navair aircraft division lakehurst dcma surface ... · administered by (if other than item 6) code...
TRANSCRIPT
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
90 01-Mar-2013 1300337313 N/A6. ISSUED BY CODE N68335 7. ADMINISTERED BY (If other than Item 6) CODE S3915A
NAVAIR Aircraft Division Lakehurst
Contracts Hwy 547 Code 2.5.2 Bldg 562-1
Lakehurst NJ 08733-5060
[email protected] 732-323-7548
DCMA SURFACE COMMUNICATION AND SUPPORTSYSTEMS PHILADELPHIA
700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX 11427
PHILADELPHIA PA 19111-0427
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
NDI Engineering 100 Grove Rd. Thorofare NJ 08086-0518 9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X] N00178-04-D-4089-4Y03
10B. DATED (SEE ITEM 13)
CAGECODE
4X596 FACILITY CODE 23-Jan-2008
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)Pursuant to FAR Clause 52.232-22 Limitation of Funds
E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office.14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
SEE PAGE 2
15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Laurie Paz, Contracting Officer
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Laurie Paz 01-Mar-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 2
GENERAL INFORMATION
Points of Contact
Contract SpecialistKristen DresserPHONE: 732-323-7548Email: [email protected]
Contracting Officer Representative (COR)Louis FrontinoPHONE:732-323-2877Email: [email protected]
NDIBrad MeadPhone: 856-848-0033 x5600Email: [email protected]
Purpose of ModificationTo incrementally fund CLINs 4200 Labor and 6600 Travel for Option Year IV. The funding for tasking on thismodification shall not exceed 30 September 2013.
Funding Supports the Following TasksContractor will provide engineering and technical support for the planning and review of documentation forExpeditionary Airfield (EAF) optimization tool. Magnitude and timing of each effort will be in accordance with theEAF/EDAT Integrated Master Schedules (IMS).
Engineering related tasking will include requirements development and validation, program planning, and test of theoptimization tool, as well as review of the technical documentation. It will include engineering and related technicalsupport to ensure that the delivered performance of the system is consistent with its detailed requirementsspecification. (Ref. Seaport Task Order N00178-04-D-4089-4Y03 SOW Tasks 002B)
A conformed copy of this Task Order is attached to this modification for informational 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 $6,698,223.74 by$40,000.00 to $6,738,223.74.
CLIN/SLIN Type Of Fund From ($) By ($) To ($)
420040 RDT&E 0.00 38,000.00 38,000.00
660009 RDT&E 0.00 2,000.00 2,000.00
The total value of the order is hereby increased from $7,256,223.74 by $0.00 to $7,256,223.74.
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
2 of 2 FINAL
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ ----------------- --------- ---- --------------- --------------- -------------- 1000 Labor for the 28144.0 LH $1,027,638.50 $82,211.50 $1,109,850.00 Base Period. The contractor shall provide support services in accordance with Section C. (O&MN,N) 100001 Funding for CLIN 1000 in the amount of $159,400. Supports Task 0004 in SOW. (O&MN,N) 100002 Funding for CLIN 1000 in the amount of $31,300. Supports Task 0001 in the SOW. (O&MN,N) 100003 Funding for CLIN 1000 in the amount of $50,000. Supports Task 0003 in the SOW. (O&MN,N) 100004 Funding for CLIN 1000 in the amount of $15,000. Supports Task 0003 of the SOW (O&MN,N) 100005 Funding for CLIN 1000 in the amount of $50,000. Supports Task 0002 in the SOW. (O&MN,N) 100006 Funding for CLIN 1000 in the amount of
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
1 of 55 FINAL
$12,000. Supports Task 0001 in the SOW. (O&MN,N) 100007 Funding for CLIN 1000 in the amount of $20,650. Supports Task 0001 in the SOW. (O&MN,N) 100008 Funding for CLIN 1000 in the amount of $50,000. Supports Task 0002 in the SOW. (O&MN,N) 100009 Funding for CLIN 1000 in the amount of $31,000. Supports Task OOO2 in the SOW. (O&MN,N) 100010 Funding for CLIN 1000 in the amount of $30,000. Supports Task OOO4 in the SOW. (O&MN,N) 100011 Funding for CLIN 1000 in the amount of $25,000. Supports Task OOO4 in the SOW. (O&MN,N) 100012 Funding for CLIN 1000 in the amount of $50,000. Supports Task 0002 in the SOW. (O&MN,N) 100013 Funding for CLIN 1000 in the amount of $50,000. Supports Task 0002 in the SOW. (O&MN,N) 100014 Funding for CLIN 1000 in the amount of
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
2 of 55 FINAL
$5000.00. Supports Task O003 in the SOW. (O&MN,N) 100015 Funding for CLIN 1000 in the amount of $75,000.00. Supports Task O002 in the SOW. (O&MN,N) 100016 Funding for CLIN 1000 in the amount of $20,000.00. Supports Task O001 in the SOW. (O&MN,N) 100017 Funding for CLIN 1000 in the amount of $290,000.00. Supports task 0004. (O&MN,N) 100018 Funding for CLIN 1000 in the amount of $55,000.00. Supports task 0002. (O&MN,N) 100019 Funding for CLIN 1000 in the amount of $40,000.00. Supports task 0004. (O&MN,N) 100020 Funding for CLIN 1000 in the amount of $30,500.00. Supports Task 0001 in the SOW. (O&MN,N) 100021 Funding for CLIN 1000 in the amount of $20,000.00. Supports Task 0003 in the SOW. (O&MN,N)
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
3 of 55 FINAL
1100 Labor for Option 28144.0 LH $506,503.70 $40,520.30 $547,024.00 Period I. The contractor shall provide support services in accordance with Section C. (O&MN,N) 110001 Funding for CLIN 1100 in the amount of $163,200.00. Supports Task 0004 in the SOW. (O&MN,N) 110002 Funding for CLIN 1100 in the amount of $57,824.00. Supports Task 0004 in the SOW. (O&MN,N) 110003 Funding for CLIN 1100 in the amount of $10,000.00. Supports Task 0003 in the SOW. (RDT&E) 110004 Funding for CLIN 1100 in the amount of $10,000.00. Supports Task 0003 in the SOW. (RDT&E) 110005 Funding for CLIN 1100 in the amount of $4,000.00. Supports Task 0002 in the SOW. (OTHER) 110006 Funding for CLIN 1100 in the amount of $51,000.00. Supports Task 0002 in the SOW. (RDT&E) 110007 Funding for CLIN
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
4 of 55 FINAL
1100 in the amount of $50,000.00. Supports Task 0002A in the SOW. (O&MN,N) 110008 Funding for CLIN 1100 in the amount of $41,000.00. Supports Task 0001 in the SOW. (SCN) 110009 Funding for CLIN 1100 in the amount of $160,000.00. (WCF) 110010 Funding for CLIN 1100 in the amount of 0. (O&MN,N) 110011 Funding for CLIN 1100 in the amount of 0. (O&MN,N) 110012 Funding for CLIN 1100 in the amount of 0. (SCN) 110013 Funding for CLIN 1100 in the amount of 0. (OTHER) 110014 Funding for CLIN 1100 in the amount of 0. (OPN) 110015 Funding for CLIN 1100 in the amount of 0. (WCF) 110016 Funding for CLIN 1100 in the amount of 0. (SCN) 110017 Funding for CLIN 1100 in the
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
5 of 55 FINAL
amount of 0. (RDT&E) 110018 Funding for CLIN 1100 in the amount of 0. (RDT&E) 110019 Funding for CLIN 1100 in the amount of 0. (OTHER) 110020 Funding for CLIN 1100 in the amount of 0. (OPN) 110021 Funding for CLIN 1100 in the amount of 0. (OTHER) 110022 Funding for CLIN 1100 in the amount of 0. (O&MN,N) 110023 Funding for CLIN 1100 in the amount of 0. (O&MN,N) For ODC Items: Item Supplies/Services Qty Unit Est. Cost ------ ----------------- --------- ---- ---------------- 3000 Travel for the 1.0 LO $49,100.00 Base Period. (O&MN,N) 300001 Funding for CLIN 3000 in the amount of $600.00 supports Task 0001 in SOW. (O&MN,N) 300002 Funding for CLIN 3000 in the amount of $25,000.00 supports Task 0001 in SOW. (O&MN,N)
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
6 of 55 FINAL
300003 Funding for CLIN 3000 in the amount of $13,500.00 supports Task 0001 in SOW. (O&MN,N) 300004 Funding for CLIN 3000 in the amount of $10,000.00 supports Task 0001 in SOW. (O&MN,N) 3100 Material Costs 1.0 LO $0.00 for the Base Period. (O&MN,N) 3200 NMCI Costs for 1.0 LO $4,450.00 the Base Period. (O&MN,N) 320001 Funding for CLIN 3200 in the amount of $3,600.00 supports Task 0001 in SOW. (O&MN,N) 320002 Funding for CLIN 3200 in the amount of $850.00 supports Task 0001 in SOW. (O&MN,N) 3300 Travel for the 1.0 LO $70,985.60 Option Period I. (O&MN,N) 3400 Material Costs 1.0 LO $29,400.00 for Option Period 1. (O&MN,N) 3500 NMCI Costs for 1.0 LO $25,401.60 Option Period 1. (O&MN,N) For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ ----------------- --------- ---- --------------- --------------- -------------- 4000 Labor for Option 28144.0 LH $1,573,738.14 $125,899.05 $1,699,637.19
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
7 of 55 FINAL
