€¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho...

40
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 13 03-Jul-2013 1300359303 N/A 6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S2101A NSWC, CRANE DIVISION 300 Highway 361 - Building 64 Crane IN 47522-5001 [email protected] 812-854-4771 Ext. 4771 DCMA Baltimore 217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD 21202-5299 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4042-FC15 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 02-Jun-2009 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) by mutual agreement E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Gary L. Lindley, Contract Administrator Don Feaster, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Gary L. Lindley 03-Jul-2013 BY /s/Don Feaster 03-Jul-2013 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7

Upload: others

Post on 25-Apr-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)13 03-Jul-2013 1300359303 N/A

6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S2101A

NSWC, CRANE DIVISION

300 Highway 361 - Building 64

Crane IN 47522-5001

[email protected] 812-854-4771 Ext. 4771

DCMA Baltimore

217 EAST REDWOOD STREET, SUITE 1800

BALTIMORE MD 21202-5299

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

URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

[X] N00178-04-D-4042-FC15 10B. DATED (SEE ITEM 13)

CAGECODE

34157 FACILITY CODE 02-Jun-2009

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

SEE SECTION G

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

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

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

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

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

[X] D. OTHER (Specify type of modification and authority)by mutual agreement

E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office.14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Gary L. Lindley, Contract Administrator Don Feaster, Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Gary L. Lindley 03-Jul-2013 BY /s/Don Feaster 03-Jul-2013

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

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

1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7

Page 2: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

GENERAL INFORMATION

The purpose of this modification is to 1) update clause in Section G, 2) add a clause in Section G and3) provide incremental funding.Accordingly, said Task Order is modified as follows:

1) UPDATE CLAUSE HQ G-2-0007 WITH HQ G-2-0009 IN SECTION G:

Update clause HQ G-2-0007 with HQ G-2-0009 as shown below:

FROM:

HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)

(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OF PAYMENTREQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD WideArea Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract. The web-based system located at https://wawf.eb.mil provides the technology for government contractors andauthorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-relateddocumentation in a paperless environment. Invoices for supplies/services rendered under this contract shall besubmitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted forpayment.

(b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR)Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use the onlinetraining system for WAWF at https://wawftraining.eb.mil. The Vendor, Group Administrator (GAM), and sectionsmarked with an asterisk in the training system should be reviewed. Vendor documentation is available underResources at http://wawftraining.com.

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

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

Type of Document(s) (contracting officer check all that apply)

___ Invoice (FFP Supply & Service)

___ Invoice and Receiving Report Combo (FFP Supply)

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

___ Receiving Report (FFP, DD250 Only)

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

Issue DODAAC __N00164________

Admin DODAAC __S2101A________

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 2 of 7

FINAL

Page 3: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

Pay Office DODAAC __HQ0338________

Inspector DODAAC ________________

Service Acceptor DODAAC ___N00164________

Service Approver DODAAC ___N00164________

Ship To DODAAC ________________

DCAA Auditor DODAAC ___N/A__________

LPO DODAAC ________________

Inspection Location ________________

Acceptance Location ________________

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

(e) The Contractor agrees to segregate costs incurred under this task order at the lowest level of performance, eithertask or subtask, rather than on a total task order basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in WAWF for invoices shall include summaries of work charged during the periodcovered as well as overall cumulative summaries by individual labor categories, rates and hours (both straight timeand overtime) invoiced; as well as, a cost breakdown of ODCs (materials and travel), by line item task or subtask. Subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime)invoice; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may beencrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may emailencryption code information directly to the Contracting Officer and Contracting Officer Representative. Should thesubcontractor lack encryption capability, the subcontractor may also email detailed supporting cost informationdirectly to the Contracting Officer and Contracting officer Representative; or other method s agreed to by theContracting Officer.

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

Send Additional Email Notification To:

Contracting Officer's Representative (COR)Bonnie HeuringCode CXMLM Building 121300 Highway 361Crane, IN 47522-5001Phone: 812-854-1021Fax: 812-854-6836

e-mail: [email protected]

(g) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 3 of 7

FINAL

Page 4: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

process invoices/cost vouchers for payment per contract terms. Contractors approved by DCAA for direct billingwill submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO.

(h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number.

(End of Text)

TO:

HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC

INVOICING (NAVSEA) (SEP 2012)

(a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), asapplicable, at the lowest level of performance, either at the technical instruction (TI), sub lineitem number (SLIN), or contract line item number (CLIN) level, rather than on a totalcontract/TO basis, and to submit invoices reflecting costs incurred at that level. Supportingdocumentation in Wide Area Workflow (WAWF) for invoices shall include summaries of workcharged during the period covered as well as overall cumulative summaries by individual laborcategories, rates, and hours (both straight time and overtime) invoiced; as well as, a costbreakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. Forother than firm fixed price subcontractors, subcontractors are also required to provide laborcategories, rates, and hours (both straight time and overtime) invoiced; as well as, a costbreakdown of ODCs, materials, and travel invoiced. Supporting documentation may beencrypted before submission to the prime contractor for WAWF invoice submittal.Subcontractors may email encryption code information directly to the Contracting Officer (CO)and Contracting Officer Representative (COR). Should the subcontractor lack encryptioncapability, the subcontractor may also email detailed supporting cost information directly to theCO and COR; or other method as agreed to by the CO.

(b) Contractors submitting payment requests and receiving reports to WAWF using eitherElectronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately sendan email notification to the COR and CO on the same date they submit the invoice in WAWF. Nopayments shall be due if the contractor does not provide the COR and CO email notification asrequired herein.

2) ADD CLAUSE TO SECTION G:

Add Clause 252.232-7006 to Section G as shown below:

252.232-7006 Wide Area Work Flow Payment Instructions.

As prescribed in 232.7004(b), use the following clause:

WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause—

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 4 of 7

FINAL

Page 5: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

“Department of Defense Activity Address Code (DoDAAC)” is a six position code thatuniquely identifies a unit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation inWide Area WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification whenpayment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendorpayment requests and receiving reports, as authorized by DFARS 252.232-7003, ElectronicSubmission 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 Managementat https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures forself-registration available at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWFWeb-Based Training Course and use the Practice Training Site before submitting paymentrequests through WAWF. Both can be accessed by selecting the “Web Based Training” link on theWAWF 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 must use the following information whensubmitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

Cost Voucher_________________________________________________

(2) Inspection/acceptance location. The Contractor shall select the followinginspection/acceptance location(s) in WAWF, as specified by the contracting officer.

________N/A_______________________________________

(3) Document routing. The Contractor shall use the information in the Routing Data Table belowonly to fill in applicable fields in WAWF when creating payment requests and receiving reports inthe system.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 5 of 7

FINAL

Page 6: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

Pay Official DoDAAC HQ0338

Issue By DoDAAC N00164

Admin DoDAAC S2101A

Inspect By DoDAAC

Ship To Code

Ship From Code

Mark For Code

Service Approver (DoDAAC) N00164

Service Acceptor (DoDAAC) N00164

Accept at Other DoDAAC

LPO DoDAAC

DCAA Auditor DoDAAC

Other DoDAAC(s)

(4) Payment request and supporting documentation. The Contractor shall ensure a paymentrequest includes appropriate contract line item and subline item descriptions of the workperformed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevantback-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of eachpayment request.

(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below inthe “Send Additional Email Notifications” field of WAWF once a document is submitted in thesystem.

Bonnie HeuringCode CXMLM Building 121300 Highway 361Crane, IN 47522-5001Phone: 812-854-1021Fax: 812-854-6836

e-mail: [email protected]

(g) WAWF point of contact.

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

_________________________________________________________________

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 6 of 7

FINAL

Page 7: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

3) PROVIDE INCREMENTAL FUNDING:

Information SLINs, as shown below, are added to provide the incrementalfunding for Labor.

The clause Limitation of Funds (FAR 52.232-22) applies. The Governmentis not obligated to reimburse the Contractor for cost incurred in excessof $1,905,625.19 unless additional funds are made available and incorporatedas a modification to this order.

Section B and G are updated to reflect the below SLINs and ACRN additionsfor purposes of providing the incremental funding.

Labor Information SLINs for CLIN 4500 –SLIN ACRN REQ. NO. AMOUNT TI 450003 A9 1300359303 $230,619.30 001

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

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from $1,675,005.89 by$230,619.30 to $1,905,625.19.

