nnj06hc02c - nasa · 7fcw001.- repair 300 and 400 test areas concrete flumes status: task order...

173
7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI Contract: NNJ06HC02C Title of Effort: Repair 300 and 400 _r_ + m Areas Concrete F!umes Type: Project Estimated Start Date: 10/23/2006 Estimated End Date: 01/31/2007 New Mexico Gross Receipt Tax Exempt: No qeope Of Work: This task order provides for the the construction, scheduling, coordination, plaaming, repair, _d/or replacement of the existing concrete flumes in the 300 and 400 Propulsion Test Areas. The Project _eader (PL) will assist the Project Manager (PM) in managing all tasks necessary to revitalize the existing infrastructure. This project has been allocated $35,000 for construction. The construction shall be completed by January 31, 2007. Description Of Work: !. Descriptiol_, of Work: The contractor shai1 furnish all structural, engineering, and construction services necessary to meet the.scope of work. The contractor shall provide all functions and related documentation, drawings, and technical and administrative data required for successfully performing the construction work for the project. The project team shall implement the requirements with the PM and Stakeholder (anyone with an investment in the project, includes end users, testers, customers, maintenance, etc.) to accomplish the repair or replacement of the existing concrete flumes in the 300 and 400 Propulsion Test Areas. A representative of the Stakeholder will be appointed to assist the PM/PL in meeting requirements and identifying testing constraints throughout the project. This project will be managed in accordance with WSI ENG-0019. Products and Services Required: ". Products and Services Required: a. Generate a construction task plan in accordance with the drawings 4077, sheets 1-14 which includes milestone dates and utilizes the new FY-07 Resource Sheet with Davis Bacon Rates if project is determined to be Davis Bacon. l_t o ") "co , cr r/ " oi _ _t __ - r/ __ _ .......... .... ps.,,js_-ap3-0_.j_.nasa._o_, sptc_, _, stf/wstf, ,ask o_de_, to default.efm?to id=782&contractm_mbe_=-_N2N. 4/o/o007

Upload: ngodiep

Post on 29-Jul-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes

Status: Task Order Approved

Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC)

Contractor: EASI Contract: NNJ06HC02C

Title of Effort: Repair 300 and 400 _r_ +m Areas Concrete F!umes

Type: Project

Estimated Start Date: 10/23/2006 Estimated End Date: 01/31/2007

New Mexico Gross Receipt Tax Exempt: No

qeope Of Work: This task order provides for the the construction, scheduling, coordination, plaaming, repair,_d/or replacement of the existing concrete flumes in the 300 and 400 Propulsion Test Areas. The Project

_eader (PL) will assist the Project Manager (PM) in managing all tasks necessary to revitalize the existinginfrastructure. This project has been allocated $35,000 for construction. The construction shall be completedby January 31, 2007.

Description Of Work:

!. Descriptiol_, of Work:

The contractor shai1 furnish all structural, engineering, and construction services necessary to meet the.scope

of work. The contractor shall provide all functions and related documentation, drawings, and technical andadministrative data required for successfully performing the construction work for the project. The projectteam shall implement the requirements with the PM and Stakeholder (anyone with an investment in the

project, includes end users, testers, customers, maintenance, etc.) to accomplish the repair or replacement ofthe existing concrete flumes in the 300 and 400 Propulsion Test Areas. A representative of the Stakeholderwill be appointed to assist the PM/PL in meeting requirements and identifying testing constraints throughoutthe project. This project will be managed in accordance with WSI ENG-0019.

Products and Services Required:

". Products and Services Required:

a. Generate a construction task plan in accordance with the drawings 4077, sheets 1-14 which includesmilestone dates and utilizes the new FY-07 Resource Sheet with Davis Bacon Rates if project isdetermined to be Davis Bacon.

l_t �-//"o ") "co , cr r/ " oi _ _t __ - r/ __ _ ..............ps.,,js_-ap3-0_.j_.nasa._o_, sptc_, _, stf/wstf, ,ask o_de_, to default.efm?to id=782&contractm_mbe_=-_N2N. 4/o/o007

01019-NNJ06HC02C

Page 2: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

b. Initiate and maintain a project file for all tasks or project including but not limited to design,calculations, cut sheets, specifications, material take-offs, cost estimate, DCN's, PR's, risk analysis,WAD's, as-built-drawings, and other project file items per prudent project management techniques.

c. Perfot-m project cost control reporting to PM.

d. Perform construction activities per drawings 4077 or as negotiated between PM and PL anddocumented on a project change order.

Materials and Travel Requirements:

3. Materials and Travel Requirements:

The contractor will provide all materials to support the construction effort. No NASA materials or contractortravel will be provided for this task order.

Deliverables:

1. Specific Deliverable: Task Plan per 2.a.Date or Critical Requirement: October 23, 2006

2. Specific Deliverable: Complete project file per 2.b.Date or Critical Requirement: January 31, 2007

3. Specific Deliverable: Project cost data reporting per 2.c.Date or Critical Requirement: Bi-weekly

4. Specific Deliverable: Complete construction and project close out per 2.d.Date or Critical Requirement: January 31, 2007

Performance Standard:

The contractor will be evaluated on their ability to plan, schedule, cost estimate, and complete negotiatedtasks.

Provide timely and consistent delivery of products and services per the schedule requirements outlined in thedeliverables section and milestones outlined in the task plan or schedule. Exceeding expectation evaluationswill be provided for improvements that increase the availability, reliability, capacity, performance, and

funding for this Task Order.

Xcheduling:

Meet deliverable dates.

Cost:

https://jsc-ap3-O2.jsc.nasa.gov/spice/wstf/wstf/task_order/todefault.cfm?to id=782&contractnumber=NN... 4/2/2007

01020-NNJ06HC02C

Page 3: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Cost control within agreed upon project budget.

Negotiations are performed by task order revision or Change Control Documents that are agreed to andgned by the NASA PM and the Contractor PL.

Budget Total: $35,000.001. Fund Source

72-3804 Concrete FlumesDollars Comments$35,O0O.O0

Project Estimate (Contractor Response)

Planned Start Date: 11/06/2006 Planned Completion Date: 01/31/2007

R1cl3al u _' 'f'" "_" _Project Lead: • , .n ±vlaltlnez k7 -

Assumptions and Clarifications to Requirements:

This task order provides for the the construction, scheduling, coordination, planning, repair, and/orreplacement of the existing concrete flumes in the 300 and 400 Propulsion Test Areas. The Project Leader(PL) will assist the Project Manager (PM) in managing all tasks necessary to revitalize the existinginfrastructure. The construction shall be completed by January 31, 2007.

Construction work to 300/400 Area flumes was worked on previous contract. The task plan will be_dated with information from previous task plan and following a walk through to identify the tasks needed

corepair and finish the flume work.

Specific Deliverables:

1. Specific Deliverable: Task Plan per 2.a.

Date or Critical Requirement: November 9, 2006

2. Specific Deliverable: Complete project file per 2.b.

Date or Critical Requirement: January 31, 2007 - This deliverable is dependent on the access to the300/400 Areas flumes and completion of construction

3. Specific Deliverable: Project cost data reporting per 2.c.

Date or Critical Requirement: Bi-weekly

4. Specific Deliverable: Complete construction and project close out per 2.d.

Date or Critical Requirement: January 31, 2007 - This deliverable is dependent on flae access to the00/400 Areas fhn-nes

Labor:

https://jsc-ap3-02.jsc.nasa.gov/spice/wstf/wstf/task_orderJto, default.cfm?to id 782&contractnumber=N_'4... 4/2/2007

01021-NNJ06HC02C

Page 4: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Materials:

Travel:

Other:

Stock Issues:

Total: $35,000.00

Other $ Comments:

Other includes service center and NMGRT

Cost breakdown is shown as requested by PM as follows: These costs are fully loaded.

https.//jsc-apa-O2dsc.nasa.gov/splce/wstf/wstf/task order,to default cfm9_o {d=782&contractnumber-NN a/,"_/9n13"7_ _ _. ._ __ - ... ___.__,,,

01022-NNJ06HC02C

Page 5: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

7FEO0Ol.- Administration Office IDIQ Work

Status: Task Order Approved

Originator: Sandra Ruttle (RE) PM: Kath_n Suratt (P@_)_

Contractor: EASI Contract: NNJ06HC02C

Title of Effort: Administration Office IDIQ Work

Type: Project

Estimated Start Date: 10/01/2006 Estimated End Date: 09/30/2007

New Mexico Gross Receipt Tax Exempt: No

_cope Of Work:

provide basic office support in the form of office maintenance, supplies, shipping, equipment, computerand telecommunications support.

Description Of Work:Provide basic office material support.

Products and Services Required:

umce supplies

Office equipmentOffice maintenance

Materials and Travel Requirements:The contractor shall supp!y any materials required.

Deliverables:

1. Specific Deliverable: N/ADate or Critical Requirement:

°erformance Standard: Contractor estimate within 10% of actual cost, and completion within 10% of

armed duration in working days.

Budget Total: $10,000.00

https://jsc-ap3-02.jsc.nasa.gov/spice/wstf/wstf/task order/to default.cfm?to id 699&contractnumber-_... 4/2,/2007

01023-NNJ06HC02C

Page 6: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

1. Fund Source814060.05 Test Services-Test Services $Dollars Comments$10,000.00

Project Estimate (Contractor Response)-1 _ - _,_ . 09/30/2007Planned Start Date: 10/01/2006 Planned Comt,,e_,o .... e.

Project Lead: Jack Kirby (505) 524-7828

Assumptions and Clarifications to Requirements: None.

Specific Deliverables: It is recognized that this task order is utilized, primarily by NASA personnel, as a wayto give contractor staff a valid charge number when performing NASA Adrainistrative Office relatedactivities. General deliverables include FedEX sbSpping of parcels as requested, keeping the site PO drawerfee paid, and cafeteria improvements; specific deliverables will be determined on an as-needed basis.

Labor:

Materials:

Travel:

Other:

qtoek Issues:

'otal: $9,941.20

Other $ Comments:

Because the deliverables are not specific, the cost estimate has no firm basis. Once funds are expended onan as needed basis to fulfill requests by NASA personnel, the contractor assumes the TO will be revised foradditional funding in order to continue ongoing tasks that rely on this TO (FedEX shipments and PO boxrent).

https://jsc-ap3-O2.jsc.nasa.gov/spice/wstf/wstf/task_order/to default.cfm?to_id=699&contractnumber=N2<... 4/2/2007

01024-NNJ06HC02C

Page 7: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

_-_ _'_ + _"_ • ,_, _ _-_'_ _ *_," "_ _ _ _ _ _ t _I -_ _ _1_:._ "

i-_:_'_i!_ V _ _'_%'_1-i_'i_ .... ,-_ _ _ ,---_

7FCDFT5.- Drafting support to Propulsion CLV roll control project

Status: Task Order Approved

Originator: Jason Noble (RC) PM: Jason Noble (PC)

Contractor: EASI Contract: NNJ06HC02C

Title of Effort: Drafting support to Propulsion CLV roll control project

Type: Project

Estimated Start Date: 03/26/2007 Estimated End Date: 09/30/2007

New Mexico Gross Receipt Tax Exempt: No

£cope Of Work:_sic -

t'his Task Order provides for the ongoing drafting support to the Propulsion CLV roll control Project. This

Task Order may be revised as necessary as future tasks are identified, estimated, and approved.

Description Of Work:Basic -The contractor shall:

- Provide drafting support to the Propulsion CLV roll control Project. This will include plotting drawings,

making copies of requested drawings or updating minor Drawing Change Notices. For complex drawing

updates, an estimate for the work will be provided to the customer and approval will be received from thembefore the work isstarted.- Track all tasks that utilize this TO to include a summary of the task, # of hours spent, and the requestor.

Products and Services Required:Basic -

The following Products and Services are required:_&U_t)ili_tt) Compieted drafting requests per ,_1_**_,

2) Estimates for complex drawing updates or changes returned to the customer.3) Monthly report documenting tasks completed, # of hours spent, and the requestor. This report shall be sent

the NASA PM.

ht_ps:_@c-ap3-_2.jsc.nasa.g_v/spice/wstfwstf/task-_rder/t_-defau_t.cfm?t_ id=1153&c_ntractnumber=N... 41212007

01025-NNJ06HC02C

Page 8: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Materials and Travel Requirements:No contractor travel, materials as required.

eliverables:

1. Specific Deliverable: Monthly report on TO activity as defined under Products and Services.Date or Critical Requirement: By the 10th of the following month

Performance Standard:The contractor will be evaluated on their ability to plan, schedule, cost estimate and complete negotiatedtasks.

Provide timely and consistent delivery of products and services per the schedule requirements negotiated withthe customer and the PM. Exceeding expectation evaluations will be provided for improvements that increasethe availability, reliability, capacity, performance, and documented knowledge of estimating, planning, andproject integration and completion that are gained within the allocated funding for this Task Order.

Scheduling:Exceeds Expectations: is ahead of the negotiated scheduleMeets Expectations: is on scheduleDid not meet Expectations: is behind negotiated schedule

Cost:Exceeds Expectations: project is below estimated costMeets Expectations: project is on costDid not meet Expectations: project is overspent, requiring additional funding

_,udget Total: $2,500.001. Fund Source

136905.08.05.05.01.08 Upper Stage & 1st Stage RCS Sys Qua1 TestDollars Comments$2,500.00 Basic Revision

Project Estimate (Contractor Response).

Planned Start Date: 03/26/2007 Planned Completion Date: 09/30/2007

Project Lead: Not Found

Assumptions and Clarifications to Requirements:This Task Order provides for the ongoing drafting support to the Propulsion CLV roll control Project. ThisTask Order may be revised as necessary as future tasks are identified, estimated, and approved.

Specific Deliverables: Provide drafting support to the Propulsion CLV roll control Project. This will includeplotting drawings, making copies of requested drawings or updating minor Drawing Change Notices. For_omplex drawing updates, an estimate for the work will be provided to the customer and approval will be

;ceived from them before the work is started.- Track all tasks that utilize this TO to include a summary of the task, # of hours spent, and the requestor.

9hLtps://jsc-ap3-02.jsc.nasa.gov/spice/wstf/wstf/task order/to default.cfln.to_id=t153&contractnumber=N... 4/2/2007

01026-NNJ06HC02C

Page 9: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Labor: ........