Period II. The contractor shall provide support services in accordance with Section C. (O&MN,N) 400001 Funding for CLIN 4000 in the amount of $50,000.00 (O&MN,N) 400002 Funding for CLIN 4000 in the amount of $0.00 (WCF) 400003 Funding for CLIN 4000 in the amount of $150,000.00 (O&MN,N) 400004 Funding for CLIN 4000 in the amount of $22,000.00 (O&MN,N) 400005 Funding for CLIN 4000 in the amount of $25,000.00 (SCN) 400006 Funding for CLIN 4000 in the amount of $0 (OTHER) 400007 Funding for CLIN 4000 in the amount of $30,000.00 (OPN) 400008 Funding for CLIN 4000 in the amount of $40,000.00 (WCF) 400009 Funding for CLIN 4000 in the amount of $34,000.00 (SCN) 400010 Funding for CLIN 4000 in the
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
8 of 55 FINAL
amount of $23,750.00 (RDT&E) 400011 Funding for CLIN 4000 in the amount of $15,000.00 (RDT&E) 400012 Funding for CLIN 4000 in the amount of $65,000.00 (OTHER) 400013 Funding for CLIN 4000 in the amount of $38,400.00 (OPN) 400014 Funding for CLIN 4000 in the amount of $15,000.00 (OTHER) 400015 Funding for CLIN 4000 in the amount of $12,000.00 (O&MN,N) 400016 Funding for CLIN 4000 in the amount of $9,350.00 (O&MN,N) 400017 Funding for CLIN 4000 in the amount of $113,200.00 (O&MN,N) 400018 Funding for CLIN 4000 in the amount of $28,050.00 (O&MN,N) 400019 Funding for CLIN 4000 in the amount of $105,000.00 (OPN) 400020 Funding for CLIN 4000 in the
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
9 of 55 FINAL
amount of $44,000.00 (O&MN,N) 400021 Funding for CLIN 4000 in the amount of $25,000.00 (O&MN,N) 400022 Funding for CLIN 4000 in the amount of $25,000.00 (O&MN,N) 400023 Funding for CLIN 4000 in the amount of $52326.13 (O&MN,N) 400024 Funding for CLIN 4000 in the amount of $32,356.91 (O&MN,N) 400025 Funding for CLIN 4000 in the amount of $21,211.52 (O&MN,N) 400026 Funding for CLIN 4000 in the amount of $44,760.19 (O&MN,N) 400027 Funding for CLIN 4000 in the amount of $69,600 (O&MN,N) 400028 Funding for CLIN 4000 in the amount of $30,000.00 (O&MN,N) 400029 Funding for CLIN 4000 in the amount of $0 (O&MN,N) 400030 Funding for CLIN 4000 in the
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
10 of 55 FINAL
amount of $0 (O&MN,N) 400031 Funding for CLIN 4000 in the amount of $51,400.00 (O&MN,N) 400032 Funding for CLIN 4000 in the amount of $80,000.00 (O&MN,N) 400033 Funding for CLIN 4000 in the amount of $40,000.00 (O&MN,N) 400034 Funding for CLIN 4000 in the amount of $60,000.00 (O&MN,N) 400035 Funding for CLIN 4000 in the amount of $80,000.00 (O&MN,N) 400036 Funding for CLIN 4000 in the amount of $80,000.00 (O&MN,N) 400037 Funding for CLIN 4000 in the amount of $66,103.95 (WCF) 400038 Funding for CLIN 4000 in the amount of $23,850.00 (OTHER) 400039 Funding for CLIN 4000 in the amount of $25,000.00 (O&MN,N) 400040 Funding for CLIN 4000 in the
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
11 of 55 FINAL
amount of $46,000.00 (O&MN,N) 400041 Funding for CLIN 4000 in the amount of $0.00 (O&MN,N) 400042 Funding for CLIN 4000 in the amount of $0.00 (O&MN,N) 400043 400044 Funding for CLIN 4000 in the amount of $27248.49 (O&MN,N) 4100 Labor for Option 28144.0 LH $940,358.68 $75,228.69 $1,015,587.37 Period III. The contractor shall provide support services in accordance with Section C. (O&MN,N) 410001 Funding in the amount of $122721.51 (O&MN,N) 410002 Funding in the amount of $15,000.00 (O&MN,N) 410003 Funding in the amount of $40,000.00 (O&MN,N) 410004 Funding in the amount of $43,000.00 (APN) 410005 Funding in the amount of $44,000.00 (O&MN,N) 410006 Funding in the amount of $40,000.00
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
12 of 55 FINAL
(O&MN,N) 410007 Funding in the amount of $96,000.00 (SCN) 410008 Funding in the amount of $24,000.00 (OTHER) 410009 Funding in the amount of $19,000.00 (O&MN,N) 410010 Funding in the amount of $88,000.00 (O&MN,N) 410011 Funding in the amount of $37,000.00 (OTHER) 410012 Funding in the amount of $19,000 (OTHER) 410013 Funding in the amount of $80,000.00 (OTHER) 410014 Funding for CLIN 4100 in the amount of $5,000.00 (OPN) 410015 Funding for CLIN 4100 in the amount of $12,000.00 (OPN) 410016 Funding for CLIN 4100 in the amount of $14,500.00 (OPN) 410017 Funding for CLIN 4100 in the amount of $20,000.00 (OPN) 410018 Funding for CLIN 4100 in the amount of
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
13 of 55 FINAL
$2,265.86 (SCN) 410019 Funding for CLIN 4100 in the amount of $175,000.00 (SCN) 410020 Funding for CLIN 4100 in the amount of $59,100.00 (O&MN,N) 410021 Funding for CLIN 4100 in the amount of $60,000.00 (O&MN,N) 4200 Labor for Option 28144.0 LH $2,314,086.52 $185,126.92 $2,499,213.44 Period IV. The contractor shall provide support services in accordance with Section C. (O&MN,N) 420001 Funding for CLIN 4200 Labor in the amount of $167,000.00 (OTHER) 420002 Funding for CLIN 4200 Labor in the amount of $40,000.00 (WCF) 420003 Funding for CLIN 4200 Labor in the amount of $25,560.00 (WCF) 420004 Funding for CLIN 4200 Labor in the amount of $108,000.00 (O&MN,N) 420005 Funding for CLIN 4200 Labor in the amount of $1,500.00 (SCN) 420006 Funding for CLIN 4200 Labor in the amount of
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
14 of 55 FINAL
$96,000.00 (WCF) 420007 Funding for CLIN 4200 Labor in the amount of $50,000.00 (WCF) 420008 Funding for CLIN 4200 Labor in the amount of $60,000.00 (O&MN,N) 420009 Funding for CLIN 4200 Labor in the amount of $30,000.00 (WCF) 420010 Funding for CLIN 4200 Labor in the amount of $110,400.00 (WCF) 420011 Funding for CLIN 4200 Labor in the amount of $120,000.00 (RDT&E) 420012 Funding for CLIN 4200 Labor in the amount of $8,000.00 (O&MN,N) 420013 Funding for CLIN 4200 Labor in the amount of $55,000.00 (WCF) 420014 Funding for CLIN 4200 Labor in the amount of $80,000.00 (WCF) 420015 Funding for CLIN 4200 Labor in the amount of $37,850.00 (WCF) 420016 Funding for CLIN 4200 Labor in the amount of $59,000.00 (SCN) 420017 Funding for CLIN 4200 Labor in the amount of
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
15 of 55 FINAL
$75,000.00 (WCF) 420018 Funding for CLIN 4200 Labor in the amount of $60,000.00 (WCF) 420019 Funding for CLIN 4200 Labor in the amount of $80,000.00 (O&MN,N) 420020 Funding for CLIN 4200 Labor in the amount of $42,500.00 (O&MN,N) 420021 Funding for CLIN 4200 Labor in the amount of $110,000.00 (SCN) 420022 Funding for CLIN 4200 Labor in the amount of $80,000.00 (RDT&E) 420023 Funding for CLIN 4200 Labor in the amount of $80,000.00 (OTHER) 420024 Funding for CLIN 4200 Labor in the amount of $40,000.00 (WCF) 420025 Funding for CLIN 4200 Labor in the amount of $20,000.00 (SCN) 420026 Funding for CLIN 4200 Labor in the amount of $3,160.00 (O&MN,N) 420027 Funding for CLIN 4200 Labor in the amount of $21,000.00 (RDT&E)
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
16 of 55 FINAL
420028 Funding for CLIN 4200 Labor in the amount of $21,000.00 (OPN) 420029 Funding for CLIN 4200 Labor in the amount of $28,000.00 (OPN) 420030 Funding for CLIN 4200 Labor in the amount of $20,000.00 (OPN) 420031 Funding for CLIN 4200 Labor in the amount of $17,900.00 (SCN) 420032 Funding for CLIN 4200 Labor in the amount of $17,900.00 (SCN) 420033 Funding for CLIN 4200 Labor in the amount of $15,000.00 (O&MN,N) 420034 Funding for CLIN 4200 Labor in the amount of $125,000.00 (O&MN,N) 420035 Funding for CLIN 4200 Labor in the amount of $80,000.00 (RDT&E) 420036 Funding for CLIN 4200 Labor in the amount of $44,350.00 (OPN) 420037 Funding for CLIN 4200 Labor in the amount of $31,600.00 (O&MN,N) 420038 Funding for CLIN 4200 Labor in the amount of $25,000.00 (WCF)
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
17 of 55 FINAL
420039 Funding for CLIN 4200 Labor in the amount of $67,000.00 (OPN) 420040 Funding for CLIN 4200 Labor in the amount of $38,000.00 (RDT&E) For ODC Items: Item Supplies/Services Qty Unit Est. Cost ------ ----------------- --------- ---- ---------------- 6000 Travel for Option 1.0 LO $5,000.00 Period II. (O&MN,N) 600001 Funding for CLIN 6000 in the amount of $5000 (O&MN,N) 6100 Material Costs 1.0 LO $10,000.00 for Option Period II. (O&MN,N) 610001 funding in the amount of $10,000 (O&MN,N) 6200 NMCI Costs for 1.0 LO $26,671.68 Option Period II. (O&MN,N) 620001 funding in the amount of 26671.68 (O&MN,N) 6300 Travel for the 1.0 LO $0.00 Option Period III. (O&MN,N) 6400 Material Costs 1.0 LO $0.00 for Option Period III. (O&MN,N) 6500 NMCI Costs for 1.0 LO $19,133.90 Option Period III. (O&MN,N) 650001 funding in the amount of $5233.5 (O&MN,N)
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
18 of 55 FINAL