CLIN/SLIN Type Of Fund From ($) By ($) To ($)450003 O&MN,N 0.00 230,619.30 230,619.30

The total value of the order is hereby increased from $2,140,715.00 by $0.00 to $2,140,715.00.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 7 of 7

FINAL

Page 8: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item PSC Code Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ -------- ----------------- ---- ---- --------------- --------------- -------------- 4000 R425 Engineering, 1.0 LO $733,000.00 technical, and logistics support labor only (Base Yr 1 & 2) (OTHER) 400001 R425 Engineering, technical, and logistics support labor only (Base Yr 1 & 2) (OTHER) 400002 R425 Engineering, technical, and logistics support labor only (Base Yr 1 & 2) (O&MN,N) 4300 R425 Engineering, 1.0 LO $332,635.00 technical, and logistics support labor only (Award Term 1) (OTHER) 430001 R425 Engineering, technical, and logistics support labor only (Award Term 1) (O&MN,N) 430002 R425 Engineering, technical, and logistics support labor only (Award Term 1) (O&MN,N) 4400 R425 Engineering, 1.0 LO $383,798.00 technical, and logistics support labor only (Award Term 2) (OTHER) 440001 R425 Engineering, technical, and logistics support labor only (Award Term 2) (O&MN,N) 4500 R425 Engineering, 1.0 LO $321,426.00 technical, and logistics support labor only (Award Term 3) (OTHER) 450001 R425 Engineering, technical, and

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 1 of 33

FINAL

Page 9: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

logistics support labor only (Award Term 3) (O&MN,N) 450002 R425 Engineering, technical, and logistics support labor only (Award Term 3) (O&MN,N) 450003 R425 Engineering, technical, and logistics support labor only (Award Term 3) 2410(a) Authority is hereby invoked (O&MN,N) For ODC Items: Item PSC Code Supplies/Services Qty Unit Est. Cost ------ -------- ----------------- ---- ---- ---------------- 6000 R425 Engineering, 1.0 LO $137,769.00 technical, and logistics support ODCs only (Base Yr 1 & 2) (OTHER) 600001 R425 Engineering, technical, and logistics support ODCs only (Base Yr 1 & 2) $50,000 TI 001 (OTHER) 600002 R425 Engineering, technical, and logistics support ODCs only (Base Yr 1 & 2) (O&MN,N) 6300 R425 Engineering, 1.0 LO $73,686.00 technical, and logistics support ODCs only (Award Term 1) (OTHER) 630001 R425 Engineering, technical, and logistics support ODCs only (Award Term 1) (O&MN,N) 6400 R425 Engineering, 1.0 LO $77,302.00 technical, and logistics support ODCs only (Award Term 2) (OTHER) 640001 R425 Engineering, technical, and logistics support

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 2 of 33

FINAL

Page 10: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

ODCs only (Award Term 2) (O&MN,N) 6500 R425 Engineering, 1.0 LO $81,099.00 technical, and logistics support ODCs only (Award Term 3) (OTHER)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 3 of 33

FINAL

Page 11: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

SECTION C DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORKFOR

SURFACE WARFARE TECHNICAL LIAISON OFFICESEA21 / SWE Support

1.0 SCOPE

The purpose of this Statement of Work (SOW) is to set forth the requirements for providingnon-personal engineering, technical, and logistics support to Surface Warfare Technical LiaisonOffice in support of the Deputy Commander for Surface Warfare, SEA 21 and the SurfaceWarfare Enterprise (SWE) Future Readiness Team (FRT).

1.1. Background

The Surface Warfare Technical Liaison Office coordinates complete Sustainment EngineeringSupport to the Deputy Commander for Surface Warfare, SEA 21 and the SWE.

1.2. Applicable Contract Paragraphs

This task order applies to the following SOW paragraphs of the basic SeaPort Enhanced(SeaPort-e) Mulitiple Award Contract (MAC):

Basic SOW Para Task Requirements

3.2 Engineering, System Engineering and Process Engineering Support

3.16 Logistics Support

3.20 Program Support

This SOW identifies the required level of Contractor effort in providing independent technicalsupport to the Surface Warfare Technical Liaison Office, NSWC Crane.

2.0 APPLICABLE DOCUMENTS

The Contractor shall perform support tasks in accordance with applicable military standards,handbooks, performance specifications, and non-Government documents, as well as all projectspecific technical documentation and information as specified herein. Project specificdocumentation will be provided as Government furnished information (GFI). All referenceslisted are assumed to be the latest revision as of the date of TO award. In the event of conflictbetween these documents and the contents of this SOW, the SOW shall be considered asuperseding requirement.

SECNAVINST 4400.33 -- Sponsor-Owned Material, Government-Owned Material and PlantAnd Project Stock Management (SOM/GOM)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 4 of 33

FINAL

Page 12: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

Surface Warfare Enterprise charter, 17 November 2008

Surface Warfare Enterprise Strategic Plan (2008 Update)

Future Readiness Team Charter (FRT) (Draft), Feb 2009

NAVSEA-SWE FY08 Performance Agreement, 20 March 08, Rev 12.

DOD Instruction 5000.02, 2 December 2008

3.0 REQUIREMENTS

The Contractor shall provide qualified personnel, analysis and other services that will supportthe Navy in the execution of their overall organizational functions and the specific missions.

3.1. Acquisition Logistics Support

a) The Contractor shall apply analytical and technical disciplines required to implementacquisition logistics as a multi-functional discipline in support of SEA 21.

b) The Contractor shall review and provide recommendations on topics which focus on TotalOwnership Cost reduction, such as:

1. Current logistic and sustainment policies;

2. Future life cycle maintenance planning, such as, surface ship life cycle management activity,and performance based logistics strategies;

3. Navy distance support and condition based maintenance doctrine/ management plans,including technology (S&T) roadmap development;

4. PEO/PM sponsor owned material policies and procedures;

5. Determining a “best value” business model for SWE hull mechanical & electricalstandardization;

6. Top level value stream analysis of SWE in-service support and sustainment activities; and

7. CLASSRON top cost drivers and top sustainment issues.

3.2. SEA 21 / SWE Program Support

The Contractor shall provide program support to the SWE FRT and to SEA 21.

Specific activities required are:

a) Develop and/or review high level SEA 21 SWE presentations. Maintain archive files andcreate templates;

b) Develop and/or review SWE FRT Plan of Action & Milestones (POA&Ms), metrics, andreports;

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 5 of 33

FINAL

Page 13: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

c) Support SEA 21 in coordination of SWE FRT activities. This includes the development ofagendas, meeting notices, travel and security information, on-site support for face-to-face meetingcoordination and execution, and weekly video teleconference meeting coordination;

d) Record and maintain FRT meeting minutes, actions in process and “who, what, when”actions;

e) Maintain the official SWE FRT roster and provide for weekly communication to the team. This includes maintenance of the SWE COMNAVSURFOR Share Point site ensuring thatcontent is current and easily accessible by all members; and

f) Review and recommend a course of action for various SWE FRT organizational, operationaland business model decisions.

4.0 GOVERNMENT FURNISHED PROPERTY

4.1. Government Furnished Information

The Government will provide all applicable technical documentation and information to theContractor as Government furnished information (GFI). This GFI will be provided as specifiedby TI or at the request of the Contractor.

4.2. Government Furnished Material

Government furnished material (GFM) will be provided when the Contractor has a requirementfor special or specific Government material per specific tasking identified by TI.

4.3. Government Furnished Equipment

The Government will provide all equipment and computing resources including NMCI hardware,software programs and access to required files and databases. Contractors will be required toperform work on site at NSWC, Crane due to accessibility of files and other information requiredfor the accomplishment of the tasks set forth in this SOW.

4.4. Government Furnished Facilities

The Government will provide access to the Center; furnish a work area within Governmentspaces with access to the facility resources and equipment for the performance of this SOW.

5.0 DATA DELIVERABLES

All deliverables shall be completed and submitted in accordance with contract data requirementslists (CDRLs) and the requirements listed below. Final copies of deliverables shall be distributedto the following:

Contracting Officer's Representative (COR):

Ronald WiseCode CXLN Bldg 5300 Highway 361Crane, IN 47522-5001

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 6 of 33

FINAL

Page 14: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

812/[email protected]

Requiring Technical Activity (RTA):

Adrian EversollCode A1X00300 Highway 361Crane, IN [email protected]

5.1. Contract Funds Status Report (CDRL A001)

The Contractor shall provide a contract funds status report for each Contract Line Item Number(CLIN) to the Government.

Deliverables: The Contractor shall submit a contract funds status report, in narrative form withgraphics, as appropriate, to better define information. Contractor format is acceptable.

Frequency: 30 days after task order award and monthly, thereafter.

