unless explicitly incorporated into the proposal. Discussions of each topic in the proposal shall exhibit continuity and logical progression. In the event that any portion of the proposal is written by anyone who is not an actual employee of the Offeror submitting the proposal, the Offeror shall furnish a certificate attesting to this, which must be signed by an authorized official of the Offeror and shall indicate the person’s name, employment capacity, the name of this person’s firm, relationship of that firm to the Offeror, and which portion of the proposal was written by that person. The Government plans to use Government contractor, CACI, to provide a secure source selection facility. If an Offeror has concerns with the firm listed above assisting during the evaluation process, please advise the PCO in writing no later than ten (10) days after issuance of the solicitation. 1.1 GOVERNMENT-WIDE POINT OF ENTRY (GPE) This solicitation will be made available only through the Internet on the BETA SAM website (https://beta.sam.gov/). From time to time, the Government may post additional information to the BETA.SAM website relating to this

N0002421R5211 0005

Page 194 of 235

solicitation (e.g. responses to questions, solicitation amendments, etc.). It is the responsibility of prospective Offerors to monitor the BETA.SAM website for any such information. 1.2 COMMUNICATIONS WITH THE GOVERNMENT Unless otherwise specified, the Naval Sea Systems Command Procuring Contracting Officer and Contract Specialists are the sole Government points of contact for this acquisition. Ms. Sheila Utz Procuring Contracting Officer [email protected]

(202) 781-2486 Ann Thompson

Contract Specialist [email protected]

(202) 781-0844 Kevin Richter Contract Specialist [email protected] (202) 781-4211

1.3 AVAILABILITY OF ATTACHMENTS AND BIDDER’S LIBRARY The Government will make available to Offerors a Bidder’s Library containing information to assist in the preparation of a proposal. The Bidder’s Library will also contain certain solicitation attachments that cannot be posted to the GPE. Documents in the Bidder’s Library may contain technical data whose export is restricted by the Arms Export Control Act (Title, U.S.C. Section 2751 et seq. or Executive Order 12470). To request access to the Bidder’s Library, please submit a request via email to the PCO and Contract Specialist identified in L.1.2 above. Please reference the name of your company and “N00024-21-R-5211 Bidder’s Library Access Request” (without quotes) in the subject line of the message. In the body of the email, provide the name and email address of a company individual who will receive a secure download link for the Bidder’s Library materials. If the Government has already granted your company access to the Bidder’s Library for this procurement, please indicate this also in the body of the email. The Government will verify the request for access. Upon successful verification, the Government will provide a copy of a Terms of Use Agreement (TOUA) that must be signed by an authorized representative of the prospective Offeror and returned to the Government. Upon receipt of a duly executed TOUA, the Government will provide via email to the designated company representative a secure download link for the Bidder’s Library. Over the course of the procurement, the Government may provide Bidder’s Library updates or additional materials to the same designated company representative. The deadline to request access to the controlled solicitation documents and Bidder’s Library shall be the same as the deadline to submit bidder’s questions regarding this solicitation. 1.4 SUBMISSION OF QUESTIONS AND COMMENTS Offerors shall submit written questions and comments related to this solicitation using the Bidder’s Question Submittal Form (Attachment J-32) for this solicitation. For ease of Government review and to minimize response time, Offerors shall submit this form in the original file format. Do not convert the form to Portable Document Format (PDF). To ensure the Government understands the context of the question, Offerors shall detail the applicable document name, document date or version, page, paragraph, clause or other specific citation to which the question applies. Information contained in the Government’s responses to bidder’s question shall not supersede any information contained in the solicitation (including amendments). In the event of a discrepancy between a response to a bidder’s question and the content of the solicitation, the latter shall take precedence.

N0002421R5211 0005

Page 195 of 235

Offerors shall not submit comments, questions, or inquiries to any Government representative other than the Contracting Officer and Contract Specialists identified herein. The Government intends to distribute bidder questions and associated responses via public posting to the BETA.SAM website. However, any question or response that contains classified or controlled unclassified information will not be posted publicly, but rather will be posted in the bidder’s library or sent directly to those Offerors who have an executed TOUA and meet the security requirements detailed herein. In the event that a prospective Offeror wishes to submit a comment or question that the prospective Offeror believes addresses a subject that is specific or proprietary to the Offeror, then the Offeror shall mark the question accordingly on the submission form and provide justification to support its claim. If the Government concurs with this identification, the Government will respond only to that potential Offeror. If the Government does not concur with this identification, it will inform the submitting Offeror and will not provide any further response. The Offeror may resubmit the question without the proprietary marking. Offerors shall submit in accordance with this section any questions or suggestions related to the terms and conditions of this solicitation prior to the deadline for questions. The deadline for receipt of questions is 20 Calendar days after the date the original solicitation was issued (See Block 5 of the Standard Form 33). Any questions received after this date may not be answered prior to receipt of proposals. 1.4.1 UNCLASSIFIED QUESTIONS Submit written unclassified questions related to this solicitation via email to the PCO and Contract Specialists identified in Section L.1.2 above. Reference “N00024-21-R-5211 Question from [name of Offeror]” (without quotes or brackets) in the subject line of the message. 1.5 SOLICITATION SECURITY CLASSIFICATION This solicitation is unclassified, although some information provided in conjunction with this solicitation may be classified. OFFERORS SHALL NOT PLACE ANY CLASSIFIED INFORMATION IN ANY PORTION OF ITS PROPOSAL. 1.6 AWARD WITHOUT DISCUSSIONS Pursuant to the provision under this section entitled FAR 52.215-1, “Instructions to Offerors – Competitive Acquisition,” the Government intends to award a single contract on the basis of a proposal submission without conducting discussions with Offerors, but reserves the right to conduct discussions per FAR 15.306 “Exchanges with Offerors After Receipt of Proposals” if determined by the Contracting Officer to be necessary. Each Offeror shall submit only one proposal. No alternate proposals will be accepted, and the submission of multiple proposals will result in rejection of the proposal. Therefore, each Offeror’s proposal submission shall contain the Offeror’s best terms from a price and technical standpoint. However, the Government may contact any, all, or a limited number of Offerors with questions concerning their proposals as permitted under FAR Part 15. Upon the conclusion of discussions, if they occur, the Government will request Final Proposal Revisions (FPRs) from all Offerors still within the competitive range. 2.0 GENERAL PROPOSAL INSTRUCTIONS The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional acceptance of the terms and conditions in the solicitation. The Government encourages Offerors to contact the PCO and Contract Specialist via email to request an explanation of any aspect of these instructions as outlined in Section 1.4 above. Offerors shall take care to submit a legible, neat, orderly, concise and comprehensive proposal. Elaborate brochures or artwork, expensive paper or bindings, or expensive visual or presentation aids beyond those sufficient to present a complete and comprehensive proposal are unnecessary. Clarity is essential. The use of brochures shall be minimized and if used will count against page limits.

N0002421R5211 0005

Page 196 of 235

2.1 PROPOSAL STRUCTURE, FORMAT, AND PAGE COUNTS Offerors shall structure proposal submittals such that the required content is organized as follows:

VOLUME

TITLE

PAGE LIMIT

PAPER ORIGINAL

PAPER DUPLICATES

ELECTRONIC COPIES

I Technical Approach Elements 1-4

70 Total 1 1 3

Element 5, Sample Problems 25-page limit per problem

1 1 3

II Management Approach 25 1 0 3

III Supplemental Information None 0 0 3

IV Data Rights None 1 0 3

V Past Performance See Note 1 1 0 3

VI Cost/Price Proposal None 1 0 3

VII SF 33/Completed Contract None 1 0 3

N0002421R5211 0005

Page 197 of 235

Note 1: The total page limit for this volume will vary depending on the number of subcontractors for which the Offeror must provide past performance information. The past performance narrative for the Offeror shall not exceed five (5) pages in length. The past performance narrative for applicable subcontractors shall not exceed two (2) pages in length for each subcontractor. Therefore, the page limit for this volume shall be (5 + 2x), where x represents the number of applicable subcontractors. For further details, see the instructions for Volume V. Each Offeror shall submit paper hard copies and separate electronic copies on CD-ROM or DVD media in the quantities specified above. All copies shall contain the same information and format as the original. See Section 3.0 and subparagraphs under this section for proposal content that must be submitted solely on electronic media and omitted from the paper versions, including the original and any copies thereof. Offerors are advised that the quality of information contained in a proposal is significantly more important than quantity. In this respect, Offerors shall strictly observe the page count limitations for each volume. Pages in excess of the applicable page count limit will be removed by the PCO from the back of the respective volume prior to evaluation and shall not be read or evaluated by the Government. It is not necessary to supply the maximum number of pages allowed for each volume; fewer pages may be submitted. Offerors shall organize proposal content sections using index pages or tabbed index divider pages with clear cross-referencing to the table of contents. All pages shall be consecutively numbered within each volume (e.g., 1,2,3,…), with the exception of the Cost/Price Volume. For the Cost/Price Volume only, pages must be numbered consecutively within each section, but page numbering may restart at the beginning of each section. Section L.3.0 identifies specific items, if any, that will be exempt from the page count limitations set forth above. In addition, the following proposal content will be exempt from the page count limitations:

Cover letter Table of contents Title pages Index pages Tabs Glossary J-25A- Data Rights J-25B- Data Rights License Upgrade Option

When evaluating an offer, the Government will consider how well the Offeror complied with these instructions. The Government will consider any failure on the part of an Offeror to comply with these instructions to be an indication of how the Contractor will comply with contract requirements during contract performance. Therefore, the Government encourages Offerors to contact the Contract Specialists via email (and cc: the PCO) to request an explanation of any aspect of these instructions as outlined in Section 1.4 above 2.2 BINDING, LABELING, AND PACKING Offerors shall pack and submit all proposal binders in cardboard (or equivalent) boxes that may be lifted and handled manually. Offerors should observe a reasonable maximum weight for each box and avoid overloading any single box. Boxes must be sequentially numbered with the box numbers marked on all sides of each box, and written on all sides of the outside wrapper, if necessary. Submit all copies of electronic media in a single box. If submitting more than one box, include in one of the boxes a master packing list summarizing the contents (i.e., volume number, copy number, and volume name) of each box, by box number. These packing instructions also apply to all subcontractor submissions. Offerors shall submit all volumes in three-ring binders with index tabs or tabbed index divider pages separating each section. Each proposal section shall start on a new page. Each volume shall contain a table of contents that lists the sections, subsections, and page numbers. Each volume shall also include a glossary explaining all abbreviations and acronyms used.

N0002421R5211 0005

Page 198 of 235

Offerors are responsible for the condition of delivered proposals. Binders and their contents that are broken apart or received in a disorderly fashion will be reassembled by the Government in a manner with expeditiousness as the rule. The Government is not responsible for proper reassembly of such binders. Thus, binders may not be reassembled as originally sent. The first page of each proposal volume shall display the information required by FAR 52.215-1(c)(2) and shall also contain the volume number, volume title, security classification level of the volume and serial/copy number. If an Offeror wishes to restrict the disclosure or use of its proposals, the Offeror shall use the legend permitted by FAR 52.215-1(e) and prominently indicate the specific pages and paragraphs that contain proprietary information. Each page of an Offeror’s proposal shall be labeled with the Offeror’s name, solicitation number and date corresponding to the date of the proposal. All information relating to contract cost or pricing data shall be included only in the section of the proposal designated as the Cost/Price Proposal Volume. UNDER NO CIRCUMSTANCES SHALL OFFERORS INCLUDE CONTRACT COST AND PRICING DATA IN VOLUMES I THROUGH V. In the event that cost and pricing data are included in Volumes I through V, that data will be excluded from the evaluation. 2.3 ELECTRONIC VERSIONS OF PROPOSALS Unless otherwise stated in this solicitation, Offerors shall ensure that electronic versions of proposals do not contain any substantive information not included in the paper versions. In the event of a discrepancy between the paper version and electronic version of a proposal, the electronic version will govern. Electronic proposal submissions and supporting information shall be submitted on CD-ROM or DVD media in a format that can be accessed using a standard PC-compatible CD-ROM/DVD drive. The Government will not accept submissions on any other electronic media, such as flash memory cards or USB flash drives. All files submitted to the Government shall be compatible with Microsoft Office 2016. A duplicate set of all proposal files in PDF format may be submitted only as a supplement to the Microsoft Office format files. All viewgraphs shall be submitted in Microsoft PowerPoint format. All spreadsheets shall be submitted in Microsoft Excel format with all mathematical equations used for calculations visible and traceable. All text and proposal narrative shall be submitted in Microsoft Word format. All schedules shall be submitted in Microsoft Project format. No fields or documents may be password protected. Offerors shall not embed sound or video files into the electronic files. All Microsoft Excel files shall be completely readable and editable such that the Government may readily ascertain the validity of the pricing or other data contained therein. All data and tables shall be submitted in a printable format. All Adobe Acrobat files shall be word-searchable. Each CD-ROM/DVD shall be labeled with the solicitation number, proposal volume number and title, the Offeror’s name, date of submittal, security classification level, serial/copy number, any restrictive marking permitted by the FAR (See FAR Part 15), and “Source Selection Information – See FAR 2.101 and 3.104.” The Offeror shall also submit a hardcopy directory listing with each CD-ROM/DVD submitted. All unclassified CD-ROMs/DVDs shall be marked “Unclassified.” Separate files shall be used to enable rapid retrieval of all contents, including exhibits, appendices, and attachments, if any. Each volume shall be organized into directories within the CD-ROM/DVD that duplicate the volumes and partitions used in the paper version of the proposal. Prior to submittal, the Offeror shall screen all CD-ROMs/DVDs to ensure that the media does not contain computer viruses or other malware. 2.4 PAGE SIZE AND FORMAT The narrative material in each proposal shall be single-spaced, typed, or printed in 12-point Times New Roman font. Paper, excluding foldouts, shall be 8 1/2 × 11 inches (standard letter size) with a minimum margin of 1 inch around the page. Text within tables, diagrams, pictorial charts, or graphic material may use no smaller than 8-point font in Times New Roman or Arial typeface. Every section, figure, and table shall be numbered; paragraphs within sections do not need to be numbered. Proposal material shall be presented on double-sided pages only and in a single column on each page in accordance with FAR 52.204-4. Each double-sided page counts as 2 pages. Foldout sheets may be used for charts and graphs where necessary to depict organization, layout, or implementation schedules. Foldouts shall be uncomplicated to