650002 funding in the amount of $0.00 (O&MN,N) 6600 Travel for Option 1.0 LO $81,328.80 Period IV. (O&MN,N) 660001 Funding for CLIN 6600 Travel in the amount of $8,900.00 (OTHER) 660002 Funding for CLIN 6600 Travel in the amount of $4,000.00 (WCF) 660003 Funding for CLIN 6600 Travel in the amount of $10,000.00 (O&MN,N) 660004 Funding for CLIN 6600 Travel in the amount of $5,000.00 (WCF) 660005 Funding for CLIN 6600 Travel in the amount of $3,000.00 (WCF) 660006 Funding for CLIN 6600 Travel in the amount of $7,000.00 (WCF) 660007 Funding for CLIN 6600 Travel in the amount of $5,000.00 (SCN) 660008 Funding for CLIN 6600 Travel in the amount of $5,000.00 (OPN) 660009 Funding for CLIN 6600 Travel in the amount of $2,000.00 (RDT&E) 6700 Material Costs 1.0 LO $34,033.44 for Option Period IV. (O&MN,N)
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
19 of 55 FINAL
6800 NMCI Costs for 1.0 LH $29,406.72 Option Period IV. (O&MN,N) 680001 Funding for CLIN 6800 NMCI in the amount of $4,100.00 (OTHER) 680002 Funding for CLIN 6800 NMCI in the amount of $5,000.00 (WCF) 680003 Funding for CLIN 6800 NMCI in the amount of $5,000.00 (WCF) 680004 Funding for CLIN 6800 NMCI in the amount of $5,000.00 (WCF) 680005 Funding for CLIN 6800 NMCI in the amount of $1,000.00 (RDT&E) 680006 Funding for CLIN 6800 NMCI in the amount of $1,650.00 (OPN) 680007 Funding for CLIN 6800 NMCI in the amount of $1,650.00 (OPN) 680008 Funding for CLIN 6800 NMCI in the amount of $1,650.00 (OPN)
The Task Order Contracting Officer and/or Contracting Specialist will unilaterally create additional SLINs duringthe performance of this Task Order to accommodate the multiple types of funds that will be used under this order.
The Base Period of the Task Order, and the option periods if exercised, will be Cost Plus Fixed Fee.
For estimating purposes only, the following historical data is being provided as a guide for preparing futurerequirements. The contractor is not bound by these historical hours and is encouraged to provide innovativesolutions and labor mixes for fulfilling the requirements as stated in the SOW.
For informational purposes only, the Government Estimate per period is as follows:
*Indicates Key Personnel
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
20 of 55 FINAL
Labor Category Estimated Hours
* Program Manager (Government Site) 1,750
*Senior Engineer (Government Site) 2,500
*Senior Engineering Tech (Government Site) 6,100
*Senior Engineering Analyst (Government Site) 1,700
*Senior Mechanical Engineer (Government Site) 2,200
Senior Mechanical Tech (Government Site) 2,200
*Sr. Electrical Engineer (Government Site) 2,200
Engineering Technician (Off-Site) 5,602
Engineering Analyst (Off-Site) 700
Subject Matter Expert (Government Site) 400
Technical Writer (Government Site) 500
CAD Operator (Government Site) 500
Technical Typist (Off-Site) 500
Typist (Government Site) 972
Documentation Specialist (Off-Site) 320
Travel Estimate
Base Period $60,600
Option Period I $63,380
Option Period II $66,290
Option Period III $69,391
Option Period IV $72,615
Material Estimate
Base Period $25,000
Option Period I $26,250
Option Period II $27,562
Option Period III $28,940
Option Period IV $30,387
NMCI Estimate
Base Period $21,600
Option Period I $22,680
Option Period II $23,814
Option Period III $25,002
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
21 of 55 FINAL
Option Period IV $26,256
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
22 of 55 FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
Task 0001. The contractor shall provide engineering and technical support to government personnel, for engineeringactivities monitoring and reporting associated with Aircraft Launch and Recovery Equipment (ALRE) launchersystems at NAWCADLKE, installing activities and aboard aircraft carriers. This support shall be to NAWCADLKECode 4.8.2.1.
The contractor must have comprehensive ALRE knowledge and experience equivalent to a launcher team leadengineer. The contractor must have the capability to successfully execute all launcher in-service procedures whilefollowing all appropriate safety measures. The contractor will gather engineering data necessary to resolvefleet/Carrier and Fielf Service Unit (CAFSU) issues. These efforts may require on-site technical support andguidance. The contractor shall provide on-site shipboard guidance for the installation of ALRE launcher equipment.
The contractor will prepare formal responses answering fleet\CAFSU generated concerns. These will includeresponses to Requests for Engineering Information (REI) and Engineering Investigations (EI). Approval of theseefforts will be either the local team leader or the launcher branch head.
The contractor will be required to travel as required to provide needed tasks. Travel will include but not be limitedto, trips between NAVAIR Lakehurst and Newport News, VA., Naval Station San Diego, CA. and Naval Station,Everett, WA. All travel will be in performed in accordance with the provisions of the most current Joint and FederalTravel regulations. Contractor shall obtain passports as required to support overseas travel.
This task shall be conducted at security classification up to and including SECRET. Contractor personnel assignedto support classified tasking shall maintain appropriate security clearance.
Task 0002 - ALRE Design and In-Service Engineering Support
(a) The Contractor shall provide in-service engineering and technical support services to NAVAIR Lakehurstassociated with Visual Landing Aids (VLA) equipment, systems, and installations. The in-service engineering andtechnical support services shall include, but not be limited to, engineering and technical support to research,investigate, review, or develop technical directives affecting changes to components or sub-components associatedwith VLA equipment, systems, or installations, as well as other related ALRE, systems, or installations. Thesupport services will also include preparing, revising or redrawing engineering drawings to incorporate existing ordevelopmental component changes in design or installation of these systems.
In addition, these support services may include furnishing engineering and technical support to Governmentpersonnel, associated with VLA other related ALRE systems, at (i) NAVAIR Lakehurst, (ii) installing activities,(iii) aboard aircraft carriers, and (iv) aboard other air capable ships.
Further, the in-service engineering and technical support services may include tasks associated with responding toFleet Engineering Investigation’s (EI’s) related to VLA, or inspection and certification issues of NAVAIR andNAVSEA equipment and aviation facilities in areas of NAVAIR responsibility on share-based installation, aboardaircraft carriers, amphibious ships, and other air capable ships.
Materials may be supplied, if necessary, to support the engineering and technical support efforts. The materials shallbe secured on a cost-effective purchase. Upon completion of the performance period ownership of any and allmaterials provided shall revert to the Government. Anything over $3,000.00 will not be purchased without thewritten concurrence of the Contracting Officer.
(b) Contractor shall provide engineering and technical support to NAVAIR Lakehurst in the area of proof of concepttesting and development of technical documentation associated with VLA and other ALRE systems for aircraftcarriers, amphibious assault and air capable ships.
Contractor to provide engineering and technical support to research, investigate, review or develop potentialalternate configurations for components or sub-components of the current Integrated Launch and Recovery TelevisionSurveiallace/Systems (ILARTS) system for the purpose of incorporating fiber optic components and server-basedrecording of data into the present system. Contractor to assist in the evaluation of potential modifications to the
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
23 of 55 FINAL
system associated with incorporating fiber optic components and server-based recording of data into the presentsystem. Similar engineering and technical support tasks may be required for other VLA systems. Contractor may becalled upon to prepare, revise or redraw engineering drawings incorporating existing or developmental componentchanges in design or installation of this system.
Contractor will provide engineering and technical support to research, investigate, review or develop technicaldirectives affecting changes to visual landing aid systems. Contractor may be called upon to prepare, revise orredraw engineering drawings incorporating existing or developmental component changes in design or installation ofthese systems.
Equipment may be supplied, if necessary, to support proof of concept testing efforts associated with VLA systems.The equipment shall be secured on a cost-effective purchase. Upon completion of the performance period ownershipof any and all equipment provided shall revert to the Government.