Medium: Electronic format (Microsoft compatible format whenever possible). Document shallbe transmitted via e-mail or accessible via the Internet.

5.2. Task Order Funding Notification Letter (CDRL B011)

CDRL B011 requires the contractor to provide funding information on a monthly basis to provide a visualmanagement tool to assist with the tracking of expended funds.

Frequency: 15th working DOM following the end of the first full reporting month ACA,and monthly, thereafter.

Medium: Document shall be in electronic form Microsoft excel version 2003 in beddedin a Microsoft word document. Document shall be transmitted via e-mail oraccessible via the internet.

6.0 SPECIAL CONDITIONS

The following special conditions shall apply to the Contractor in the performance of this SOW:

6.1. Security Classification

The Contractor shall comply with security procedures and instructions as specified by the localGovernment Security Department and Section C of the SeaPort-e MAC. The nature of the workunder this SOW is mostly unclassified. However, some tasks may require access to classifieddocuments and secured lab areas. All Contractors performing these tasks are required to obtainup to and including a SECRET security clearance. Access to classified information will be limitedby security clearance level and need to know, and all classified material shall be handled in

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 7 of 33

FINAL

Page 15: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

accordance with approved security practices and procedures. Contractor personnel in contactwith classified documentation and/or equipment shall have the proper level of clearance on filewith the local Government Security Office. A Department of Defense Form 254 (DD 254) shallbe filed with the TO identifying the Contractor’s facility and safeguarding level of clearancerequirements. Classified information may be received or generated by the Contractor, inaccordance with DOD-5220.22-M, National Industrial Security Program Operating Manual(NISPOM), to fulfill the requirements of this task order.

6.2. Quality Requirements

The Contractor shall have a quality management system in place that ensures conformance tocontractual requirements and best manufacturing practices. The Contractor shall provide andmaintain a quality assurance surveillance plan (QASP). The Contractor shall be in compliancewith ISO 9001 or the equivalent of ISO.

6.3. License, Certifications, and Training

The Contractor is required to receive training and hold a valid license or certification for theoperation of forklifts and other handling equipment (hoists, cranes, etc.), and for any otherspecialized operations as required in support of the tasking set forth in this SOW. Training maybe Government sponsored and conducted on-center, Contractor sponsored and conducted atContractor’s facilities, or vendor sponsored and conducted at vendor facilities.

6.4. Safety and Health

The requirements of this order may require Contractor personnel to come in contact or beexposed to hazardous conditions and materials. The Contractor shall abide by all applicableFederal, local, and state occupational safety and health requirements. The Government willprovide standard operating procedures (SOP) when applicable. The Contractor must have onrecord a corporate safety plan and shall provide a copy to the COR when instructed. TheContractor shall ensure all employees have appropriate personal protection equipment (PPE). The Contractor shall ensure employees have all required training and certifications related tooccupational safety and health requirements.

6.5. Control of Contractor Personnel

The Contractor shall comply with the requirements of NAVWPNSUPPCENINST 5510.1 andNAVWPNSUPPCENINST 5910.1. All persons engaged in work while on Government propertyshall be subject to search of their persons (no bodily search) and vehicles at any time by theGovernment, and shall report any known or suspected security violations to the NSWC CraneSecurity Department. Assignment, transfer, and reassignment of Contractor personnel shall be atthe discretion of the Contractor. However, when the Government directs, the Contractor shallremove from TO performance any person who endangers life, property, or national securitythrough improper conduct. All Contractor personnel engaged in work while on Governmentproperty shall be subject to the Standards of Conduct contained in SECNAVINST 5370.2. Within 10 working days of TO award, the Contractor shall provide a list of employees working

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 8 of 33

FINAL

Page 16: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

under this TO, containing employee names, security clearance levels, and labor categories. Thislist shall be updated and submitted to the Government within forty-eight hours after changesoccur.

6.6. Identification Badges

The Contractor is required to obtain identification badges from the Government for access toGovernment facilities. The identification badge shall be visible at all times while employees areon NSWC Crane property. The Contractor shall furnish all requested information required tofacilitate issuance of identification badges and shall conform to applicable regulations concerningthe use and possession of the badges. The Contractor shall be responsible for ensuring that allidentification badges issued to Contractor employees are returned to the NSWC Crane SecurityDepartment within forty-eight hours following the completion of the TO, relocation, ortermination of an employee issued an identification badge, and upon request by the ContractingOfficer.

6.7. Accident Reporting

The Contractor shall maintain an accurate record of and shall report all accidents to the CORand/or the NSWC Crane Security Department as prescribed by OPNAVINST 5102.1, Navy andMarine Corps Mishap and Safety Investigation Reporting and Record Keeping Manual.

6.8. Smoking Regulations

Smoking on NSWC Crane premises shall be in approved areas only in accordance with NAVFACP-1021. Smoking in vehicles is prohibited.

6.9. Data Rights

All data and documentation created and delivered in support of this effort becomes the propertyof the Government and will be delivered without proprietary markings. The Government shallhave Government purpose rights for all data associated to this TO.

6.10. Information Non-Disclosure

The Contractor shall not disclose any information provided or developed under this TO outsidethe Government without prior approval from the WXS Project and Branch Managers.

6.11. Release of Information

All technical data provided to the Contractor shall be protected from the public. All otherinformation relating to the items to be delivered and services to be performed under this TO maynot be disclosed by any means without prior approval of the authorized representative of theContracting Officer. Dissemination or public disclosure includes, but is not limited to, permittingaccess to such information by foreign nationals by any other person or entity, or publication oftechnical or scientific papers, or advertising or any other proposed public release. TheContractor shall provide adequate physical protection to such information so as to precludeaccess by any person or entity not authorized such access.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 9 of 33

FINAL

Page 17: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

6.12. Privacy Act

Under US Code Title 5, Section 552, information accessed in completing this TO is subject to thePrivacy Act.

6.13. Damage Reporting

The Contractor shall maintain an accurate record of and shall report to the COR all damages toGovernment furnished equipments and facilities as prescribed by OPNAVINST 5102.1.

6.14. Non-Personal Services

The Government will neither supervise Contractor employees nor control the method by whichthe Contractor performs the required tasks. Under no circumstances will the Government assigntasks to, or prepare work schedules for individual Contractor employees. It shall be theresponsibility of the Contractor to manage its employees and to guard against any actions thatare of the nature of personal services, or give the perception of personal services. If theContractor feels that any actions constitute, or are perceived to constitute personal services, itshall be the Contractor’s responsibility to notify the COR immediately. Support services underthis contract shall not be used to perform work of a policy/decision making or managementnature, i.e., inherently Governmental functions. All decisions relative to programs supported bythe Contractor shall be the sole responsibility of the Government.

6.15. Hours of Operation

The Contractor’s hours of operation will be provided on each individual TI. If not so stated,then the hours will be 0730 to 1600, local time, Monday through Friday. The Contractor may berequired to respond to an emergency requirement and work outside of regular working hours toperform the work required by the TO.

6.16. Flextime

The Contractor may be permitted to utilize a Flextime schedule for their employees working atNSWC Crane Division if specified on individual TI. A Flextime schedule allows a starting timebetween the hours of 0630 and 0830, with a quitting time eight and one-half hours after theclock-in time (1500 to 1630). The Contractor may be required to respond to an emergencyrequirement and work outside of regular working hours to perform the work. Exceptions to theFlextime schedule may exist, and the Contractor will be notified by the COR of any permanent ortemporary exceptions.

6.17. Compressed Work Schedule

The Contractor may be permitted to utilize a compressed work schedule for their employeesworking at NSWC Crane Division if specified on individual TI. A compressed work scheduleallows a starting time between the hours of 0600 and 0800 for eight of the ten workdays (ninehours per day), and between 0630 and 0800 for one of the ten workdays (eight-hour day), with astopping time between the hours of 1530 and 1730. The Contractor's full-time employees shall

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 10 of 33

FINAL

Page 18: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

adhere to the same number of hours each day for eight of the ten workdays (nine hours per day)during a biweekly pay period and for one eight-hour day during the same biweekly pay period. The Contractor's full-time employee is required to work 80 hours in a biweekly pay period andthis work must be scheduled for fewer than 10 days in a biweekly pay period. In some cases, aContractor employee may be required to remain on a non-compressed work schedule or to adjustContractor employee work hours (arrival and departure time) to accommodate the needs of theorganization that they support. The Contractor may be required to respond to an emergencyrequirement and work outside of regular working hours to perform the work. Exceptions to thecompressed schedule may exist and the Contractor will be notified by the COR of any permanentor temporary exceptions.