N0002421R5211 0005

Page 199 of 235

preserve clarity. Extensive written text or tabular data, beyond that reasonably required for clarity, shall not be included in the material presented on the foldout sheet. Foldout pages shall fold entirely within the volume and shall not exceed 11 × 17 inches. Each non-blank side of a foldout page will count as two (2) pages for page count purposes. Foldouts for the entire proposal are limited to a total of 20 foldout sheets. Foldout sheets contained in the Cost/Price Proposal (Volume VI) do not count towards the 20 foldout sheet limit. 2.5 PROPOSAL SUBMISSION Proposals in response to this solicitation shall be submitted to the Government no later than the time specified in Block 9 of the SF 33. “Local time” shall refer to the time zone for Washington, DC. Telegraphic offers, facsimile offers, or offers submitted by electronic commerce will not be considered. Any proposals received through these means will be deleted or destroyed. Furthermore, the Government will not consider telegraphic, facsimile, or electronic commerce modifications of offers, or withdrawals of offers. HARDCOPY SUBMISSION The preferred method of response is by overnight delivery service, such as FedEx, UPS, or DHL. Do not use the United States Postal Service. All copies of the proposal shall be submitted to the PCO at the address below. Commander Naval Sea Systems Command Attn: SEA 02564 (PCO Name as stated above) 1333 Isaac Hull Ave SE Mail Stop 2040 Washington Navy Yard, DC 20376-2040 N00024-21-R-5211

PROPOSAL DO NOT OPEN IN MAIL ROOM 2.6 MAJOR SUBCONTRACTOR PROPOSALS For the purposes of this solicitation, major subcontractors are defined as a supplier or subcontractor who is responsible for or whose effort is proposed to be 10 percent or greater of any contract line item. Major subcontractors may submit proposals or supporting information directly to the Government. The prime Offeror shall be responsible for the timeliness of any major subcontractor submissions. Failure to submit major subcontractor proposals by the proposal due date may render the entire proposal, including the prime Offeror's proposal unacceptable. All subcontractors that do not meet the definition of major subcontractor are minor subcontractors. 3.0 PROPOSAL CONTENT REQUIREMENTS Offerors shall provide the information requested in the following paragraphs in the volumes indicated. If additional information is provided in other volumes or sections, Offerors shall provide clear references to the location in the proposal where the information may be found. An Offeror’s proposal shall be sufficiently detailed to enable Government evaluation board members to make a thorough evaluation against specific factors established in Section M, and to arrive at a sound determination as to whether or not the prospective Offeror will be able to perform in accordance with the stated requirements. Discussions of each topic in the proposal shall exhibit continuity and logical progression. Data shall be organized to enable Government personnel to thoroughly evaluate the proposal. A concise, legible, neat, orderly and comprehensive proposal is required. The Government does not assume the duty to search for data to cure problems it finds in proposals. Failure to conform to all requirements of this solicitation may form the basis for rejection of the proposal.

N0002421R5211 0005

Page 200 of 235

3.1 VOLUME I: FACTOR 1 – TECHNICAL APPROACH Do not include cost or price information in this volume. The information contained in this volume shall enable Government personnel to thoroughly evaluate and arrive at a sound determination of whether or not the proposal meets the requirements of the solicitation. To this end, this volume shall be specific, detailed, and complete enough to demonstrate clearly and fully that the Offeror understands the solicitation’s requirements for accomplishing the efforts and technologies involved. Proposals may include block diagrams, flow diagrams, sketches, drawings, schematics, and interface descriptions required to describe the Offeror's proposed concept. The technical section must show how the Offeror proposes to comply with the Government's requirements and must include a full explanation of the methodology and procedures used. The Offeror must also identify and evaluate any risks associated with the Offeror’s proposed approach and propose mitigation steps to minimize the Government’s risk in accepting the Offeror’s proposed solution. The Offeror must clearly state any and all assumptions made in developing the proposed solution. The Technical Approach Volume shall address the following topics, or elements: 3.1.1 ELEMENT 1: COMBAT SYSTEM (CS) SHIP INTEGRATION

The primary focus of this contract will be to ensure CS Elements are successfully integrated into the FREEDOM and INDEPENDENCE LCS variants as well as the Large Unmanned Surface Vehicle (LUSV).

It will be the responsibility of the SSC CS SI&T Contractor to integrate components for the following warfare areas: Anti-Air Warfare (AAW) Anti-Submarine Warfare (ASW) Anti-Surface Warfare (ASUW) Command, Control, & Communication (CCC)

The SSC CS SI&T Contractor shall ensure that the CS Enclave is integrated with the shared boundary interfaces in accordance with the FREEDOM LCS Baseline, INDEPENDENCE LCS Baseline, and LUSV Baseline Diagrams, Attachment J-19, Attachment J-20, and Attachment J-21 respectively. The Offeror shall provide the expertise required in the integration, installation, and test of CS equipment in the LCS and LUSV ships in the areas as identified in the Section C SOW. The proposal shall include the following areas in detail:

a. Demonstrate the process for providing resolution of element, multi-element, and CS hardware, and interface issues and conducting engineering analyses and performance of CS related specialized testing, which includes, but is not limited to: antenna array, signal processor, Topside structure, Electro Magnetic Interface (EMI)/EMC, Radiation Hazard (RADHAZ), and safety.

b. Demonstrate the process for performing feasibility studies in order to be able to provide recommendations for incorporation of the results into the combat elements.

c. Demonstrate the process for analyzing Topside and below deck CS equipment in order to be able to provide recommendation(s) for any design changes.

d. Demonstrate the process for tracking environmental test status and test discrepancies for LCS and LUSV CS equipment.

e. Demonstrate the process in performing an on-site engineering review of CS test documentation prior to commencement of industrial testing and the process for validating of shipboard test documentation before it is required to be executed in the shipyard in support of stage testing.

3.1.2 ELEMENT 2: WATERFRONT INTEGRATION AND TEST The successful Offeror will be responsible for the activation, test, and delivery of a fully integrated and ready CS at the end of a ship’s availability. As a result, the Government will expect the successful Offeror to deliver, at the end of the test program, a warship fully capable in the following warfare areas:

Anti-Air Warfare (AAW) Anti-Submarine Warfare (ASW) Anti-Surface Warfare (ASUW) Command, Control, & Communication (CCC)

N0002421R5211 0005

Page 201 of 235

The Offeror shall provide on-site resident and temporary duty (TDY) personnel at the Shipyards and Ship Builder’s facility as members of the LCS and LUSV Test Team to perform the integration and testing of CS equipment in LCS and LUSV Class Ships in the areas identified in the Section C SOW. The Offeror shall provide details to demonstrate the application of the stage testing approach detailed in NAVSEAINST S9095 AD-TRQ-010/TSTP, Total Ship Test Program Manual. The proposal shall address the following areas in detail: a. Demonstrate the process in reviewing new CS designs in order to be able to propose changes and improvements

to be made within the ship’s availability to reduce ECPs and SCDs to LCS and LUSV CS. b. Demonstrate the process to optimize resources in order to provide flexibility to solve problems without

sacrificing quality, completeness, or increasing cost across LCS and LUSV hulls in various stage of planning and design. Provide specific relevant examples and historical data/metrics to support the proposed methods.

c. Demonstrate the approach in performing CS Test schedule, coordination, and test to verify the installation, operability, integration, and functionality of the LCS and LUSV CS.

d. Demonstrate the approach in conducting cybersecurity testing to include pre-software installation, software load verification, and system functional tests.

e. Demonstrate the process for cybersecurity verification scanning of the CS Enclave for software and hardware. f. Demonstrate the Offeror’s process to monitor and record each stage of testing as it occurs and discuss in detail

how the Offeror will efficiently maintain test records and perform analysis on test results. g. Demonstrate the process the Offeror will use to develop and validate the Test Procedure prior to shipboard use.

Provide specific relevant examples and historical data/metrics to support the proposed method. 3.1.3 ELEMENT 3: INTEGRATION SYSTEMS ENGINEERING

The SSC CS SI&T Contractor will study, investigate, and resolve issues related to the physical integration of LCS and LUSV CS and its components, and manage the engineering efforts for CS SI&T including areas of topside and below deck design, cabling, power, cooling, alignment and environmental qualifications. The proposal shall demonstrate the following areas in detail: a. Topside and below deck Design: Describe the Offeror’s method to complete topside and below deck studies.

As new systems are added, or components changed that require topside and below deck space, the contactor will be asked to provide recommended locations and installation plans. Describe in detail the topside and below deck space considerations to add new systems or components change and the current instructions that will impact placement.

b. Cabling: All components and systems interface through cables. Describe in detail the Offeror’s process for selecting cable types. Demonstrate the Offeror’s understanding of cabling that is approved for shipboard use and the standards and requirements for shipboard cabling.

c. Alignment: Demonstrate the Offeror’s understanding of the current process(es) for weapon and sensor alignment in accordance with SW225-A0-010/ALIGNMENTTHEORY Revision 4, dated 1 June 2003, the Combat System Alignment Theory. Demonstrate how the Offeror will improve the current Government existing process(es) (SW225-A0-010/ALIGNMENTTHEORY, Revision 4, dated 1 June 2003) for weapon and sensor alignment.

d. Ships Power and Cooling: Power and proper cooling is required for the complex components of the CS to function properly. The successful Offeror will be responsible for maintaining configuration and understanding of the power and cooling to the components of the LCS and LUSV CS. Describe the process to analyze CS elements power and cooling requirements. Provide specific relevant examples for maintaining configuration of the power and cooling to the components of the LCS and LUSV CS.

Describe in detail the importance of adherence to environmental qualifications for the LCS and LUSV CS. Additionally; explain the technical approach to analyze new CS elements and the requirements to meet environmental qualifications within the Military Standards. MIL STDs are available using Defense Logistics Agency’s ASSIST database at http://quicksearch.dla.mil. 3.1.4 ELEMENT 4: PERSONNEL a. Staffing Plan: The Offeror shall complete and provide Attachment J-33, Sample Staffing Plan in Volume III

(excluded from page count), Supplemental Information that demonstrates how the Offeror shall provide staffing in order to fulfill all requirements of the SOW. The Notional Labor Mix Category chart below is the

N0002421R5211 0005

Page 202 of 235

Government’s recommended labor mix. The personnel being proposed shall meet the minimum requirements as specified in Attachment J-27 at the proposal due date.

The Offeror shall:

1. Propose a staffing plan that is consistent with the Offeror’s technical approach, as described in Volume I. 2. Propose a staffing plan that is clearly traceable to the Cost/Price Proposal Volume (Volume VI). The

Government Estimated Labor Mix Category for Level of Effort (LOE) CLINs is provided below. The Offeror shall propose each LOE CLIN using the required Government Estimated Hours for each CLIN.

3. Propose a Staffing Plan that clearly identifies the labor skill mix (i.e., junior, mid-level, and senior personnel) for each labor category identified, and this mix must align with the Cost Volume and the below Notional Labor Mix Category chart.

4. Identify any implementation risks (including risks transitioning the staff into the SSC CS SI&T role) and propose steps to mitigate these risks. In addition, provide an explanation (if used previously) of whether the techniques and methods identified for risk mitigation have been successfully used by the Offeror.

5. Propose a ramp up schedule of personnel. Provide a timeframe when staffing actions will be completed to fully support the contract.

b. Key Personnel: The Offeror shall use Attachment J-27, Key Personnel Definitions, which includes the Government’s Key Personnel labor categories to assist in the development of the Sample Staffing Plan, Attachment J-33. The Offeror shall provide a resume under Volume III, Supplemental Information, for each individual identified as Key Personnel. For any Key Personnel who does not currently work for the Offeror or Major subcontractor, the Offeror shall provide documentary evidence of the individual’s availability to support these requirements (e.g., work agreements, contracts, or letters of intent). The Offerors shall only propose Key Personnel resumes for individuals that, at the time of proposal submission, the Offeror has a good faith expectation of providing at award. Additionally, the Government considers the submission of Letters of Intent for proposed contingent Key Personnel to be material to the proposal since these Letters of Intent demonstrate the Offeror's ability to hire personnel with the qualifications bid at the salary proposed. The minimum experience requirements shall be met at time of proposal due date and not be projected at the time the efforts are required to be performed. c. The Government recommends the use of the Notional Labor Mix Category chart below in configuring the proper mix for each LOE CLIN. The Offeror can deviate from the chart below, but the Offeror shall provide a narrative for each of the CLINs being deviated to support the proposed mix and explain how the deviated mix meets the requirements. However, the Offeror shall not deviate from the labor categories listed below and the skill level requirements provided in Attachment J-27. The Offeror shall also use the Position Title as listed in Attachment J-27. If the Offeror has a different labor category or position title, the Offeror shall use the closest category/position title provided by the Government.

NOTIONAL LABOR CATEGORY MIX

CLIN Description Program/Project/Operations

Management

System/Electrical/Mechanical/Software/Industrial/Test

Engineer

Financial/Business Support/Admin

0004-0007 & Opt CLINs

LCS & LUSV CS Space Arrangement, CS Installation and Interface Control Drawings, Ship Installation Drawings

20%

70%

10%

0008-0010 & Opt CLINs

LCS & LUSV CS Ship Integration Engineering and Test Planning

20%

60%

20%

0011-0013 & Opt CLINs

LCS & LUSV CS Waterfront Integration and Test

20%

70%

10%

N0002421R5211 0005

Page 203 of 235

2014-2016 & associated Opt CLINs

LCS & LUSV Post Delivery and Post Industrial CS Test and Trials Support

15%

70%

15%

0017-9017 Engineering Services

10% 80% 10%

3.1.5 ELEMENT 5: SAMPLE PROBLEMS The Offeror shall provide a detailed solution to demonstrate its applied knowledge, understanding, and process required in planning and execution of the waterfront test program via the three (3) Sample Problems listed below. Provide solutions regarding the technical challenges presented in the sample problems and discuss how the Offeror would solve the technical challenges. These Sample Problems are not to be priced in the Cost Volume of the proposal and will not be evaluated for cost realism purposes. These sample problems represent the type of work that may be performed under this solicitation. However, these sample problems do not necessarily reflect or detail the complexity of the work to be performed under this solicitation and they are not a commitment from the Government to implement or execute in the future obligation. The proposed solutions, processes, methodology detailed in the sample problems responses should be the same processes/methodology discussed in the proposed Technical Approach. The Sample Problems are as follows:

1) Sample Problem 1: CS Test Program Management Methodology Describe the methodology and processes the Offeror would implement to manage the CS Test Program. Describe how the Offeror would coordinate and communicate with the Shipbuilder, Shipyard, Program Office, PARMs and other stakeholders regarding test procedure development, test execution and changes to the test plan schedule and Test Sequence Network. Include descriptions of tools, repositories, or resources planned to be utilized to manage and execute the test program. Describe methodology used for tracking planned test schedule versus the actual performance of the test program. Describe the Offeror’s process to improve the test program over the life of the contract and incorporate lessons learned for future test programs. 2) Sample Problem 2: LCS Waterfront Integration and Test During Stage 5 integration testing, midway through the test, the Combat System Display Console indicated that TRS-4D RADAR and MK-160 GFCS interfaces have failed. Describe the process of identifying specific failures and correcting the failed CS interfaces. Include an alternative approach for resolving the situation to complete the integration testing with minimum impact to the test schedule. 3) Sample Problem 3: LUSV Waterfront Integration and Test During system integration testing, the remote operations center sent an engagement order and LUSV failed to receive and process the engagement order. Describe the process of identifying specific failures and correcting the issues. Include an alternative approach for resolving the situation to complete the integration testing with minimum impact to the test schedule.