Task 0002A ALRE Shorebased Marking and Lighting
(a) The contractor shall revise NAVAIR 51-50AAA-2 General Requirements for Shorebased Airfield Marking andLighting Manual, to incorporate current FAA standards and airfield lighting changes affecting Navy unique systemsrequirements. This shall include changes in International Civil Aviation Authority Organization (ICAO), NorthAtlantic Treaty Organization (NATO), Air and Space Interoperability Council (ASIC) standards andrecommendations from the Naval Facilities Command (NAVFAC). The changes shall be reflected in some 60 workpackages including drawings covering approach visual aids, obstruction lights, threshold/touchdown/centerlinelights, edge lights and guidance signs, special lights and markings (such as wheels-up wave-off lights and simulatedaircraft carrier deck lights) helipad visual aids, and electrical power and control including constant current regulatorsand isolation and distribution transformers.
(b) The contractor shall provide technical support to NAVAIR, NAVFAC, Navy and Marine Corps Air Stations andfacilities in recommending resolutions to design, installation, operation and maintenance issues for shorebased VLAsystems. The contractor shall revise the Unified Facilities Guide Specifications (UFGS) 3-535-2 Design Drawingsfor Visual Air Navigation Facilities, with regards to Navy design requirements and particularly Navy uniqueairfield lighting systems. The contractor shall also monitor state-of-the-art developments provided in technicalpapers at Aviation Lighting Industry Committee meetings and review changes in lighting manufacturer systems andcomponent specifications for applicability to US Navy requirements.
(c) The contractor shall prepare and review NATO Standardization Agreements (STANAGs) and Allied Publications(APs) for the NATO Airfield Marking lighting and Infrastructure Panel (AMLIP) which involves coordination with26 NATO member nations, the European Union (EU) Military Staff and Mediterranean Dialog (MD) nations. TheSTANAGs/APs pertain to airfield lighting, marking and obstructions, clearance planes, Night Vision Goggles(NVGs) compatibility and portable lighting systems for coalition operations. The contractor shall also prepare NavyPositions Papers, Liaison Reports and Information Exchange Papers and update STANAG ratification andimplementation information including implementing documents.
(d) The contractor review and revise Air Standards (AIR STDs)/APs for the Air and Space Interoperability Council(ASIC) Agile Combat Support (ACS) Working Group that consists of airfield lighting experts from 5 nations(Australia, Canada, New Zealand, United Kingdom and the United States). The AIR STDs/APs pertain to airfieldlighting, marking and obstructions, clearance planes, NVG compatibility and portable lighting systems for coalitionoperations. In view of the ASIC transformation and vision of effective coalition operations in a scenario context ofHumanitarian Relief Operations (HUMRO), Non-combatant Evacuation Operations (NEO), Peace SupportOperations (PSO), Global War on Terror (GWOT) and Major Combat Operations (MCO); the contractor shallidentify interoperability gaps with regard to VLA and prepare AIR STDSs/APs aimed at facilitating maximuminteroperability. The contractor shall also prepare Navy Positions Papers, Liaison Reports and InformationExchange Papers and update AIR STD ratification and implementation information including implementingdocuments.
Task 0002B - ALRE Engineering and Technical Services - General
The contractor shall be capable of performing a broad range of engineering, technical documentation, and relatedservices related to ALRE on an as-needed basis. The tasks to be performed may include, but are not limited to,preparation of technical drawings (including CAD drawings and 3-D models), preparation of documents (e.g.,
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
24 of 55 FINAL
reports), preparation of presentation materials (e.g., viewgraphs, handouts), and the use of Microsoft Office or otherproducts to produce graphs and charts.
The personnel required to produce the foregoing products may be engineers, designers, technicians, technicaldocumentation preparation specialists, CAD operators, and other skilled workers. It is preferred that the contractorhave a broad base of skilled personnel on staff from whom he can draw. The contractor shall be required todemonstrate, however, that where he does not possess the skilled personnel in house, he can either recruit orsubcontract for the required services.
Task 0003. The contractor shall provide engineering and technical services to government personnel to verify and/orproduce finite element modeling, and thermal, shock, vibration and stress analysis of ALRE equipment. Thecontractor shall be capable of performing the analysis utilizing Algor, ProE, and Pro Mechnica software. All analysisproduced by the contractor becomes property of the government. The contractor must have comprehensiveknowledge in ALRE equipment, systems and sub-systems.
Task 0004. The contractor shall provide engineering and technical services to government personnel in reviewing,researching and preparing Technical Data Requirements (TDR) packages for Support Equipment, ExpeditionaryAirfield (EAF), ICCS, CVN77, CVN78 and/or ALRE equipment.
The contractor shall revise EAF and/or ALRE drawings as indicated by approved Request for EngineeringInformation (REI's) and prepare photo negatives/positives (used in the procurement of PC boards and legends).
The contractor must have comprehensive knowledge in ALRE equipment, systems and sub-systems. The contractorwill be required to have computer equipment that is fully compatible with NMCI and personnel fully knowledgeablewith the NAWC TDR process.
Task 0005. The contractor shall provide engineering and technical services to government personnel in the area ofdeveloping new designs and/or modifying or improving existing designs for ALRE systems, Support Equipment,EAF and VLA systems. The contractor will provide as required mechanical and/or electrical engineers andmechanical and or electrical engineering technicians.
Contracting personnel must be well versed in AutoCAD and Pro Engineering and must have comprehensiveknowledge of ALRE, Support Equipment, EAF and VLA systems.
Task 0006. Contractor shall provide engineering and technical support and documentation to NAVAIR CarrierAnalysis Lab, in the area of ship and aircraft suitability for air operations from aircraft carriers, amphibious assaultand air capable ships. Contractor will also collect, develop, and analyze data for new, proposed and in-service aircraftand ships. Analysis areas will include but not be limited to spotting, handling and suitability for naval operations.From data collected, maximum density spot factors will be developed using computer analysis and new ship flightand hangar decks will be designed in support of the Navy’s future and legacy aircraft. These ships will be studied,using current models, for their ability to operate aircraft efficiently and for their sortie generation capability.Computer aided drawings will be prepared and computer services provided supporting these tasks.
The contractor may be required to provide lab equipment necessary to perform these tasks if current Carrier AnalysisLaboratory equipment is deemed inadequate. The equipment shall be secured on a cost effective purchase or rentalwith an option to buy. Upon completion of the performance period, any and all equipment for which ownership canbe secured at no additional cost shall revert to the Government. Anything over $3,000.00 will not be purchasedwithout the written concurrence of the Contracting Officer.
The contractor shall be capable of performing a broad range of engineering, technical documentation, and relatedservices related to ALRE on an as-needed basis. The tasks to be performed may include, but are not limited to,preparation of technical drawings (including CAD drawings and 3-D models), preparation of documents (e.g.,reports), preparation of presentation materials (e.g., viewgraphs, handouts), and the use of Microsoft Office or otherproducts to produce graphs and charts.
The personnel required to produce the foregoing products may be engineers, designers, technicians, technicaldocumentation preparation specialists, CAD operators, and other skilled workers. It is preferred that the contractorhave a broad base of skilled personnel on staff from whom he can draw. The contractor shall be required todemonstrate, however, that where he does not possess the skilled personnel in house, he can either recruit orsubcontract for the required services.
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
25 of 55 FINAL
In addition, these support services may include furnishing engineering and technical support to Governmentpersonnel, associated with API and ALRE systems, at NAVAIR Lakehurst, at other Naval activities, aboard aircraftcarriers, and aboard other air capable ships.
This task shall be conducted at security classifications up to and including SECRET. Contractor personnel assignedto support classified tasking shall maintain appropriate security clearance.
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
26 of 55 FINAL
SECTION D PACKAGING AND MARKING
ITEMS 1000 THROUGH 3000 AND AWARD TERM OPTION ITEMS 4000 THOUGH 9000- There are nopackaging or marking requirements for the services to be ordered under the task orders. All requirements forpackaging and marking of supplies or documents associated with the services shall be packaged, packed and markedin accordance with the provision set forth below unless otherwise indicated in individual task orders.
DATA PACKAGING LANGUAGE
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.
HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (Sep 1990)
All reports delivered by the Contractor to the Government under this contract shall prominently show on the coverof the report:
(1) name and business of the contractor
(2) contract number
(3) task order number
(4) Sponsor Louis Frontino Naval Air Engineering Center Aircraft Division Lakehurst, NJ
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
27 of 55 FINAL
SECTION E INSPECTION AND ACCEPTANCE
Inspection and Acceptance shall be in accordance with Section E of the SeaPort-e basic contract.
The Contracting Officer Representative (COR) will be designated the responsibility of monitoring,progressing, and controlling the technical work for the resultant task order. The Quality AssurancePlan (QASP) for this task order includes the COR performing a Task Order Performance Evaluation(TOPE) in accordance with the Seaport-e basic contract. This Task Order will be registered in theContractor Performance Assessment Reporting System (CPARS). As part of the QASP, performancewill be measured by the COR for technical accuracy of deliverables, the general quality of services,timeliness, cost control, the contractor’s responsiveness to customers, and team stability andcooperation with other IDIQ holder terms.