6.18. Closed Days

All closed days will be designated by the Commander, NSWC, Crane Division. Closed days willbe associated with holidays, National Security and/or inclement weather/dangerous conditions. The Contractor will not be allowed to work on NSWC, Crane Division during designated closeddays, unless they are deemed to be essential personnel. Essential personnel will be identified bythe Government, and communicated to the Contractor prior to the designated closed day, and willbe authorized by COR/KO approved TI.

6.19. Inclement Weather/Dangerous Conditions

When NSWC Crane Division is closed by the Commander because of inclement weatherconditions and/or dangerous conditions (NAVWPNSUPCENINST 11210.1), notification of theclosing will be broadcast over local radio and television stations.

6.20. Holidays

A list of NSWC Crane Division observed holidays and/or closed days in conjunction with theholidays will be published at the beginning of each calendar year. Contractor employees will notbe allowed to work on NSWC Crane facilities on a holiday/or closed day. Contractor managementhas the option of making a decision to allow its employees to work at an off-site satellitefacility(s), if appropriate.

6.21. Travel

Travel may be required in support of the tasking in this SOW. Travel will be pre-approved bythe COR by issuance of a TI. All travel shall be in accordance with the Joint Travel Regulations.

6.22. Incremental Funding

This task order will be funded incrementally.

6.23. Contracting Officer's Representative (COR)

The COR for this contract is:Ronald Wise

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 11 of 33

FINAL

Page 19: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

Code CXLN Bldg 5300 Highway 361Crane, IN 47522-5001812/[email protected]

6.24. Requiring Technical Activity (RTA)

The RTA contact is; Adrian Eversoll, Code A1X00, telephone (812) 854-4260,[email protected].

7.0 PERIOD OF PERFORMANCE

The period of performance shall be a 2-year base period and three 1-year award term periods.

7.1. PLACE OF PERFORMANCE

The work will be performed in either Government facilities or Contractor owned/leased facilities. Work in support of this effort will require some Contractor personnel to be on-site at NSWCCrane building 3395.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 12 of 33

FINAL

Page 20: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

SECTION D PACKAGING AND MARKING

All provisions and clauses in SECTION D of the basic contract apply to this task order, unless otherwise specifiedin this task order.

DATA PACKAGING LANGUAGE (5503)

All unclassified data 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 IndustrialSecurity Program Operating Manual (NISPOM), DOD 5220.22-M dated January 1995.

MARKING OF REPORTS (NAVSEA) (SEP 1990) (5506)

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

(1) name and business address of the Contractor(2) contract number(3) task order number(4) sponsor: ____________________________(Name of Individual Sponsor)____________________________(Name of Requiring Activity)____________________________(City and State)

PROHIBITED PACKING MATERIALS (5512)

The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper andsimilar hygroscopic or non neutral material) is prohibited. In addition, loose fill polystyrene is prohibited forshipboard use.

INSTRUCTIONS FOR MARKING DISTRIBUTION STATEMENT (5513)

The Contractor shall comply with the instructions cited below for placement of the distribution statement associatedwith data. The applicable distribution statement is identified on each Contract Data Requirements List (DD Form1423-1). The distribution statement shall be displayed conspicuously on technical documents so as to be recognizedreadily by receipts.

The distribution statement shall appear on each front cover and title page of a report. If the technical document doesnot have a cover or title page, the applicable distribution statement shall be stamped or typed on the front page in aconspicuous position.

All Deliverables shall be packaged and marked IAW Best Commercial Practice.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 13 of 33

FINAL

Page 21: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

SECTION E INSPECTION AND ACCEPTANCE

All provisions and clauses in SECTION E of the basic contract apply to this task order, unless otherwise specifiedin this task order.

INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA (5602)

Inspection and acceptance of all data shall be as specified in the Contract Data Requirements List as described withinthe SOW.

GOVERNMENT FURNISHED MATERIAL (NAVSEA) (MAY 1995)Government Furnished Material: When material is furnished by the Government, the contractor's procedures shallinclude at least the following:(a) Examination upon receipt, consistent with practicality, to detect damage in transit;(b) Inspection for completeness and proper type;(c) Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage;(d) Functional testing, either prior to or after installation, or both, as required by contract to determine satisfactory operation;(e) Identification and protection from improper use or disposition; and(f) Verification of quantity.

INSPECTION AND ACCEPTANCE TERMSSupplies/services will be inspected/accepted at DESTINATION.

Damaged Government Furnished Material: The contractor shall report to the Government representative anyGovernment-furnished property found damaged, malfunctioning, or otherwise unsuitable for use. In event of damageor malfunction during or after installation, the contractor shall determine and record probable cause and necessity forwithholding material from use.

Bailed Property: The contractor shall, as required by the terms of the Bailment Agreement, establish procedures forthe adequate storage, maintenance, and inspection of bailed Government property. Records of all inspections andmaintenance performed on bailed property shall be maintained. These procedures and records shall be subject toreview by the Government representative.

[As used in the foregoing, the term "material" applies to Government-furnished equipment to be installed in orfurnished with the end item. The term "property" is Government equipment that is used in the fabrication orassembly of the end item, and is not delivered as part of the end item.]NOTE: Government representative means Contracting Officer

CLAUSES INCORPORATED BY REFERENCE

52.246-3 Inspection of Supplies-Cost Reimbursement MAY 2001 52.246-5 Inspection of Services-Cost Reimbursement APR 1984252.246-7000 Material Inspection and Receiving Report MAR 2003

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 14 of 33

FINAL

Page 22: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

SECTION F DELIVERABLES OR PERFORMANCE

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

4000 6/2/2009 - 6/1/20134300 6/2/2011 - 6/1/20134400 6/2/2012 - 6/1/20134500 6/2/2013 - 6/1/20146000 6/2/2009 - 6/1/20136300 6/2/2011 - 6/1/20136400 6/2/2012 - 6/1/20136500 6/2/2013 - 6/1/2014

CLIN - DELIVERIES OR PERFORMANCE

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

4000 6/2/2009 - 6/1/20134300 6/2/2011 - 6/1/20134400 6/2/2012 - 6/1/20134500 6/2/2013 - 6/1/20146000 6/2/2009 - 6/1/20136300 6/2/2011 - 6/1/20136400 6/2/2012 - 6/1/20136500 6/2/2013 - 6/1/2014

Services to be performed hereunder will be provided at both Government and Contractor facilities.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 15 of 33

FINAL

Page 23: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

SECTION G CONTRACT ADMINISTRATION DATA

All provisions and clauses in SECTION G of the basic contract apply to this task order, unless otherwise statedherein.

SECURITY ADMINISTRATIONThe highest level of security required under this task order is SECRET as designated on DD Form 254 attachedhereto and made a part hereof. The Commander, Defense Security Service, Director of Industrial Security, MidwestRegion, is designated Security Administrator for the purpose of administering all elements of military securityhereunder.

Contracting Officer's Representative (COR)

Bonnie HeuringCode CXMLM Building 121300 Highway 361Crane, IN 47522-5001Phone: 812-854-1021Fax: 812-854-6836

e-mail: [email protected]

HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC

INVOICING (NAVSEA) (SEP 2012)

(a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), asapplicable, at the lowest level of performance, either at the technical instruction (TI), sub lineitem number (SLIN), or contract line item number (CLIN) level, rather than on a totalcontract/TO basis, and to submit invoices reflecting costs incurred at that level. Supportingdocumentation in Wide Area Workflow (WAWF) for invoices shall include summaries of workcharged during the period covered as well as overall cumulative summaries by individual laborcategories, rates, and hours (both straight time and overtime) invoiced; as well as, a costbreakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. Forother than firm fixed price subcontractors, subcontractors are also required to provide laborcategories, rates, and hours (both straight time and overtime) invoiced; as well as, a costbreakdown of ODCs, materials, and travel invoiced. Supporting documentation may beencrypted before submission to the prime contractor for WAWF invoice submittal.Subcontractors may email encryption code information directly to the Contracting Officer (CO)and Contracting Officer Representative (COR). Should the subcontractor lack encryptioncapability, the subcontractor may also email detailed supporting cost information directly to theCO and COR; or other method as agreed to by the CO.

(b) Contractors submitting payment requests and receiving reports to WAWF using eitherElectronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately sendan email notification to the COR and CO on the same date they submit the invoice in WAWF. Nopayments shall be due if the contractor does not provide the COR and CO email notification asrequired herein.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 16 of 33

FINAL

Page 24: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

252.232-7006 Wide Area Work Flow Payment Instructions.