Materials:

Travel:

)ther:

Stock Issues:

Total: $2,500.00

Other $ Comments:

Includes, service ceneter costs and NMGRT

"_' o / / i !https:l/jsc-ap_-O2.jsc.nasa._ovlspice, wst£wstf, task order/to_default.cfm?to id=l153&contractnumber=N... 4/2/2007

01027-NNJ06HC02C

Page 10: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

. .TL_, f" "__ -_ry, " ,\

7FC0017.- Engineering Support to Hypervelocity (NASA funded support)

Status: Task Order Approved

Originator: Larry Bamford (RC) PM: Larry Bamford_(RC)

Contractor: EASI Contract: NNJ06HC02C

Title of Effort: Engineering Support to Hypervelocity (NASA funded support)

Type: Project

Estimated Start Date: 10/01/2006 Estimated End Date: 09/29/2007

New Mexico Gross Receipt Tax Exempt: No

qcope Of Work:

The scope of this task order is to provide facility engineering information, queries, drafting, and very small facilities support

projects to the WSTF Hypervelocity Group - Laboratories Deparmaent. This is for NASA funded tasks only. Work includesEngineering support and design as requested on Work Order, Radio Communications support for pagers and radios, HeavyEquipment support including proofing of cranes as requested on a Work Ticket, Drafting services as requested on a Work Ticket,Maintenance and Operations and Construction support as requested on a Work Ticket. This also includes M&O PM type IDIQtasks.

Description Of Work: The pro-pose of this task order is to provide faciliw technical engineering support, M&O IDIQ PMsupport, drafting services, small estimates, and very small facility upgrades for the Hypervelocity Group. These selwice shall beprovided on a "on-call" basis as negotiated between the Hypervelocity PM and the Engineering Office PM. (M&O PMs will beperformed per MAPCON). When the limit of the task order budget becomes a limiting factor in the production of such services,negotations for funding will ensue between Labs and Engr. PMs.

Products and Services Required:

Facility engineering consulting support and inquiries.M&O IDIQ PM supportGeneral drafting support.VetN small facility upgrades

{&O !DIQ PM tasks as listed in MAPCON

Materials and Travel Requirements:

https://j sc-ap3-02.j sc.nasa.gov/spice/wstffwst£/task_order/to_default.cfm?to_ id=502&contractnumber=NN... 4/2/2007

01028-NNJ06HC02C

Page 11: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

No travel, Materials as required

Oeliverables:

t. Specific Deliverable: Response to hyper facility support inquiriesDate or Critical Requirement: documented to PM via email

2. Specific Deliverable: Please provide the following information:For work ticket requests: Workticket number, requestor, date requested, date completed, organization responsible for performing thework, description of work, amount of time needed to perform the work, material costs (incl. stockissues)Date or Critical Requirement: The report is due by COB on the second Monday of each month(the first report will be due the second Monday of June). This report shall be provided to the NASAcustomer.

3. Specific Deliverable: For periodic maintenanceDate or Critical Requirement: Equipment number, location, organization responsible forperfonrdng the work, type of maintenance required, amount of time required, date completed,material costs (incl. stock issues)Equipment number, location, organization responsible forperforming the work, type of maintenance required, amount of time required, date completed,material costs (incl. stock issues)

4. Specific Deliverable:Date or Critical Requirement:

Performance Standard:

ontractor estimate within 10% of actual cost, and completion within 10% of planned duration in working days.

The contractor will be evaluated on their ability to plan, schedule, cost estimate and complete negotiated tasks. Providetimely and consistent delivery of products and services per the schedule requirements outlined in the deliverablessectionand milestonesoutlinedin the task plan. Exceedingexpectationevaluationswill be providedfor improvementsthat increasethe availability,reliability,capacity,performance,anddocumentedknowledgeof estimating,planning,andprojectintegrationthat aregainedwithinthe allocatedfundingfor this TaskOrder.Scheduling:ExceedsExpectations:is aheadof the negotiatedschedule(SPI> 1.0)MeetsExpectations:ison schedule(SPI= 1.0)Didnot meet Expectations:isbehindnegotiatedschedule(SPI< 1.0)Cost:ExceedsExpectations:projectis belowes{imatedcost(CPI> 1.0)MeetsExpectations:project ison cost(CPI= 1.0)Didnot meetExpectations:projectis overspent,requiringadditionalfunding(CPI<1.0)

Negotiationsa[e performedby task orderrevisionor ChangeControlDocumentsthat areagreedto andsignedby theNASAPMandthe ContractorPL.

Budget Total: $10,000.001. Fund Source

814060.05 Test Services-Test Services $Dollars Comments$0.00

2. Fund Source

401769.06.03.07.03.05 Station-Station Hyperw,qocity SupportDollars Comments

https://jsc-ap3-02.jsc.nasa.g_v/spice/wstf/wstf/task-_rder/t_--defau_t.cfm?t_id=5_2&c_ntractnumber=N_r`... 4/2/2007

01029-NNJ06HC02C

Page 12: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

$10,000.00 Per Karen R.

-oject Estimate (Contractor Response)

Planned Start Date: 10/01/2006 Planned Completion Date: 09/29/2007

Project Lead: Bob Kord 0 -

Assumptions and Clarifications to Requirements: none

Specific Deliverables: Deliverables: 1. Specific Deliverable: Response to hyper facility support inquiriesDate or Critical Requirement: documented to PM via emaii 2. Specific Deliverable: Please provide thefollowing information:For work ticket requests: Work ticket number, requestor, date requested, datecompleted, organization responsible for performing the work, description of work, amount of time needed toperform the work, material costs (incl. stock issues) Date or Critical Requirement: The report is due by COBon the second Monday of each month (the first report will be dne the second Monday of June). This reportshall be provided to the NASA customer. 3. Specific Deliverable: For periodic maintenance Date or CriticalRequirement: Equipment number, location, organization responsible for performing the work, type ofmaintenance required, amount of time required, date completed, material costs (incl. stock issues)Equipmentnumber, location, organization responsible for performing the work, type of maintenance required, amount oftime required, date completed, material costs (incl. stock issues)

Labor:

Materials:

"ravel:

Other:

Stock Issues:

Total: $10,000.00

Other $ Comments:

TO contains NMGRT and construction, engineering, and drafting Service Center

i - - / i

https ://jsc-ap3-02.j sc.nasa.gov/splce/wstf/wstf/taskorder/to_default.cfm?to_id=502&contractnumber=N_N..- 4/2/2007

01030-NNJ06HC02C

Page 13: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

,

7FCDFT3.- Drafting support to Propulsion Altitude Group

Status: Task Order Approved

Originator: Jason Noble (RC_) PM: Jason Noble .(PC).

Contractor: EASI Contract: NNJ06HC02C

Title of Effort: D_f_m_ support to Propulsion Altitude Group

Type: Project

Estimated Start Date: 03/26/2007 Estimated End Date: 09/30/2007

New Mexico Gross Receipt Tax Exempt: No

qcope Of Work:asic -

Fhis Task Order provides for the ongoing drafting support to the Propulsion Altitude Group. This Task Ordermay be revised as necessary as furore tasks are identified, estimated, and approved.

Description Of Work:Basic -The contractor shall:

- Provide drafting support to the Propulsion Altitude Group. This will include plotting drawings, making

copies of requested drawings or updating minor Drawing Change Notices. For complex drawing updates, anestimate for the work will be provided to the customer and approval will be received from them before thework is started.

- Track all tasks that utilize this TO to include a summary of the task, # of hours spent, and the requestor.

Products and Services Required:Basic -

The following Products and Services arerequired:

1) Completed drafting requests per customer requirements.2) Estimates for complex drawing updates or changes returned to the customer.3) Monthly report documenting tasks completed, # of hours spent, and the requestor. This report shall be sent

the NASA PM.

https://jsc-ap3-O2.jsc.nasa.gov/spice/wstf/wstf/taskorder/to default.cfm?to_id=1151&contractnumbet=N... 4/2/2007

01031-NNJ06HC02C

Page 14: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Materials and Travel Requirements:No contractor travel, materials as required.

eliverables:

1. Specific Deliverable: Monthly report on TO activity as defined under Products and Se_wices.Date or Critical Requirement: By the 10th of the following month

Performance Standard:The contractor will be evaluated on their ability to plan, schedule, cost estimate and complete negotiatedtasks.

Provide timely and consistent delivery of products and services per the schedule requirements negotiated withthe customer and the PM. Exceeding expectation evaluations will be provided for improvements that increasethe availability, reliability, capacity, performance, and documented knowledge of estimating, planning, andproject integration and completion that are gained within the allocated funding for this Task Order.

Scheduling:Exceeds Expectations: is ahead of the negotiated scheduleMeets Expectations: is on scheduleDid not meet Expectations: is behind negotiated schedule

Cost:

Exceeds Expectations: project is below estimated costMeets Expectations: project is on costDid not meet Expectations: project is overspent, requiring additional flmding

_udget Total: $2,500.001. Fund Source

750271.09.02.05 RPTB-RPT MaintenanceDollars Comments$2,500.00 Basic Revision

Project Estimate (Contractor Res_ponse)

Planned Start Date: 03/26/2007 Planned Completion Date: 09/30/2007

Project Lead: Grant Watson (505) 505-5524

Assumptions and Clarifications to Requirements:

This Task Order provides for the ongoing drafting support to the Propulsion Altitude Group.

Provide drafting support to the Propulsion Altitude Group. This will include plotting drawings, makingcopies of requested drawings or updating minor Drawing Change Notices. For complex drawing updates, anestimate for the work will be provided to the customer and approval will be received from them before the

ork is started.

Specific Deliverable.s: Track all tasks that utilize this TO to include a summary of the task, # of hours spent,and the requestor.

//o "_ Ct / / __ /t __ , --, --https:,,isc-ap_-O2.jsc.nasa._ov, spice/wstf, wstfttasl_ order,%o default.cfm?to id=ll51&contractnurnber=N... 4/0/0007

01032-NNJ06HC02C

Page 15: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Labor:

Materials:

.'ravel:

Other:

Stock Issues:

Total: 52,500.00

Other $ Comments:

Estmate includes NMGRT and Service Center Charges

https://_sc-ap3-02.jsc.nasa.gov/spice/wstf/wstEtask order/to_default.cfm?to_id=ll51&contractnumber=N... 4/2/2007

01033-NNJ06HC02C

Page 16: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

/I'_.. i]I" ! D,- .......k !. I "C} _'_'I;

7FCDFT3.-Draftingsupport to PropulsionAltitude GroupStatus: Task Order Approved

Originator: Jason Noble (RC) PM: Jason Noble (RC)

Contractor: EASI Contract: NNJ06HC02C

Title of Eflbrt: Drafting support to Propulsion Altitude Group

Type: Project

Estimated Start Date: 03/26/2007 Estimated End Date: 09/30/2007

New Mexico Gross Receipt Tax Exempt: No

qcope Of Work:asic -

t'his Task Order provides for the ongoing drafting support to the Propulsion Altitude Group. This Task Ordermay be revised as necessary as future tasks are identified, estimated, and approved.

Description Of Work:Basic -The contractor shall:- Provide drafting support to the Propulsion Altitude Group. This will include plotting drawings, making

copies of requested drawings or updating minor Drawing Change Notices. For complex drawing updates, anestimate for the work will be provided to the customer and approval will be received from them before thework is started.- Track all tasks that utilize this TO to include a summary of the task, # of hours spent, and the requestor.

Products and Services Required:Basic -

The following Products and Services are required:1) Completed drafting requests per customer reqmrements.2) Estimates for complex drawing updates or changes returned to the customer.3) Monthly report documenting tasks completed, # of hours spent, and the requestor. This report shall be sent

the NASA PM.

• - . / J / ' /'_

https://jsc-ap3-02.jsc.nasa.gov/splce/wstf, wstf/task_order/to default.cfm?to id=1151&contractnumber=N... 412,,__007

01034-NNJ06HC02C

Page 17: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Materials and Travel Requirements:No contractor travel, materials as required.

eliverables:

1. Specific Deliverable: Monthly report on TO activity as defined under Products and Services.Date or Critical Requirement: By the 10th of the following month

Performance Standard:

The contractor will be evaluated on their ability to plan, schedule, cost estimate and complete negotiatedtasks.

Provide timely and consistent delivery of products and services per the schedule requirements negotiated withthe customer and the PM. Exceeding expectation evaluations will be provided for improvements that increasethe availability, reliability, capacity, performance, and documented knowledge of estimating, planning, andproject integration and completion that are gained within the allocated funding for this Task Order.

Scheduling:Exceeds Expectations: is ahead of the negotiated scheduleMeets Expectations: is on scheduleDid not meet Expectations: is behind negotiated schedule

Cost:

Exceeds Expectations: project is below estimated costMeets Expectations: project is on costDid not meet Expectations: project is overspent, reqah-hag additional funding

_audget Total: $2,500.001. Fund Source

750271.09.02.05 RPTB-RPT MaintenanceDollars Comments$2,500.00 Basic Revision

Project Estimate (Contractor Response)

Planned Start Date: 03/26/'2007 Planned Completion Date: 09/30/2007

Project Lead: Grant Watson (505) 505-5524

Assumptions and Clarifications to Requirements:

This Task Order provides for the ongoing drafting support to the Propulsion Altitude Group.

Provide drafting support to the Propulsion Altitude Group. This wilt include plotting drawings, makingcopies of requested drawings or updating minor Drawing Change Notices. For complex drawing updates, anestimate for the work will be provided to the customer and approval will be received from them before the

ork is sta_ed.

Specific Deliverables: Track all tasks that utilize this TO to include a summary of the task, # of hours spent,and the requestor.

https://jsc-ap3-O2.jsc.nasa.gov/spice/wstf/wstf/task_order/to default.cfm?to_id=ll5!&contractnumber=N... 4/2/2007

01035-NNJ06HC02C

Page 18: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Labor:

Materials:

_'ravel:

Other:

Stock Issues:

Total: $2,500.00

Other $ Comments:

Estmate includes NMGRT and Service Center Charges

https://jsc-ap3-_2.jsc.nasa.g_v/spice/wstf/wstf/task_rder/t_-defau_t.c_a?t_-id=_ _5 _&c_ntractnumber=N... 4/2/2007

01036-NNJ06HC02C

Page 19: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

f'ki_<,_iiL _, i "_";= " _,i'_i i " , _ _ ",_'- -!('_ 6-1=.,-I _,.

" "1"i-" : ".."" !y ;'t" < _=.+ _'.z>.+_...._

7FA6CIW.- 600 Area Closure Investigation Workplan

_*_* .... Task Order Approved

Originator: Michael Zigmgnd (RC) PM: Michael Zigmond (RC)

Contractor: EASI Contract: NNJ06HC02C

Title of Effort: 600 Area Closure Investigation Workplan

Type: Project

Estimated Start Date: 03/12/2007 Estimated End Date: 09/28/2007

New Mexico Gross Receipt Tax Exempt: No

£eope Of Work:

fhis TO describes the requirements for developing an investigation workplan for the 600 Area Closure.