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
28 of 55 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
1000 1/23/2008 - 1/22/2009
1100 1/23/2009 - 1/22/2010
3000 1/23/2008 - 1/22/2009
3100 1/23/2008 - 1/22/2009
3200 1/23/2008 - 1/22/2009
3300 1/23/2009 - 1/22/2010
3400 1/23/2009 - 1/22/2010
3500 1/23/2009 - 1/22/2010
4000 12/23/2009 - 1/22/2011
4100 1/16/2010 - 6/22/2012
4200 1/23/2012 - 1/21/2014
6000 12/23/2009 - 1/22/2011
6100 12/23/2009 - 1/22/2011
6200 12/23/2009 - 1/22/2011
6300 1/23/2011 - 6/22/2012
6400 1/23/2011 - 6/22/2012
6500 9/13/2010 - 6/22/2012
6600 1/23/2012 - 1/21/2014
6700 1/23/2012 - 1/21/2014
6800 1/23/2012 - 1/21/2014
CLIN - DELIVERIES OR PERFORMANCE
The Period of Performance for the Base Period is 23 January 2008 - 31 August 2009.
The Period of Performance for Option Period I is 23 January 2009 - 22 January 2010.
The Period of Performance for Option Period II is 30 December 2009 - 22 January 2011.
The Period of Performance for Option Period III is 16 September 2010- 22 June 2012.
The Period of Performance for Option Period IV is 23 January 2012 - 21 January 2014.
F-1 Task Order Options
The Government may extend the term of this order by written notice to the Contractor within 7 days before the endof the current period of performance; provided that the Government give the Contractor a preliminary written noticeof its intent to extend at least 30 days before the end of the current period of performance. The preliminary noticedoes not commit the Government to an extension.
If the Government exercises an option, the extended order shall be considered to include this option provision.
The total duration of this order, including the exercise of any option under this clause, shall not exceed 5 years.
52.217-5 Evaluation of Options
Evaluation of Options (Jul 1990)
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
29 of 55 FINAL
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, theGovernment will evaluate offers for award purposes by adding the total price for all options to the total price for thebasic requirement. Evaluation of options will not obligate the Government to exercise the options(s).
(End of Provision)
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
30 of 55 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
CONTRACTING OFFICER REPRESENTATIVE APPOINTMENT (JUL 2005)
(a) The Task Ordering Contracting Officer hereby appoints the following individual as the Contracting OfficerRepresentative (COR) for this Task
Name: Louis Frontino
Code: 4.8.2.1
E-mail: [email protected]
Mailing Address: NAVAIR Bldg 562-3, Lakehurst, NJ 08733
Telephone: 732-323-2877
(b) The COR is responsible for those specific functions assigned in the Contracting OfficerRepresentative appointment letter.
(c) Only the Task Order Contracting Officer has the authority to modify the terms of the task order. Therefore, in noevent will any understanding, agreement, modification, change order, or other matter deviating from the terms of thebasic contract or this task order between the contractor and any other person be effective or binding on theGovernment. If, in the opinion of the contractor, an effort outside the existing scope of this task order is requested,the contractor shall promptly notify the Task Ordering Contracting Officer in writing. No action shall be taken bythe contractor unless the Task Order Contracting Officer, PCO or ACO has issued a formal modification.
SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)
(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available andallotted to this contract for payment of fee for incrementally funded contract line item number/contract subline itemnumber (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract forpayment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contractentitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period ofperformance for which it is estimated the allotted amount(s) will cover are as follows:
ESTIMATED
ITEM (S) ALLOTTED TO COST ALLOTTED TO FEE PERIOD OF PERFORMANCE
[Cost $1,081,188.50] [Fee $ 82,211.50] [Total $1,163,400.00] [1/23/08-08/31/09] Base Year
[Cost $ 506,503.71] [Fee $ 40,520.29] [Total $547,024.00] [1/23/09-1/22/10] Option Year 1
[Cost $1,615,409.81] [Fee $125,899.06] [Total $1,741,308.87] [12/30/09-1/22/11] Option Year 2
[Cost $ 945,592.18] [Fee $ 75,228.69] [Total $1,020,820.87] [9/16/10-6/22/12] Option Year 3
[Cost $2,103,394.57] [Fee $162,275.43] [Total $2,265,670.00] [1/23/12-1/21/14] Option Year 4
TOTAL:[Cost $6,252,088.77] [Fee $486,134.97] [Total $6,738,223.74]
(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time forthe incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall stateseparately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and theperiod of performance which the amount(s) are expected to cover.
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
31 of 55 FINAL
(c) CLINs/SLINs [_____] are fully funded and performance under these CLINs/SLINs is subject to the clause of thiscontract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR52.232-21), as applicable.
(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs ofperformance of fully funded CLINs/SLINs.
FUNDING PROFILE
The following details funding to date:
Total $6,738,223.74
Contract Funds This Previous Funds Balance Action Funding Available
Unfunded
5252.232-9513 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (DEC 2007)
(a) Invoices for goods received or services rendered under this contract shall be submitted electronically throughWide Area Work Flow -- Receipt and Acceptance (WAWF):
(1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shallself-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet athttp://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line:1-800-559-WAWF (9293).
(2) WAWF Vendor “Quick Reference” Guides are located at the following web site:http://www.acquisition.navy.mil/navyaos/content/view/full/3521.
(3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) canbe included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product areattachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes.
(b) The following information, regarding invoice routing DODAAC’s, must be entered for completion of the invoicein WAWF:
WAWF Invoice Type: Cost Voucher
Issuing Office DODAAC N68335
Admin Office DODAAC: S3915A
Inspector DODAAC (usually only usedwhen Inspector & Acceptor are differentpeople):
N68335
Ship To DODAAC (for Combo) N68335
DCAA Office DODAAC (Used on CostVoucher’s only):
Enter DCAA Office DODAAC
Paying Office DODAAC: HQ0337
(c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submitdirectly to DFAS. Final voucher submission will be approved by the ACO.
(d) For each invoice / cost voucher submitted for payment, the contractor shall also email the WAWF automatedinvoice notice directly to the following points of contact:
Name Email Phone Role
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
32 of 55 FINAL
Louis Frontino [email protected] 732-323-2877 TOM
Accounting Data
SLINID PR Number Amount -------- ---------------------- ---------------------100001 130009709000001 159400.00 LLA : AA 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR00395 100002 130009710100001 31300.00 LLA : AB 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR00396 300001 130009709000001 600.00 LLA : AA 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR00395 300002 130009710100001 25000.00 LLA : AB 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR00396 320001 130009710100001 3600.00 LLA : AB 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR00396 BASE Funding 219900.00 Cumulative Funding 219900.00 MOD 01 100003 130010147800001 50000.00 LLA : AC 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR00738 MOD 01 Funding 50000.00 Cumulative Funding 269900.00 MOD 03 100004 130010353400001 15000.00 LLA : AD 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR00886 MOD 03 Funding 15000.00 Cumulative Funding 284900.00 MOD 04 100005 130010435400001 50000.00 LLA : AE 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR00965 MOD 04 Funding 50000.00 Cumulative Funding 334900.00 MOD 05 100006 130010527100001 12000.00 LLA : AF 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR01035
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
33 of 55 FINAL
100007 130010527200001 20650.00 LLA : AG 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR01036 300003 130010527200001 13500.00 LLA : AG 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR01036 320002 130010527200001 850.00 LLA : AG 97X4930 NH2A 252 77777 0 050120 2F 000000 WC218PR01036 MOD 05 Funding 47000.00 Cumulative Funding 381900.00 MOD 06 100008 130010712800001 50000.00 LLA : AH 97X4930 NH2A 260 77777 0 050120 2F 000000 WC218PR01196 100009 130010713000001 31000.00 LLA : AJ 97X4930 NH2A 260 77777 0 050120 2F 000000 WC218PR01197 MOD 06 Funding 81000.00 Cumulative Funding 462900.00 MOD 07 100010 130010739800001 30000.00 LLA : AK 97X4930 NH2A 251 77777 0 050120 2F 000000 WC218PR01239 100011 130010739900001 25000.00 LLA : AL 97X4930 NH2A 251 77777 0 050120 2F 000000 WC218PR01240 MOD 07 Funding 55000.00 Cumulative Funding 517900.00 MOD 08 100012 130010911800001 50000.00 LLA : AM 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000005271 100013 130010911700001 50000.00 LLA : AN 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000005250 MOD 08 Funding 100000.00 Cumulative Funding 617900.00 MOD 09 100014 130010911600001 5000.00 LLA : AP 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000005249 MOD 09 Funding 5000.00 Cumulative Funding 622900.00 MOD 10 100015 130011008200001 75000.00 LLA :
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
34 of 55 FINAL
AQ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000013376 MOD 10 Funding 75000.00 Cumulative Funding 697900.00 MOD 11 100016 130011197800001 20000.00 LLA : AR 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000032857 300004 130011197800001 10000.00 LLA : AR 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000032857 MOD 11 Funding 30000.00 Cumulative Funding 727900.00 MOD 12 100017 130011264100001 290000.00 LLA : AS 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000039052 100018 130011275200001 55000.00 LLA : AT 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000040314 MOD 12 Funding 345000.00 Cumulative Funding 1072900.00 MOD 13 100019 130011336000001 40000.00 LLA : AU 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000047031 MOD 13 Funding 40000.00 Cumulative Funding 1112900.00 MOD 14 100020 130011605700001 30500.00 LLA : AV 97X4930 NH2A 251 77777 0 050120 2F 000000 A00000076829 MOD 14 Funding 30500.00 Cumulative Funding 1143400.00 MOD 15 100021 130011640500001 20000.00 LLA : AW 97X4930 NH2A 251 77777 0 050120 2F 000000 A00000080313 MOD 15 Funding 20000.00 Cumulative Funding 1163400.00 MOD 17 110001 130012030200001 163200.00 LLA : AX 1791804 4A4A 252 00019 0 050120 2D 000000 A00000117066 MOD 17 Funding 163200.00