As prescribed in 232.7004(b), use the following clause:

WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause—

“Department of Defense Activity Address Code (DoDAAC)” is a six position code thatuniquely identifies a unit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation inWide Area WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification whenpayment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendorpayment requests and receiving reports, as authorized by DFARS 252.232-7003, ElectronicSubmission 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 Managementat https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures forself-registration available at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWFWeb-Based Training Course and use the Practice Training Site before submitting paymentrequests through WAWF. Both can be accessed by selecting the “Web Based Training” link on theWAWF 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 must use the following information whensubmitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

Cost Voucher_________________________________________________

(2) Inspection/acceptance location. The Contractor shall select the followinginspection/acceptance location(s) in WAWF, as specified by the contracting officer.

________N/A_______________________________________

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 17 of 33

FINAL

Page 25: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

(3) Document routing. The Contractor shall use the information in the Routing Data Table belowonly to fill in applicable fields in WAWF when creating payment requests and receiving reports inthe system.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC HQ0338

Issue By DoDAAC N00164

Admin DoDAAC S2101A

Inspect By DoDAAC

Ship To Code

Ship From Code

Mark For Code

Service Approver (DoDAAC) N00164

Service Acceptor (DoDAAC) N00164

Accept at Other DoDAAC

LPO DoDAAC

DCAA Auditor DoDAAC

Other DoDAAC(s)

(4) Payment request and supporting documentation. The Contractor shall ensure a paymentrequest includes appropriate contract line item and subline item descriptions of the workperformed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevantback-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of eachpayment request.

(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below inthe “Send Additional Email Notifications” field of WAWF once a document is submitted in thesystem.

Bonnie HeuringCode CXMLM Building 121300 Highway 361Crane, IN 47522-5001Phone: 812-854-1021Fax: 812-854-6836

e-mail: [email protected]

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 18 of 33

FINAL

Page 26: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

(g) WAWF point of contact.

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

_________________________________________________________________

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

CONTRACT ADMINISTRATION DATA LANGUAGE (5802)Enter below the address (street and number, city, county, state and zip code) of the Contractor’s facility which willadminister the task order if such address is different from the address shown on the proposal.

Address: ___________________________________Street & number: _____________________________ City & State: ____________________________ County: _____________________________ Zip Code: ______________________________

CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS) (JAN 2001)

a) Pursuant to FAR 42.1502, this task order is subject to DoD's Contractor Performance Assessment RatingSystem (CPARS). CPARS is an automated centralized information system accessible via the Internet that maintainsreports of contractor performance for each contract/task order. CPARS is located at http://www.cpars.navy.mil/.Further information on CPARS is available at that web-site.b) Under CPARS, the Government will conduct annual evaluations of the contractor's performance. Thecontractor has thirty (30) days after the Government's evaluation is completed to comment on the evaluation. Theopportunity to review and comment is limited to this time period and will not be extended. Failure to review thereport at this time will not prevent the Government from using the report.c) The contractor may request a meeting to discuss the CPAR. The meeting is to be requested via e-mail to theCPARS Program Manager no later than seven days following receipt of the CPAR. A meeting will then be heldduring the contractor’s 30-day review period.d) The CPARS system requires the Government to assign the contractor a UserID and password in order to viewand comment on the evaluation. Provide the name(s) of at least one individual (not more than three) that will beassigned as your Defense Contractor Representative for CPARS.

PURCHASING OFFICE REPRESENTATIVE LANGUAGEPURCHASING OFFICE REPRESENTATIVE:Jerry Dague, 0561 SK300 Highway 361; Bldg. 64Crane, IN [email protected]

CONSENT TO SUBCONTRACT

For subcontracts and consulting agreements for services, where the prime contractor anticipates that hoursdelivered will be counted against the hours in the proposed Level of Effort, Consent to Subcontract authorityis retained by the Procuring Contracting Officer.

The following subcontractors are approved on this Task Order:

APPROVED AT AWARD SUBCONTRACTOR LIST

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 19 of 33

FINAL

Page 27: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

Tri Star Engineering

ADDED SUBCONTRACTOR LIST

None

EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)

a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and theContractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollaramount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include allmoney that would otherwise be owed to either part at the end of the contract except that, amounts connected in anyway with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determiningresidual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by thatparty 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 isagreed that the administrative costs for either part associated with collected such small dollar amounts could exceedthe amount to be recovered.

Accounting Data

SLINID PR Number Amount -------- ---------------------- --------------------- 400001 375000.00 LLA : A1 1791804 8B5B 253 SASWF 0 068342 2D 000000 15BW60000W60 Standard Number: N0002409WX02295 AA Reqn. No. 91467605 Note: With regards to SLIN 400001 (ACRN A1), 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of obligation. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. BASE Funding 375000.00 Cumulative Funding 375000.00 MOD 01 600001 50000.00 LLA : A2 97X4930 NH1J 000 77777 0 000164 2F 000000 B1000DB1RBSX Reqn No. 91699291 Note: With regards to SLIN 600001 (ACRN A2), 801 Authority is applicable. The Contractor may incur costs for work performed against this SLIN for 365 days from effective date of obligation. The contractor may continue to invoice after this date, but only for work performed during this 365 day period. MOD 01 Funding 50000.00 Cumulative Funding 425000.00 MOD 02 Funding 0.00 Cumulative Funding 425000.00 MOD 03 400002 01658941 358000.00 LLA :

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 20 of 33

FINAL

Page 28: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

A3 1701804 8B5B 253 SASWF 0 068342 2D 000000 15BW80000W80 Standard Number: N0002410WX02185 (AA) Funding in support of TI-001. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of modification 03, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 600002 01658943 50000.00 LLA : A3 1701804 8B5B 253 SASWF 0 068342 2D 000000 15BW80000W80 Standard Number: N0002410WX02185 (AA) Funding in support of TI-001. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of modification 03, or through the end date of the period of performance for CLIN 6000, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. MOD 03 Funding 408000.00 Cumulative Funding 833000.00 MOD 04 Funding 0.00 Cumulative Funding 833000.00 MOD 05 430001 11469652 314380.00 LLA : A4 1711804 8B5B 252 VU021 0 050120 2D 000000 A00000746394 Standard Number: N0002411RX01895 (AA) Funding in support of TI-001. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of MOD 05, or through the end date of the period of performance for CLIN 4300, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 630001 11469676 50000.00 LLA : A4 1711804 8B5B 252 VU021 0 050120 2D 000000 A00000746394 Standard Number: N0002411RX01895 (AA) Funding in support of TI-001. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of MOD 05, or through the end date of the period of performance for CLIN 6300, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. MOD 05 Funding 364380.00 Cumulative Funding 1197380.00 MOD 06 430002 11959462 18255.00 LLA : A5 97X4930 NH1J 000 77777 0 000164 2F 000000 B1000GB0RHV9 Funding in support of TI-001. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification, or through the end date of the period of performance for CLIN 4300, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. MOD 06 Funding 18255.00 Cumulative Funding 1215635.00 MOD 07 Funding 0.00 Cumulative Funding 1215635.00

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 21 of 33

FINAL

Page 29: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

MOD 08 440001 1300274007 367129.00 LLA : A6 1721804 8B5B 252 VU021 0 050120 2D 000000 A00001222581 Standard Number: N0002412WX08116 (AA) Funding in support of TI-001. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of modification 08, or through the end date of the period of performance for CLIN 4400, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. 640001 1300274007 30241.89 LLA : A6 1721804 8B5B 252 VU021 0 050120 2D 000000 A00001222581 Standard Number: N0002412WX08116 (AA) Funding in support of TI-001. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of modification 08, or through the end date of the period of performance for CLIN 6400, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. MOD 08 Funding 397370.89 Cumulative Funding 1613005.89 MOD 09 Funding 0.00 Cumulative Funding 1613005.89 MOD 10 Funding 0.00 Cumulative Funding 1613005.89 MOD 11 450001 1300355070 14000.00 LLA : A7 1731804 8B5B 251 VU021 0 050120 2D 000000 A00001760568 Standard Number: N0002413WX02793 (AA) Funding in support of TI-001. Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire 30 September 2013, or through the end date of the period of performance for CLIN 4500, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2013. MOD 11 Funding 14000.00 Cumulative Funding 1627005.89 MOD 12 450002 1300356212 48000.00 LLA : A8 1731804 8B5B 251 VU021 0 050120 2D 000000 A00001766970 Standard Number: N0002413WX02793 (AA) Funding in support of TI-001. Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire 30 September 2013, or through the end date of the period of performance for CLIN 4500, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2013. MOD 12 Funding 48000.00 Cumulative Funding 1675005.89 MOD 13 450003 1300359303 230619.30 LLA : A9 1731804 8B5B 251 VU021 0 050120 2D 000000 A00001788415 Standard Number: N0002413WX02793 (AA)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 22 of 33