Description Of Work: DeveIop a 600 Area Closure Investigation Workplan, in accordance with theSchedule of Compliance (attached) contained in the RCRA Permit Renewal application.

Description of Work Uploaded Files:

[] Schedule of Compliance - 600 Closure Investigation

Products and Services Required:

1. Perform project management activities in accordance with the Data Requirements Description (DRD) 3.1.a. Track and report costs and schedule.

b. Conduct a project kiek-offmeeting, to include NASA personnel, to discuss the proposed technicalapproach to the 600 Closure Investigation.

c. Prepare a presentation, for senior WSTF management, covering the proposed technical approach to the600 Closure Investigation.

2. Develop a 600 Investigation Workplan, based on the: work done in 2003-04, and consistent with the

technical approach negotiated with the PM. Address may unresolved NMED comments regarding previousdraft workplans.

3. Provide support during NMED?s review of the 600 Investigation Workplan. This support may include, butis not limited to: response to Requests for Supplemental Information (RSIs), response to Notices of

Deficiency (NODs), preparation of briefing materials, and participation in meetings with NMED.

https://jsc-ap3-O2.jse.nasa.gov/spice/wstf/wstf/taskorder/to default.cfln?to id=ll03&contractnumber N... 4/2/2007

01037-NNJ06HC02C

Page 20: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

4. Provide a Rough Order of Magnitude (ROM) cost estimate for the execution of the 600 Closureinvestigation.

[aterials and Travel Requirements:

_. Travel to Santa Fe may be required, to meet with NMED personnel. Specific travel will be negotiated ona case-by-case basis.

2. The fee for NMED's review of the work plan shall be paid by the Contractorl

Deliverables:

1. Specific Deliverable: Project Kickoff MeetingDate or Critical Requirement: by March 26, 2007

2. Specific Deliverable: Prepare briefing for WSTF managementDate or Critical Reqmrement: by April 5, 2007

3. Spechqc Deliverable: Draft 600 Area Closure Investigation workplan for NASA reviewDate or Critical Requirement: Submit to NASA PM by June 5, 2007

4. Specific Deliverable: Final 600 Area Closure Investigation workplanDate or Critical Requirement: Submit to NASA PM by Jnne 20, 2007

5. Specific Deliverable: ROM cost estimate for execution of the 600 Closure investigationDate or Critical Reqmrement: Submit to NASA PM by June 28, 2007

6. Specific Deliverable: Review fee check and transmittal letter for NMED's review of the workplanDate or Critical Reqmrement: Submit to NASA within 30 days after receipt of NMED invoice

Performance Standard: Contractor estimate within 10% of actual cost, and completion within 10% ofplanned duration in working days.

Budget Total: $43,383.00

1. Fund Source

816886.05.02 Environmental-JS C-ECR Restoration-WSTFDollars Comments

$43,383.00

_Project Estimate (Contractor Response)

Planned Start Date: 03/12/2007 Planned Completion Date: 09/28/2007.

Project Lead: GeoffGiles (505) 524-5352

Assumptions and Clarifications to Requirements:

,esearcil Historical Documentanon and Formulate Recommended Approach: Materials to be reviewed will include the previouslysubmitted Work Plan, NMED correspondence, and applicable guidance. This activity will be perfomaed on TO 7FAENVM.

Recommendations for the teclmical approach will be provided to NASA in a written memo foiznat.

https:/@c-ap3-02.jsc.nasa.gov/spice/wstf/wstfftask_order/to default.cfm?to_id=1103&contractnumber-N... 4/2/2007

01038-NNJ06HC02C

Page 21: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Kick-off meeting will assess the required format and assignnaents for the draft Work Plan. This task plan may be revised ifunanticipated requirements are presented.

q'he presentation will be made to upper WSTF management to ensure the approach is acceptable. If sigmficant changes to theproach are mandated by this meeting, this task plan may need to be revised.

Project schedule will be impacted if all comments on the draft work plan are not received from NASA by 6/13/07.

Support of NMED review of the work plan could include meeting with NMED personnel, responding to requests for additonalinformation, and revision of the submitted Work Plan.

Anticipated NMED Work Plan review fee based on NASA estimate of $10,000.00 unloaded cost ($12,119.25 loaded).

Specific Deliverables:Deliverables:

1. Specific Deliverable: Project Kickoff MeetingDate or Critical Requirement: by March 26, 2007

2. Specific Deliverable: Prepare briefing for WSTF managemen_Date or Critical Requirement: by April 5, 2007

3. Specific Deliverable: Draft 600 Area Closure Investigation workplan for NASA reviewDate or Critical Reqmrement: Submit to NASA PM by June 5, 2007

4. Specific Deliverable: Final 600 Area Closure investigation workplanDate or Critical Requn-ement: Submit to NASA PM by June 20, 2007

5. Specific Deliverable: ROM cost estimate for execution of the 600 Closure investigationDate or Critical Reqmrement: Submit to NASA PM by June 28, 2007

6. Specific Deliverable: Review fee check and transmittal letter for NMED's review of the workplanDate or Critical Reqmrement: Submit to NASA within 30 days after receipt of NMED invoice

Labor:

Materials:

Travel:

Other:

Stock Issues:

Total: $43,382.86

Other $ Comments:

Anticipated NMED Work Plan review fee based on NASA estimate of $10,000.00 unloaded cost ($12,119.25 loaded).

https://jsc_ap3_2.jsc.nasa.g_v/spice/wstf/wstf/task_rder/t_-defau_tc_n?t_-id=1103&contractnumber=N... 4/2/2007

01039-NNJ06HC02C

Page 22: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

..... _ _ _'_ _ _-_ _ .% ._

< ]7

7FC0015.- Engineering support to NASA funded TEC Materials and Components (Labs) Dept. NOT INCLUDING theTechnical Services Dept. or Hypervelocity Sect.

Status: Task Order Approved

Originator: Larw Bam_f_o_rd (RC) PM: Lar<y Bamtbrd (RC)

Contractor: EASI Contract: N_,_J06HC02C

Title of Effort: Engineerh_g support to NASA fhnded TEC Materials and Components (Labs) Dept. NOT

INCLUDING the Technical Services Dept. or Hypervelocky Sect.

Type: Project

Estimated Start Date: 10/01/2006 Estimated End Date: 09/29/2007

New Mexico Gross Receipt Tax Exempt: No

_scope Of Work:

The scope of this task order is to provide facility engineering infon_aation, queries, drafting, and very small facilities support

projects to the WSTF Materials and Components - Laboratories Department This is for NASA funded tasks only. This TO doesNOT cover work requested by the Teclmical Services Dept or Hypervelocity. Work includes Engineering support and design asrequested on Work Order, Radio Communications support for pagers and radios, Heavy Equipment support including proofing ofcranes as requested on a Work Ticket, Drafting services as requested on a Work Ticket, Maintenance and Operations andConstruction support as requested on a Work Ticket. This also includes M&O PM type IDIQ tasks.

Description Of Work:

The purpose of this task order is to provide _hcility tecbmical engineering suppm% M&O IDIQ PM support, drafting services, smallestimates, and very small facility upgrades for the White Sands Test Facilities Laboratories Office. These service shall be providedon a "on-call" basis as negotiated between the Laboratories Office PM and the Engineering Office PM. (M&O PMs will beperformed per MAPCON). When the limit of the task order budget becomes a limiting factor in the production of such services,negotations for funding will ensue between Labs and Engr. PMs.

Products and Services Required:

Facility engineering consulting support and inquiries.

https://jsc-ap3-O2.jsc.nasa.gov/spice/wstf/wstf/taskorder/to_default.cfm?toid 501&contractnumbet=NN... 4/2/2007

01040-NNJ06HC02C

Page 23: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

M&O IDIQ PM suppmt

General drafting support.

¢ty small facility upgrades

Examples of support and M&O PM tasks mad included in the attacl_nent to this TO

The ConU-actor shall maimam me_ics identifying work type, customer" organization (Offsite, WSTF Office or Deparwnent), numberof tasks performed, task duration, turnaround, rejections, and customer satisfaction. The contractor shall repot_ these metrics in amonthly perfmxaance review to NASA.

Products and Services Required Uploaded Files:

N_ Analysis Summary 6FC0015.doc

Materials and Travel Requirements:

No travel is anticipated for this effort other than WSTF proper.

Material costs shall be negotiated between the Labs and Engineering PMs prior to purchase for minor facility up_ades.

Deliverables:

1. Specific Deliverable: Response to facility support inquiriesDate or Critical Requirement: documented to PM via email

2. Specific Deliverable: Please provide the following information:For work ticket requests: Workticket number, requestor, date requested, date completed, organization responsible for performing thework, description of work, amount of time needed to perform the work, material costs (incl. stockissues)Date or Critical Requirement: The report is due by COB on the second Monday of each month(the first report will be due the second Monday of June). This report shall be provided to the NASAcustomer.

3. Speeitic Deliverable: For periodic maintenanceDate or Critical Requirement: Equipment number, location, organization responsible forperforming the work, type of maintenance required, amount of time required, date completed,material costs (incl. stock issues)Equipment nmnber, location, organization responsible forperforming the work, type of maintenance required, amount of time required, date completed,material costs (incl. stock issues)

4. Specific Deliverable:Date or Critical Requirement:

Performance Standard:

The contractor will be evaluated on their ability to plan, schedule, cost estimate and complete negotiated tasks.

r_rovide timely and consistent delivery of products and services per the schedule requirements outlined in thedeliverables section and milestones outlined in the task plan. Exceeding expectation evaluations will be providedfor improvements that increase the availability, reliability, capacity, performance, and documented knowledge ofestimating, planning, and project integration that are gained within the allocated funding for this Task Order.

https://jsc-ap3-O2.jsc.nasa.gov/spice/wstf/wstf/task_order/to default.cfm?to_id=501&contractnumber=NN... 4/2/2007

01041-NNJ06HC02C

Page 24: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Scheduling:

Exceeds Expectations: is ahead of the negotiated schedule (SPI > 1.0)

eetsExpectations: is on schedule (SPI = 1.0)

Did not meet Expectations: is behind negotiated schedule (SPI < 1.0)

Cost:

Exceeds Expectations: project is below estimated cost (CPI > 1.0)

Meets Expectations: project is on cost (CPI = 1.0)

Did not meet Expectations: project is overspent, requiring additional funding (CPI <1.0)

Negotiations are performed by task order revision or Change Control Documents that are agreed to and signed by the NASA PMand the Contractor PL.

Budget Total: $45,000.001. Fund Source

377816.06.02.05.05.03 Shuttle-Labs SupportDollars Comments$45,000.00 Additional work for labs

Project Estimate (Contractor Response)

'lanned Start Date: 10/01/2006 Planned Completion Date: 09/29/2007

Project Lead: Bob Kord 0 -

Assumptions and Clarifications to Requirements: The purpose of this task order is to provide facilitytechnical engineering support, M&O IDIQ PM support, drafting services, small estimates, and very smallfacility upgrades for the White Sands Test Facilities Laboratories Office. These service shall be provided on a"on-call" basis as negotiated between the Laboratories Office PM and the Engineering Office PM. (M&OPMs will be performed per MAPCON). When the limit of the task order budget becomes a limiting t;actor inthe production of such services, negotations for funding will ensue between Labs and Engr. PMs.

Specific Deliverables: Deliverables: 1. Specific Deliverable: Response to facility support inquiries Date orCritical Requirement: documented to PM via email 2. Specific Deliverable: Please provide the followinginformation:For work ticket requests: Work ticket number, requestor, date requested, date completed,organization responsible for performing the work, description of work, amount of time needed to perform thework, material costs (incl. stock issues) Date or Critical Requirement: The report is due by COB on thesecond Monday of each month (the first report will be due the second Monday of June). This report shall beprovided to the NASA customer. 3. Specific Deliverable: For periodic maintenance Date or CriticalRequirement: Equipment number, location, organization responsible for performing the work, typ_ ofmaintenance required, amount of time required, date completed, material costs (incl. stock issues)Equipmentnumber, location, organization responsible for performing the work, type of maintenance required, amount of

,__erequired, date completed, material costs (incl. stock issues)

Labor:

bttps://jsc-ap3102.jsc.nasa.gov/spice/wstf/wstf/task_order/to default.cfm?to_id=501 &contractnumber=NN... 4/2/2007

01042-NNJ06HC02C

Page 25: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Materials: .....

Travel:

Other:

Stock Issues:

Total: $45,000.00

Other $ Comments:

Task Order contains NMGRT, Engineering, Construction, and drafting Service Center

Material purchases are to be negotiated between Labs and Engineering PM's, prior to purchase for minorfacility upgrades.

https://_sc_ap3_2.jsc.nasa.g_/spice/wstf/wstfjtask _rder/t_ defau_t.cfm?t_ id=5_&c_ntra_tnumber=NN._. 4/2/2007

01043-NNJ06HC02C

Page 26: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

7FC.TH04.- FOSC Support for PV/S Transition Processes

Status: Task Order Approved

Originator: JeffHaught(RC) PM: JeffHaught (RC)

Contractor: EASI Contract: NNJ06HC02C

Title of Effort: FOSC Support for PVIS Transition Processes

Type: Project

Estimated Start Date: 10/30/2006 Estimated End Date: 09/3012007

New Mexico Gross Receipt Tax Exempt: No

qeope Of Work: This task order is formed to provide FOSC support for the Pressure VesseltSystemansition process at WSTF.

Description Of Work:

The PV/S transition team may from time to time require drafting, general labor, and construction servicesfrom FOSC. Each request from the transition team will require an estimate for the work described.

Products and Services Required: Provide estimates for work requested. Provide personnel to perform workupon approval of estimates.

Materials and Travel Requirements: No travel is anticipated for this effort. Only materials estimated on anapproved/negotiated estimate may be purchased.