3.2 VOLUME II: FACTOR 2 – MANAGEMENT APPROACH Do not include cost or price information in this volume. This volume shall address the following topics, or elements: 3.2.1 ELEMENT 1: MANAGEMENT PLAN The Offeror shall not submit the entire Management Plan with the proposal, but only provide a proposed approach in detail for the items below. The Offeror shall provide the following:

a. Organizational Structure and Chart: This shall include details on the positions of authority, responsibility to identifying and resolving problems, and communication flow on the management of the overall work with Subcontractors, PEO IWS, other Department of Navy warfare centers, and other third-party organizations (Original Equipment Manufacturers).

b. Provide the proposed management approach to operating the overall contract work and multiple Technical Instructions under a coherent and collaborative management teaming structure. Describe how the approach

N0002421R5211 0005

Page 204 of 235

eliminates stove-pipe efforts, including efforts with Government activities (such as DoN Warfare centers), and avoids the need for dedicated management and separated teams for the implementation of each Technical Instruction.

c. Data Management: Demonstrate experience with Contractor data management, and the ability to provide the Government team with timely and easy to locate documents. Explain how the Offeror would share information with the Government and other designated Contractors.

3.2.2 ELEMENT 2: MANAGEMENT PROCESS 3.2.2.1 COST PERFORMANCE The Contractor shall comply with the requirements of the Earned Value Management System as indicated in DFARs clause 252.234-7001 and 252.234-7002 of the contract. The Contractor shall provide documentation that the EVMS has been determined by the Cognizant Federal Agency (CFA) that it complies with the guidelines in the ANSI/EIA-748. If the Offeror proposes a system that has not been determined in compliance with ANSI/EIA-748, the Offeror shall submit a comprehensive plan for compliance with ANSI/EIA-748. The Offeror shall describe in detail the processes it uses to monitor and control costs, including:

a. EVMS Management Procedures: A written description of the management procedures that will be used and maintained in the performance of the resultant contract.

b. EVMS Matrix: A matrix that correlates each guideline in ANSI/EIA-748 to the corresponding process in the Offeror’s written management procedures.

c. Identify Subcontractor EVMS: The Offeror shall identify the subcontractor that EVMS requirements will apply.

d. Non-EVMS Management Procedures: A written description of the management procedures that will be used and maintained in the performance of any resultant contract to monitor and address cost performance for non-EVMS contract efforts

e. Subcontractor Compliance: The process the Offeror will use to determine subcontractor compliance with ANSI/EIA-748.

f. Management Reserve (Budget): Identify how Management Reserve (budget) will be handled when technical, schedule, cost, resource, and management risks are realized during the performance of SOW.

g. CSDR Reporting: Describe in detail the process to collect and report actual contract costs to provide the Government with needed data to estimate future costs.

3.2.2.2 RISK MANAGEMENT

Risk Management Plan: Provide an approach to manage risk throughout the contract performance and to identify and define the scope of risks (Technical, Schedule, Cost, and Resource) to be tracked and means of documenting these risks. 3.2.2.3 SUBCONTRACT MANAGEMENT

a. General Approach: The Offeror shall identify/provide the following:

1. The methods used to monitor and report the work of all Subcontractors. 2. Detailed tasks and percentage of total scope that are proposed to be fulfilled by Subcontractor(s). 3. Description of the qualifications and experience of the proposed Subcontractor(s) as related to the task or

tasks to be performed. 4. Description of how the Subcontractor’s efforts will be managed to ensure successful completion of the CS

SI&T requirements on time and within budget. Discussion should include contractual arrangements, qualification requirements, selection processes, contingency plans, management interactions, and risk mitigation in the event of Subcontractor turnover during the period of performance.

b. Teaming Plan: Offerors shall provide a teaming plan and workload distribution as it relates to the Offeror’s

team. The proposed Teaming Plan shall include the following information.

N0002421R5211 0005

Page 205 of 235

1. Teaming Management Plan (includes Subcontractor(s) efforts) 2. Proposed distribution of workload between the prime contractor and subcontractor. 3. Problem Notification/Resolution and recommendations for improved efficiencies 4. Cost control process of Subcontractor(s) 5. Delivery acceptance process 6. Payment tracking system

c. Teaming Agreements: Offerors shall submit teaming agreements or other evidence of commitment by

Subcontractors to support the successful Offeror’s team as part of Volume III, Supplemental Information. Failure to submit this evidence of commitment by named Subcontractors, or failure to name Subcontractors, may be deemed by the Government to present a significant risk to the Offeror’s ability to perform the work required under this solicitation. In addition, it should be noted that the Government views certain Subcontractor arrangements as carrying potential risk. Prime/Subcontractor “guaranteed work share” arrangements could potentially hinder performance over the course of the period of performance with the uncertainties evolving through advanced development.

3.2.3 ELEMENT 3: SMALL BUSINESS The Offeror shall provide detailed information regarding the extent of participation of proposed small businesses, specifically what effort will be performed by the proposed small businesses, along with details regarding the basis for the selection of the proposed small businesses. Offerors shall provide sufficient information to demonstrate that the tasks assigned the selected Small Business Subcontractors are meaningful in the overall success of the program and also broaden the Subcontractor’s technical capability. The Offeror shall describe the extent to which the Offeror is committed to use such Small Businesses, and the extent of participation of such firms in terms of the value of the total proposal. All Offerors, except small business firms, shall furnish a Small Business Subcontracting Plan in accordance with FAR part 19.7, FAR clause 52.219-9, DFARS Clause 252.219-7003 or 252.219-7004, and L-219-H001 and a description of the Offeror’s approach to implement the submitted small business subcontracting plan. The Small Business Subcontracting Plan shall provide sufficient information to demonstrate that the tasks assigned to the aforementioned businesses and institutions are meaningful, technical, and/or sustainable in performing technical functions important to the overall success of the program and also broaden the subcontractors’ technical capabilities. The Offeror shall also provide their Small Business Goals and actual accomplishment against said goals for the past performance references, complying with FAR 52.219-8, Utilization of Small Business Concerns and 52.219-9, Small Business Subcontracting Plan. 3.3 VOLUME III: FACTORS 1 & 2 SUPPLEMENTAL INFORMATION Do not include cost or price information in this volume. The Government intends for each Volume to be a targeted discussion of the Offeror’s proposed approach to perform each of the CLINs. However, while each Volume may require attachments and other contract-wide documents, the Offeror shall include these as attachments in Volume III as mentioned in the following subparagraphs or elsewhere in this solicitation. 3.3.1 WORK BREAKDOWN STRUCTURE (WBS) (FACTOR 1) The Offeror shall populate a WBS that identifies the work allocation for this procurement as required in Section C and Section L, and in the format/structure provided under Attachment J-4. 3.3.2 SUPPLEMENTAL INFORMATION CONCERNING TEAMING AGREEMENTS (FACTOR 2) Offerors shall submit Key Personnel letters of intent or other evidence of commitment by Subcontractors to support the Offeror’s team.

N0002421R5211 0005

Page 206 of 235

3.3.3 KEY PERSONNEL RESUMES (FACTOR 1) The Offeror shall list the proposed Key Personnel reflected in Volume I, Technical Approach and Volume VI, Cost/Price Proposal. Resumes for these Key Personnel shall be in the Offeror’s format, not to exceed two pages in length each. At a minimum, Offerors shall identify:

a. Individual’s name b. Labor category (See Attachment J-27). In addition to the general category established by this solicitation,

Offerors shall include the individual’s more detailed job title/position c. Years of professional experience and time in present position d. Requirements that individual will be supporting (including percent of time assigned to applicable CLINs

for this effort) e. Years of experience working with CS f. Experience/Work history (include prior assignments) g. Highest degree attained h. Degree area (include date(s), degree(s), and identify the college or university from which the degree(s)

were received) i. Security Clearance j. List the company that the individual is employed by as well as the employee’s location k. Number of labor-hours proposed for the individual for each year

3.3.4 STAFFING PLAN (FACTOR 1) This section shall include the proposed Staffing Plan reflected in Volume I, Technical Approach and be clearly traceable to Volume VI, Cost/Price Proposal. A sample format is provided in Attachment J-33. Offerors shall provide staffing costs per CLIN in their Cost/Price Summary Format Workbook submitted in Volume VI, Cost/Price Proposal. Specifically, the Staffing Plan shall identify the following:

a. Individual’s Name b. CLIN Number c. Labor category d. Skill Mix e. Proposed Position Title (as defined in Attachment J-27) f. Company Name g. Labor Hours Proposed h. Percent Total Time Dedicated to Contract i. Years of applicable military experience (as date of proposal) j. Years of relevant professional experience (as date of proposal) k. Highest degree l. Degree Area m. Security Clearance Level

Unidentified Positions in the Staffing Plan (Non-Key Personnel Only): In the event the Offeror has not identified a firm candidate for a proposed position(s), that position(s) shall still be addressed within the Offeror’s Staffing Plan. While unidentified positions are permitted, numerous unidentified positions may be indicative of an inadequate Staffing Plan. For unidentified staff, the Offeror shall: a. Include the word, “Pending” in lieu of an individual’s name. b. CLIN Number c. Labor category d. Skill Mix e. Proposed Position Title (as defined in Attachment J-27) f. Company Name g. Labor Hours Proposed h. Percent Total Time Dedicated to Contract i. Years of relevant professional experience (as date of proposal) j. Highest Degree k. Degree Area

N0002421R5211 0005

Page 207 of 235

l. Security Clearance Level

3.3.5 ORGANIZATION CONFLICT OF INTEREST (OCI) MITIGATION PLAN (IF APPLICABLE)

If the Offeror intending to submit a proposal in response to the SSC CS SI&T solicitation has also submitted a proposal under the LUSV conceptual design solicitation, the Offeror shall provide an OCI Mitigation Plan as part of their proposal (Volume III). An OCI mitigation plan shall also be included for any prime contractor or subcontractor that has a potential or actual OCI in accordance with H-209-H004 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (DEC 2018). The plan shall explain in detail the remedies in place to avoid and/or mitigate any conflicts of interest which will give the Offeror unfair competitive advantage in the development of the proposals for either requirement or otherwise create an organization conflict of interest in execution of either contract. The Offeror shall provide the Contractor OCI policy. The plan shall fully comply with the Federal Acquisition Regulation, Subpart 9.5 and the Contractor’s OCI Policy. The OCI Mitigation Plan will be evaluated based on the practices and processes on identification, avoidance, and/or mitigation of any OCI (Unequal Access to Information, Biased Ground Rules, and Impaired Objectivity) whether actual or perceived. This is considered a significant issue for industry and the Government; therefore, a well thought out plan is paramount. The Offeror may be ineligible for award if the Government deems the plan is unacceptable. If an Offeror is only submitting a proposal in response to the SSC CS SI&T solicitation, the Offeror shall attach a letter in Volume III stating, “Company XX has not submitted a proposal, become a Subcontractor for the LUSV conceptual design or provided support to any Shipbuilder/SI&T Contractor in the LUSV conceptual design proposal process. We understand that if this is violated, our SSC CS SI&T proposal may not be considered or the contract terminated if violation was discovered after contract award.” 3.4 VOLUME IV: FACTOR 3 – DATA RIGHTS The Offeror shall describe the extent to which proprietary or otherwise limited or restricted components, subsystems, interfaces, and software are used. For rights in Technical Data/Computer Software/Computer Software Documentation (TD/CS/CSD),the Contractor shall explain the degree to which the proposal provides the level of technical data rights (commercial and noncommercial) and rights in computer software that will enable the Navy to sustain the Small Surface Combatant Combat System Ship Integration and Test (SSC CS SI&T) over their life cycle to include maintainability, reparability, and re-procurement. If an Offeror proposes to deliver any commercial or noncommercial TD/CS/CSD with less than Government Purpose Rights (GPR), the Offeror shall describe the impact on the Government's ability to use, modify, release or disclose such TD, CS, or CSD. The use of proprietary algorithms, designs, processes or interfaces shall be described. The Offeror shall provide justification and rationale for all intellectual property and data rights assertions. Do not include cost or price information in this volume. The price for this list shall be included under the price proposal, Volume VI. The Government desires at least a Government Purpose Rights (GPR) license, as defined at DFARS 252.227-7013 and - 7014, in all non-commercial technical data and computer software. The Offeror shall describe how it will support the Government’s desired level of license rights. The Offeror shall provide the documentation required in the following subparagraphs: In the event an Offeror (including its sub-Offerors or suppliers, or potential sub-Offerors or suppliers, at any tier) proposes to deliver any commercial or noncommercial TD/CS/CSD with less than such license rights as desired by the Government (identified under Section M), the Government will evaluate the potentially adverse impact on the Government's ability to use, modify, release, or disclose such TD, CS, or CSD. Further, the Government will consider the adverse impact of less than the license rights desired by the Government in the best value determination. The data rights license offered shall be incorporated into the successful Offeror's contract upon award. The Offeror shall provide the following information as attachments to its offer: The Offeror (including its sub-Offerors or suppliers, or potential sub-Offerors or suppliers, at any tier) shall list all noncommercial TD, CS, and CSD that it asserts will be delivered with other than an unlimited rights license. Specific instructions and requirements concerning this list are set forth in the DFARS 252.227-7017 provision

N0002421R5211 0005

Page 208 of 235

incorporated at Section K of this solicitation. If the Offeror does provide assertions, the Offeror shall provide sufficient information to enable the Contracting Officer to evaluate and validate the listed assertions. Additionally, if there is no TD, CS, or CSD to be identified in the 7017 list, the Offeror shall submit the list and enter "None" in the body of the list. If the Offeror is awarded a contract, the 7017 List shall be incorporated into the contract as Attachment J-25A Tab 1. 7017. For those items in Attachment J-25A Tab 1. 7017 where less than the Government’s desired level of license rights (identified under Section M) are being provided, the Government requests, but does not require, that the Offeror provide a Data Rights License Upgrade Option (CLIN 0021) and list any TD, CS, and/or CSD for which the Government may obtain the desired level of license rights. If the Offeror is proposing such a Data Rights License Upgrade Option under CLIN 0021 then the Offeror shall also provide a second 7017 Assertions List with the assertions applicable to the CLIN. If awarded a contract, this second 7017 list shall also be incorporated into the contract as Attachment J-25B Tab 1. 7017.