FINAL

Page 30: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

Funding in support of TI-001. Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for work performed against this SLIN for 365 days from effective date of above modification, or through the end date of the period of performance for CLIN 4500, whichever occurs first. Contractor may continue to invoice after the ending date, but only for work performed during the applicable period. MOD 13 Funding 230619.30 Cumulative Funding 1905625.19

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 23 of 33

FINAL

Page 31: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

SECTION H SPECIAL CONTRACT REQUIREMENTS

Conformance with the Environmental Management System

The Contractor shall perform work under this contract, at the installation orat the Contractor site, consistent with the policy and objectives identifiedin the installation's Environmental Management System (EMS) and applicablerules and regulations provided to the contractor as Government FurnishedInformation (GFI). The Contractor shall perform work in a manner thatconforms to objectives and targets, environmental programs and operationalcontrols identified by the EMS. The Contractor shall provide monitoring andmeasurement information as required by the EMS coordinator (EnvironmentalProtection Manager) to address environmental performance relative toenvironmental, energy, and transportation management goals.

In the event an EMS nonconformance or environmental noncompliance associatedwith the contracted services, tasks, or actions occurs, the Contractor shallbe responsible for coordinating with the installation's EnvironmentalProtection office on proposed corrective and/or preventive actions and forcompleting all corrective/preventive actions as required by the EMScoordinator or the Environmental Protection Office. In addition, theContractor shall ensure its employees are aware of their roles andresponsibilities under the EMS and Environmental laws and regulations, and howthese EMS roles and responsibilities affect work performed under the contract.

The Contractor shall be responsible for ensuring their employees receiveapplicable environmental and occupational health and safety training, andmaintain regulatory-required specific training for the type of work to beconducted. All Contractor personnel, and their subcontractor personnel,performing tasks that have the potential to cause an environmental impactshall be competent on the basis of appropriate education, training orexperience. Upon contract award, the Government will provide EMS Awarenessand Environmental Awareness training on CD to the Contractor. The contractorshall provide the EMS coordinator with all training records required by theEMS coordinator or the Environmental Protection Office (including but notlimited to EMS training, waste water treatment certifications, asbestoscertifications, etc.) for all contractor personnel and subcontractor personnelwithin 30 days prior to performance or at time of contract award whichevercomes first and annually thereafter. The installation EMS Coordinator willretain associated records.

The following rates have been approved for this task order:

Fixed Fee: on Prime Direct Labor Cost

Fixed Fee: on Team Subcontractor Labor Cost

GOVERNMENT FURNISHED PROPERTY (SEP 1990) (NAVSEA 5252.245-9108)The Government will provide only that property set forth below, notwithstanding any term or condition of this taskorder to the contrary. Upon Contractor's written request to the cognizant Contracting Officer's Representative (COR),via the cognizant Procuring Contract Office (NSWC Crane), the Government will furnish the following for use in theperformance of this task order:

* To be identified upon issuance of each Technical Instruction (TI).

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 24 of 33

FINAL

Page 32: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

TECHNICAL INSTRUCTIONS (MAY 1993) (NAVSEA 5252.242-9115)(a) Performance of the work hereunder shall be subject to written technical instructions signed by the ContractingOfficer's Representative (COR) specified in Section G of this task order. As used herein, technical instructions aredefined to include the following:

Directions to the contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill-indetails or otherwise serve to accomplish the contractual statement of work.

1.

Guidelines to the contractor which assist in the interpretation of drawings, specifications or technical portionsof work description.

2.

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

Assign additional work under the task order1.Direct a charge as defined in the "CHANGES" clause of this task order2.Increase or decrease the task order price or estimated task order amount (including fee), as applicable, thelevel of effort, or the time required for task order performance

3.

Change any of the terms, conditions or specifications of the task order. 4.

(c) If, in the opinion of the contractor, any technical instruction calls for effort outside the scope of the task order or isinconsistent with this requirement, the contractor shall notify the Procuring Contracting Officer (NSWC Crane) inwriting within ten (10) working days after the receipt of any such instruction. The contractor shall not proceed withthe work affected by the technical instruction unless and until the contractor is notified by the Procuring ContractingOfficer (NSWC Crane) that the technical instruction is within the scope of the task order.

(d) Nothing in the foregoing paragraph shall be construed to excuse the contractor from performing that portion of thecontractual work statement, which is not affected by the disputed technical instruction.

H20S INSURANCE - WORK ON A GOVERNMENT INSTALLATIONThe following types of insurance are required in accordance with the clause entitled. Insurance - Work On AGovernment Installation (FAR 52.228-5), and shall be maintained in the minimum amounts shown:

Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury.1.Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 peraccident for property damage.

2.

Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment isinvolved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum of $100,000.

3.

ALLOTMENT OF FUNDS (MAY 1993) (NAVSEA 5252.232-9104)This task order is incrementally funded with respect to both cost and fee. The amount(s) presently available andallotted to this contract for payment of fee for incrementally funded contract line item number/contract sub-line itemnumber (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216 8) or "INCENTIVE FEE" (FAR52.216 10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract forpayment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contractentitled "LIMITATION OF FUNDS" (FAR 52.232 22), the CLINs/SLINs covered thereby, and the period ofperformance for which it is estimated the allotted amount(s) will cover is as follows:

* See Section G

H30S LIMITATION OF LIABILITY - INCREMENTAL FUNDING (JUN 2004)This task order is incrementally funded and the amount currently available for payment hereunder is limited to *inclusive of fee, profit and all other charges. The clause entitled, Limitation of Funds (FAR 52.232-22) applies. TheGovernment is not obligated to reimburse the Contractor for costs incurred in excess of this amount unlessadditional funds are made available and are incorporated as a modification to this task order. * see General Information and section G

H81S TRAVEL COSTS AND RESPONSIBILITIES(a) Performance under this task order may require travel by contractor personnel. If travel, domestic or overseas, is

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 25 of 33

FINAL

Page 33: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

required, the Contractor shall be responsible for making all needed arrangements for his personnel. This includes,but is not limited to, medical examinations; immunizations; passports, visas, etc. and security clearances. If anywork will take place on a U.S. Navy vessel, the Contractor shall obtain boarding authorization for all contractorpersonnel from the Commanding Officer of the vessel. Authorization shall be obtained prior to boarding.(b) The Government will reimburse the Contractor for allowable travel costs incurred by the Contractor inperformance of the task order in accordance with FAR subpart 31.2 or 31.3 as applicable.

H83S SERVICE CONTRACT ACT WAGE DETERMINATION (JUN 2004)The applicable Service Contract Wage Determinations by the Secretary of Labor are provided as attachment J-1 inSection J.

HC25S ACCESS TO GOVERNMENT SITE (JUN 2004)Contractor personnel shall comply with all current badging and security procedures required to gain access to anyGovernment site.

The contractor shall ensure that contractor personnel employed on any Government site become familiar withand obey Activity Regulations.

1.

Contractor personnel shall not enter restricted areas unless required to do so and until cleared for such entry.2.The contractor shall request permission to interrupt any activity roads or utility services in writing aminimum of 15 calendar days prior to the date of interruption.

3.

Contractor personnel shall bear personal protective equipment in designated areas.4.All contractor equipment shall by conspicuously marked for identification.5.The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations,Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements.

6.

HG10S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (JUN 2004)

(a) Except as specified in subparagraph (b) below, no order, statement, or conduct of any Government personnel whovisit the contractor's facilities or in any other manner communicates with contractor personnel during theperformance of this task order shall constitute a change under the Changes clause of this task order.

(b) The contractor shall not comply with any order, direction or request of Government personnel unless it is issuedin writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part ofthis task order.

(c)The Contracting Officer is the only person authorized to approve changes in any of the requirements of this taskorder and, notwithstanding provisions contained elsewhere in this task order, the said authority remains solely theContracting Officer's. In the event the contract effects any change at the direction of any person other than theContracting Officer, the change will be considered to have been made without authority and no adjustment will bemade in the task order price to cover any increase in charges incurred as a result thereof.

HQ-C-2-0014 CONTRACTORS PROPOSAL (NAVSEA)(SEP 1990)(a) Performance of this task order by the contractor shall be conducted and performed in accordance with detailedobligations to which the contractor committed itself in proposal dated 30 April 2009 in response to NSWC Cranesolicitation N00024-09-R-3236.