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
35 of 55 FINAL
Cumulative Funding 1326600.00 MOD 18 110002 130011995300002 57824.00 LLA : AY 97X4930 NH2A 252 77777 0 050120 2F 000000 A10000113688 MOD 18 Funding 57824.00 Cumulative Funding 1384424.00 MOD 19 110003 130012185700001 10000.00 LLA : AZ 97X4930 NH2A 255 77777 0 050120 2F 000000 A00000134137 110004 130012186200001 10000.00 LLA : BA 97X4930 NH2A 255 77777 0 050120 2F 000000 A00000134142 MOD 19 Funding 20000.00 Cumulative Funding 1404424.00 MOD 20 110005 130012415000001 4000.00 LLA : BB 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000159843 110006 130012414600001 51000.00 LLA : BC 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000159772 110007 130012405600001 50000.00 LLA : BD 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000158480 110008 130012397300001 41000.00 LLA : BE 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000157753 MOD 20 Funding 146000.00 Cumulative Funding 1550424.00 MOD 21 110009 130012493200001 160000.00 LLA : BF 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000167843 MOD 21 Funding 160000.00 Cumulative Funding 1710424.00 MOD 22 110010 130012447100001 150000.00 LLA : BG 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000162853 MOD 22 Funding 150000.00 Cumulative Funding 1860424.00 MOD 23 110011 130012631000001 22000.00 LLA :
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
36 of 55 FINAL
BH 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000185060 110012 130012623200001 25000.00 LLA : BJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000183656 110013 130012623100001 80000.00 LLA : BK 9790100 1120 000 00000 0 016012 52 2S4944 7DSAM90384 049447 MOD 23 Funding 127000.00 Cumulative Funding 1987424.00 MOD 24 110014 130013181500001 30000.00 LLA : BL 97X4930 NH2A 251 77777 0 050120 2F 000000 A00000244298 110015 130013176000001 40000.00 LLA : BM 97X4930 NH2A 251 77777 0 050120 2F 000000 A00000244507 110016 130013201000001 34000.00 LLA : BN 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000246670 MOD 24 Funding 104000.00 Cumulative Funding 2091424.00 MOD 25 110017 130013381100001 23750.00 LLA : BP 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000262670 MOD 25 Funding 23750.00 Cumulative Funding 2115174.00 MOD 26 110018 130013519800001 15000.00 LLA : BQ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000281808 110019 130013558300001 65000.00 LLA : BR 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000286082 110020 130013558400001 38400.00 LLA : BS 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000286087 MOD 26 Funding 118400.00 Cumulative Funding 2233574.00 MOD 27 110021 130013742200001 15000.00 LLA : BT 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000306286 MOD 27 Funding 15000.00 Cumulative Funding 2248574.00 MOD 28
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
37 of 55 FINAL
110022 130013947900001 12000.00 LLA : BU 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000328078 MOD 28 Funding 12000.00 Cumulative Funding 2260574.00 MOD 29 110023 130014048400001 9350.00 LLA : BV 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000330966 MOD 29 Funding 9350.00 Cumulative Funding 2269924.00 MOD 30 110009 130012493200001 (37500.00) LLA : BF 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000167843 110010 130012447100001 (150000.00) LLA : BG 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000162853 110011 130012631000001 (22000.00) LLA : BH 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000185060 110012 130012623200001 (25000.00) LLA : BJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000183656 110013 130012623100001 (80000.00) LLA : BK 9790100 1120 000 00000 0 016012 52 2S4944 7DSAM90384 049447 110014 130013181500001 (30000.00) LLA : BL 97X4930 NH2A 251 77777 0 050120 2F 000000 A00000244298 110015 130013176000001 (40000.00) LLA : BM 97X4930 NH2A 251 77777 0 050120 2F 000000 A00000244507 110016 130013201000001 (34000.00) LLA : BN 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000246670 110017 130013381100001 (23750.00) LLA : BP 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000262670 110018 130013519800001 (15000.00) LLA : BQ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000281808 110019 130013558300001 (65000.00) LLA : BR 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000286082 110020 130013558400001 (38400.00) LLA : BS 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000286087 110021 130013742200001 (15000.00) LLA : BT 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000306286
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
38 of 55 FINAL
110022 130013947900001 (12000.00) LLA : BU 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000328078 110023 130014048400001 (9350.00) LLA : BV 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000330966 400001 130014227900001 50000.00 LLA : BW 1701804 4A4A 252 00019 0 050120 2D 000000 A00000343885 400002 130012493200001 37500.00 LLA : BF 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000167843 400003 130012447100001 150000.00 LLA : BG 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000162853 400004 130012631000001 22000.00 LLA : BH 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000185060 400005 130012623200001 25000.00 LLA : BJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000183656 400006 130012623100001 80000.00 LLA : BK 9790100 1120 000 00000 0 016012 52 2S4944 7DSAM90384 049447 400007 130013181500001 30000.00 LLA : BL 97X4930 NH2A 251 77777 0 050120 2F 000000 A00000244298 400008 130013176000001 40000.00 LLA : BM 97X4930 NH2A 251 77777 0 050120 2F 000000 A00000244507 400009 130013201000001 34000.00 LLA : BN 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000246670 400010 130013381100001 23750.00 LLA : BP 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000262670 400011 130013519800001 15000.00 LLA : BQ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000281808 400012 130013558300001 65000.00 LLA : BR 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000286082 400013 130013558400001 38400.00 LLA : BS 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000286087 400014 130013742200001 15000.00 LLA : BT 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000306286 400015 130013947900001 12000.00 LLA : BU 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000328078 400016 130014048400001 9350.00 LLA : BV 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000330966
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
39 of 55 FINAL
MOD 30 Funding 50000.00 Cumulative Funding 2319924.00 MOD 31 110009 130012493200001 37500.00 LLA : BF 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000167843 400002 130012493200001 (37500.00) LLA : BF 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000167843 MOD 31 Funding 0.00 Cumulative Funding 2319924.00 MOD 32 400017 130014315900001 113200.00 LLA : BX 1701804 4A4A 252 00019 0 050120 2D 000000 A00000349597 MOD 32 Funding 113200.00 Cumulative Funding 2433124.00 MOD 33 400018 130014645400001 28050.00 LLA : BY 97X4930 NH2A 252 77777 050120 2F 0000000 A00000373011 MOD 33 Funding 28050.00 Cumulative Funding 2461174.00 MOD 34 400019 130014621600001 105000.00 LLA : BZ 1701810 43SH 251 00019 0 050120 2D 000000 A00000371458 MOD 34 Funding 105000.00 Cumulative Funding 2566174.00 MOD 35 400020 130014858400001 44000.00 LLA : CA 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000387560 MOD 35 Funding 44000.00 Cumulative Funding 2610174.00 MOD 36 400021 130014866600001 25000.00 LLA : CB 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000387920 400022 130014956400001 25000.00 LLA : CC 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000393628 MOD 36 Funding 50000.00 Cumulative Funding 2660174.00
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
40 of 55 FINAL
MOD 37 400023 130015049000001 52326.13 LLA : CD 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000399738 400024 130015049000002 32356.91 LLA : CF 97X4930 NH2A 252 77777 0 050120 2F 000000 A10000399738 400025 130015049000003 21211.52 LLA : CG 97X4930 NH2A 252 77777 0 050120 2F 000000 A20000399738 600001 130015049000003 5000.00 LLA : CG 97X4930 NH2A 252 77777 0 050120 2F 000000 A20000399738 MOD 37 Funding 110894.56 Cumulative Funding 2771068.56 MOD 38 400026 130015465400001 44760.19 LLA : CH 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000425710 MOD 38 Funding 44760.19 Cumulative Funding 2815828.75 MOD 39 400027 130015470600001 69600.00 LLA : CJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000426127 MOD 39 Funding 69600.00 Cumulative Funding 2885428.75 MOD 40 400006 130012623100001 (80000.00) LLA : BK 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000185060 400028 130015465700001 30000.00 LLA : CK 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000425767 400029 130012623100001 80000.00 LLA : CL 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000185060 MOD 40 Funding 30000.00 Cumulative Funding 2915428.75 MOD 41 400030 130016093000001 51400.00 LLA : CM 97X4930 NH2A 77777 0 050120 2F 000000 A00000465302 MOD 41 Funding 51400.00 Cumulative Funding 2966828.75 MOD 42
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
41 of 55 FINAL
400029 130012623100001 (80000.00) LLA : CL 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000185060 400030 130016093000001 (51400.00) LLA : CM 97X4930 NH2A 77777 0 050120 2F 000000 A00000465302 400031 130016093000001 51400.00 LLA : CN 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000465302 400032 130012623100001 80000.00 LLA : BK 9790100 1120 000 00000 0 016012 52 2S4944 7DSAM90384 049447 MOD 42 Funding 0.00 Cumulative Funding 2966828.75 MOD 43 400033 130016648800001 40000.00 LLA : CP 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000498908 400034 130016648800002 60000.00 LLA : CR 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000498908 MOD 43 Funding 100000.00 Cumulative Funding 3066828.75 MOD 44 400035 130016783700001 80000.00 LLA : CS 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000506630 MOD 44 Funding 80000.00 Cumulative Funding 3146828.75 MOD 45 400036 130016902900001 80000.00 LLA : CT 9700100 1120 000 00000 0 016012 52 2S4944 7DSAM00597 S49447 MOD 45 Funding 80000.00 Cumulative Funding 3226828.75 MOD 46 400037 130017232200001 66103.95 LLA : CU 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000532849 400038 130017352400001 23850.00 LLA : CV 1781811 6210 253 WAWGW 068342 2D 000000 231739210000 MOD 46 Funding 89953.95 Cumulative Funding 3316782.70 MOD 47 400039 130017379300001 25000.00 LLA :