Deliverables:

1. Specific Deliverable: Response to request for work on an as-called basisDate or Critical Requirement: As necessary

Performance Standard:

c_onLr_,_Ol Y_/lllbe _,_¢a,uu_l''=_'nrt on m,_i..,............ab ey l'n plan, schedule., cost estimate and complete negotiated tasks•

Provide timely and consistent delivery of products and services per the schedule requirements outlined in thedeliverabfes section and milestones outlined in the task plan• Exceeding expectation evaluations will be provided

https:,/jsc-apa-O,.jsc.nasa._ox/spice/wstf/wstf/task order/to de*hult.ckn?to id=788&contractnumber=NN... 4/2/2007

01044-NNJ06HC02C

Page 27: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

for improvements that increase the availability, reliability, capacity, performance, and documented knowledge ofestimating, planning, and project integration that are gained within the allocated funding for this Task Order.

qcheduling:

Fxceeds Expectations: is ahead of the negotiated schedule (SPI > 1.0)

Meets Expectations: is on schedule (SPI = 1.O)

Did not meet Expectations: is behind negotiated schedule (SPI < 1.O)

Cost:

Exceeds Expectations: project is below estimated cost (CPI > 1.0)

Meets Expectations: project is on cost (CPI = 1.0)

Did not meet Expectations: project is overspent, requiring additional funding (CPI <1.0)

Negotiations are perfmrned by task order revision or Change Control Documents that are agreed to and signed by the NASA PMand the Contractor PL

Budget Total: $3,000.00

1. Fund Source814060.05 Test Services-Test Services $Dollars Comments

$3,000.00 Budget is for estimating purposes, task will be funded when negotiated.

Project Estimate (Contractor Response)

Planned Start Date: 10/30/2006 Planned Completion Date: 09/30/2007

Project Lead: Bob Kord 0 -

Assumptions and Clarifications to Requirements:

The PV/S transition team may from time to time require drafting, general labor, and construction servicesfrom FOSC. Each request from the transition team will require an estimate for the work described.

Products and Services Required: Provide estimates for work requested. Provide personnel to perform

work upon approval of estimates.

Materials and Travel Requirements: No travel is anticipated for this effort. Only materials estimated onan approved/negotiated estimate may be purchased.

Specific Deliverables:

Response to request for work on an as-called basis

3_[_ Ol _ll_lG_l x%_ktkttie:l/_t±L. _S necessary

Labor:

https://jsc-ap3-_2.jsc.nasa.g_V/spice/wstf/wstf/task_rder/t_defau_t.cfm?t_id=788&c_ntractnumbe r=NN--- 4/2/2007

01045-NNJ06HC02C

Page 28: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Materials: "

Travel:

Other:

Stock Issues:

Total: $3,000.00

Other $ Comments:

The estimate includes construction service @ 21.5% and NMGRT

.. - ,,, . . , / J .https.//j sc-ap_-02.j sc.nasa.gov/splce/wstf, wstf/task order, to_default.cfm ?to ld=788&contractnumber=NN 4/2/2007

01046-NNJ06HC02C

Page 29: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

7FC00i8.- 272 Fire Suppression System

Status: Task Order Approved

Originator: Lan:y Bamford (RC) PM: Larry Bamfbrd (RC)

Contractor: EASI Contract: NNJ06HC02C

Title of Effort: 272 Fire Suppression System

Type: Project

Estimated Start Date: 01/29/2007 Estimated End Date: 09/14/2007

New Mexico Gross Receipt Tax Exempt: No

qcope Of Work:

his TO will initially be funded to develop the estimate to research, consult with FOSC Safety, and determine therequirements fora fire suppression system for Building 272 (HypervelocityGun Lab). Determine the mostappropriate and cost effective method for creating a workable system meeting the requirements of NFPA and NASAStandards and receive concurrence from the NASA plVl/design review committee.

Once the design has been approved, this TO will be funded to complete the installation of the selected firesuppression system.

Description Of W'ork: Research, develop requirements, perform a cost trade study, and presentrecommendations fora fire suppression system for Building 272. Prior to installation perform a review of theinhouse or vendors proposed design. Perform Verification/Validation. Convert/produce official WSTF drawings.

Products and Services Required:

Perform an initial estimate then perform a cost benefit analysis of systems meeting requirements. A procurementspecification or in-house design with the consideration for installation for minimal disruption of testing (suggest aThursday, Friday, Saturday of an off Friday Weekend). Provide engineering, drafting, and technical personnel toperform activities associated to complete the suppression system described in the General Information andDescription of Work sections of this task order.

Materials and Travel Requirements: No travel is anticipated for this effort. No materials other than generalengineering and drafting supplies are anticipated for this effort.

Oeliverables:

1. Specific Deliverable: initial estimate of work

https://jsc-ap3-O2.jsc.nasa.gov/spice/wstf/wstf/taskorder/to default.cfm?to_id =1021&contractnumber=N... 4/2/2007

01047-NNJ06HC02C

Page 30: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Date or Critical Requirement: Feb 14, 2007

2. Specific Deliverable: Trade study report and/or presentation on various methods of suppression(cost/benefit analysis)Date or Critical Requirement: March 16, 2007

3. Specific Deliverable: Design/and or Procurement SpecificationDate or Critical Requirement: April 6, 2006

4. Specific Deliverable: Design ReviewDate or Critical Requirement: 5 weeks after procurement is awarded

5. Specific Deliverable: Verification and vafidation of systemDate or Critical Requirement: August 2007

6. Specific Deliverable: Updated DrawingsDate or Critical Requirement: 3 weeks after installation is complete

Performance Standard:

The contractor will be evaluated on their ability to plan, schedule, cost estimate and complete negotiated tasks.

Provide timely and consistent delivery of products and services per the schedule requirements outlined in thedeliverables section and milestones outlined in the task plan. Exceeding expectation evaluations will be provided

for improvements that increase the availability, reliability, capacity, performance, and documented knowledge ofestimating, planning, and project integration that are gained within the allocated funding for this Task Order.

heduling:

Exceeds Expectations: is ahead of the negotiated schedule (SPI > 1.0)

Meets Expectations: is on schedule (SPI = 1.0)

Did not meet Expectations: is behind negotiated schedule (SPI < 1.0)

Cost:

Exceeds Expectations: project is below estimated cost (CPI > 1.0)

Meets Expectations: project is on cost (CPI = 1.0)

Did not meet Expectations: project is overspent, requiring additional funding (CPI <1.0)

Negotiations are perfon'ned by task order revision or Change Control Documents that are agreed to and signed by the NASA PMand the Contractor PL.

Budget Total: $2,000.001. Fund Source

377816.06.02.05.05.03 Shuttle-Labs SupportDollars Comments$2,000.00

/ _ cr _ ! t __ __https:,/jsc-apo-02.jsc.nasa._ov/spice/wstf, wstgtask order/to default.cfm?to id=1021&contractnumber=N... 4/2/2007

01048-NNJ06HC02C

Page 31: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Project Estimate (Contractg_r Response)

Planned Start Date: 01/29/2007 Planned Completion Date: 09/24/2007

roject Lead: Richard Martinez 0 -

Assumptions and Clarifications to Requirements: Original TO is to provide funds to review therequirements and scope of work. As a result of the review, an estimate to complete the design of the firesuppression system in B272.

Specific Deliverables:

1. Specific Deliverable: Review of the task order and supply estimate to complete the design.

Date or Critical Requirement: 02/16/2007

Labor:

Materials:

Travel:

Other:

Stock Issues:

Total: $2,000.00

_ther $ Comments:

.)ther includes NMGRT and service center.

https://jsc-ap3-O2.jsc.nasa._ov/spice/wstf/wstf/task order/to default cfm'_to id=10?l&contractnumber=N ,,_9/onn_7

01049-NNJO6HC02C

Page 32: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

_H_v_ _.Ji_r_,.,_ ..........._)_ _½_i _½__ v v_r_ _._ ._ 1_ _ _J_

__ ' _ _'_ "- \_.._._@_x%_

7FC0030.- Heavy Equipment support of the PeacekeeperSating Operations

Status: Task Order Approved

Originator: Christopher Wolf (RC) PM: ChristogherWolf(RC )

Contractor: EASI Contract: NNJO6HC02C

Title of Effort: Heavy Equipment support of the Peacekeeper Sating Operations

Type: Project

Estimated Start Date: 10/11/2006 Estimated End Date: 12/31/2006

New Mexico Gross Receipt Tax Exempt: No

Scope Of Work: Provide estimate and support for off-loading, proofing of slings, proofing of lifting_rdware, critical lifts, and moving of Peacekeeper Sating GSE. NTEC and FOSC personnel will coordinate

_ll lifting work authorization documents (WAD's) and adhere to WSI: 25-SW-0018. WAD's to perform the

work will be coordinated with the Peacekeeper Sating Project personnel. A Task Order revision will be usedas the mechanism to add future work for Heavy Equipment services in support of the Peacekeeper Sating

operations.

Description Of Work:

1. Description of Work:

A) NTEC and FOSC personnel will coordinate all lifting work authorization documents (WAD's) and adhereto WSI: 25-SW-0018. Work with Peacekeeper Sating Project personnel to develop, write, review, andexecute the WAD's to perform these activities.

B) Proof slings, lifting hardware, and off-loading and transportation of GSE.

C) Perform project planning and generate a task plan.

E) Initiate project file•

p_r,,,-_ _ n,x_ cost estimates.

G) Perform heavy equipment services and complete the project per paragraph 1.

• '_ " Cr " 'https://jsc-ap_-02 j sc.nasa.=ov/spme/wstf/wstf/task_order/to default.cfm?to id=453&contractnumber=NN... 4/2/2007

01050-NNJ06HC02C

Page 33: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Products and Services Required: 2. Contractor Products/Services required:

A) A task plan that satisfies the task order requirements established in paragraph 1 and includesmilestone dates using Microsoft project.

B) A ROM cost estimate to perform the wore outlined in 1. A) through G).

C) Provide cost data reporting to PM on a bi-weekly basis per 1D).

D) Initiate project files for each task or project including but not limited to design, calculations,cut sheets, specifications, material take-offs, cost estimate, DCN's, PR's risk analysis, WAD's,as-built drawings, O&M manuals, and other project file items per prudent project managementtechniques per 1.E).

E) Perform the heavy equipment services and complete the project per paragraph 1. A) throughG).

Materials and Travel Requirements: The Team Easi contractor wili provide all materials required to meetthe products and services requested by the customer. There is no contractor travel required for this TO.

Deliverables:

1. Specific Deliverable: Task Plan per 2. A)Date or Critical Requirement: October 16, 2006

2. Specific Deliverable: ROIVIcost estimate per 2. B)Date or Critical Requirement: October 16, 2006

3. Specific Deliverable: Cost Data reporting per 2. C)Date or Critical Requirement: Bi-weekly

4. Specific Deliverable: Complete project file per 2. D)Date or Critical Requirement: Project completion date as agreed upon with customer

5. Specific Deliverable: Complete heavy equipment services and project close out per 2. E)Date or Critical Requirement: Project completion date as agreed upon with customer

Performance Standard:

Performance Standard:

The contractor will be evaluated on their ability to plan, schedule, cost estimate, and complete negotiatedtasks.

rovide timely and consistent delivery of products and selwices per the schedule requirements outlined in therusk plan. Exceeding expectation evaluations will be provided for improvements that increase theavailability, reliability', capacity, performance, and documented ½_owledge of estimating, planning, andproject integration that are gained within the allocated fmading for this Task Order.

https://jsc-ap3-O2.jsc.nasa.gov/spice/wstf/wstf/task_order/to._default.cfin?to id=453&contractnumber NN... 4/2/2007

01051-NNJ06HC02C

Page 34: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Negotiations are perfo_Tned by task order revision or Change Control Documents that are agreed to andsigned by the NASA PM and Contractor PL.

udget Total: $10,000.00

1. Fund Source

695478.10.05.0727 Reimbursable- Peacekeeper Sating (Hill AFB)Dollars Comments

$10,000.00

Project Estimate (Contractor Response)

Planned Start Date: i0/i 1/2006 Planned Completion Date: 12/31/2006

Project Lead: Randy Delfin 0 -

Assumptions and Clarifications to Requirements:

A) NTEC and FOSC persolmel will coordinate all lifting work authorization documents (WAD's) and adhereto WSI: 25-SW-0018. Work with Peacekeeper Sating Project personnel to develop, write, review, andexecute the WAD's to perform these activities.

B) Proof slings, lifting hardware, and off-loading and transportation of GSE.

C) Perform project planning and generate a task plan.

)) Perform cost control.

E) Initiate project file.

F) Perform ROM cost estimates for each requested lift.

G) Perform heavy equipment services and complete the project per paragraph 1.

Specific Deliverables:

1. Specific Deliverable: Task Plan per 2. A)Date or Critical Requirement: October 16, 2006

2. Specific Deliverable: ROM cost estimate per 2. B)Date or Critical Requirement: October 16, 2006

3. Specific Deliverable: Cost Data reporting per 2. C)Date or Critical Requirement: Bi-weekly

4. Specific Deliverable: Complete project iile per 2. D)

Date or Critical Requirement: Project completion date as agreed upon with customer

5. Specific Deliverable: Complete heavy equipment services and project close out per 2. E)Date or Criticai Requirement: Project compietion date as agreed upon with customer

https://jsc-ap3-_2.jsc.nasa.g_/spice/wst£/wst_`tas_(_rder/t_-defau_t.cfm?t_ id=453&c_ntractnumbe*_--N_... 4/2/2007

01052-NNJ06HC02C

Page 35: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Labor: .....

Materials:

Travel:

,ther:

Stock Issues:

Total: $10,000.00

Other $ Comments:

This task order includes construction service center at and current NMGRT. No materials cost have beenidentified at this time.

NOTE: This estimate covers only the handling, lifting, loading and transport of the PK Sating GSE. Allother requests for heavy equipment support will be co<;tedseparately and included in a revision to this taskorder.

1 J,- _ " • t / i •

nttps://j sc-ap._-02.0sc.nasa.gov/splcelwstf/wstf, task_order,'to default.cfm?to ld=4_3 &contractnumber=NN... 4/2/2007

01053-NNJ06HC02C

Page 36: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

_.MENDMENT OF SOU(-"ATION/MODIFICATION OF (...... CONTRACTI DCODEPAGEOFPAGESe CONTRACT 1 1 2

r-t2. AM NDMENT/MODNO. 13.EFFECTIVEDATE 4. REQUISITION/PURCHASEREQ.NO. 5. PROJECTNOI

001 __[ See Block 16c 4200098307 (Y)CODE [ BH5 7. ADMINISTERED BY CODENASA JSC WSTF

Attn: Cindi Garcia Same as Block 6P.O. BOX 20Las Cruces, NM 880048. NAME AND ADDRESS OF CONTRACTOR (No. Street, County, State andZIP Code) ] (9) 9A. AMENDMENT OF SOLICITATION

Enterprise Advisory Services, Inc. NO NO6671 Southwest Freeway Suite 800 i 9B. DATED(SEE ITEM11)Houston, TX 77074

I

(10) 10A. MOD. OF CONTRACT/ORDER N(

NNJ06HC02C

CODE !FACILITY CODE IX 10B. DATED (SEEITEM 13)' 2/28/06

11. THIS ITEM ONLYAPPLIES 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 OR IS NOT) extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified inthe solicitation or as amended, by one of the followingmethods:

(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 YOURACKNOWLEDGMENT TO BE RECEIVEDATTHE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATESPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, suchchange may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is receivedprior to the opening hour and date specified•

2. ACCOUNTING AND APPROPRIATION DATA (if required)

_ncreaseby: $1,000,000 Financial Management

13. THIS ITEM APPLIES ONLYTO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE_,.,N, R..... RDER ..... S D..... ED ...... M 14.