The Offeror (including its sub-Offerors or suppliers, or potential sub-Offerors or suppliers, at any tier) shall list all noncommercial TD, CS, and CSD that it intends to deliver with other than an unlimited rights license and that are identical or substantially similar to noncommercial TD, CS, or CSD that the Offeror has delivered to, or is obligated to deliver to, the Government under any contract or subcontract. Specific instructions and requirements concerning this list are set forth in the DFARS 252.227-7028 provision incorporated at Section K of this solicitation. If the Offeror does provide assertions, the Offeror shall provide sufficient information to enable the Contracting Officer to evaluate and validate the listed assertions. Additionally, if there is no TD, CS, or CSD to be identified in the 7028 list, the Offeror shall submit the list and enter "None" in the body of the list. If the Offeror is awarded a contract, the 7028 List shall be incorporated into the contract as Attachment J-25A Tab 2. 7028. For those items in Attachment 25A Tab 2. 7028 where less than the Government’s desired level of license rights (identified under Section M) are being provided, the Government requests, but does not require, that the Offeror provide a Data Rights License Upgrade Option (CLIN 0021) and list any TD, CS, and/or CSD for which the Government may obtain the desired level of license rights. If the Offeror is proposing such a Data Rights License Upgrade Option under CLIN 0021 then the Offeror shall also provide a second 7028 Assertions List with the assertions applicable to the CLIN. If awarded a contract this second 7028 list shall also be incorporated into the contract as Attachment J-25B Tab 2. 7028.

If the Offeror (including its sub-Offerors or suppliers, or potential sub-Offerors or suppliers, at any tier) proposes to submit any noncommercial TD, CS, or CSD that should be delivered with a specifically negotiated license rights license (as discussed at DFARS 252.227-7013, 252.227-7014, or 252.227-7018), submit a statement entitled “Supplemental Information- Noncommercial Technical Data, Noncommercial Computer Software, Noncommercial Computer Software Documentation.” The statement shall provide a complete description of the Government’s ability to use, modify, release, perform, display, or disclose such TD, CS, or CSD. In addition, the Offeror shall provide the underlying executed licenses agreements for that TD, CS, or CSD. Any statement provided will be incorporated into the contract as Attachment J-25A Tab 3. Supplemental. For those items in Attachment 25A Tab 3. Supplemental where less than the Government’s desired level of license rights (identified under Section M) are being provided, the Government requests, but does not require, that the Offeror provide a Data Rights License Upgrade Option (CLIN 0021) and list any TD, CS, and/or CSD for which the Government may obtain the desired level of license rights. If the Offeror is proposing such a Data Rights License Upgrade Option under CLIN 0021 then the Offeror shall also provide a second statement with the assertions applicable to the CLIN. If awarded a contract this second statement shall also be incorporated into the contract as Attachment J-25B Tab 3. Supplemental. The Offeror shall submit a list entitled "Commercial Technical Data, Commercial Computer Software, and Commercial Computer Software Documentation-Government Use Restrictions" (the Commercial Restrictions List), that the Offeror (including its sub-Offerors or suppliers, or potential sub-Offerors or suppliers, at any tier) intends to deliver with other than an unlimited rights license. The list shall include: (1) identification of the TD, CS, or CSD; (2) basis for asserting restrictions; (3) asserted rights category (e.g., a specifically negotiated license, or the license customarily offered to the public); and (4) name of the person asserting restrictions. For any item designated as NDI,

N0002421R5211 0005

Page 209 of 235

the Offeror shall provide details of the Agency and level therein that paid for development and the contract number(s) and dates wherein payments were received. If there is no information to be included in the Commercial Restrictions List, the Offeror shall submit the list and enter "None" in the body of the list. If the Offeror is awarded a contract, the Commercial Restrictions List shall be incorporated into the contract as Attachment J-25A Tab 4. TD,CS,CSD. Offerors shall provide a written summary and analysis of how the proposed commercial licenses in TD, CS, and/or CSD will affect the unimpeded, innovative, and cost effective operation, maintenance, repair, overhaul, modernization, and upgrade throughout its lifecycle, and allow for the open and competitive procurement of SSC CS SI&T requirements. 3.5 VOLUME V: FACTOR 4 – PAST PERFORMANCE Do not include cost or price information in this volume. In the Past Performance Volume, the Offeror shall demonstrate through its past performance on efforts of similar size, scope, and complexity that the Offeror will be able to perform the requirements outlined in this solicitation. The Offeror shall provide information that depicts its depth of past performance and qualification under contracts that have helped to establish its management and technical capability for the scope of work and variety of skill categories and manning levels proposed to perform work consistent with the size and scope of this requirement. The Offeror shall place particular emphasis on both recent (within five years of the proposal submission date) and relevant current Navy efforts. The Offeror shall provide a past performance narrative not to exceed five (5) pages in length that addresses the following topics:

The Offeror shall demonstrate its past performance in fulfilling critical requirements and processes and its ability to understand and resolve technical risk issues within its organizational structure, including interaction with its subcontractors.

As required by DFARS 215.303(c)(i), the Offeror shall provide information on its past performance demonstrating compliance with the requirements of FAR 52.219-8 and FAR 52.219-9.

The Offeror shall provide a completed J-30 Past Performance Questionnaire for each contract referenced in the past performance narrative submitted (excluded from page count). Additionally, the Offeror must also submit past performance information associated with at least one (1) recent and relevant contract effort for each proposed subcontractor that will perform more than ten percent (10%) of the total contract effort based on the Offeror’s total proposal price. The information submitted for each subcontractor shall not exceed two (2) pages in length. Offerors are not required to submit a J-30 for subcontractors. NOTE: The Government reserves the right to use contract performance data provided in the Offeror’s proposal and contract performance data obtained from other sources, such as the Contractor Performance Assessment Reporting System (CPARS) database, the Past Performance Information Retrieval System (PPIRS) (https://www.ppirs.gov/), and from the points of contact identified by the Offeror in its proposal. 3.6 VOLUME VI: FACTOR 5 – COST/PRICE PROPOSAL It is imperative that all electronic pricing spreadsheets submitted under this volume contain functioning, visible, spreadsheet formulas. The Offeror shall ensure that all pricing spreadsheets are properly linked and summarized, and capable of being searched, reproduced, and manipulated. All cells containing derived data shall be presented together with the formulas used to derive the data present and functional. Further, all submitted MS excel files shall be linked to allow for adjustments during cost analysis. Simple, hard-coding of numbers is not acceptable. Spreadsheet cells may not be linked to cells in other workbooks (i.e., separate files). Failure to comply with this requirement may render the proposal unacceptable. The Government will perform a cost realism analysis of each Offeror’s proposed costs for all Cost type reimbursement CLINs. The burden of cost credibility rests with the Offeror to demonstrate the realism of its

N0002421R5211 0005

Page 210 of 235

proposed costs; as such, the Offeror must submit substantiating data for every major cost element it proposes (e.g., direct labor rates and hours, material, fringe rate, overhead rate, G&A rate, subcontract costs, etc.) for these CLINs. While the Government reserves the right to rely on other relevant, reliable data in its cost realism analysis of each Offeror’s proposed costs, each Offeror must submit sufficient substantiating data to demonstrate the realism of each of its proposed major cost elements. If an Offeror fails to provide any of the specifically requested substantiating cost information, the Government may find the Offeror ineligible for award. Moreover, providing insufficient information to substantiate the realism of an Offeror’s proposed costs may result in a cost adjustment, an assessment of increased proposal risk, and/or a determination that the Offeror is ineligible for award. The Offeror's proposal should represent its best efforts to respond to the solicitation. The burden of proof as to cost/price credibility rests with the Offeror. Unrealistically low prices may indicate an inability to understand requirements and a high risk approach to contract performance. Moreover, inconsistencies between cost and pricing information submitted by the prime and cost and pricing information submitted by a subcontractor may indicate a performance or cost risk based on unclear subcontracting agreements or a lack of communication amongst an Offeror’s team. Accordingly, the Government may consider such inconsistencies in evaluating an Offeror’s ability to perform and the cost risk of its approach. Volume VI may not discuss the Offeror's proposed technical approach, except as necessary to demonstrate cost realism. If an Offeror discusses its proposed technical approach in Volume VI, it should provide cross-references to the full discussion of the applicable portion of the Offeror's technical approach in the non-cost volumes. 3.6.1 COST OR PRICING DATA Certified cost or pricing data is not required to be submitted with this cost/price proposal. The cost estimates, rationale and supporting cost information to support the Attachment J-34 pricing offered is required in accordance with L.3.6, but will not be certified at the time of proposal submission. It is anticipated that the pricing of this solicitation will be based upon adequate price competition in accordance with FAR 15.403-1. Therefore, Offerors are not required to submit certified cost or pricing data. However, after receipt of proposals, it may be determined that adequate price competition does not exist and that certified cost or price data are required. If it is determined that adequate price competition does not exist, Offerors may be required to provide certified current, complete and accurate cost and pricing data within 30 calendar days after receipt of the Contracting Officer’s request. In this event, a Certificate of Current Cost or Pricing Data will be required immediately after agreement on cost/price is reached. Submission of certified cost or pricing data is not considered “discussions” under FAR Part 15. 3.6.2 OUTLINE

Each Offeror is required to submit the Cost/Price Proposal Volume separately from the other volumes in the required number of copies and paper/electronic media formats. Electronic copies of the Cost/Price Volume shall be submitted on separate media. The Cost/Price Proposal Volume title page shall state the document number, title, name and serial number of the solicitation, name of the Offeror and, if the Offeror wishes to restrict the disclosure or use of its proposal, use the legend permitted by FAR 52.215-1(e). The Offeror shall submit its cover letter at the beginning of the Cost/Price Proposal Volume after the title page. Volume VI, Cost/Price Proposal shall be organized as follows. Each section shall be titled and labeled for ease of identification. Cover Letter Section 1 – Section B Pricing Section 2 – Pricing Support Information Section 3 - Contractor Cost Data Reporting Section 4 – Cost/Price Proposal Rate Support Section 5 – Cost/Price Calculation Workbook (Electronic Submission Only) Cover Letter The Cost/Price Volume of the proposal shall be accompanied by a cover letter prepared on the company’s letterhead stationery and shall state the following:

N0002421R5211 0005

Page 211 of 235

1) The proposal is valid for 360 days following the due date for receipt of proposals 2) Offeror’s Cage Code and DUNS Number 3) All enclosures transmitted with the proposal submission 4) The approved security clearance and clearance level of storage capability for the Offeror’s facility 5) Address and point of contact for the Offeror’s cognizant security office 6) Name of the Offeror’s security representative 7) Address(es) of the location(s) at which the Offeror intends to perform the proposed effort including

subcontractor facilities 8) Table of Contents and Glossary

In addition, the letter must contain the following certification regarding the restricted information made available to the Offeror for the purpose of responding to this solicitation:

I, [insert signatory’s name, title, company], hereby certify that within 120 days of receipt of notification that [company] has been excluded from the competitive range or has not been selected for award of this contract, [company] will destroy any and all copies, notes, or other materials produced using the restricted information provided in connection with solicitation N00024-21-R-5211.

The Government will evaluate the cover letter to confirm that it contains the required information. 3.6.3 SECTION 1 – SECTION B PRICING Section 1 shall contain a copy of the completed Section B CLINs displaying the Offeror’s proposed cost and fee or price values for each applicable CLIN. The Offeror shall propose prices for each CLIN in whole dollars only. Fee amounts shall be calculated based on fee-bearing costs exclusive of facilities capital cost of money (if applicable). CLIN 0020 is not separately priced; the price of CLIN 0020 shall be included in the price of other separately priced CLINs. 3.6.3.1 LIMITATIONS ON PROPOSED FIXED FEE RATES The Offeror shall propose a fixed fee rate for Cost Plus Fixed Fee CLIN 0017 and Option CLINs 1017-9017. The proposed fee rate shall not exceed 6%. 3.6.3.2 LIMITATIONS ON PROPOSED INCENTIVE ARRANGEMENTS The Offeror shall comply with the following parameters in proposing an incentive fee arrangement for Completion CLINs 0001, 0002, and 0003:

Minimum Value Maximum Value Required Value

Target Fee 0% 9%* N/A

Minimum Fee N/A N/A 0%

Maximum Fee N/A 12%* N/A

Share Ratio Over Target N/A N/A 50/50

Share Ratio Under Target N/A N/A 50/50

*Not to exceed percentage Offerors shall propose a target fee not-to-exceed 9%, a maximum fee not to exceed 12% and a minimum fee of 0%. The Offeror shall include overrun and underrun share lines of 50%/50%. The Offeror shall comply with the following parameters in proposing an incentive fee arrangement for LOE CLINs 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012, 0013 and Option CLINs 1004-6004, 1005-9005, 1006-9006, 1007-9007, 1008-9008, 1009-9009, 1010-9010, 1011-9011, 1012-9012, 1013-9013, 2014-9014, 2015-9015, and 2016-9016:

N0002421R5211 0005

Page 212 of 235

Minimum

Value Maximum Value Required Value

Target Fee 0% 8%* N/A

Minimum Fee N/A N/A 0%

Maximum Fee N/A 10%* N/A

Share Ratio Over Target N/A N/A 50/50

Share Ratio Under Target N/A N/A 50/50

*Not to exceed percentage Offeror shall propose a target fee not-to-exceed 8%, a maximum fee not to exceed 10% and a minimum fee of 0%. The Offeror shall include overrun and underrun share lines of 50%/50%. The Offeror shall comply with the parameters identified in Section B, Note D in proposing an incentive fee for Performance incentive fee CLINS 0022, 0023, and 0024, and option CLINs [1022-9022, 1023-9023, and 1024-9024] 3.6.3.3 PRICE SUMMARY FOR DATA RIGHTS LICENSE UPGRADE OPTION CLIN (IF OPTION

EXERCISED) CLIN 0021 (FFP) The Offerors proposed price for CLIN 0021, if any, shall be included in the Total Evaluated Price to the Government.

J-25B

Technical Data/Computer SW* License Upgrade Option Price

$* Item 1 (SLIN0021AA) $x Item 2 (SLIN 0021AB) $x Item 3 (SLIN 0021AC) $x Item 4 (SLIN 0021AD) $x

Total CLIN 0021 $XX * If proposed by the Offeror, the cumulative Data Rights License Upgrade Option price is a summation of the price(s) provided in Section J Attachment 25B. Prices shall map to Attachment J-34 Pricing Evaluation Workbook.

3.6.3.4 GOVERNMENT ESTIMATES FOR COST-ONLY OTHER DIRECT COST LINE ITEMS CLIN 0018 and Option CLINs [1018-9018], under this solicitation are cost-only (no fee). The Offeror shall propose the Government cost estimates provided in the following table.