(b) The technical volume(s) of the contractor's proposal is incorporated by reference and hereby made subject to theprovisions of the "ORDER OF PRECEDENCE" (FAR 52.215-08) clause of this task order. Under the "ORDER OFPRECEDENCE" clause, the technical volume of the contractor's proposal referenced herein is hereby designated asitem (f) of the clause following "The Specifications" in order of precedence.

RAPIDGate NSA/NSWC CRANE INSTALLATION ACCESS . . . . . . .(May 2012)

If this contract includes the clause "FAR 52.204-9 Personal Identity Verification of Contractor Personnel" or willotherwise require frequent access to NSA/NSWC Crane site, the Contractor shall consider taking advantage of thebenefits available from the following RAPIDGate program:

NSA/NSWC Crane is implementing the Navy Commercial Access Control System (NCACS) projects.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 26 of 33

FINAL

Page 34: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

The NCACS is the standard identity management and perimeter installation access control solutionfor the access management of vendors, contractors, suppliers and service providers who are notauthorized a Common Access Card (CAC). The rationale for implementation of this system is toincrease security while reducing impacts to the contractor community by improving efficiencies forbase entry.

The new protocol being implemented to fulfill this NCACS requirement is the RAPIDGate system.The system meets Presidential Directive (HSPD-12) requirements by providing background checks ofcontractor personnel. A personal badge that affords base access (and/or multiple base access) forone year will be issued to each Contractor employee that meets background check criteria. WhileContractors are not required to participate in this program, those Contractors who choose not toparticipate will be required to obtain daily passes for base access.

There are costs for contractors to participate in the RAPIDGate program which include a fee for theContractor’s form and a fee per Contractor employee. Costs to participating Contractor’s arerecaptured through increased productivity of their employees due to the reduction in waiting timesat the Pass and Identification Office and Entry Control Point (ECP). Costs shall not be directlybilled to the Government. The costs to participate in the RAPIDGate program are identified in thetable below.

A Government Sponsor is required to validate a Contractor’s request for RAPIDGate access, andshall be the Contracting Officer’s Representative (COR). If there is no COR, then the GovernmentSponsor is the Contracting Officer (KO).

The Government does not guarantee the contractor’s successful enrollment or the successfulenrollment of any contractor employees in the RAPIDGate program. Significant delays may resultfrom choosing to access the installation by obtaining a one day pass. The Government will not beheld responsible for any access delays associated with using the daily pass process. Please addressany questions or concerns regarding RAPIDGate to the COR or the local Base Security Officepersonnel listed below.

NSA/NSWC Crane RAPIDGate Primary Program Point of Contact is Jon Thomas, and can bereached at [email protected] or at 812-854-5624. NSA/NSWC Crane RAPIDGateSecondary Program Point of Contact is Larry Patterson, and can be reached [email protected] or 812-854-5642.

Additional information is available at http://www.rapidgate.com/rapidgate

RAPIDGate Pricing—(Subject to change without notice):

Program Enrollment Price

Single Installation Company $199.99 annuallySingle Installation Employee $159.00 annuallyEnterprise (Multiple installations) Company $249.00 annually - 2 or more

installationsEnterprise (Multiple installations) Employee $199.00 annually 2 or more

installations90 day Option Employee $59.00 per 90 daysReplacement Credential Employee $30.00 per credential

(end of clause)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 27 of 33

FINAL

Page 35: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

AWARD TERM CLAUSEIn addition to the terms set forth in the Task Order (TO), the contractor may earn an extension or reduction to theTO period from a minimum of 1 year to a maximum of 5 years on the basis of performance during the evaluationperiods. The contractor will be evaluated for the first six months of performance, with extensions or reductionsbeginning after the first full year of performance. There will be four (4) total evaluations, as noted in Table-1below.

Table 1 – Evaluation Scoring Criteria

Evaluation

Number

*Evaluation

Performed(Months)

Points

Earned

Base Year (BY) and

Award-Term (AT)

Earned

1 6 6 – 23 BY 124 – 40 BY’s 1 & 2

2 18 32 - 40 BY’s 1 & 2 and AT 13 30 34 – 40 BY’s 1 & 2 and AT’s 1 & 24 42 36 – 40 BY’s 1 & 2 and AT’s 1, 2, & 3

Note: Evaluations will be performed 6 months from date of award, and every 12 months thereafter.

The contractor can earn a minimum of 6 points and a maximum of 40 points per evaluation period. Each evaluationperiod will be separate from the others. Points earned in one evaluation period will not be counted towards thecumulative points of the next evaluation period. The first evaluation period will be from date of award through sixmonths following the date of award, with subsequent evaluations being conducted every 12 months thereafter.

Evaluation Period 1

If the contractor scores less than 24 points (e.g., 6 points to 23 points) for performance during the first six months ofthe basic order period, Base Year 2 (BY2) will not be awarded, and the TO will end at the conclusion of Base Year 1(BY1).

If the contractor scores between 24 points and 40 points for performance during the first six months of the basic orderperiod, BY2 will be awarded, and the TO will end at the conclusion of BY2, unless the contractor earns AwardTerm 1 (AT1).

Evaluation Period 2

If the contractor scores less than 32 points (e.g., 6 points to 31 points) for performance during the 12-month periodbeginning the 7th month through the 18th month of the basic order period, AT1 will not be awarded, and the TOwill end at the conclusion of BY2.

If the contractor scores between 32 points and 40 points for performance during the 12-month period beginning the7th month following award of the TO through the 18th month of the basic order period, AT1 will be awarded, andthe TO will end at the conclusion of AT1, unless the contractor earns Award Term 2 (AT2).

Evaluation Period 3

If the contractor scores less than 34 points (e.g., 6 points to 33 points) for performance during the 12-month periodbeginning the 19th month through the 30th month of the AT1 period, AT2 will not be awarded, and the TO will endat the conclusion of AT1.

If the contractor scores between 34 points and 40 points for performance during the 12-month period beginning the19th month following award of the TO through the 30th month AT1 period, AT2 will be awarded, and the TO willend at the conclusion of AT2, unless the contractor earns Award Term 3 (AT3).

Evaluation Period 4

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 28 of 33

FINAL

Page 36: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

If the contractor scores less than 36 points (e.g., 6 points to 35 points) for performance during the 12-month periodbeginning the 31st month of the basic order period through the 42nd month of AT2 period, AT3 will not be awarded,and the TO will end at the conclusion of AT2.

If the contractor scores between 36 points and 40 points for performance during the 12-month period beginning the31st month following award of the TO through the 42nd month of AT2 period, AT3 will be awarded, and the TOwill end at the conclusion of AT3.

Points are awarded during each evaluation period of the TO on the basis of how the contractor has performed againstthe predetermined criteria. The TO period is then extended or reduced to reflect this assessment. The time specifiedfor period of evaluation will ensure the Government has sufficient time to solicit and award a new TO, should thecontractor not earn a BY or AT.

(a) Award Term. The award-term concept is an incentive that permits extension of the TO period beyond the basePeriod of Performance (PoP) for superior performance or reduction of the TO POP because of poor performance.

(b) Term Points. Points are earned during each evaluation period on the basis of the contractor's performance.The contractor must earn a minimum of 24 points in the first evaluation period, a minimum of 32 points in thesecond evaluation period, a minimum of 34 points for the third evaluation period, and a minimum of 36 points inthe fourth evaluation period for an additional 12 to 36 month term extension. If the contractor earns less than 24points in the first evaluation period, they will lose the second year of the basic ordering period.

(c) Monitoring of Performance. The contractor’s performance will be continually monitored by the PerformanceMonitors (PO)/Requiring Technical Activity (RTA) whose findings are reported to the Award-Term EvaluationTeam (ATET). The ATET provides recommendations to the Term Determining Official (TDO), who makes thefinal decision on the base year or award-term amounts on the basis of the contractor's performance during thespecified evaluation periods.

(d) Award-Term Plan. The evaluation criteria, the associated points, and the associated award-term extensions orreductions are specified in the award-term plan.

(e) Modification of Award-Term Plan. Changes may be made to the award-term plan at any time during TOperformance, provided that both parties agree to them. If agreement cannot be reached on changes, the initialaward-term plan remains in effect.

(f) Self-Evaluation. The contractor will submit to the KO, within 5 working days after the end of eachaward-term evaluation period, a brief written self-evaluation of its performance for that period. This self-evaluationshall be limited to 5 pages. It will be used in the ATET's evaluation of the contractor's performance during thisperiod.