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
42 of 55 FINAL
CW 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000539208 400040 130017732300001 46000.00 LLA : CX 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000555577 MOD 47 Funding 71000.00 Cumulative Funding 3387782.70 MOD 48 400041 130017780300001 56700.00 LLA : DB 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000558656 400042 130017780400001 11000.00 LLA : DC 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000558658 620001 130017591000001 26671.68 LLA : CY 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000548110 650001 130017591000001 5233.50 LLA : CZ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000548110 650002 130017780300001 3300.00 LLA : DA 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000558656 MOD 48 Funding 102905.18 Cumulative Funding 3490687.88 MOD 49 400044 130017848700001 27278.49 LLA : DD 97X4930 NH2A 252 77777 0 050120 2F 000000 A10000562808 410001 130017848700001 122721.51 LLA : DE 97X4930 NH2A 252 77777 0 050120 2F 000000 A10000562808 610001 130017848700002 10000.00 LLA : DF 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000562808 MOD 49 Funding 160000.00 Cumulative Funding 3650687.88 MOD 50 400041 130017780300001 (56700.00) LLA : DB 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000558656 400042 130017780400001 (11000.00) LLA : DC 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000558658 650002 130017780300001 (3300.00) LLA : DA 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000558656 MOD 50 Funding -71000.00 Cumulative Funding 3579687.88
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
43 of 55 FINAL
MOD 51 410002 130018850500001 15000.00 LLA : DG 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000637824 MOD 51 Funding 15000.00 Cumulative Funding 3594687.88 MOD 52 410003 130019021500001 40000.00 LLA : DH 1711804 4A4N 252 00019 0 050120 2D 000000 A00000648792 MOD 52 Funding 40000.00 Cumulative Funding 3634687.88 MOD 53 410004 130019401000002 43000.00 LLA : DJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A10000675400 410005 130019401000003 44000.00 LLA : DK 97X4930 NH2A 252 77777 0 050120 2F 000000 A20000675400 MOD 53 Funding 87000.00 Cumulative Funding 3721687.88 MOD 54 410006 130019863600001 40000.00 LLA : DM 1711804 4A4A 252 00019 0 050120 2D 000000 A00000708455 MOD 54 Funding 40000.00 Cumulative Funding 3761687.88 MOD 55 410007 130019674900001 96000.00 LLA : DN 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000694508 MOD 55 Funding 96000.00 Cumulative Funding 3857687.88 MOD 56 410008 130019895500001 24000.00 LLA : DP 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000711241 MOD 56 Funding 24000.00 Cumulative Funding 3881687.88 MOD 57 410009 130020460200001 19000.00 LLA : DQ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000748339 MOD 57 Funding 19000.00
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
44 of 55 FINAL
Cumulative Funding 3900687.88 MOD 58 410010 130020926800001 88000.00 LLA : DR 1711804 4A4A 252 00019 0 050120 2D 000000 A00000778534 MOD 58 Funding 88000.00 Cumulative Funding 3988687.88 MOD 59 410011 130021620300001 37000.00 LLA : DS 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000816426 410012 130021620100001 19000.00 LLA : DT 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000816421 MOD 59 Funding 56000.00 Cumulative Funding 4044687.88 MOD 60 410013 130022479900001 80000.00 LLA : DU 9710100 1120 000 00000 0 016012 51 BS4944 7DSAM10570 S49447 MOD 60 Funding 80000.00 Cumulative Funding 4124687.88 MOD 61 Funding 0.00 Cumulative Funding 4124687.88 MOD 62 410014 130023368400001 5000.00 LLA : DV 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000929720 410015 130023368400002 12000.00 LLA : DW 97X4930 NH2A 252 77777 0 050120 2F 000000 A10000929720 410016 130023368400003 14500.00 LLA : DX 97X4930 NH2A 252 77777 0 050120 2F 000000 A20000929720 410017 130023368400004 20000.00 LLA : DY 97X4930 NH2A 252 77777 0 050120 2F 000000 A30000929720 410018 130023368400005 2265.86 LLA : DZ 1781811 1227 252 WAWML 0 068342 2D 000000 201214000000 MOD 62 Funding 53765.86 Cumulative Funding 4178453.74 MOD 63 410019 130023592900001 175000.00 LLA : EA 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000946781
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
45 of 55 FINAL
MOD 63 Funding 175000.00 Cumulative Funding 4353453.74 MOD 64 410020 130023572000001 59100.00 LLA : EB 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000945911 MOD 64 Funding 59100.00 Cumulative Funding 4412553.74 MOD 65 410021 130023710000001 60000.00 LLA : EC 1721804 4A4A 252 00019 0 050120 2D 000000 A00000953813 MOD 65 Funding 60000.00 Cumulative Funding 4472553.74 MOD 66 Funding 0.00 Cumulative Funding 4472553.74 MOD 67 420001 130024186400001 167000.00 LLA : ED 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000997903 660001 130024186400002 10000.00 LLA : ED 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000997903 680001 130024186400003 3000.00 LLA : ED 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000997903 MOD 67 Funding 180000.00 Cumulative Funding 4652553.74 MOD 68 420002 130024009900001 40000.00 LLA : EE 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000983445 420003 130024590700001 25560.00 LLA : EF 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001029424 420004 130023710000002 108000.00 LLA : EG 1721804 4A4A 252 00019 0 050120 2D 000000 A00000953813 420005 130025090400001 1500.00 LLA : EH 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001064294 MOD 68 Funding 175060.00 Cumulative Funding 4827613.74 MOD 69 660001 130024186400002 (1100.00) LLA : ED 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000997903
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
46 of 55 FINAL
680001 130024186400003 1100.00 LLA : ED 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000997903 MOD 69 Funding 0.00 Cumulative Funding 4827613.74 MOD 70 420006 130025367100001 96000.00 LLA : EJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001084133 420007 130025425000001 50000.00 LLA : EK 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001088602 420008 130025233800001 60000.00 LLA : EL 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001074353 420009 130025398500001 30000.00 LLA : EM 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001086807 420010 130025357900001 110400.00 LLA : EN 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001083946 660002 130025367100003 4000.00 LLA : EJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001084133 660003 130025233800002 10000.00 LLA : EL 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001074353 660004 130025357900003 5000.00 LLA : EN 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001083946 680002 130025367100002 5000.00 LLA : EJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001084133 680003 130025357900002 5000.00 LLA : EN 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001083946 MOD 70 Funding 375400.00 Cumulative Funding 5203013.74 MOD 71 420011 130026251000001 120000.00 LLA : EP 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001145747 420012 130026129700001 8000.00 LLA : EQ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001136648 MOD 71 Funding 128000.00 Cumulative Funding 5331013.74 MOD 72 420013 130025765000003 55000.00 LLA :
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
47 of 55 FINAL
ER 97X4930 NH2A 252 77777 0 050120 2F 000000 A10001111537 660005 130025765000001 3000.00 LLA : ES 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001111537 680004 130025765000002 5000.00 LLA : ES 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001111537 MOD 72 Funding 63000.00 Cumulative Funding 5394013.74 MOD 73 420014 130026226700001 80000.00 LLA : ET 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001143686 MOD 73 Funding 80000.00 Cumulative Funding 5474013.74 MOD 74 420015 130026226100001 37850.00 LLA : EU 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001143231 420016 130026766800001 59000.00 LLA : EV 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001179325 MOD 74 Funding 96850.00 Cumulative Funding 5570863.74 MOD 75 420017 130027080600001 75000.00 LLA : EW 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001201838 MOD 75 Funding 75000.00 Cumulative Funding 5645863.74 MOD 76 420018 130024009900002 60000.00 LLA : EE 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000983445 660006 130024009900003 7000.00 LLA : EE 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000983445 MOD 76 Funding 67000.00 Cumulative Funding 5712863.74 MOD 77 420019 130025233800003 80000.00 LLA : EL 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001074353 MOD 77 Funding 80000.00 Cumulative Funding 5792863.74
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
48 of 55 FINAL
MOD 78 420020 130025226700001 42500.00 LLA : EX 1721804 4A4A 252 00019 0 050120 2D 000000 A00001073918 MOD 78 Funding 42500.00 Cumulative Funding 5835363.74 MOD 79 420021 130027307600010 110000.00 LLA : EY 1711611 6210 251 CV378 0 050120 2D 000000 A00001216676 420022 130028187000001 80000.00 LLA : EZ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001274814 660007 130027307600020 5000.00 LLA : FA 1711611 6210 251 CV378 0 050120 2D 000000 A10001216676 680005 130028187000003 1000.00 LLA : EZ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001274814 MOD 79 Funding 196000.00 Cumulative Funding 6031363.74 MOD 80 420023 130030151700001 80000.00 LLA : FB 9720100 1120 000 00000 0 016012 51 BS4944 7DSAM20911 049447 MOD 80 Funding 80000.00 Cumulative Funding 6111363.74 MOD 81 420024 130024009900004 40000.00 LLA : EE 97X4930 NH2A 252 77777 0 050120 2F 000000 A00000983445 420025 130024009900005 20000.00 LLA : FC 97X4930 NH2A 252 77777 0 050120 2F 000000 A10000983445 420026 130024009900007 3160.00 LLA : FD 97X4930 NH2A 252 77777 0 050120 2F 000000 A20000983445 MOD 81 Funding 63160.00 Cumulative Funding 6174523.74 MOD 82 420027 130030991100001 21000.00 LLA : FG 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001447670 420028 130030991100002 21000.00 LLA : FF 97X4930 NH2A 252 77777 0 050120 2F 000000 A10001447670 MOD 82 Funding 42000.00