CLIN Section B CLIN VALUE 0018 $2,554,000 1018 $2,512,000 2018 $2,782,000 3018 $2,838,000 4018 $2,959,000 5018 $3,018,000 6018 $3,078,000 7018 $3,010,000 8018 $3,069,000 9018 $3,131,000

N0002421R5211 0005

Page 213 of 235

3.6.3.5 PROPOSED PRICING FOR PROVISIONED ITEMS ORDERS For firm-fixed-price CLIN 0019, the Offeror shall propose the Government cost estimate of $1,096,000 and a profit rate to be applied to the Government cost estimate. The proposed profit rate shall not exceed 5%. 3.6.4 SECTION 2 – PRICING SUPPORT INFORMATION Section 2 shall contain the Offeror’s BOEs supporting the prices provided in the proposal and substantiating cost narrative and information. The BOEs will be used by the Government to evaluate the Offeror’s Cost/Price Proposal. BOEs and applicable supporting documents are also required for subcontractor costs. BOE tasking shall be traceable to the Volume III Factors 1 & 2 Supplemental Information, Work Breakdown Structure (WBS), and the Attachment J-34 Pricing Evaluation Workbook, tabs “Completion CLIN Cost Breakdowns by WBS,” “Detailed Cost Summaries for Completion CLINs,” and “Labor Mix.” 3.6.4.1 BASIS OF ESTIMATE REQUIREMENTS The Offeror shall submit this item in the electronic version of the proposal only. For CLINs 0001, 0002, and 0003, the Offeror shall provide a Basis of Estimate (BOE) for each applicable CWBS to the lowest level specified in Attachment J-4, but not lower than Level 4, element within the CLIN. The BOE shall describe the estimating methodology, rationale, and assumptions used to derive the proposed costs for that element. BOEs shall be organized sequentially by CWBS element. The Offeror’s BOEs shall also contain sufficient substantiating information to demonstrate the realism of the Offeror’s proposed hours. The Offeror shall specifically answer the following questions in every submitted BOE:

1) What is the estimate? The Offeror shall provide a direct calculation of the estimate.

2) What is it based on? The Offeror shall include a description of the estimating methodology (analogy, actual performance, parametric estimating, etc.), including details of the program, pools, or historical data, and rationale as to why the data is appropriate to use as a basis for the estimate.

3) How was it derived? The Offeror shall describe any and all calculations performed to arrive at the estimate. The information provided must clearly show how the Offeror used or applied the data to arrive at the proposed estimate. This information may include the data values used, formulas applied, derivation of estimating factors, and other pertinent information.

4) Why is it reasonable? The Offeror shall provide a detailed description of why the basis and methodology used to develop the proposed estimate results in a fair and reasonable output. This rationale should consider the recency and relevancy of any historical data to the scope of work being estimated.

5) If applicable, what is the anticipated travel from the Contractor’s facility to the worksite, in and around the worksite, and from the worksite to the Contractor’s facility?

6) What material and other direct costs are included in the cost/price build up in Cost/Price Proposal?

Within each lowest CWBS element identified in Attachment J-4, but not lower than Level 4, the Offeror shall, at a minimum:

1) Identify the estimation methodology (discussed below) or methodologies that it selected to evaluate the

realism of proposed hours for that CWBS section;

2) Evaluate how well the applied methodology or methodologies reliably predict the realism of those hours;

3) Explain the relevance and reliability of the substantiating information that the Offeror used in evaluating the realism of that element, and

N0002421R5211 0005

Page 214 of 235

4) Apply the estimation methodology or methodologies to the relevant, reliable substantiating information to demonstrate that the Offeror’s proposed hours are realistic.

The Offeror shall also clearly indicate what labor mix and level of effort it proposes to perform as well as which subcontractors it proposes and their respective labor mixes and levels of effort. Within each CWBS section, labor hour estimates shall be organized and summarized by CLIN, but Offerors may condense duplicative analysis into a single section, provided the Offeror’s proposal clearly indicates where it relies on such consolidation. With respect to estimation method, Offerors shall also comply with the following instructions:

1) If a standard or factor is used, and that standard or factor drives the estimated cost, the Offeror shall provide the basis for the standard or factor. If the factor or standard is derived from historical experience on analogous programs, the Offeror shall identify the program(s), and provide the historical data and rationale justifying that these program(s) are appropriate as a basis for the estimate. The Offeror shall also describe specifically how the factor or standard was derived from the historical experience.

2) If an estimate is based on a statistical relationship, the Offeror shall explicitly provide the relationship,

identify the data from which it was derived, and the statistical measures associated with the relationship.

3) Where standard commercial available cost models have been applied, the Offeror shall identify the model, and provide a copy of the software application, the input data file, and a description of the rationale underlying the selection of the input factors. The Offeror shall also explicitly identify how the standard outputs of such a model map into the Offeror’s estimate.

4) Where an estimate is based on the Offeror’s standard bidding system, the Offeror shall provide details of

the methodology and reference any DOD agency certifications that may apply.

5) If the Offeror intends to use new and innovative techniques to achieve significant reduction in required effort, the nature of these techniques and their impact on required effort shall be explained in context of, and linked to, current performance. The Offeror shall clearly distinguish between any cost improvements (learning) associated with applying the same methods and processes, with any cost improvements associated with introducing different production methods and processes.

Since the Offeror’s proposed hours represent forward-looking estimates, the Offerors shall also provide substantiating information that supports the realism of all proposed efforts. The Offeror may tailor the level of detail and the amount of supporting rationale to be proportionate to the amount of effort being justified. The Government expects that Offerors will use historical experience from relevant programs, statistical relationships, cost models, or other recognized estimating techniques to estimate and support proposed costs. The Government generally discourages Offerors from relying on “engineering judgment,” “expert advice,” or similar approaches to justify proposed estimates. Although the Government may tolerate such approaches in limited portions of the Offeror’s estimates, the Government strongly prefers more reliable estimation methodologies. If support of proposed costs is based on analogous programs, then the Offeror shall reference the analogous program and the associated actual costs, and provide any calculations applied to the actuals to derive the proposed estimate. Each of the Offeror’s major subcontractors proposed under cost-reimbursable arrangements must also provide BOEs to support the hours included in the completed Attachment J-34 spreadsheet for the scope of the subcontracts. Major subcontractors may submit BOE information directly to the Government. Minor subcontractor top-line hours and proposed costs must appear in the prime Offeror’s Attachment J-34 subcontractor calculations. The hours listed there must correspond to the hours included in the prime Offeror’s Staffing Plan. Minor subcontractors, however, are not required to submit cost data per the format in Attachment J-34 for their proposed costs or provide substantiating cost realism data. Nevertheless, any minor subcontractor proposing uncompensated overtime must comply with FAR 52.222-2.

N0002421R5211 0005

Page 215 of 235

The Offeror shall fully support proposed material costs with applicable quotes, purchase orders, detailed estimates, or other supporting documentation for at least the proposed material representing the top 80% of the total proposed material cost. At a minimum, quotes shall indicate the contemplated contract type (e.g., fixed price, cost reimbursement) associated with the proposed costs. Ensure recent quotes are specific to this contract. This information in the BOE may reference an appendix. If the Offeror provides Excel and Word tables as embedded images in the BOE documents, the Offeror must also separately provide the Excel and Word files containing the same tables. Supporting data shall be included for subcontractors with cost or pricing data exceeding the $2,000,000 cost or pricing data threshold defined in FAR 15.403-3 “Requiring Data Other Than Certified Cost or Pricing Data”. If the prime Offeror challenges the proposed cost/pricing supplied by a subcontractor, the Offeror shall submit a cost and pricing analysis. For the proposed rates, the Offeror shall identify if those rates have taken into account award of this effort. If rates are affected by the inclusion of this effort, the Offeror shall provide the basis for how it calculated and derived its proposed rates.

The Offeror, in an appendix to the Cost/Price Volume, shall include a list with all subcontractors, vendors (all tiers), and subcontractor and vendor CAGE codes and addresses for which supporting cost or pricing data are provided within the Cost/Price Volume and the respective work effort is greater than or equal to $2,000,000. The Offeror shall provide a Letter of Intent for any proposed Key Personnel that are not current employees of the Offeror or one of its proposed subcontractors. Any Letters of Intent must clearly indicate the proposed individual, the agreed-upon salary, and must be signed by the proposed individual. 3.6.4.2 SUBSTANTIATING COST NARRATIVE AND INFORMATION Offerors shall use this section to substantiate the realism of the Offeror’s Pricing Evaluation Workbook, J-34. This Section shall not replicate the information in the BOEs, but must be consistent with the BOEs and shall provide mapping from the “Substantiating Cost Narrative and Information” to the BOEs. CLINs 0001, 0002, and 0003 are Cost Plus Incentive Fee (CPIF) completion type CLINs. The Offeror's proposed target fee shall be commensurate to the assessed performance and management risk. The Offeror shall provide a narrative that discusses all risks and assumptions to establish its proposed target fee to be delivered in Section L, Volume VI.3.6.3.2. Offerors and major subcontractors are not required to submit BOE information for CLINs 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012, 0013 and Option CLINs 1004-6004, 1005-9005, 1006-9006, 1007-9007, 1008-9008, 1009-9009, 1010-9010, 1011-9011, 1012-9012, 1013-9013, 2014-9014, 2015-9015, 2016-9016, and 0020 (Data). CLINs 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012, 0013 and Option CLINs 1004-6004, 1005-9005, 1006-9006, 1007-9007, 1008-9008, 1009-9009, 1010-9010, 1011-9011, 1012-9012, 1013-9013, 2014-9014, 2015-9015, and 2016-9016 are CPIF LOE type CLINs. The Offeror shall provide a narrative that discusses all risks and assumptions to establish its proposed target fee to be delivered in Section L, Volume VI.3.6.3.2. To substantiate its proposed rates, Offerors shall, at a minimum, submit the data for the Offeror, any Offeror’s subsidiary business units, and major cost reimbursement subcontractors detailed in Section L Volume VI 3.6.6. Generally Applicable Notes: NOTE: The Cost Analysis Narrative should identify any assumptions that the Offeror must make in this analysis to reach its conclusions and justify why these assumptions are reasonable. Unreasonable assumptions or baseless assertions may indicate that the Offeror’s proposal lacks cost credibility, cost realism, and/or an understanding of the

N0002421R5211 0005

Page 216 of 235

solicitation requirements. These may result in a cost adjustment, an assessment of proposal risk, and/or a determination that the Offeror is ineligible for award. NOTE: From a U.S. Government proposal evaluation perspective, firm-fixed-price type subcontracts pose less risk of incorrectly capturing the ultimate cost of the services to the Government than cost-reimbursable contracts. Therefore, the Offeror’s Cost Analysis Narrative need only perform price analysis on the firm-fixed- price cost elements of its proposal to demonstrate that the fixed price elements are fair and reasonable. FAR 15.404-1(b) provides a general discussion of price analysis. NOTE: It is the Offeror’s sole responsibility to demonstrate the realism and traceability of its supporting documentation to its proposed estimates. Also, any inconsistency between the proposed system, the analysis supporting that design, or the proposed efforts may indicate a lack of understanding of the requirements and/or increased proposal risk. Offerors bear all risk of submitting proposal language that is ambiguous, vague, or lacks traceability between the various portions of the Offeror’s proposal. NOTE: Each of the Offeror’s major cost-reimbursement subcontractors must also provide a Substantiating Cost Narrative and Information substantiating its Total Cost and Price Build Up in accordance with the J-34 Pricing Evaluation Workbook, Tab “Instructions” for the scope of their subcontract. These subcontractors may submit this information directly to the Government. Failure to have a subcontractor submit its data by the proposal due date shall render the entire proposal, including the prime’s proposal, non-responsive, which may make the proposal unawardable. 3.6.5 SECTION 3 - CONTRACTOR COST DATA REPORTING

The Offeror shall: a. Accept or propose changes to the approved contract Cost and Software Data Reporting (CSDR) Plan, DD Form

2794, Attachment J-5, which includes the contract WBS using the approved Program Plan and the Contract Plan provided by the DoD program office as the baseline. The Contract CSDR Plan will include level 4 of the contract WBS and any lower level WBS elements designated by the program office as being high risk, high value, or high technical interest. The Offeror may further extend the WBS for its own reporting purposes.

b. Update, if appropriate, the approved Contract CSDR Plan that must be submitted by the DoD program office to

the DCARC for review and the Cost Assessment and Program Evaluation (CAPE) Chair’s approval. The final approved Contract CSDR Plan will be incorporated into the contract.

c. As part of its proposal, the Offeror shall —

1. Describe the process to be used to satisfy the requirements of the DoD 5000.04-M-1, CSDR Manual, and the Government-approved CSDR plan for the proposed contract;

2. Demonstrate how contractor cost and data reporting (CCDR) will be based, to the maximum extent possible, upon actual cost transactions and not cost allocations;

3. Demonstrate how the data from its accounting system will be mapped into the standard reporting categories required in the CCDR data item descriptions;

4. Describe how recurring and nonrecurring costs will be segregated;

5. Provide comments on the adequacy of the CSDR contract plan and related Resource Distribution Table;

6. Submit FlexFile and Quantity Data Reports (formerly DD Form 1921, Cost Data Summary Report, and DD Form 1921–1, Functional Cost-Hour Report) as detailed in CDRL A010 with its pricing proposal (Volume VI, Cost/Price Proposal).