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

[] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in payingoffice, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).Limitation of Funds 52.232-22

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

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

IIMPORTANT: Contractor (is or is not) 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 subjectmatter where feasible.)

a. The purpose of this modification is to update Section B.4 Contract Funding. The contract funding is increasedby $1,000,000 from $0 to $1,000,000.b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

xcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remainsnchanged and in full force and effect.

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

Valerie A. Marburger15B. CONTRACTOR/OFFEROR 16B. ,UNITED STATES OF AMERICA 16C.DATE _StGNED

/ /

NSN 7540-01-1524070 30-105 STA RD _u _REV.

PREVIOUS EDITION UNUSABLE F,_., i_d b, G,3.k EARl(40_ _ ES

01054-NNJ06HC02C

Page 37: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification Number 1

..f- Page 2 of 2

14. Continuation

_Co_sti Prior Obligation J This Action i Cumulative Obligation

CF (CR) i $ - $ 135,942 $ 135,942CF (FP) $ i $ 81,565 $ 81,565

Subtotal CF $ i $ 217,508 $ 217,508

Phase-In (FP) $ i $ 263,684 $ 263,684CR DO's (T1-) $ $ 462,204 I $ 462,204FFP DO's (D1-) $ $ ! $

Cost Subtotal $ !$ 943,3965 943,396J

Fee

Prior Obligation ThisAction I Cumulative ObligationCF (CR) $ $ 18,113 $ 18,113CF (FP) $ $ - I $SubtotaICF $ $ 18,113 $ 18,113

Phase-In (FP) $ i $ I $- " CR DO's (T1-) $ $ 38,491 $ 38,491

FFP DO's (DI-) $ $ $

'Fee Subtotal $ $ 56,604 $ 56,604

Cost & Fee Total $ $ 1,000,000 $ 1,000,000

This allotment is for facility operations and support services and covers the following estimated period ofperformance: March 1, 2006, through June 30, 2006

j--

01055-NNJ06HC02C

Page 38: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

AMENDMENT OF SOL(-- 7ATION/MODIFICATION OF (_ :CONTRACT I D CODE

CONTRACT

. _ 2. AMENDMENT/MODNO. 3. EFFECTIVEDATE 4. REQUISITION/PURCHASEREQ.NO. 5.PROJECTNO002 See Block l 6c

NASA JSC WSTF CODE BH5 7. ADMINISTERED BY CODEAttn: Cindi Oarcia Same as Block 6P.O. BOX 20Las Cruces, NM 880048. NAME AND ADDRESS OF CONTRACTOR (No. Street, County, State and ZIP Code) (9) 9A. AMENDMENT OF SOLICITATION

Enterprise Advisory Services, Inc. NO NO6671 Southwest Freeway Suite 800 9B.DATED(SEEITEM11)Houston, TX 77074

(10) 10A. MOD. OF CONTRACT/ORDER No

NNJ06HC02C

CODE FACILITY CODE IXl 10B. DATED (SEE ITEM 13)

2/28/06

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 OR 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 followingmethods:

(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 YOURACKNOWLEDGMENT TO BE RECEIVEDAT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATESPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, suchchange may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is receivedprior to the opening hour and date specified.

J

_. ACCOUNTING AND APPROPRIATION DATA (if required)

Financial Management

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THECONTRACT/ORDER NO. AS DESCRIBED4N 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).

[] IC. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:Mutual Agreement of the Parties

[] Io OTHER (Specify type of modification and authority)

IMPORrANT: Contractor (is ,',_-,_.) required to sign this document and return .3 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subjectmatter where feasible.)

a. The purpose of this supplemental agreement is to: update Sections A, G, I, and J.b. Page 2 contains a listing of all changes.c. See SPICE for updated sections.

/f

:cept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains_changed and in full force and effect.

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

_¢V" _)¢,,q-/'_ _?v_, 2 _AJ TTe_AC4_5 /LI Of,.. Valerie A. Marburger

1513./CONTRACTOPJOFFEROR 16B. U/_IITED STATES OF AMERIICA 16C. DATE SIGNED

_Signat.reopersonautorizedtosign) _'_/_I_/t_ __inauref_)'_ " G/_/_Z _NSN 7540471-152-8070 30-105 STANDARD FORM 30 (REV,

PREVIOUS EDITION UNUSABLE P,..,. ;b.d h.._.qA F_.R1,O_3)YES.

01056-NNJ06HC02C

Page 39: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C

Modification Number 2

•---'- Page 2 of 31

SECTION CLAUSE REMARKS

A TOC The Table of Contents is updated to reflect deletion of Part IV (which includesSection K, L, and M); addition of 52.204-9 to Section 1.20and J-14.

G.9 JSC 52.204-91 The following clause is updated and in full text on pages 3-4.

G.13 JSC 52.242.92 The following clause is updated and in full text on page 4.

1.1 FAR 52.228-1 Bid Guarantee clause deleted.

1.1 FAR 52.232-18 Availability of Funds clause deleted.

1.1 FAR 52.232-25 Prompt Payment (Alternate I) clause should only be listed under cost-reimbursement and should be deleted from Firm-Fixed-Price. Prompt Paymentclause should be listed for both Firm-Price and Cost-Reimbursement.

1.1 FAR 52.245-5 The following is added after the clause title: (Deviation) (As modified by NASAPIC 99.15)

1.20 FAR 52.204-9 The following clause is added as 1.20:Personal Identity Verification of Contractor Personnel (Jan 2006)

(a) The Contractor shall comply with agency personal identity verificationprocedures identified in the contract that implement Homeland SecurityPresidential Directive-12 (HSPD-12), Office of Management and Budget (OMB)guidance .M-05-24,and Federal Information Processing Standards Publication_F,tPSPUB) Number 20!.

(b) The Contractor shall insert this clause in all subcontracts when thesubcontractor is required to have physical access to a federally-controlled facilityor access to a Federal information system.

(End of clause)

J The List of Attachments is updated to include J-14 entitled PIV Card IssuanceProcedures.

J-3 The Davis Bacon Wage Determination #17, dated 4/01/05, is deleted andreplaced with Davis Bacon Wage Determination #27, dated 2/03/06. Full text ison pages 5-28.

J-14 The enclosed Personal Identification Procedure is added to the contract and is infull text on pages 5-8.

01057-NNJ06HC02C

Page 40: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

CNNJ06HC02C

Modification Number 2

-_--" Page 3 of 31

Security/Badging Requirements for Foreign National Visitors andEmployees/Representatives of Foreign Contractors. (JSC 52.204-91) (JAN 2006)

(a) An employee of a domestic Johnson Space Center (JSC) contractor or itssubcontractor who is not a U.S. citizen (foreign national) may not be admitted to the JSCsite for purposes of performing work without special arrangements. In addition, allemployees or representatives of a foreign JSC contractor/subcontractor may not beadmitted to the JSC site without special arrangements. For employees as describedabove, advance notice must be given to the Security Office of the host installation [JSCor White Sands Test Facility (WSTF)] at least 3 weeks prior to the scheduled need foraccess to the site so that instructions on obtaining access may be provided. Contractorsshould be aware that approval for access to the site and issuance of a badge may takemuch longer than three weeks and sufficient lead time must be allowed to accommodatethe approval process.

(b) All visit/badge requests for persons described in (a) above must be entered in theNASA Foreign National Management System (NFNMS) for acceptance, review,concurrence and approval purposes. When an authorized company official requests aJSC or WSTF badge for site access, he/she is certifying that steps have been taken toensure that its contractor or subcontractor employees, visitors, or representatives will notbe given access to export-controlled or classified information for which they are notauthorized. The authorized company officials shall serve as the contractor'srepresentative(s) in-certi_irtg that all visi*dbadge request fonrls are processed inaccordance with JSC and WSTF security and export control procedures. No foreignnational, representative, or resident alien contractor/subcontractor employee shall begranted access into JSC or WSTF until approved and processed through the NFNMS.Unescorted access will not be granted unless a favorable National Agency Check (NAC)has been completed by the JSC Security Office, and an approved NASA Foreign NationalVisitor Security/Technology Control Plan (STTCP), (previously called the AccessControl Plan) has been submitted and approved.

(c) The contractor agrees that it will not employ for the performance of work onsite atthe JSC or WSTF any individuals who are not legally authorized to work in the UnitedStates. If the JSC or WSTF Industrial Security Specialist or the contracting officer hasreason to believe that any employee of the contractor may not be legally authorized towork in the United States and/or on the contract, the contractor may be required tofurnish copies of Form I-9 (Employment Eligibility Verification), U.S. Department ofLabor Application for Alien Employment Certification, and any other type ofemployment authorization document.

01058-NNJ06HC02C

Page 41: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification Number 2

/----. Page 4 of 31

The contractor agrees to provide the information requested by the JSC or WSTF SecurityOffice ha order to comply with NASA policy directives and guidelines related to foreignvisits to NASA facilities so that (1) the visitor/employee/representative may be allowedaccess to JSC or other NASA Centers for performance of this contract, (2) requiredinvestigations can be conducted, and (3) required annual or revalidation reports can besubmitted to NASA Headquarters. All requested information must be submitted in atimely manner in accordance with insWactions provided by JSC or any other Center to bevisited.

(End of clause)

Identification of Employees. (JSC 52.242-92) (JAN 2006)

At all times while on Government property, the contractor, subcontractors, theiremployees and agents shall wear badges which will be issued by the NASA Badging &Visitor Control Office, located in Building 110 at the Johnson Space Center (JSC), or atthe Main Gate at the White Sands Test Facility (WSTF). JSC employee and visitorbadges will be issued only between the hours of 6:00 a.m. to 7:30 p.m., Monday throughFriday, and 7:00 am to 4:00 pm on Saturday and Sunday. WSTF employee badges willbe issued only between the hours of 8 a.m. to 2 p.m., Monday through Friday. WSTFvisitor badges will be issued on a 7-day a week, 24-hour a day basis. Resident aliens andforeign nationals/representatives shall be issued green foreign national badges.

Each individual who wears a badge shall be required to sign personally for the badge.The contractor shall be held accountable for issued badges and all other related items andmust assure that they are returned to the NASA Badging & Visitor Control Offices uponcompletion of work under the contract in accordance with Security ManagementDirective (SMD) 500-15, "Security Termination Procedures." Failure to comply with theNASA contractor termination procedures upon completion of the work (e.g., return ofbadges, keys, CAA cards, clearance terminations, JSC Public Key Infrastructure(PKI)/special program deletions, etc.) may result in final payment being delayed.

(End of clause)

j--

01059-NNJ06HC02C

Page 42: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

• (_-NNJ06HC02C

Modification Number 2

Page 5 of 31

General Decision Number: NM030001 02/03/2006 NM1

Superseded General Decision Number: NM020001

New Mexico

Construction Types: Building and Heavy

Counties: New Mexico Statewide.

STATEWIDE - EXCLUDING EDDY AND LEA COUNTIES FOR BUILDING CONSTR. GENERALBUILDING AND HEAVY ENGINEERING CONSTRUCTION shall include the construction, alteration,

and demolition of buildings, including office buildings, warehouses, industrial and commercialbuildings, institutional and public buildings, and all air conditioning, conduit, heating and othermechanical and electrical works and site preparation for building or heavy engineering projects under thisclassification, stadia; and shall include electrical, gas, water, sewer lines, and other such utilityconstruction which are part of projects under this classification and include within the property Iine or less

five (5) feet fi'om the building or heavy engineering s(rucmre, whichever is closer, provided,however, regard to electrical utilities such construction shall include construction from the first attachment

incoming power source without regard to the property line or proximity to the building or the heavyengineering structure; and include constmctiun, alteration, repair and demolition of heavy engineering

such as power generating plants, pump stations, natural gas compressing stations; covered reservoirs

covered sewage and water treatment facilities concrete linings for canals, ditches and channels;concrete dams; earth darns of one million (1,000,000) cubic yards or over; radio towers, ovens, furnaces,

silos, shafts and tunnels (other than highway shafts and tunnels), hydro-electric projects; and welldrilling, telephone and elecltrical transmission lines which are part of GENERAL BUILDING AND

HEAVY ENGINEERING PROJECTS: mining appurtenances such as tripples, washeries and loading anddischarging chutes, and specialized structures for testing, launching and recovering space and otherrocket-type missles.

Modification Number Publication Date0 06/13/20031 10/31/20032 11/14/20033 12/12/20034 12/19/20035 01/16/20046 03/05/20047 03/19/20048 04/i6/20049 05/14/200410 06/18/200411 07/23/200412 08/13/200413 09/17/200414 12/24/200415 02/04/200516 03/04/200517 04/01/200518 05/06/200519 06/03/200520 07/08/2005

01060-NNJ06HC02C

Page 43: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C

Modification Number 2

/_" Page 6 of 31

21 08/05/200522 09/02/200523 10/07/200524 11/04/200525 12/02/200526 01/13/200627 02/03/2006

ASBE0066-003 03/01/2005

CURRY, HARDING, LEA, QUAY, ROOSEVELT & UNION

Rates Fringes

Asbestos Workers/Insulator

(Includes application of allinsulating materials,protective coverings,coatings and fmishings to alltypes of mechanical systemsand asbestos removal) .......... $17.50 6.36

........................................................................................................... 7 ..........

ASBE0076-001 01/01/2006

STATEWIDE, EXCLUDING CURRY, HARDIN(}, LEA, QUAY, ROOSEVELT & UNION

Rates Fringes

Asbestos Workers/Insulator

(Includes application of allinsulating materials,protective coverings,coatings and finishings to alltypes of mechanical systemsand asbestos removal) .......... $ 25.62 8.63Asbestos Workers/Insulator

LOS ALAMOS COUNTY ........... $ 27.73 8.63

BOIL0627-001 10/01/2005

STATEWIDE, EXCLUDING BERNALILLO, CIBOLA, MCKINLEY, RIO ARRIBA,SANDOVAL AND SOCORRO

Rates Fringes

Boilermaker .................... $ 24.72 17.72

BRAZ0003-015 04/01/2005

-- Rates Fringes

Bricklayer (Bricklayer, Stone& Marble Mason,Pointer/Caulker) ............... $ 20.80 5.20

01061-NNJ06HC02C

Page 44: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

(- (-NNJ06HC02C

Modification Number 2

z--- Page 7 of 31

BRAZ0003-016 04/01/2005

Rates Fringes

Mosaic & Terrazzo Worker,Tile Layer ..................... $17.35 5.10

..........................................................................................................................