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
49 of 55 FINAL
Cumulative Funding 6216523.74 MOD 83 420029 130031212200001 28000.00 LLA : FH 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001468510 420030 130031207000001 20000.00 LLA : FJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001468502 680006 130031212200002 1650.00 LLA : FH 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001468510 680007 130031207000002 1650.00 LLA : FJ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001468502 MOD 83 Funding 51300.00 Cumulative Funding 6267823.74 MOD 84 420031 130031931800001 17900.00 LLA : FK 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001518279 420032 130031931800002 17900.00 LLA : FK 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001518279 MOD 84 Funding 35800.00 Cumulative Funding 6303623.74 MOD 85 Funding 0.00 Cumulative Funding 6303623.74 MOD 86 420033 A00001551381 15000.00 LLA : FM 1731804 4A4A 252 00019 0 050120 2D 000000 A00001551381 420034 130031429200001 125000.00 LLA : FN 1731804 4A4A 252 00019 0 050120 2D 000000 A00001485494 420035 130032075700001 80000.00 LLA : FR 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001526057 420036 130031930200001 44350.00 LLA : FP 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001516829 420037 130032013200001 31600.00 LLA : FQ 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001522190 660008 130031930200002 5000.00 LLA : FP 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001516829 680008 130031930200004 1650.00 LLA : FP 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001516829
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
50 of 55 FINAL
MOD 86 Funding 302600.00 Cumulative Funding 6606223.74 MOD 87 Funding 0.00 Cumulative Funding 6606223.74 MOD 88 420038 130033249200001 25000.00 LLA : FS 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001598298 MOD 88 Funding 25000.00 Cumulative Funding 6631223.74 MOD 89 420039 130032923000001 67000.00 LLA : FT 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001577636 MOD 89 Funding 67000.00 Cumulative Funding 6698223.74 MOD 90 420040 130033731300001 38000.00 LLA : FU 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001632673 660009 130033731300002 2000.00 LLA : FU 97X4930 NH2A 252 77777 0 050120 2F 000000 A00001632673 MOD 90 Funding 40000.00 Cumulative Funding 6738223.74
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
51 of 55 FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
5252.211-9502 GOVERNMENT INSTALLATION WORK SCHEDULE (NAVAIR) (OCT 2005)
(a) The Holidays applicable to this contract are: New Year’s Day, Martin Luther King’s Birthday, President’sBirthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran’s Day, Thanksgiving Day, andChristmas Day.
(b) In the event that the contractor is prevented from performance as the result of an Executive Order or anadministrative leave determination that applies to the using activity, such time may be charged to the contract as adirect cost provided such charges are consistent with the contractor’s accounting practices. In the event that any ofthe above holidays occur on a Saturday or Sunday, then such holiday shall be observed as they are by the assignedGovernment employees at the using activity.
5252.237-9501 ADDITION OR SUBSTITUTION OF KEY PERSONNEL (SERVICES) (NAVAIR)(OCT 2005)
(a) A requirement of this contract is to maintain stability of personnel proposed in order to provide quality services.The contractor agrees to assign only those key personnel whose resumes were submitted and approved, and who arenecessary to fulfill the requirements of the effort. The contractor agrees to assign to any effort requiring non-keypersonnel only personnel who meet or exceed the applicable labor category descriptions. No substitution or additionof personnel shall be made except in accordance with this clause.
(b) If personnel for whatever reason become unavailable for work under the contract for a continuous period exceedingthirty (30) working days, or are expected to devote substantially less effort to the work than indicated in theproposal, the contractor shall propose a substitution to such personnel, in accordance with paragraph (d) below.
(c) The contractor agrees that during the first six months of the contract, no key personnel substitutions or additionswill be made unless necessitated by compelling reasons including, but not limited to: an individual’s illness,death, termination of employment, declining an offer of employment (for those individuals proposed as contingenthires), or family friendly leave. In such an event, the contractor must promptly provide the information required byparagraph (d) below to the Contracting Officer for approval prior to the substitution or addition of key personnel.
(d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least fifteen (15) days(thirty (30) days if a security clearance must be obtained) prior to the proposed substitution. Each request shallprovide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume forthe proposed substitute, information regarding the full financial impact of the change, and any other informationrequired by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes (nomatter when they are proposed during the performance period) shall have qualifications that are equal to or higherthan the qualifications of the person being replaced.
(e) In the event a requirement to increase the specified level of effort for a designated labor category, but not theoverall level of effort of the contract occurs, the offeror shall submit to the Contracting Officer a written request forapproval to add personnel to the designated labor category. The information required is the same as that required inparagraph (d) above. The additional personnel shall have qualifications greater than or equal to at least one (1) of theindividuals proposed for the designated labor category.
(f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify theofferor, in writing, of whether the request is approved or disapproved.
(g) If the Contracting Officer determines that suitable and timely replacement of personnel who have been reassigned,terminated or have otherwise become unavailable to perform under the contract is not reasonably forthcoming or thatthe resultant reduction of productive effort would impair the successful completion of the contract or the task order,the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, asappropriate. Alternatively, at the Contracting Officer’s discretion, if the Contracting Officer finds the contractor to beat fault for the condition, he may equitably adjust (downward) the contract price or fixed fee to compensate theGovernment for any delay, loss or damage as a result of the contractor’s action.
(h) Noncompliance with the provisions of this clause will be considered a material breach of the terms andconditions of the contract for which the Government may seek any and all appropriate remedies including
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
52 of 55 FINAL
Termination for Default pursuant to FAR Clause 52.249-6, Alt IV, “Termination (Cost-Reimbursement)”.
5252.237-9503 ORDERING PROCEDURES FOR NAVY MARINE CORPS INTRANET (NMCI) SERVICES(NAVAIR) (SEP 2000)
(a) This Support Services contract may require the use of and/or access to Department of Navy (DoN) InformationTechnology (IT) Resources by contractor personnel for contract performance. Applicable DoN IT Resources forperformance of this contract shall be procured from the NMCI Contractor pursuant to the authority of NMCIContract # N00024-00-D-6000, clause 5.2 “Ordering.”
(b) The Support Services contractor shall obtain written authorization from the Contracting Officer executing thiscontract, prior to ordering directly from the NMCI Contractor. No NMCI Order may be placed without the priorwritten authorization of the Contracting Officer. Any NMCI Order exceeding the written authorization of theContracting Officer shall be treated as an unallowable cost pursuant to FAR Part 31.
(c) The Government shall reimburse the contractor for the placement of NMCI Orders including applicable indirectburdens (general & administrative, etc.), excluding profit or fee.
SECURITY REQUIREMENTS
Program Administrator (PA) Employees. The PA shall not employ persons for work in the performance of thisAward who are identified to the PA by the Contracting Officer as potential threats to the health, safety, security,general well being, or operational mission of the installation and its population. Where reading, understanding,read, write, and speak English to the twelfth grade level. (The speaking skill is not required of a PA employee whois hearing impaired). All PA employees must be computer literate.
Employment of Foreign Nationals: No foreign nationals shall be employed under this award. The PA shall ensurethat all personnel employed in the performance of this award shall be United States Citizens, and capable ofobtaining a secret security clearance.
NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS
For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, 52.219-3,NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18, NOTIFICATION OF COMPETITION LIMITED TOELIGIBLE 8(A) CONCERNS, and 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNEDSMALL BUSINESS SET-ASIDE, the determination of whether a small business concern is independently ownedand operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualifiedas a small business under the size standards in this solicitation, and further, meets the definition of a HUBZonesmall business concern, a small business concern certified by the SBA for participation in the SBA’s 8(a) program,or a service disabled veteran-owned small business concern, as applicable, shall be based on the status of saidconcern at the time of award of the SeaPort-e MACs and as further determined in accordance with Special ContractRequirement H-19.
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
53 of 55 FINAL
SECTION I CONTRACT CLAUSES
Clauses specified in Section I of the SeaPort-e basic contract are incorporated into this order if applicable.
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
54 of 55 FINAL
SECTION J LIST OF ATTACHMENTS
NMCI Form
Quality Assurance Surveillance Plan (QASP)
DD-254 Dept of Defense Contract Security Classification Specification
For Official Use Only
Contract Data Requirements List (CRDL A001)
CONTRACT NO.
N00178-04-D-4089 DELIVERY ORDER NO.
4Y03 AMENDMENT/MODIFICATION NO.
90 PAGE
55 of 55 FINAL