N0002421R5211 0005

Page 217 of 235

CSDR reporting will be required for subcontractors at any tier with a subcontract that exceeds $50 million. The offeror shall identify, by providing comments on the Resource Distribution Table, the subcontractors, or, if the subcontractors have not been selected, the subcontracted effort in this category. Note - Offerors shall provide CSDR-related forms in Volume III, modified as appropriate, to facilitate cost reporting in accordance with the proposed CWBS. Actual cost and pricing information shall be restricted to Volume VI. 3.6.6 SECTION 4 – COST/PRICE PROPOSAL RATE SUPPORT The Offeror shall provide the following documentation to substantiate proposed rates for prime, inter-organizational business units and cost-reimbursement major subcontractor direct labor. The current, company-wide highest, lowest, and average hourly direct labor rate actuals for all proposed labor categories. Offerors should describe whether this data includes the impact of uncompensated overtime; if so, Offerors should provide historical data to substantiate any uncompensated overtime claims and provide rates that do not include the impact of uncompensated overtime. A list of all Forward Pricing Rate Agreements (FPRA) or Forward Pricing Rate Proposals that apply to any of the major cost elements they propose or a statement that none apply to the proposal. The Offerors shall include in the contact information for the DCMA office that executed the agreement, or provided Forward Pricing Rate Recommendations (FPRR). Provide a current copy of any rate agreement, proposal, or recommendation contained on this list. NOTE: Offerors shall not rely on any Forward Pricing Rate Proposal to provide any form of cost realism substantiation without including all of the accompanying substantiating data associated with the FPRP. If no data is available from a cognizant Government agency, the Offeror shall provide other forms of rate substantiation (such as payroll data, screen shots, information from the Bureau of Labor Statistics, etc.). For the previous five company fiscal years (or since company inception, whichever is shorter), actual, incurred rates and associated base volumes for each proposed indirect and G&A pool, indicating the beginning and end dates for each fiscal year. For each proposed indirect or G&A rate that is lower than the corresponding actual, incurred rates billed in the last five years by five percentage points or more, provide a derivation—including assumptions, calculations and substantiating evidence—of its estimation of that rate's annual cost pools and base volumes for each year of contract performance. For each proposed indirect or G&A rate, provide a list of any significant increases expected in the cost pool through the end of performance of the anticipated contract. For each proposed indirect or G&A rate, provide a complete list of the contracts included in calculating the rate's estimated base. This list should include the expected expiration date and expected annual business volume for each contract on it through the end of the performance of the anticipated contract. In the event proposed indirect rates are lower than verifiable rates, the Government will apply an upward adjustment to the proposed costs unless the proposed rates are sufficiently supported. The Offeror shall provide a table summarizing all proposed subcontractors in its proposal. For each subcontractor, the table shall indicate the subcontractor name, total number of hours proposed, CLINs under which the subcontractor is proposed to perform, subcontract type (e.g., cost-reimbursement, time and materials, etc.) and whether the subcontractor is a major or minor subcontractor according to the definition set forth in Section L.2.6. 3.6.7 SECTION 5: COST/PRICE CALCULATION WORKBOOK The Offeror shall submit this item in the electronic version of the proposal only. The Offeror shall complete and submit the Attachment J-34 Pricing Evaluation Workbook in the form of an Excel workbook. The Workbook displays proposed costs and prices for the entire contract, including all line items that form the basis of the Offeror’s Total Evaluated Price. The Offeror shall ensure that the completed Workbook satisfies the following requirements:

No macros No hidden or locked sheets

N0002421R5211 0005

Page 218 of 235

Visible and editable formulas Editable cells (i.e., not locked) All calculation formulas involving rates linked to consolidated rates sheet Visibility and traceability into calculation for each cost element Traceability of proposed costs to specific CLINs Traceability of proposed company labor categories to Government skill mix categories

In addition, all formulas and numerical relationships in the workbook shall be tailored to the Offeror’s proposal and readily accessible to the Government. Equations shall link together sheets within the workbook such that if a rate is changed or if the number of hours is changed the other associated tables will reflect this change and be updated. Where a total value is represented, the cell shall contain an equation in the form such that if quantities are changed the total will be automatically updated to reflect this change. The workbook shall provide the full cost build-up details for all CLINs 0001-0017, and 0021 to include Options. The workbook shall include entries for each such line item at the total price level for the line item (i.e., without a detailed cost breakdown). 3.7 VOLUME VII: SF 33/COMPLETED CONTRACT Volume VII must contain the complete SF 33 Solicitation Set/Completed Contract. Offerors shall submit this volume using the conformed solicitation as of the date of the last amendment. The Offeror shall ensure the complete SF 33 Solicitation Set/Completed Contract contained in this volume includes the following: 3.7.1 SOLICITATION SECTION A The solicitation Standard Form (SF) 33 will be used to award a contract resulting from this solicitation. The Offeror shall complete Blocks 12 through 18 of the SF 33. The Offeror shall submit an executed SF 33 bearing the original signature of a representative who is authorized to contractually bind the company submitting the offer. The Offeror shall also submit a signed copy of the SF 30 cover page for each amendment to the solicitation. As with the SF 33, the representative who signs the SF 30 cover page(s) must be authorized to contractually bind the company submitting the offer. Block 12 shall be completed to align with the solicitation validity period (360 days following the proposal due date) required by Section L of this solicitation. 3.7.2 SOLICITATION SECTIONS B THROUGH I The Offeror shall submit Sections B through I with all appropriate information completed as required by the solicitation. 3.7.3 SOLICITATION SECTION J The Offeror shall provide the following completed attachments, which will be incorporated into the contract at award:

Exhibit A and B, Contract Data Requirements List (CDRL), DD Form 1423 Attachment J-25A, Data Rights (to be incorporated at award) Attachment J-25B, Data Rights License Upgrade Option (to be incorporated at award, if applicable) Attachment J-26, Small Business Subcontracting Plan, Offeror’s format

3.7.4 SOLICITATION SECTION K The Offeror shall complete and submit applicable provisions under the Representation, Certifications and Other Statements of Offerors section of the solicitation. Offerors shall mark items that are not applicable with “N/A.” 3.7.5 PRESS RELEASE INFORMATION The Offeror shall complete Attachment J-35, Press Release Form, and return a copy with the offer. The information provided in the form will be used to prepare a press release for a contract award per DFARS 205.303, if applicable.

N0002421R5211 0005

Page 219 of 235

4.0 SUBMISSION OF OFFER The proper completion and submission to the Government of the SF 33 Solicitation Set/Completed Contract shall constitute an offer and indicate the Offeror’s unconditional assent to the terms and conditions in this solicitation and in any attachments hereto. Any objection to any of the terms and conditions of this solicitation may constitute a deficiency, which may make the offer unacceptable. Offerors are notified that the Government’s acceptance of an offer does not imply acceptance of the pricing rationale or assumptions. 5.0 CONTRACT UPDATES REQUIRED TO SUPPORT AWARD Prior to award, the Government will update the completed contract to generate a document suitable for contract award. These updates will include assigning the contract number and reformatting the contract document for entry into the Government contract-writing system, which may result in repagination of the document. The Offeror agrees that the Government may incorporate these updates unilaterally prior to award. CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-22 Alternative Line Item Proposal JAN 2017 52.211-14 Notice Of Priority Rating For National Defense, Emergency

Preparedness, and Energy Program Use APR 2008

52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2017 52.215-16 Facilities Capital Cost of Money JUN 2003 52.215-20 Requirements for Certified Cost or Pricing Data or

Information Other Than Certified Cost or Pricing Data OCT 2010

52.215-20 Alt I Requirements for Certified Cost or Pricing Data or Information Other Than Certified Cost or Pricing Data (Oct 2010) - Alternate I

OCT 2010

52.215-20 Alt II Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 2010) - Alternate II

OCT 1997

52.215-20 Alt III Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 2010) - Alternate III

OCT 1997

52.215-20 Alt IV Requirements for Certified Cost or Pricing Data or Information Other Than Certified Cost or Pricing Data (Oct 2010) - Alternate IV

OCT 2010

52.215-22 Limitations on Pass-Through Charges--Identification of Subcontract Effort

OCT 2009

52.237-10 Identification of Uncompensated Overtime MAR 2015 52.252-5 Authorized Deviations In Provisions APR 1984 252.203-7005 Representation Relating to Compensation of Former DoD

Officials NOV 2011

252.209-7008 Notice of Prohibition Relating to Organizational Conflict of Interest--Major Defense Acquisition Program

DEC 2010

252.215-7008 Only One Offer JUL 2019 252.215-7009 Proposal Adequacy Checklist JAN 2014 252.215-7013 Supplies and Services Provided by Nontraditional Defense

Contractors. JAN 2018

252.219-7000 Advancing Small Business Growth SEP 2016 252.225-7003 Report of Intended Performance Outside the United States

and Canada--Submission with Offer OCT 2015

252.234-7001 Notice of Earned Value Management System APR 2008

N0002421R5211 0005

Page 220 of 235

252.234-7002 Earned Value Management System MAY 2011 CLAUSES INCORPORATED BY FULL TEXT 52.211-2 AVAILABILITY OF SPECIFICATIONS, STANDARDS, AND DATA ITEM DESCRIPTIONS LISTED IN THE ACQUISITION STREAMLINING AND STANDARDIZATION INFORMATION SYSTEM (ASSIST) (APR 2014) (a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (1) ASSIST (https://assist.dla.mil/online/start/); (2) Quick Search (http://quicksearch.dla.mil/); (3) ASSISTdocs.com (http://assistdocs.com). (b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (1) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (2) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (End of provision) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price, Cost-Plus-Fixed-Fee, Cost-Plus-Incentive Fee, and Cost Only contract resulting from this solicitation.

(End of provision) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Ms. Sheila Utz, Contracting Officer (SEA 02564) Naval Sea Systems Command 1333 Isaac Hull Ave SE Stop 2040 Washington Navy Yard, DC 20376

N0002421R5211 0005

Page 221 of 235

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses & Provisions: http://farsite.hill.af.mil/vmfara.htm DFARS Clauses & Provisions: http://farsite.hill.af.mil/vmdfara.htm NMCARS Clauses & Provisions: http://farsite.hill.af.mil/vmnapsa.htm (End of provision) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) (a) Definitions. As used in this provision-- Controlled technical information, covered contractor information system, covered defense information, cyber incident, information system, and technical information are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. (b) The security requirements required by contract clause 252.204-7012 shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (c) For covered contractor information systems that are not part of an information technology service or system operated on behalf of the Government (see 252.204-7012(b)(2))-- (1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, ``Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations'' (see http://dx.doi.org/10.6028/NIST.SP.800-171) that are in effect at the time the solicitation is issued or as authorized by the contracting officer not later than December 31, 2017. (2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that are in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of— (A) Why a particular security requirement is not applicable; or (B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection.

N0002421R5211 0005

Page 222 of 235

(ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract. (End of provision) L-204-H001 FACILITY SECURITY CLEARANCE (NAVSEA) (OCT 2018) (a) No award will be made to any offeror which does not possess a facility security clearance issued by the Defense Security Service at the level stated in the Contract Security Classification Specification, DD Form 254. Naval Sea Systems Command will initiate appropriate security clearance action for any apparent successful offeror which does not already possess such clearance. The Government is not obligated to delay award pending security clearance of any offeror. (b) The security classification of this procurement is specified in the Contract Security Classification Specification, DD Form 254, attached hereto.

(End of provision) L-204-H003 NOTIFICATION OF USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA) (APR 2019) (a) NAVSEA may use a contractor to manage official contract files hereinafter referred to as "the support contractor", including the official file supporting this procurement. These official files may contain information that is considered a trade secret, proprietary, business sensitive or otherwise protected pursuant to law or regulation, hereinafter referred to as “protected information”. File management services consist of any of the following: secretarial or clerical support; data entry; document reproduction, scanning, imaging, or destruction; operation, management, or maintenance of paper-based or electronic mail rooms, file rooms, or libraries; and supervision in connection with functions listed herein. (b) The cognizant Contracting Officer will ensure that any NAVSEA contract under which these file management services are acquired will contain a requirement that (1) The support contractor not disclose any information; (2) Individual employees are to be instructed by the support contractor regarding the sensitivity of the official contract files; (3) The support contractor performing these services be barred from providing any other supplies and/or services, or competing to do so, to NAVSEA for the period of performance of its contract and for an additional three years thereafter unless otherwise provided by law or regulation; and, (4) In addition to any other rights the offeror may have, it is a third party beneficiary who has the right of direct action against the support contractor, or any person to whom the support contractor has released or disclosed Protected Information, for the unauthorized duplication, release, or disclosure of such Protected Information.

N0002421R5211 0005

Page 223 of 235

(c) Submission of a proposal will be considered as consent to NAVSEA's permitting access to any information, irrespective of restrictive markings or the nature of the information submitted, by its file management support contractor for the limited purpose of executing its file support contract responsibilities. (d) NAVSEA may, without further notice, enter into contracts with other contractors for these services. Offerors are free to enter into separate non-disclosure agreements with the file support contractor. Contact the Procuring Contracting Officer for contractor specifics. However, any such agreement will not be considered a prerequisite before information submitted is stored in the files or otherwise encumber the government.

(End of provision) L-209-H009 NOTIFICATION OF POTENTIAL ORGANIZATIONAL CONFLICT(S) OF INTEREST (NAVSEA) (DEC 2018) (a) Offerors are reminded that certain existing contractual arrangements may preclude, restrict or limit participation, in whole or in part, as either a subcontractor or as a prime contractor under this competitive procurement. Of primary concern are those contractual arrangements in which the Offeror, if the awardee of the contract under this solicitation, would provide support to PEO IWS 8.0, or related laboratories (if applicable), in support of operation of the office or any of its programs. General guidance may be found in FAR 9.505; however, this guidance is not all inclusive. The Offeror's attention is directed to the "Organizational Conflict of Interest" (or similar) text which may be contained in current or completed contract(s) which prohibits the prime or subcontractor from providing certain supplies or services to the Government as described above during the period of the current "support" contract(s) or for a period after completion of the "support" contract(s). Notwithstanding the existence or non-existence of an Organizational Conflict of Interest (OCI) clause or similar text in current or completed contract(s), the offeror shall comply with FAR 9.5 and identify whether an OCI exists or there is potential for an OCI and not rely solely on the presence of an OCI text (b) If a potential conflict of interest exists at any tier, each potential prime offeror shall notify the Contracting Officer within 14 days of the date of this solicitation. The Offeror shall provide: (1) the contract number and name and phone number of the Contracting Officer for the contract which gives rise to a potential organizational conflict of interest; (2) a copy of the requirement; (3) the statement of work (or technical instruction) from the existing contract; (4) a brief description of the type of work to be performed by each subcontractor under the competitive procurement; and (5) any additional information the Contracting Officer should consider in making a determination of whether a conflict of interest exists. The Government may independently verify the information received from the offeror. Notwithstanding the above, the Government reserves the right to determine whether a conflict of interest exists based on any information received from any source. (c) The Government will notify an offeror of any conflict of interest within 14 days of receipt of all required information. Those offerors deemed to have a conflict of interest may be ineligible for award under this solicitation. An Offeror’s failure to provide the information in a timely manner does not waive the Government's rights to make a conflict of interest determination. The offeror is notified that if it expends time and money on proposal preparation, such expenditure is at its own risk that the Government will not determine that an organizational conflict of interest exists. (d) Any potential prime contractor which proposes a subcontractor later determined to have a conflict of interest and deemed ineligible to participate in the current competition, may not be granted the opportunity to revise its proposal to remove the ineligible subcontractor. The Government reserves the right to determine which offerors remain in the competitive range through the normal source selection process. (e) If the offeror determines that a potential organizational conflict of interest does not exist at any tier, the offeror shall include a statement to that effect in its response to this solicitation.

(End of provision)

N0002421R5211 0005

Page 224 of 235

L-215-H004 INSTRUCTIONS FOR PRICING OF CONTRACT DATA REQUIREMENTS LIST (NAVSEA) (OCT 2018) (a) The Offeror shall complete the “Price Group” (Block 17) and “Estimated Total Price” (Block 18) of each data item on the Contract Data Requirements List (CDRL) of this solicitation using the following instructions:

(1) Block 17. Use the specified price group defined below in developing estimated prices for each data item on the DD Form 1423:

(a) Group I. Definition – Data which is not otherwise essential to the offeror’s performance of the primary

contracted effort (production, development, testing, and administration) but which is required by DD Form 1423.