CARP0092-001 06/01/2005Rates Fringes

Carpenters: (IncludingLathers and Piledrivermen) ..... $ 20.66 5.96

.........................................................................................................................

CARP2834-005 06/01/2005

Rates Fringes

Millwright ..................... $ 24.00 5.51........................................................................................................................

ELEC0583-001 06/11/2004

Rates Fringes

"_ Cable SplicerZone 1..................... $18.75 4.25%+4.05Zone 2 ...................... $ 25.75 4.25%+4.05

Electrician. Zone i ...................... $18.50 4.25%+4.05

Zone 2 ..................... $ 25.50 4.25%+4.05

Zone 1: The area within a 25 mile radius from the downtown Post Office in E1Paso, TX Ft Bliss and Biggs

Field proper to be included in this free zone. The area within a 15 mile radius from the Post Office in LasCruces, NM and within a 5 mile radius from the Post Office in Alamogordo, Deming and Lordsburg. Thearea 10 miles East and 10 miles West of Interstate 10 between E1 Paso, Texas and Las Cruces NM.

Zone 2: Dona Aria, Otero, Luna and Hidalgo Counties (except that area in Zone 1).........................................................................................................................

ELEC0611-001 0i/01/2006

COMMERCIAL LINE WORK (also applies to switching stations and substations adjacent to powerplants)

Bemalillo, Catron, Chaves, Cibola, Colfax, Curry, DeBaca,Grant, Guadalupe, Harding, Lincoln, Los Alamos (Use Zone 3Rates), McKinley, Mora, Quay, Rio Arriba, Roosevelt, Sandoval,San Juan, San Miguel, Santa Fe, Sierra, Soeorro, Taos,Torrance, Union, Valencia & White Sands Missile Range and thatportion of Fort Bliss in New Mexico.

_ Rates Fringes

Line Construction - Cable

SplicerZone 1...................... $ 27.45 16%+5.57

01062-NNJ06HC02C

Page 45: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

(- (NNJ06HC02C

Modification Number 2

....... Page 8 of 31

Zone 2...................... $ 29.69 16%+5.64Zone 3...................... $ 31.19 16%+5.69Zone 4...................... $ 33.93 16%+5.77

Line Construction: EquipmentMechanic (includes helicopteroperator and mechanic)

Zone 1..................... $ 23.70 16%+5.46Zone 2 ...................... $ 25.95 t6%+5.53Zone 3..................... $ 27.44 16%+5.57Zone 4 ...................... $ 30.19 16%+5.66

Line Construction: Groundman-Jackhammer

Zone 1...................... $ 17.99 16%+5.29'Zone 2 ...................... $ 20.23 16%+5.36Zone 3 ..................... $ 21.73 16%+5.40Zone 4 ...................... $ 24.48 16%+5.48

Line Construction:Lineman/Line Technician

Zone 1..................... $ 24.95 16%+5.50Zone 2 ...................... $ 27.20 16%+5.57Zone 3 ...................... $ 28.69 16%+5.61Zone 4 ...................... $ 31.44 16%+5.69

Line Construction: PowdermanZone i ..................... $ 21.86 16%+5.41Zone :2...................... $ 24.11 16%+5.47Zone 3 ......... . ............ $ 25.60 16%+5.52Zone4 ...................... $ 28.35 16%+5.60

Zone 1 Basic Wage Rates

City and Miles From Main Post Office

*Albuquerque - 25 milesSanta Fe - 10 miles

Las Vegas - 8 milesFarmington - 6 milesRaton - 6 milesTucttrncari - 6 miles

Gallup - 10 milesRosweii - i2 milesRuidoso -. 12 milesPortales - 12 milesCarrizozo - 12 milesClovis - 12 milesBelen - 12 milesLos Lunas - 12 miles

Espanola - 14 miles

*The eastern edge of the Albuquerque Zone extends no further than the western boundary of the Village ofTjieras.

Zone 2 extending up to twenty (20) miles beyond Zone 1, EXCEPT ALBUQUERQUE.

01063-NNJ06HC02C

Page 46: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

!f ("NNJ06HC02C

Modification Number 2

z--- Page 9 of 31

Zone 3 extending up to thirty (30) miles beyond Zone 1, EXCEPT ALBUQUERQUE.

Zone 4 anything beyond thirty (30) miles from Zone 1, EXCEPT ALBUQUERQUE.

ELEC0611-002 06/01/2005

Bernalillo, Carton, Chaves, Cibola, Colfax, Curry, DeBaca,Grant, Guadalupe, Harding, Lincoln, McKinley, Mora, Quay, RioArriba, Roosevelt, San Juan, San Miguel, Sandoval, Santa Fe,Sierra, Socorro, Taos, Torrance, Union and Valencia Counties

Rates Fringes

Cable splicerZone 1...................... $ 27.45 4%+8.05Zone 2 ...................... $ 29.69 4%+8.05Zone 3 ..................... $ 31.19 4%+8.05Zone 4 ..................... $ 33.93 4%+8.05

ElectricianZone i ..................... $ 24.95 4%+8.05Zone 2 ...................... $ 27.20 4%+8.05Zone 3 ...................... $ 28.69 4%+8.05Zone 4 ...................... $ 31.44 4%+8.05

Basic Wage Rates

City and Miles From Main Post Office

Albuquerque - 40 milesBelen - 12 milesCarrizozo. 12 milesClovis - 12 miles

Espanola - 14 milesFarmington - 6 milesGallup - 10 milesLas Vegas - 8 milesLos Lunas - 12 milesPortales - 12 milesRaton - 6 milesRoswell - 12 milesRuidoso -. 12 milesSanta Fe - 10 milesTucumcari - 6 miles

Zone 2 extending up to twenty (20) miles beyond Zone 1, EXCEPT ALBUQUERQUE.

f Zone 3 extending up to thirty (30) milesbeyond Zone 1, EXCEPT ALBUQUERQUE.

Zone 4 anything beyond thirty (30) miles from Zone 1, EXCEPT ALBUQUERQUE.

FOR ESTABLISHING THE OUTLYING ZONES FROM THE ALBUQUERQUE FREE

01064-NNJ06HC02C

Page 47: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C

Modification Number 2

_--- Page 10 of 31

ZONE ONLY, ZONE 2 SHALL EXTEND UP TO TEN (!0) MILES BEYONDZONE 1, ZONE 3 SHALL EXTEND UP TO TWENTY (20) MILES BEYONDZONE 1, AND ZONE 4 ANYTHING BEYOND TWENTY (20) MILES FROM ZONE 1.

.....................................................................................................................

ELEC06 l 1-003 06/01/2005

Los Alamos CountyRates Fringes

Cable splicer .................. $ 31.19 4%+8.05Electrician .................... $ 28.69 4%+8.05

.......................................................................................................................

ELEC06 l 1-004 06/01/2005

HEAVY CONSTRUCTION

Eddy and Lea CountiesRates Fringes

Cable splicerZone l ...................... $ 25.74 4%+8.05Zone 2 ...................... $ 26.19 4%+8.05Zone 3..................... $ 26.34 4%+8.05Zone 4 ...................... $ 26.59 4%+8.05

ElectricianZone it...................... $ 23.40 4%+8.05Zop_2 ...................... $ 23.85 4%+8.05Zone 3 ...................... $ 24.00 4%+8.05Zone 4...................... $ 24.25 4%+8.05

ZONE 1 DISPATCH POINTS

Artesia - 12 milesCarlsbad - 12 milesHobbs - 12 miles

Lovington - 12 miles

Zone 1 shall be designated from the Main Post Office of Artesia, Carlsbad, Hobbs and Lovin_on, NewMexico.

Zone 2 extending up to ten (10) miles beyond Zone 1.

Zone 3 extending up to twenty eight (28) miles beyond Zone 1.

Zone 4 anything beyond twenty-eight (28) miles beyond Zone 1........................................................................................................................

ELEC0611-006 01/01/2006

COMMERCIAL LINE WORK (also applies to switching stations adjacent to power plants)

Eddy and Lea CountiesRates Fringes

01065-NNJ06HC02C

Page 48: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

(- (-NNJ06HC02C

Modification Number 2

Page 11 of 31

Line Construction - Cable

SplicerZone 1...................... $ 27.45 16%+5.57Zone 2 ...................... $ 29.69 16%+5.64Zone 3 ...................... $ 31.19 16%+5.69Zone 4 ...................... $ 33.93 16%+5.77

Line Construction - GroundmanZone 1..................... $17.99 16%+5.29Z6ne 2 ..................... $ 20.23 16%+5.36Zone 3 ...................... $ 21.73 16%+5.40Zone4 ...................... $ 24.48 16%+5.48

Line Construction: EquipmentOperator and Mechanic(includes helicopter operator& mechanic)

Zone 1...................... $ 23.70 16%+5.46Zone 2...................... $ 25.95 16%+5.53Zone 3...................... $ 27.44 16%+5.57Zone 4...................... $ 30.19 16%+5.66

Line Construction:Lineman/Line Technician

Zone 1...................... $ 24.95 16%+5.50Zone 2 ...................... $ 27.20 16%+5.57Zone 3..................... $ 28.69 16%+5.61Zone 4 ...................... $ 31.44 16%+5.69

Line Construction: PowdermanZone 1...................... $2i186 i6%+5._iiZone 2 ...................... $ 24.11 16%+5.47Zone 3 ...................... $ 25.60 16%+5.52Zone 4 ...................... $ 28.35 16%+5.60

FROM THE MAIN POST OFFICE OF ARTESIA, CARLSBAD, HOBBS &LOVINGTON, NEW MEXICO

ZONE A - 0 to 12 milesZONE B - 12 miles to 22 milesZONE C - 22 miles to 40 miles

ZONE D - 40 miles and beyond

ELEC0611-007 01/01/2006

COMMERCIAL LINE WORK (also applies to switching stations and substations adjacent to power plants)

Dona Ana, Hidalgo, Luna & Otero Counties, exclusive of WhiteSands Missile Range and that portion of Fort Bliss in New Mexico

_. Rates Fringes

Line Construction - Cable

SplicerZone 1...................... $ 27.45 16%+5.57

01066-NNJ06HC02C

Page 49: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C

Modification Number 2

1--- Page 12 of 31

Zone 2 ..................... $ 29.69 16%+5.64Line Construction - Groundman

Zone 1...................... $17.99 16%+5.29Zone 2 ...................... $ 20.23 16%+5.36

Line Construction: EquipmentOperator and Mechanic(includes helicopter operatorand mechanic)

Zone 1...................... $ 23.70 16%+5.46Zone 2...................... $ 25.95 16%+5.53

Line Construction:Lineman/Line Technician

Zone 1...................... $ 24.95 16%+5.50Zone 2..i ................... $ 27.20 16%+5.57

Line Construction: PowdermanZone 1...................... $ 21.86 16%+5.41Zone 2...................... $ 24.11 16%+5.47

ZONE I:

a. The area within a 25 mile radius from the Downtown Post Office in E1Paso, Texas. Fort Bliss and

Biggs F!eld Property to be included in this Free Zone. Fort Bliss and Biggs Field to be defined by officialU.S. Government Map.

b. The area within a five mile radius of any city, town, or municipality within which an employerestablishes or maintains his permanent place of business.

c. The area within a fifteen mile radius from the Post Office in Las Cruces, New Mexico, and within afive mile radius from the Post Office in Alamogordo, Deming, and Lordsburg, New Mexico.

d. The area ten miles East and ten miles West of Interstate 10, between E1 Paso, Texas and Las Cruces,New Mexico.

ZONE II: All other areas of the jurisdiction except those specified in Zone I...........................................................................................................................

ELEV0131-001 01/01/2005

Rates Fringes

Elevator ConstructorMechanic .................... $ 28.295 i2.015+a

0FOOTNOTE: a. Under 5 years service 6%; over 5 years service8%. 8-Paid Holidays: New Years Day, Memorial Day, July4th, Labor Day, Veterans' Day, Thansksgiving Day, Fridayafter Thanksgiving Day, Christmas Day.

.......................................................................................................................

ENGI0953-003 04/01/2004

HEAVY CONSTRUCTION

Rates Fringes

Power Equipment Operator

01067-NNJ06HC02C

Page 50: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification Number 2

J_- Page 13 of 31

ZONE 1

GROUP I.................... $15.66 4.75GROUP II ................... $17.05 4.75GROUP III .................. $17.20 4.75GROUP IV ................... $17.41 4.75GROUP V.................... $17.47 4.75GROUP VI ................... $17.61 4.75GROUP VII .................. $17.73 4.75GROUP VIII ................. $19.17 4.75

ZONE 2GROUP I .................... $18.16 4.75GROUP II.....: ............. $19.55 4.75GROUP IlI .................. $19.70 4.75GROUP IV ................... $19.91 4.75GROUP V.................... $19.97 4.75GROUP VI ................... $ 20.11 4.75GROUP VII .................. $ 20.23 4.75GROUP VIII ................. $ 21.67 4.75

ZONE 3

GROUP I .................... $19.66 4.75GROUP II ................... $ 21.05 4.75GROUP III .................. $ 21.20 4.75GROUP IV .................. $ 21.41 4.75GROUP V.................... $ 21.47 4.75GROUP VI .................. $ 21.61 4.75GROUP VII .................. $ 21.73 4.75

GROUP VIII.,. .............. . $ 23.17 4.75 _

SHAFT AND TUNNEL WORK - $. 15 per hour above regular rate.

HAZARDOUS PAY - The following pay shall be applicable for every hour an operating engineer isrequired by governmental regulations and does wear special equipment for hazardous work at thedesignated levels. This is applicable in all three zones

LEVEL C - 10% above regular hourly wage

LEVEL B - 10% above regular hourly wage

LEVEL A - 15% above regular hourly wage

ZONE PAY- The reference point for determining zone pay shall be from the intersection of InterstateHighway 25 and Interstate Highway 40 (the Big "I") in Albuquerque.

ZONE I - Albuquerque - 0 to 50 mile radius fi-om the Big "I" shall be a Free Zone- Farmington - 0 to 15 mile radius of Farmington City Hall shall be a Free Zone

Zone II - Shall be $2.50 per hour above base pay. Will apply outside of above parameters up to 35 miles

Zone III- Shall be $1.50 cents per hour above Zone II for a total of $4.00 per hour and will apply after 35miles of Zone I's parameters.