(g) Disputes. Decisions regarding the award term, including, but not limited to, the amount of the award term, ifany; the methodology used to calculate the award term; calculation of the award term; the supplier's entitlement tothe award term; and the nature and success of the contractor's performance, are made by the TDO. These decisionsare final and are not subject to dispute.

(h) Award-Term Extension. The TO period may be modified to reflect the TDO decision. The total TO orderingperiod, including extensions under this clause, will not exceed 5 years, or the time remaining on the contractor’sSeaPort-e contract, including exercised award-terms. The award-term provision must be included in the solicitationand resulting TO. If at any time the contract period does not extend more than two years from the TDO decision,the operation of the award-term provision will cease and the ordering period will not extend beyond the term set atthat time.

AWARD TERM PLAN

1.0 INTRODUCTION

Award-term contracting is a tool used to promote efficient, quality contractor performance. Award-term contractingshould be used when there are specific performance metrics which can be identified and known objectives can bemeasured.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 29 of 33

FINAL

Page 37: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

The award-term process should be used when a long-term business relationship is of value to the Government andthe contractor, and the expected outcome is known upfront.

The Award-Term Plan sets the basis for evaluating the contractor’s performance and for presenting an assessment ofthat performance to the Term-Determining Official (TDO).

All decisions regarding the award-term points, the methodology used to calculate award-term points, thecontractor’s entitlement to the points and the nature and success of the contractor’s performance are final and are notsubject to dispute. The award term, if earned, will be provided to the contractor through unilateral contractmodification.

The specific criteria and procedures that will be used to assess the contractor’s performance and for determining ifadditional base years or award-terms are earned are described herein.

2.0 ORGANIZATION.

The award-term evaluation team consists of the term-determining official (TDO), the Contracting Officer'sRepresentative (COR) requesting technical activity/performance monitors (RTA) and the contracting officer (KO).

3.0 RESPONSIBILITIES.

a) Term-Determining Official (TDO). The TDO will be the division manager of the code for which therequirement is supporting. The TDO shall approve the award-term plan and any significant changes to it. TheTDO is responsible for review of the COR’s recommendation, shall consider all pertinent data, and determine theaward-term points for each evaluation period.

b) Contracting Officer's Representative (COR). The COR is responsible for obtaining and reviewingperformance evaluations submitted by the performance monitors and the contractor’s self-evaluation. The COR shallconsider all information from pertinent sources, shall prepare an interim performance report and arrive at the earnedaward-term point recommendation, to be presented to the TDO. An initial assessment of the contractor’sperformance will be done at the conclusion of the first six months of performance, with subsequent evaluation beingconducted every year thereafter. The COR may suggest recommended changes to the award term plan, which willbe considered by the TDO for incorporation or modification into the plan.

c) Performance Monitors (PO)/Requiring Technical Activity (RTA). PO(s) will be responsible formaintaining written records of the contractor’s performance in their assigned evaluation area so that a fair andaccurate evaluation is obtained. The PO may provide informal feedback of contractor performance at anytime, butmust prepare written interim and end-of-term evaluation reports as directed by the COR.

d) Contracting Officer (KO). The KO is responsible for overseeing the contractor’s performance with regards toall contractual issues. The KO is the liaison between the contractor and government personnel. The KO may issuea written notice to the contractor when areas of performance present government concern. The KO shall approve anychanges to the award-term plan. Subsequent to the TDO decision, the KO will modify the task order period ofperformance (PoP), if necessary, to reflect the TDO’s decision.

4.0 AWARD-TERM PROCESS.

a) Evaluation Points. Points are awarded during each evaluation period of the TO on the basis of how thecontractor has performed against the predetermined criteria. The TO period is then extended or reduced to reflectthis assessment. The time specified for period of evaluation will ensure the Government has sufficient time to solicitand award a new TO, should the contractor not earn a Base Year (BY) or Award Term (AT). The contractor mustscore between 24 points and 40 points for performance during the first six months of the basic order period to secureBY2. The contractor must score between 32 points and 40 points for performance during the 12-month periodbeginning the 7th month following award of the TO through the 18th month of the basic order period to secure AT1. The contractor must score between 34 points and 40 points for performance during the 12-month period beginningthe 19th month following award of the TO through the 30th month of AT1 to secure AT2. The contractor mustscore between 36 points and 40 points for performance during the 12-month period beginning the 31st monthfollowing award of the TO through the 42nd month of AT2 to secure AT3.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 30 of 33

FINAL

Page 38: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

b) Evaluation Criteria. If the KO does not give specific notice in writing to the contractor of any change to theevaluation criteria prior to the start of a new evaluation period, then the same criteria listed for the preceding periodwill be used in the following award-term evaluation period.

c) Interim Evaluation Process. An Interim evaluation will be conducted at the conclusion of the first sixmonths of performance for the base period. At the discretion of the TDO, Interim evaluations may take place morefrequently. The COR will notify the performance monitors 14 calendar days before the midpoint of the evaluationperiod. Performance monitors are required to submit their evaluation reports to the COR 21 calendar days after thisnotification. The COR determines the evaluation results and notifies the contractor of the strengths and weaknessesfor the current evaluation period. The KO may also issue letters at any other time when it is deemed necessary tohighlight areas of government concern.

d) End-of-Evaluation-Period. The COR notifies the performance monitors 14 calendar days before the end ofthe evaluation period. The performance monitors prepare and submit a written evaluation report to the COR within14 calendar days after the end of the evaluation period. The COR forwards copies of the reports to the contractor.The contractor is given an opportunity to address the performance monitor’s evaluations. Contractor rebuttal mustbe received within 20 days after the end of the evaluation period. The contractor must prepare a self-assessment oftheir performance and submit it to the KO within 5 working days after the end of the evaluation period. Thecontractor’s assessment may contain any information that could be reasonably expected to assist in determining thefinal performance assessment score. The self-assessment may not exceed 15 pages. The COR prepares anevaluation report and recommendation regarding earned or unearned award-term points. The COR briefs the TDOon the evaluation results and recommendation within 30 calendar days after the end of the evaluation period. TheTDO determines the overall award-term points for the evaluation period within 45 calendar days after each evaluationperiod. The TDO shall issue a letter informing the contractor of the earned award-term points and the totalcumulative points. If, sufficient award term-points are earned, the KO will issue a contract modification within 15calendar days after the TDO’s decision has been made. The modification will authorize an award extension orreduction based on the earned or unearned award-term points.

5.0 AWARD-TERM PLAN CHANGE PROCEDURES.

Proposed changes to the award-term plan shall be bilateral. If either party desires a change to the award-term planand a mutual agreement cannot be reached, the original award-term plan will remain in effect.

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 31 of 33

FINAL

Page 39: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

SECTION I CONTRACT CLAUSES

Note: All the provisions and clauses of SECTION I of the basic contract apply to this task order unless otherwisespecified herein.

CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (FAR 52.252-2)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given infull text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause maybe accessed electronically at this/these address (es): http://www.farsite.hill.af.mil/

52.203-16 – Preventing Personal Conflicts of Interest (Dec 2011)52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010)52.222-41 Service Contract Act of 1965 (NOV 2007)52.227-14 Rights in Data - General (DEC 2007)52.244-2d Subcontracts (Oct 2010)

252.227-7013 Rights in technical data - Noncommercial items. (NOV 1995)

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 32 of 33

FINAL

Page 40: €¦ · h 7 kh& rqwudfwrud juhhvw rv hjuhjdwhf rvwvl qfxuuhgx qghuw klvw dvnr ughud ww kho rzhvwo hyhor is huirupdqfh h lwkhu ... runiorz :$:) i rul qyrlfhvv kdool qfoxghv xppdulhvr

SECTION J LIST OF ATTACHMENTS

Attachment 1 - DoL Wage Determination 2005-2183 Rev 11

Attachment 2 - DD254 DoD Contract Security Classification Specification

Attachment 3 - CDRL A001

Attachment 4 - Cost Summary Format

Attachment 5 - Government Estimate LOE

Attachment 6 - NAVSEA-SWE FY08 Performance Agreement

Attachment 7 - SECNAVINST 4400.33

Attachment 8 - SWE Strategic Plan

Attachment 9 - SWE Charter

Attachment 10 - DoD Instruction 5000.02

Attachment 11 - Funding_Notification_Letter_Example

Attachment 12 - Funding_Notification_CDRL_B011

Attachment 13 - Award Term Rating Chart

CONTRACT NO. N00178-04-D-4042

DELIVERY ORDER NO. FC15

AMENDMENT/MODIFICATION NO. 13

PAGE 33 of 33

FINAL