(i) Estimated Price – Costs to be included under Group I are those applicable to preparing and assembling the data item in conformance with Government requirements, and the administration and other expenses related to reproducing and delivering such data items to the Government.

(b) Group II. Definition – Data which is essential to the performance of the primary contracted effort but

the offeror is required to perform additional work to conform to Government requirements with regard to depth of content, format, frequency of submittal, preparation, control, or quality of the data item.

(i) Estimated Price – Costs to be included under Group II are those incurred over and above the cost

of the essential data item without conforming to Government requirements, and the administration and other expenses related to reproducing and delivering such data items to the Government.

(c) Group III. Definition – Data which the offeror must develop for his internal use in performance of the

primary contracted effort and does not require any substantial change to conform to Government requirements with regard to depth of content, format, frequency of submittal, preparation, control, or quality of the data item.

(i) Estimated Price – Costs to be included under Group III are the administrative and other expenses

related to reproducing and delivering such data items to the Government.

(d) Group IV. Definition – Data which is developed by the contractor as part of his normal operating procedures and his effort in supplying these data to the Government is minimal.

(i) Estimated Price – Group IV items should normally be shown on the DD Form 1423 at no cost.

(2) Block 18. For each data item, enter an amount equal to that portion of the total price which is

estimated to be attributable to the production or development for the Government of that item of data. The estimated data prices shall be developed only from those costs which will be incurred as a direct result of the requirement to supply the data, over and above those costs which would otherwise be incurred in performance of the contract if no data were required. The entry “N/C” for “no charge” will be acceptable. The estimated price shall not include any amount for rights in data. The Government’s rights to use the data shall be governed by the pertinent provisions of the contract.

(End of provision) L-219-H001 SUBMISSION OF SMALL BUSINESS SUBCONTRACTING PLAN (NAVSEA) (JAN 2019) Offeror shall submit as part of its proposal a subcontracting plan in accordance with the clause entitled "Small Business Subcontracting Plan" (FAR 52.219-9) (Deviation 2018-O0018). The plan shall include a five percent (5%) goal for small disadvantaged business concerns or a detailed explanation as to why the goal cannot be included in the plan.

N0002421R5211 0005

Page 225 of 235

(End of provision)

N0002421R5211 0005

Page 226 of 235

Section M - Evaluation Factors for Award 1.0 GENERAL The Government’s evaluation of the Offeror’s proposal will be based upon the information submitted by the Offeror and any other relevant information available to the Government. All proposals will be evaluated for compliance with the terms, conditions and requirements set forth in this solicitation. The proposal must demonstrate to the Government that the Offeror will satisfy all requirements for each evaluation factor. The Government will evaluate each factor on a stand-alone basis; however, proposal information provided for one factor may be used to assist the Government in evaluating other factors. The Government will reject as non-compliant any proposal that takes exception to the terms and conditions in the solicitation. IMPORTANT: All security requirements will be evaluated in accordance with Attachment J-7. In order to be considered for contract award under this procurement, the Offeror must possess a Defense Security Service SECRET facility clearance with SECRET personnel clearances and SECRET safeguarding capability, all issued by the United States Government. If, after evaluation of proposals, an Offeror has not been granted such clearance and may otherwise be entitled to an award, the Government may deem the Offeror non-compliant and may no longer be considered if such clearance is not received before award. The Government is not obligated to delay award pending security clearance of any Offeror. However, this decision does not constitute that such clearance will not be granted. The Government will evaluate each Offeror’s understanding of the requirements described in this solicitation and ability to perform the work on the basis of its proposal and the solicitation evaluation criteria. It is the Offeror’s responsibility to provide information and evidence that clearly demonstrates its ability to satisfactorily perform the contract requirements in accordance with the factors outlined herein. All information submitted as part of the proposal will be used to evaluate the Offeror’s capability to perform and understanding of the contract requirements. The Government reserves the right to change any of the terms and conditions of this solicitation by amendment at any time prior to contract award and to allow Offerors to revise their offers as authorized by FAR 15.307. The Government plans to award a single contract resulting from this solicitation to the responsible Offeror whose proposal offers the best value to the Government. The Government reserves the right to award no contracts at all depending upon the quality of proposals received and the availability of funds. Evaluation of options will not obligate the Government to exercise the option(s). Offerors are required to meet all solicitation requirements, including terms and conditions and representations and certifications (Section K) and to provide all information required by Section L of this solicitation. Failure to comply with all of the solicitation requirements may result in the removal of the Offeror from consideration for award. The Government reserves the right to eliminate from competition any proposal determined to be unacceptable. To be determined acceptable, the offer must manifest the Offeror’s assent without exception to the terms and conditions of the solicitation, including Section J attachments. An “Unacceptable” rating for any single factor may render the entire proposal ineligible for award. If an Offeror is found unacceptable in a factor rating, then the Offeror’s cost proposal may not be evaluated. EVALUATION FACTORS The Government will evaluate the Offeror’s proposal in accordance with the following factors: Factor 1: Technical Approach (Adjectival) Element 1 Combat System Integration Element 2 Waterfront Integration and Test Element 3 Integration Systems Engineering Element 4 Personnel Element 5 Sample Problems

N0002421R5211 0005

Page 227 of 235

Factor 2: Management Approach (Acceptable/Unacceptable) Element 1 Management Plan Element 2 Management Processes Element 3 Small Business Factor 3: Data Rights (Adjectival) Factor 4: Past Performance (Acceptable/Unacceptable) Factor 5: Total Evaluated Cost/Price Within certain evaluation factors, the solicitation specifies a set of topic areas or elements. Elements serve as a means of organizing the proposal structure and streamlining the evaluation process. Elements are not sub-factors and, as such, the Government will not assign ratings to individual elements. 1.1 FACTOR 1: TECHNICAL APPROACH, VOLUME I WITH SUPPLEMENTAL INFORMATION IN VOLUME III The Government will assign an adjectival rating to Factor 1. The Government will evaluate this Factor based on the Offeror's demonstration of understanding and approach from all aspects of the proposal submission as required in Section L 3.1 and the SOW to demonstrate knowledge and a thorough understanding of the solicitation requirements. The evaluation of Factor 1 will include review of the five (5) Elements to assess the degree to which the Offeror’s proposed technical approach will comply with the Government’s requirements and provide a reasonable explanation of the proposed methodology and procedures to be followed. For Factor 1, Element 1, CS Ship Integration, the Government will evaluate the Offeror’s demonstration of understanding their responsibility to integrate elements into the LCS and LUSV Class Ships as described in Section L 3.1.1. For Factor 1, Element 2, Waterfront Integration and Test, the Government will evaluate the Offeror’s demonstration of understanding their responsibility for the activation, test, and delivery of a fully integrated and ready CS as described in Section L 3.1.2. For Factor 1, Element 3, Integration Systems Engineering, the Government will evaluate the Offeror’s understanding and approach to study, investigate, and resolve issues related to the physical integration of LCS and LUSV CS and its components, and manage the engineering efforts for CS SI&T including areas of topside and below deck design, cabling, power, cooling, alignment and environmental qualifications as described in Section L 3.1.3. For Factor 1, Element 4, Personnel, a. Staffing Plan, the Government will evaluate the Offeror’s understanding of staffing personnel appropriately to perform the requirements as described in Section L 3.1.4. For Factor 1, Element 4, Personnel, b. Key Personnel, the Government will evaluate the qualifications listed in each individual proposed Key Personnel resume based on Attachment J-27, Key Personnel Definitions to ensure it meets the minimum qualifications as described in Section L 3.1.4. The qualifications listed in each individual proposed Key Personnel resume, not the specific individual, are the materially relevant aspects of the proposed Key Personnel partially forming the basis of award under C-237-H002, Substitution of Personnel (NAVSEA)(OCT 2018). Therefore, even if a proposed Key individual becomes unavailable to the Offeror between proposal submission and award, the Government will evaluate and make its award decision based on the qualifications listed on the proposed resume(s). When the Government awards a contract under those circumstances, the Government will require the awardee to use the qualifications listed on the relevant proposed Key Personnel resume as the basis for replacing that individual under C-237-H002 during contract performance.

N0002421R5211 0005

Page 228 of 235

For Factor 1, Element 4, Personnel, c. Use of Notional Labor Mix as described in Section L 3.1.4, the Government will evaluate: 1) the appropriateness of the proposed hours and labor mix to successfully perform the Offeror’s technical approach, 2) the benefits of the Offeror’s proposed hours and labor mix for the Government, and 3) the risks posed to the Government by the Offeror’s proposed hours and labor mix, For Factor 1, Element 5, Sample Problems, the Government will evaluate the Offeror’s knowledge, understanding, and demonstration of a practical application of the Offeror’s proposed technical approach to resolve the sample problems as described in Section L 3.1.5. The Government will evaluate the degree to which the Offeror's sample problem responses clearly demonstrate knowledge and ability to perform the work areas implicated by the sample problem. The Government will evaluate the degree of risk associated with the methodology(ies) and analytical techniques the Offeror applies to fulfilling the stated requirements. This evaluation will include assessment of whether the answers propose a realistic solution to the requirements; correctly identify the necessary products the contractor would be required to develop; and offer a logical sequence of tasks to successfully accomplish the requirements of the scenario. The answer shall be addressed as if they were completion efforts. In evaluating the Offeror’s sample problem responses, the Government will evaluate both 1) the sufficiency of the resulting problem solution and; 2) the quality of analysis demonstrated by the supporting materials and analysis included with the sample problem responses. The evaluation of all Factor 1 elements are taken in totality to arrive at an adjectival rating for Factor 1. The elements will not receive their own adjectival ratings. 1.2 FACTOR 2: MANAGEMENT PROCESS WITH SUPPLEMENTAL INFORMATION IN VOLUME III The Management Process factor will be rated on an Acceptable/Unacceptable basis. The Government will evaluate this Factor based on the acceptability of the Offeror's proposed management approach as required in Section L 3.2 and the SOW. The evaluation of Factor 2 will include the review of the three (3) Elements to assess the Offeror’s overall management competence to effectively plan, execute, manage, and support the solicitation requirements For Factor 2 Element 1, Management Plan, the Government will evaluate the acceptability of the Offeror’s proposed management plan based on the degree to which the Offeror addressed all content required by Section L 3.2.1. Factor 2, Element 2, Management Process, the Government will evaluate the acceptability of the Offeror’s proposed management process based on the degree to which the Offeror addressed all content required by Section L 3.2.2. Factor 2, Element 3, Small Business, the Government will evaluate the acceptability of the Offeror’s proposed small business participation based on the degree to which the Offeror addressed all content required by Section L3.2.3.Offeror This element will not be applicable if the Offeror is a Small Business. The evaluation of all Factor 2 elements are taken in totality to arrive at a rating for Factor 2. The elements will not receive their own ratings. 1.3 FACTOR 3: DATA RIGHTS The Government will assign an adjectival rating to this factor. The Government will evaluate Data Rights licenses using information in the proposal to assess the extent to which the license rights in noncommercial and commercial Technical Data (TD), Computer Software (CS), and Computer Software Documentation (CSD) offered to the Government affect the unimpeded, innovative, and cost effective operation, maintenance, repair, overhaul, modernization, and upgrade of Small Surface Combatant Combat System Ship Integration and Test (SSC CS SI&T) throughout its lifecycle (to include third party payloads), and allow for the open and competitive procurement of SSC CS SI&T requirements. Noncommercial TD, CS and CSD: The Government desires at least a Government Purpose Rights (GPR) license (as defined in DFARS 25.227-7013 and DFARS 252.227-7014) in noncommercial TD, CS, and CSD, including object code, executable code and source code. At a minimum, the Government desires GPR license (or equivalent)

N0002421R5211 0005

Page 229 of 235

to allow the Government (including its third party contractors) to sustain the Small Surface Combatant Combat System Ship Integration and Test (SSC CS SI&T) over their life cycle to operate, test, maintain, repair, modernize, upgrade, and replace components, equipment, and parts of the Small Surface Combatant Combat System Ship Integration and Test (SSC CS SI&T). Nothing changes the Government’s unlimited rights in technical data or noncommercial computer software and noncommercial computer software documentation pursuant to DFARS 252.227-7013, 252.227-7014, and 252.227-7018, including data 1) related to form, fit, and function and 2) necessary for installation, operation, maintenance, or training purposes (other than detailed manufacturing or process data). The Government will also assess the extent to which the rights support a full and open competition for follow-on production. Offerors that propose at least a GPR license to the Government may receive a more favorable evaluation. Proposals will not be rated as UNACCEPTABLE because an Offeror does not offer at least a GPR license. Proposals will not be assigned a weakness for SBIR data rights that the Offeror appropriately asserts under the DFARS data rights clauses contained in the solicitation. The Government will evaluate the impact of less than a GPR license in its best value determination.Offerors that propose at least a GPR license to the Government may receive a more favorable evaluation. Proposals will not be rated as UNACCEPTABLE because an Offeror does not offer a GPR license. The Government will evaluate the adverse impact of less than a GPR license in its best value determination. Commercial TD, CS and CSD: The Government will evaluate the extent to which commercial TD, CS and CSD licenses meet the Government’s intent described in the first paragraph above. Offerors may receive a more favorable evaluation depending on the rights asserted. The Government will conduct an evaluation of risks associated with the offered rights for both noncommercial and commercial TD, CS, and CSD licenses and this risk will impact the assigned adjectival rating for this factor. Use of proprietary algorithms, designs, processes, or interfaces will be evaluated based on the extent to which they affect the Government's overall goal and ability to acquire an open SSC CS SI&T design . The Government will evaluate each item of TD, CS, and CSD at the most favorable level of rights offered. For example, if an Offeror were to assert limited rights in a given item of TD, but also offered the Government an opportunity to purchase obtain a GPR license for that item at a price proposed under CLIN 0021, then the Government would evaluate that item as though the Offeror had proposed to provide the Government a GPR license in that item. In the event an Offeror proposes to deliver solutions with less than such rights as desired by the Government, the Government will evaluate the degree to which the Offeror’s projected data rights approach affects unimpeded, cost effective repair, maintenance, modernization, the implementation and upgrade of Small Surface Combatant Combat System Ship Integration and Test (SSC CS SI&T) sections throughout their lifecycles, and allow for the open and competitive procurement of SSC CS SI&T sustainment requirements and follow-on production.  1.4 FACTOR 4: PAST PERFORMANCE The Past Performance factor will be rated on an Acceptable/Unacceptable basis. The Government will use information provided by the Offeror, as well as any other information deemed necessary as noted in Section L 3.5 to assess the Offeror’s ability to meet the solicitation requirements. This assessment will be based on a demonstrated record of past performance, taking into consideration the recency and relevancy of the past performance data. The Government may also evaluate the past performance of an Offeror’s proposed subcontractors. In the investigation of an Offeror’s past performance, the Government reserves the right to contact former customers, Government agencies and other private and public sources of information. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, unknown past performance shall be considered acceptable. The evaluation will include information provided by the Offeror demonstrating compliance with the requirements of FAR 52.219-8 and 52.219-9. 1.5 FACTOR 5: TOTAL EVALUATED COST/PRICE