POWER EQUIPMENT OPERATOR CLASSIFICATIONS

01068-NNJ06HC02C

Page 51: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification Number 2

.... Page 14 of 31

GROUP I Fireman, Oiler Screedman, Scale Operators, Rubber Tired farm type tractor, tractors under 50hp w/o attachments, Breakman, Concrete Paving Curbing Machine (Bridge-Type).

GROUP 1I Rollers, Sheepsfoot or Pneumatic Self-Propelled w/o Dozer, Concrete Conveyor, ServiceTruck operator, Air compressor (315 CFM & Over), Pumps (6" & Over), Screening plants, ConcreteMixers (Under 1 CY), Concrete Saw or grinder-span type, 1 Drum Hoist (tugger), Air Tugger, ElevatingBelt Type Loaders, Forklift, Lumber Stacker, Tractor Farm Type (under 50 HP w/Attachments), Motormanand Industrial Locomotive operator, Winch Truck, Front End Loaders (under 2 CY), Power Plants whichGenerate Over 15 KW, Welding Machines.

GROUP III Bituminous Distributors, Boilers, Retort & Hot Oil Heaters, Concrete Mixers, (1 CV &Over), Conc. Paver-Single Drum, Drilling Equip., Motor Grader (rough), Shaft and Tunnel Equipment:(Refrigeration, slusher, jumbo forms), Trenching Machines (all types), Pump crete and gunite machines,Slipform Paver, Mechanical Bullfloats, Concrete Slab Spreading Machine, Concrete Slab FinishingMachine, Space Heaters, Bituminous Finishing Machines, Water Carrier (all types), Concrete CleaningDecontamination Machine Operator, Horizontal Directional Drill Locator.

GROUP IV Front End Loaders (2 thru 10 CY), Rollers Steel Wheeled-All Types, Bulldozer, Scrapers(Motor or Towed), ElevatingGraders Self-Propelled Rollers - Equipped W/Dozer, Twin-Bowl Scrapersand Quad 8 or 9 pushers (35 cents over basic rate), Three bowl scrapers (60 cents over basic rate),Backhoes up to 3/4 yard bucket, Head Oiler (Service Truck Operator).

GROUP V Hydraulic Cranes-With less than 50 feet of Boom (20 Tons and Under), Concrete Paver-Double Drum, Cat Cranes, Hysters, 2 Drum Hoist, Auto Fine Grade.

GROUP VI Mucking Maqhines-All Types

GROUP VII Steam Engineers, Loader (Front End Over 10 CV) Concrete Pump (Snorkel Type), Concretebatching plants and Asphalt plants, Crushing plants, Hot plants.

GROUP VIII All Shovel Type Equipment, Cranes, Draglines, Backhoes over a 3/4 yard bucket, DerricksGuy and Stiff Leg, Pipe mobile (No 2 Operator), Piledriver, Hydrulic Cranes (20 Tons & Over), MineHoist, Belt Loader ("C.M.I." Type),Boom and Jibs 150 ft. Through 199 ft.-$.50 per hour above base pay,200 ft and over-S1.00 per hour above base pay. Shovel (Wheel Type), Boring Machine (Tunnel or ShaftMole), Pipe Mobile, Side and swing-boom cats, Motor grader (finish), Mechanic-Welder, HeavyEquipment Robotics Operator/Mechanic, Ultra High Pressure Waterjet Cutting Tool SystemOperator/Mechanic, Vacuum Blasting Machine Operator/Mechanic, Mater Environmental MaintenanceMechanic, Horizontal Directoral Drill Operator.

ENGI0953-004 11/01/2005

BUILDING CONSTRUCTION

Rates Fringes

Power Equipment OperatorGROUP I ..................... $17.62 5.08GROUP II ........ i........... $19.31 5.08GROUP III ................... $19.46 5.08GROUP IV ................... $19.80 5.08GROUP V ..................... $19.94 5.08GROUP VI .................... $ 20.12 5.08

01069-NNJ06HC02C

Page 52: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification Number 2

-_---. Page 15 of 31

GROUP VII ................... $ 20.21 5.08GROUP VIII .................. $ 22.50 5.08

POWER EQUIPMENT OPERATOR CLASSIFICATIONS

GROUP I

Fireman, Oiler, Screedman, Scale op. such as Bin-a-Batch, Rubber Tired Farm Type Tractor, Tractorsunder 50 lap w/o Attachments, Brakeman, Concrete Curing Machine (Bridge Type).

GROUP II

Rollers, Sheepsfoot or Pneumatic Self-Propelled w/o Dozer, Concrete Conveyor, Service Truck op. (HeadOiler), Air Compressor (600 CFM & Over), Pumps (6" & Over), Screening Plants, Concrete Mixers(Under 1 CY), Concrete Saw or Grinder-Span Type, 1 Drum Hoists, Elevating Belt Type Loaders, LumberStacker (Tractor Farm Type under 50 HP w/Attachments), Winch Trucks, Front End Loader (under 2 CY),Welding Machines, Cat Head Winch, Power Plants which generate over 15 KW, Oiler with CDL, ConcreteCurbing Machine.

GROUP III

Bituminous Distributors, Boilers, Retort & Hot Oil Heaters Concrete Mixers, (1 CY & Over), ConcretePaver-Single Drum, Drilling Equipment, Shaft and Tunnel Equipment: Refrigeration, Slusher, Jumboforms, Trenching Machines (all Types), Pump Crete & Gunite Machines, Slipfrom Paver, MechanicalBullfloats, Concrete Slab Spreading Machine, Concrete Slab Finishing Machine, Asphalt Plants,

-f-" Bituminous Finishing Machines, Crushing Plants, Certfied Forklift.

GROUP IV

Front End Loaders (2 thru 10 CY), Rollers Steel Wheeled-All Types, Bulldozer, Scrapers (Motor orTowed),E!evati_NgGraders_Concrete33atching_Plants_S_l£-Propelled Rollers - Equipped W/Dozer, Twin-Bowl Scrapers and Quad 8 or 9 Pushers ($.35 Over Basic Rate), Three Bowl Scrapers ($.60 Over BasicRate), Bobcat w/Hydraulic Backhoes with buckets up to one and one quarter cubic yards, Motor Grader(Rough), Small Articulating Trucks.

GROUP V

Concrete Paver, Double Drum, Two Drum Hoist, Auto Fine Grader, Cat Crane, Hysters, Forklift over2,000 lbs. Lifting Capacity

GROUP VI

Mucking Machines-All Types, Tractor with Hydraulic Backhoe, Backhoes with Buckets up to one and onequarter cubic yards.

GROUP VII

Hydraulic Cranes with less than 50 feet of boom (20 tons and under), Steam Engineers, Loaders (Front endover 10 cubic yards), Concrete Pump (Snorkel Type), Heavy Equipment Low Boy Driver with CDL,Mining Machine, Roof Bolting Machine, Shuttle Car.

GROUP VIII

All Shovel Type Equipment, Side Boom Cats, Cranes, Draglines, Track or Excavator Backhoe, Backhoeswith Buckets over one and one quarter cubic yards, Derricks, Guy and StiffLeg, Pipemobile (No.2Operator), Pile Driver, Hydraulic Cranes (20 ton and over), Mine Hoists, Belt Loader (C.M.I. type)

"f Cranes and Draglines with Booms and jib over 150 ft. through 199 feet $.75 above base rate per houradditional; 200 feet and ever $1.00 above base rate per hour additional, Shovel (Wheel type), BoringMachine (Tunnel or Shaft Mode), Pipe Mobile, Motor Grader (Finish), Mechanic, Welder, Mobile Pipeline

01070-NNJ06HC02C

Page 53: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

(_ _NNJ06HC02C

Modification Number 2J--'-- Page 16 of 31

Inspection Camera Operator/Rigger, Crane Inspector, Continuous Mining Machine, VAC Jet Rodder,Equipment Instructor.

.............................................................................................................................

IRON0263-003 06/01/2002

CHAVES, CURRY, DONA DNA, EDDY, GRANT, HARDING, HIDALGO, LEA,LUNA, OTERO, QUAY, ROOSEVELT, SIERRA AND UNION

Rates Fringes

Ironworker

Ornamental; Structural andReinforcing ................. $18.79 4.35

.............................................................................................................................

IRON0495-001 12/01/2005

BERNALILLO, CATRON, CIBOLA, COLFAX, DeBACA, GUADALUPE, LINCOLN,LOS ALAMOS, TAOS, McKINLEY, MORA, RIO ARRIBA, SAN JUAN, SANMIGUEL, SANDOVAL, SANTA FE, SOCORRO, TORRANCE, & VALENCIA

Rates Fringes

Ironworker

Ornamental; Structural andReinforcing ................. $ 20.05 9.18

............................................................................................................................

LAt_O0016-00! 06/01/2005

BUILDING CONSTRUCTION

Rates Fringes

LaborerGROUP I ..................... $13.60 3.80GROIJP II .................... $14.15 3.80GROUP III ................... $15.00 3.80GROUP IV .................... $16.91 3.80

LABORI_R CLASSIFICATIONS

GROUP I: Chainmen, Stakedrivers, Stake Hopper, Heater Tenders, Window Cleaning and Clean Up,Unloading of Furuiture and Fixtures. (Chainman and Stakedrivers working solely for an engineering firmare not subject to this agreement.)

GROUP I1: Carpenter Tenders, Concrete Workers, Concrete Buggy Operators, Industrial and PlantLaborers, Fire Watch, Swinging Scaffolds Tender, Flagman, Landscaping and Planter, Fence Builder,Guardrail Builder, Fine Grader, Form Stripper, Gabian Basket Builders, RIp Rap Stoneman, DrywallStocking and Handling, Fly Ash Vacuum Operator, Man Hole Builder, Tool Room Person and Checker on

.f Jobsite.

GROUP III: Electric Air and Gas Operated Power Tools, Asphalt Rakers, Chain Saw Operators, OxyGasoline Torch Operators, Cutting Torch Operators or Burner Person, Gunite Rebound Men, Fog MachineOperators, Power Buggy Operators, Rodmen, Sandblasters (potmen), Wagon Drill and Diamond Core

01071-NNJ06HC02C

Page 54: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification Number 2

...... Page 17 of 31

Driller, Air Track, Drill Operator Hydraulic Core Drill Diamond, Tenders Outside with Pumps under 6",Concrete Burners, Cement Mason Tenders, Plasterers Hodcarriers, Mortar Mixer, Plaster SpreaderOperators, Plaster Tenders, Gunite Nozzlemen, Pipelayer, Pumpcrete Nozzlemen, PowdermenTender Demolition, Grade Checker, Vibrator Operator, Concrete Saw Operators, Stone Mason Tender,Jack Hanmaer and Chipping Hammer Operator, Green Cutter High Pressure Air and Water on ConcreteBlaster, Pipelayer (includes but not limited to water pipe, sewer pipe, drainage pipe, pvc, and allunderground tile, pipe), Cast Iron Concrete pipe, unloading, handling, distribution, and installation,Scaffold Worker.

GROUP IV: Asbestos Abatement Laborer, Toxic and Hazardous Waste Removal Laborer, Lead BasePaint Removal Laborer, Laborer/Concrete Specialist, Pest Technician (Licensed by the Bureau of RodentManagement), State Licensed Powder man and, Blaster, Laborers AGC Certified Scaffold BuilderLaborer, or Hydromobile Scaffold Builder, Radiation Worker II.

.................................................................................................................................

LABO0016-003 04/01/2005

HEAVY CONSTRUCTION

Rates Fringes

LaborerHEAVY CONSTRUCTIONZONE 1GROUP I .................... $15.00 3.80GROUP II ................... $15.75 3.80GROUP III .................. $17.26 3.80GROUP IV ................... $17.66 3.80

HEAVY CONSTRUCTIONZONE 2GROUP I .................... $17.50 3.80GROUP H ................... $18.25 3.80GROUP HI ............... i.. $19.76 3.80GROUP IV ................... $ 20.16 3.80HEAVY CONSTRUCTIONZONE 3GROUP I .................... $19.00 3.80GROUP II .................. $19.75 3.80GROUP III .................. $ 21.26 3.80GROUP IV ................... $ 21.66 3.80

LABORER CLASSIFICATIONS FOR HEAVY- CONSTRUCTION

GROUP I: Journeyman Laborer, Dump Man, Spotter, Signaling, Mulching & Planting Trees, TrafficControl Devices, Waterproofing Concrete, Stake Hopper.GROUP II: Carpenter Tender, Concrete Tender, Flagman, Chuck Tender, Asphalt Heaterman, Asphalt

Joint Man, Cement finisher Tender, Concrete Puddler, Kettleman, Pumpcrete Man, Placement Man, PumpTender (Under 6 Inches), Manhole Builder (Block or Brick), Rebound Man, Stakedriver.

,,f GROUP III: Electric Air & All Gas Operating Power Tools, Asphalt Raker, Chain Saw Operator, CuttingTorch Operator, Demolition, Gunite Rebound Man, Rod & Chalnman, Grade Setter, Sand Blaster (PotMen), Nozlleman, Wagon Core & Diamond Driller Tender, Outside Scaler, Fog Machine Operator, Air,Gas, Hydraulic To01 & Electrical Tool Operator, Barco Hammer Cutting Torch, Drill, Diamond & Core

01072-NNJ06HC02C

Page 55: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

¢g- (--NNJ06HC02C

Modification Number 2

...... " Page 18 of 31

Drill, Electric Hammer, Jackhammer, Hydraulic Jack, Tamper, Air Tamper, Concrete Processing Material,Form Setter, Highway, Streets & Airport Runways, Operator of Concrete Saws on Pavement (Other ThanGang Saws), Hot Asphalt Labor, Cofferdam, Boxtender, Caissons 8' to 12', Jackhammer Operator inCaissons over 12', Labor Applicable to Pipe Coating or Wrappers, Pipe Wrapper, Plant & Yard, ReliningPipe, Hydroliner (A Plastic May Be Used To Waterproof), Pipelayer on Underground Bores, Sewer, Water,Gas, Oil & Telephone Conduit, Enameler or Pipe, Inside & Out, Mechanical Grouter, Monitor, JeepHoliday detector Man, Pump Operator, Raker, Vibrator, Hydro-Boom, Mixer Man, Gunnite Nozzleman,Shoterete Operator, Timber Man, Timber & Chainsaws, Sand Blasters, Signalmen, Grade Checker.