N0002421R5211 0005

Page 230 of 235

The Government will determine a Total Evaluated Cost/Price for each proposal. The Government will evaluate the Offeror’s cost/price proposal for completeness, materially balanced pricing and reasonableness. An Offeror’s cost/price proposal may be deemed non-compliant if, in the judgment of the Government, the cost/price proposal is incomplete, erred, or does not accurately reflect the Offeror’s proposed effort in meeting the requirements, thereby indicating that the Offeror does not understand the scope of the technical requirements. Any inconsistency, whether real or apparent, between promised performance and cost or price shall be explained in the proposal. The Government will evaluate proposed pricing in the Offeror’s proposal for all CLINs. Pertinent cost information, including but not limited to DCAA and/or DCMA recommended rates for such costs as direct labor, overhead, G&A, etc., as necessary and appropriate, will be used to arrive at the Government's determination of the probable cost to be incurred in the performance of this contract. If proposed costs are considered to be unrealistic, including unrealistic labor and/or indirect rates, the Offeror's proposed costs will be adjusted upward where appropriate. If there are any discrepancies between Section B and the Offeror’s Cost/Price Proposal, for evaluation purposes, the Offeror’s Total Evaluated Cost/Price will be either the Cost/Price Proposal pricing as adjusted for cost realism purposes or the unadjusted electronic Section B pricing, whichever is higher. An offer rated Unacceptable in one or more factors may not be further evaluated for award. A cost realism may not be conducted on an unacceptable offer. Subcontractors with T&M and FFP Proposals will not be evaluated for cost realism. Any inconsistencies between proposed technical performance and cost, whether real or apparent, should be explained in the supporting cost data section. The burden of proof for cost credibility rests with the Offeror. Offerors are cautioned that to the extent proposed costs appear unrealistic, the Government may infer either a lack of understanding of the requirements, increased cost or performance risk, or lack of credibility on the part of the Offeror. The Government will include the CLIN 0021 (Data Rights License Upgrade Option) price in the TEP. (Note: The Data Rights License Upgrade Option price includes the sum of Attachment J-25B license upgrade option items proposed) NOTE: The Government reserves the right to consider reasonable and realistic substantiating data from any other sources. Such sources include, but are not limited to, historical performance data from NAVSEA contracts, information from DCAA, and information from DCMA. If Offerors are aware of any contradictory cost data, particularly recent audits or performance data that indicate higher costs than their proposed costs, Offerors should explain why the substantiating data they provide is a more realistic estimate of the costs they would incur during performance than the contradictory data. Again, Offeror’s are cautioned that the burden of cost credibility rests with them, so they must justify the realism of their proposed costs. Completeness The Government will review the Offeror’s price proposal to verify compliance with Section L and completeness, adequacy and accuracy of all submitted documents. The Government may reject a proposal if determined that it is non-compliant, incomplete, inadequate or inaccurate. Materially Balanced The Government may determine a price proposal non-compliant if the proposed price, including option prices, is found to be unbalanced. A price is unbalanced when the price of one or more CLINs is significantly over or understated, as indicated by the application of price and/or cost analysis techniques. The Government will not adjust the proposed costs/prices due to unbalanced pricing. Reasonableness The Government will verify adequate price competition exists in accordance with the procedures identified in FAR 15.403-1(c)(1). Normally, adequate price competition establishes a fair and reasonable price; however, discussions may be necessary if the Government determines initially proposed costs/prices to be unreasonable. In the event that the Government determines adequate price competition exists and the proposed costs/prices are fair and reasonable, the Government may award a contract without discussions. NOTE: The Navy will not conduct a detailed cost realism analysis of any Offeror's minor subcontractor costs. Nevertheless, the Navy will review these proposed costs and hours for consistency with the rest of the Offeror's

N0002421R5211 0005

Page 231 of 235

proposal and may adjust minor subcontractor cost or hours for lack of consistency with the rest of the Offeror's proposal. 1.5.1 TOTAL EVALUATED PRICE METHODOLOGY The Government will determine a Total Evaluated Cost/Price for each proposal using the evaluation methodology outlined herein. The Government will perform cost realism analysis of all proposed Cost Plus Incentive Fee (CPIF) and Cost Plus Fixed Fee (CPFF) CLINs. The Government will evaluate cost realism to verify that the Offeror's price proposal is realistic for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the various elements of the Offeror's technical proposal. As part of the cost realism analysis, the Government may adjust proposed costs upward only to reflect the probable cost of performance. The Government will NOT perform cost realism analysis or price realism analysis for any proposed prices for fixed price line items under this solicitation. The Government will perform price analysis to determine price reasonableness. The Government will determine the Offeror’s Total Evaluated Cost/Price by summing the evaluated values for each priced line item according the methodology described below. The Offeror’s Total Evaluated Price will be calculated by adding the following attributed values:

CLIN Description Attributed Value

CPIF Target Cost+Target Fee

0001 Develop Program Management Documents

0002 Freedom - Develop CS Test Procedures

0003 Independence - Develop CS Test Procedures

0004; [1004-6004] LUSV - Develop CS Test Procedures

0005; [1005-9005] Freedom - Develop CS Space Arrangement Drawings

0006; [1006-9006] Independence - Develop CS Space Arrangement Drawings

0007; [1007-9007] LUSV - Develop CS Space Arrangement Drawings

0008; [1008-9008] Freedom - CS Ship Integration Eng and Test Planning

0009; [1009-9009] Independence - CS Ship Integration Eng and Test Planning

0010; [1010-9010] LUSV - CS Ship Integration Eng and Test Planning

0011; [1011-9011] Freedom - waterfront integration & test

0012; [1012-9012] Independence - waterfront integration & test

0013; [1013-9013] LUSV - waterfront integration & test

[2014-9014] Freedom - post delivery & post industrial CS test & trials support

[2015-9015] Independence - post delivery and post industrial CS test and trials support

[2016-9016] LUSV - post delivery and post industrial CS test and trials support

COST Cost

[0022-9022] Performance Incentive Fee assoc w/ [0011-9011]

[0023-9023] Performance Incentive Fee assoc w/ [0012-9012]

[0024-9024] Performance Incentive Fee assoc w/ [0013-9013]

CPFF Estimated Cost + Fee

N0002421R5211 0005

Page 232 of 235

0017; [1017-9017] Engineering Services

COST Cost

0018; [10018-9018] ODCs $28,951,000

FFP Estimated Cost +Profit

0019 PIO $1,096,000 + profit

FFP Net Amount

0021; [0021AA-0022Ax]

Data Rights License Upgrade Option

TEP $X

1.5.1.1 COST PLUS INCENTIVE LINE ITEMS (CLINs 0001-0013 and Option CLINs 1004-6004, 1005-9005, 1006-9006, 1007-9007, 1008-9008, 1009-9009, 1010-9010, 1011-9011, 1012-9012, 1013-9013, 2014-9014, 2015-9015, 2016-9016) The evaluated CPIF will be determined by adding the proposed Target Cost and Target Fee (rounded to whole dollars). This proposed estimated cost will be adjusted by the Government for cost realism where appropriate. The evaluated minimum and maximum fees will be validated for compliance with the limits set forth in Section L 3.6.3.2. 1.5.1.2 COST PLUS FIXED FEE ENGINEERING SERVICE LINE ITEMS (CLINS 0017 and Options CLINs 1017-9017) The evaluated CPFF will be determined by adding the estimated costs and fixed fees. The proposed estimated cost will be adjusted by the Government for cost realism where appropriate. 1.5.1.3 COST ONLY OTHER DIRECT COSTS LINE ITEMS (CLINS 0018 and Option CLINs 1018-9018) The evaluated price will be determined by applying the Government-provided value for each CLIN. The evaluated price will be the sum of the Government-provided values. 1.5.1.4 PERFORMANCE INCENTIVE FEE (OPTION CLINS 0022 -9022, 0023-9023, 0024-90240 The evaluated price will be determined by applying the Government provided PIF percentage of 4% in accordance with Section B, Note D for each CLIN. The evaluated price will be the sum of the Government-calculated values. 1.5.1.5 FIRM-FIXED-PRICE DATA RIGHTS LICENSE UPGRADE OPTION ITEM (OPTION CLIN(S) 0021, 0021AA, 0021AB, ETC. ) The total evaluated price for Data Rights/License Fees, CLIN 0021 is the total price of the Offeror’s proposed Option CLIN 0021 in Section B. The TEP will be calculated IAW the Table identified in Section M 1.5.1. The Government will include the CLIN 0021 (Data Rights License Upgrade Option price in the TEP. (Note: The Data Rights Upgrade Option CLIN price includes the sum of 25B license upgrade option SLINs proposed). 1.5.1.6 PROVISIONED ITEMS ORDER LINE ITEM (CLIN 0019) The evaluated price will be determined by adding the Government cost estimate and the proposed profit for the CLIN. 1.6 BASIS FOR AWARD The Government intends to award a single contract to the responsive and responsible Offeror whose proposal represents the best value to the Government based on consideration of the evaluation factors outlined in this solicitation. The best value to the Government is that proposal that meets the requirements of this solicitation and that is determined to be the most advantageous to the Government, considering all of the evaluation factors. The best value proposal will be selected using a tradeoff process, as defined in FAR 15.101-1, which permits tradeoffs among cost and non-cost factors. Accordingly, the Government may accept other than the lowest cost proposal where the

N0002421R5211 0005

Page 233 of 235

perceived benefits of the higher cost proposal merit the additional cost. Conversely, the Government may select a lower-cost, lower rated proposal if the Government determines that the premium associated with the higher-rated proposal is not justified. Further, the Government may cease evaluation of any proposals that it determines are nonresponsive, unacceptable, or otherwise ineligible for award. In making its best value determination, the Government will consider the relative importance of the factors. 1.7 RELATIVE IMPORTANCE OF FACTORS The Technical Approach (Factor 1) is significantly more important than Data Rights (Factor 3). The Management Approach (Factor 2) and Past Performance (Factor 4) are rated acceptable/unacceptable. All non-priced factors, when combined, are significantly more important than the Total Evaluated Cost/Price (Factor 5). However, as competing proposals approach parity in the non-price factors, Factor 5 will increase in importance. Within Factor 1, all elements are evaluated in totality to arrive at an adjectival rating. The elements will not receive their own adjectival ratings. 1.8 ADJECTIVAL RATING PROCESS The tradeoff source selection process will be used for the technical proposal evaluation (see FAR 15.101-1). The Government will evaluate the significant strengths, strengths, weaknesses, significant weaknesses, deficiencies, and risks associated with each Offeror’s proposed technical approach. Following the evaluation, a combined technical/risk rating will be assigned for Factors 1 and 3. The combined technical/risk rating reflects the degree to which the proposed approach meets or does not meet the minimum performance or capability requirements through an assessment of the strengths, weaknesses, deficiencies, and risks of a proposal. In assessing Factors 1 and 3, the Government will apply the following adjectival ratings and definitions for a combined technical/risk rating: It is recognized that a proposal need not have all aspects of the rating description to be rated accordingly.

Table M-1: Adjectival Rating Standards

Color Rating Adjectival Rating Description

Blue Outstanding Proposal indicates an exceptional approach and understanding of the requirements and contains multiple strengths, and risk of unsuccessful performance is low.

Purple Good Proposal indicates a thorough approach and understanding of the requirements and contains at least one strength, and risk of unsuccessful performance is low to moderate.

Green Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements, and risk of unsuccessful performance is no worse than moderate.

Yellow Marginal Proposal has not demonstrated an adequate approach and understanding of the requirements and/or risk of unsuccessful performance is high.

Red Unacceptable

Proposal does not meet requirements of the solicitation, and thus, contains one or more deficiencies, and/or risk of unsuccessful performance is unacceptable. Proposal is unawardable.

N0002421R5211 0005

Page 234 of 235

The adjectival ratings described are guides and a proposal need not have all aspects of the rating description to be rated accordingly. 1.8.1 DEFINITIONS OF GENERAL TERMS IN ADJECTIVAL RATINGS STANDARDS The Government will apply the following definitions in the evaluation process for factors rated on an adjectival basis: Significant Strength – An aspect of an Offeror’s proposal that exceeds specified performance or capability requirements in a way that will be advantageous to the Government during contract performance and appreciably decreases the risk of unsuccessful performance. Strength – An aspect of an Offeror’s proposal that has merit or exceeds specified performance or capability requirements in a way that will be advantageous to the Government during contract performance. Weakness – A flaw in the proposal that increases the risk of unsuccessful contract performance (per FAR 15.001). Significant Weakness – A flaw that appreciably increases the risk of unsuccessful contract performance (per FAR 15.001). Deficiency – A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level (per FAR 15.001). 1.9 ACCEPTABILITY RATING PROCESS The Government will evaluate each proposal as acceptable/unacceptable for the Management Approach (Factor 2) and Past Performance (Factor 4) factors. Based on this evaluation, the Government will make acceptability determinations for each factor (see FAR 15.101-2). 1.9.1 FACTOR 2 ACCEPTABILITY RATINGS In assessing the Management Approach factor, the Government will apply the following definitions of acceptable or unacceptable: Acceptable – Proposal meets the requirements of the solicitation Unacceptable – Proposal does not meet the requirements of the solicitation 1.9.2 FACTOR 4 ACCEPTABILITY RATINGS In assessing the Past Performance factor, the Government will apply the following definitions of acceptable or unacceptable: Acceptable – Based on the Offeror’s performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror’s performance record is unknown. Unacceptable – Based on the Offeror’s performance record, the Government does not have a reasonable expectation that the Offeror will be able to successfully perform the required effort. 1.10 EVALUATION METHODOLOGY When evaluating an Offeror’s proposal, the Government may elect to evaluate the acceptability of Factors 2 and 4 prior to evaluating other factors. In the event that the Government rates an Offeror’s proposal unacceptable in either Factor 2 or 4, the Government may eliminate that Offeror’s proposal from the competitive range without evaluating the proposal on any other factor.

N0002421R5211 0005

Page 235 of 235

1.11 AWARD DETERMINATION Award will be made to the proposal that is determined to be acceptable in Factors 2 and 4, and represents the best value to the Government after a comparative assessment of each Offeror’s proposal for Factors 1 and 3 and 5.