GROUP IV: Asbestos Abatement Laborer, Toxic & Hazardous Waste Removal Laborer, Lead Base PaintRemoval Laborer, Laborer/Concrete Specialist, Pest Technician (Licensed by the Bureau of RodentManagement), State Licensed Powderman & Blaster, Laborer/AGC Certified Rigger & Signal Man,Laborer/AGC Certified Scaffold Builder, Radiation Worker II, Airtrack Driller, Concrete Burner,Hodcarriers, Mortar Mixers, Plaster Spreader Operator, Plaster Tender Gunite Nozzlemen, Pipelayer,Pumpcrete Nozzlemen.

ZONE PAY - The reference point for determining zone pay shah be from the intersection of InterstateHighway 25 and Interstate Highway 40 (The Big 'T') in Albuquerque.

ZONE 1 - FREE ZONE - 0 to 50 miles

ZONE 2 -.50 to 85 miles from reference points. $2.50 per hour above base wage.f-

ZONE 3 -.over 85 miles from reference points. $4.00 per hour above base wage.................................................................................................................................

LABO0016-004 04/01/2005

HEAVY CONSTRUCTIONTUNNELS, SHAFTS, RAISES, MISSILE SILOS & ALL OTHER UNDERGROUND WORK

Rates Fringes

LaborerZONE 1GROUP I .................... $16.91 3.80GROUP II ................... $17.28 3.80GROUP III .................. $17.63 3.80

ZONE 2GROUP I ................... $19.41 3.80GROUP II .................. $19.78 3.80GROUP III .................. $ 20.13 3.80

ZONE 3GROUP I .................... $ 20.91 3.80GROUP II ................... $ 21.28 3.80GROUP Ill ................. $ 21.63 3.80

LABORER CLASSIFICATIONS FOR TUNNELS, SHAFTS, RAISES, MISSLE SILOS, AND ALLf OTHER UNDERGROUND WORK

GROUP I: Outside Laborer, Minimum Tunnel, Labor, Dry Houseman, and Hand Mucker Top Lander,Trackmen.

01073-NNJ06HC02C

Page 56: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C

Modification Number 2

• Page 19 of 31

GROUP II: Chuck Tender, Cable or Hose Tender, Concrete Laborer, Dumpmen, Whirley Pump Operator,Tender on Shotcrete, Gurmiting and Sandblasting, Tender Core & Diamond Drill, Pot Tender, ConcreteSpecialist (1) Including Finishing, Grouting, Patching, & Curing, Concrete Specialist Tender (2), Applyingof Concrete Processing Materials, Concrete Worker (Including All Chipping & Finishing Underground).

GROUP III: Shaft Miner, Tunnel Miner, Air Tugger Operator, Collapsible Form Movers & Setters,Machine Men & Bit Grinder, Nipper, Powderman & Blaster, Reinforcing Steel Setter, Timbermen (Steel orWood Tunnel Support, Including the Placement of Sheeting When Required), Tunnel Liner, Plate Setter,All Cutting & Welding Incidental to Miners' Work, Vibrator Men, Internal & External, Unloading,Stopping & Starting of Moran Agitator Cars, Diamond & Core Drill Operator, Shotcrete Operator, GunniteNozzlemen.

ZONE PAY

The reference point for determining zone pay shall be from the intersection of Interstate Highway 25 andInterstate Highway 40 (The Big 'T') in Albuquerque.

Free Zone - 0 to 50 miles.

Zone 2 - 50 to 85 miles from above reference points. $2.50 per hour above base wage.

Zone 3 - over 85 miles from above reference points. $4.00 per hour above base wage.

PAIN0823-001 04/01/2005

Rates Fringes

Painters- (Mines, mill_Power plants, energy plants,refineries, coal

gassification plants, nuclearrelated facilities & allsteel work incidental thereto

including stacks of alldescriptions)

Brush, roller, pot tender,sand-blaster, grinderoperatorNew Work -

Zone 1.................... $17.30 4.85New Work -

Zone II ................... $18.30 4.85New Work -Zone III ................... $19.80 4.85

Drywall finisher - AmesTool operatorNew Work -Zone I ..................... $ 21.30 4.85

,,f New Work -Zone II .................... $ 22.30 4.85New Work -

Zone III: .................. $ 23.80 4.85Drywall Finisher (Hand

01074-NNJ06HC02C

Page 57: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

(- (-NNJ06HC02C

: Modification Number 2

,1--" Page 20 of 31

Finisher/Machine Texture)New Work -

Zone I .................... $ 20.30 4.85New Work -

Zone II .................... $ 21.30 4.85New Work -

Zone III ................... $ 22.80 4.85PaperhangerNew Work -

Zone I ..................... $17.55 4.85New Work -

Zone II .................... $18.55 4.85New Work -

Zone III ................... $ 20.05 4.85

PAINTERS ZONE DEFINITIONS Free Zone: An area within a 30mile radius of the main post once in the city or townwhere an employee permanently resides at the time of hireshall be considered Zone 1. All jobs beyond the 30 mileradius shall be covered by the zone schedule below:

ZONE I - BASE PAY UP TO 30 MILES

ZONE II - EXTENDING 30 MII,ES TO 75 MILES BEYOND ZONE IZONE III- EXTENDING 75 MILES AND BEYOND

Albuquerque, Santa Fe and Belen shall be considered in Zone 1.

PAIN0823-002 ()4/01/2005

Rates Fringes

Glazier ........................ $ 20.15 4.36

PAIN0823-003 04/01/2005

Rates Fringes

Soft Floor LayerZone I ...................... $18.28 4.73Zone il ..................... $19.28 4.73Zone [[I .................... $ 21.405 4.73

SOFT FLOOR LAYER ZONE DEFINITIONS

Free Zone: An area within a 30 mile radius of the main post office in the city or town where an employeepermanently resides at the time of hire shall be considered Zone 1. All jobs beyond the 30 mile radius shallbe covered by the zone schedule below:

ZONE I -- Up to 30 milesZONE II -- 30 to 75 miles

ZONE III- 75 miles and beyond

Albuquerque, Santa Fe and Belen shall be considered Zone 1..................................... _ ....................................................................................

01075-NNJ06HC02C

Page 58: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C

Modification Number 2

" Page 21 of 31

* PAIN0823-004 04/01/2005

Rates Fringes

PainterAll Other Work:

Cormnercial: Brush, roller,spray and specialcoatings;Sand blaster ,Striping machine operator,Sign painter and WallcovererZone I ..................... $15.85 4.10Zone II .................... $16.85 4.10Zone III ................... $18.35 4.10

All Other Work:

Commercial: Drywallfinisher - Ames Tool operatorZone I .................... $ 20.30 4.i0Zone II .................... $ 21.30 4.10Zone III ................... $ 22.80 4.10

All Other Work:

Commercial: Drywallfinisher (Handfinisher/Machine texture)Zone I ..................... $19.30 4.10

2 _Zonek I .................... $ 0._0 4.10.Zone III ................... $ 21.80 4.10

PAINTERS ZONE DEFINITIONS

Free zone: An area within a 30 mile radius of the main postoffice of the city or town where an employee permanentlyresides at the time of hire shall be considered Zone 1. All

jobs beyond the 30 mile radius shall be covered by the zoneschedule below:

ZONE I BASE PAY UP TO 30 MILESZONE II - EXTENDING 30 MILES TO 75 MILES BEYOND ZONE IZONE III- EXTENDING 75 MILES AND BEYOND

Albuquerque, Santa Fe and Belen shall be considered in Zone 1........................................................................................................................

PLAS0254-001 06/01/2005

Rates Fringes

Cement Mason ................... $17.63 6.19

PLAS0254-002 06/01/2005

Rates Fringes

Plasterer. ..................... $18.30 6.15

01076-NNJ06HC02C

Page 59: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (NNJ06HC02C

Modification Number 2

f--" Page 22 of 31

PLUM0412-001 04/01/2005

Rates Fringes

Plumbers and PipefittersLIGHT COMMERCIAL

All litigation & lawnsprinkler .................. $15.96 4.20

LOS ALAMOS, SOUTH MESA,McGREGOR RANGE, WHITESANDS MISSILE RANGE AND/ORPROVING GROUNDS ............. $ 25.52 8.26REMAINING COUNTIES .......... $ 24.72 8.26

ROOF0123-003 01/01/2004

STATEWIDE EXCEPT FOR NAVAJO RESERVATION

Rates Fringes

Roofer (including Built Up,Composition and Single Ply)... $16.25 2.35

ROOF0135-003 06/01/2005

NAVAJO RESERVATION ONLY

...... Rates Eringes

Roofer (including Built Up,Composition and Single Ply) .... $13.50 2.30

SHEE0049-001 04/01/2004

REMAINING COUNTIES

Rates Fringes

Sheet metal worker ............. $ 23.48 9.89

SHEE0049-002 04/01/2004

LOS ALAMOS

Rates Fringes

Sheet metal worker ............. $ 25.48 9.95

SUNM1993-001 08/11/1993

Rates Fringesf/

Sprinkler FitterBemaIiIlo, Los Alamos &Santa Fe Counties ........... $15.55

Otero County ................ $17.45 3.75

01077-NNJ06HC02C

Page 60: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification Number 2

f--" Page 23 of 31

Remaining Counties (ExceptDona Aria) ................... $16.06 2.95

.......................................................................................................................

* TEAM0492-001 11/15/2005

Rates Fringes

Truck DriverBUILDING CONSTRUCTION: Zone IGROUP 1.................... $12.25 4.45GROUP 2................... $12.46 4.45GROUP 3.................... $12.86 4.45GROUP 4.................... $12.88 4.45GROUP 5.................... $12.95 4.45GROUP 6.................... $13.07 4.45GROUP 7................... $13.19 4.45GROUP 8.................... $13.37 4.45GROUP 9.................... $13.55 4.45

BUILDING CONSTRUCTION:Zone IIGROUP 1.................... $14.09 4.45GROUP 2 .................... $14.30 4.45GROUP 3.................... $14.70 4.45GROUP 4 .................... $14.72 4.45GROUP 5.................... $14.78 4.45GROUP 6.................... $14.91 4.45GROUP 7.................... $15.03 4.45

GROUP 8................... _ $15.20_ 4.45GROUP 9.................... $15.38 4.45BUILDING CONSTRUCTION:Zone IIIGROUP 1.................... $14.62 4.45GROUP 2 .................... $14.83 4.45GROUP 3 .................... $15.23 4.45GROUP 4 .................... $15.24 4.45GROUP 5 .................... $15.31 4.45GROUP 6 .................... $15.44 4.45GROUP 7.................... $15.55 4.45GROUP 8'.................... $15.72 4.45GROUP 9.................... $15.90 4.45

HEAVY CONSTRUCTION: Zone IGROUP 1.................... $12.50 4.45GROUP 2.................... $12.71 4.45GROUP 3.................... $ i3.11 4.45GROUP 4 .................... $13.13 4.45GROUP 5.................... $13.20 4.45GROUP 6.................... $13.32 4.45GROUP 7 .................... $13.44 4.45

.f GROUP 8.................... $13.62 4.45GROUP 9 .................... $13.80 4.45

HEAVY CONSTRUCTION: Zone IIGROUP 1.................... $14.34 4.45GROUP 2 .................... $14.55 4.45

01078-NNJ06HC02C

Page 61: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C

Modification Number 2

..... Page 24 of 31

GROUP 3.................... $14.95 4.45GROUP 4 .................... $14.97 4.45GROUP 5.................... $15.03 4.45GROUP 6.................... $15.16 4.45GROUP 7 .................... $15.28 4.45GROUP 8.................... $15.45 4.45GROUP 9 .................... $15.63 4.45

HEAVY CONSTRUCTION: ZoneIIIGROUP 1.................... $ 14.87 4.45GROUP 2.................... $15.08 4.45GROUP 3............... _.... $15.48 4.45GROUP 4.................... $15.49 4.45GROUP 5.................... $15.56 4.45GROUP 6.................... $15.69 4.45GROUP 7................... $15.80 4.45GROUP 8.................... $15.97 4.45GROUP 9................... $16.15 4.45

LIGHT COMMERCIAL BUILDINGCONSTRUCTION: Zone IGROUP 1.................... $ 9.80 4.45GROUP 2 .................... $ 9.97 4.45GROUP 3.................... $10.29 4.45GROUP 4.................... $10.30 4.45GROUP 5.................... $10.36 4.45GROUP 6.................... $ 10.46 4.45GROUP 7............... &10.55 4.45GROUP 8.................... $ 10.70 4.45GROUP 9................... $10.84 4.45

LIGHT COMMERCIAL BUILDINGCONSTRUCTION: Zone IIGROUP 1.................... $11.27 4.45GROUP 2 .................... $11.44 4.45GROUP 3 .................... $11.76 4.45GROUP 4 .................... $11.78 4.45GROUP 5 ................... $11.82 4.45GROUP 6.................... $ i i.93 4.45GROUP 7.................... $ 12.02 4.45GROUP 8.................... $12.16 4.45GROUP 9.................... $12.30 4.45

LIGHT COMMERCIAL BUILDINGCONSTRUCTION: Zone IIIGROUP 1.................... $11.70 4.45GROUP 2 .................... $11.86 4.45GROUP 3 ................... $12.18 4.45GROUP 4.................... $12.19 4.45GROUP 5.................... $12.25 4.45

_ GROUP 6.................... $12.35 4.45GROUP 7.................... $12.44 4.45GROUP 8.................... $12.58 4.45GROUP 9.................... $12.72 4.45

01079-NNJ06HC02C

Page 62: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification Number 2

• Page 25 of 31

TRUCK DRIVER (BUILDING & HEAVY CONSTRUCTION) CLASSIFICATIONS

GROUP I: Pickup 3/4 Ton and Under, Lubrication, Light Tire Repair and Washer, Swamper, 2 or 4 andup.

GROUP II: Dump or Batch Truck Under 8 C.Y.W.L.: Flat Bed (bobtail) 2 Ton and Under, Warehousemanincluding Material Check, Fork Lift Under 5 Ton MRC.

GROUP IiI: Dump Trucks (Including All Highway and OffHighway) 8 up to 16 C.Y.W.L.C.; Water, Fuelor Oil Trucks Less Than 3,000 gallon Flat Bed (bobtail) Over 2 Tons.

GROUP IV: Distributor Driver, Heavy Tire Repair, Lumber Carrier Driver, Young Buggy or SimilarEquipment, Transit Mix or Agitator 2 or 3 Axle Bobtail Equipment, Scissor Truck, Bulk Cement Bobtail 2or 3 Axle, Semi-Trailer ( Flat Bed or Van Single Axle) Forklift 5 Ton and over M.R.C.

GROUP V: Dumpsters and Dumpcrete Driver; Water, Fuel or Oil Trucks 3,000 to 6,000 Gallons;Lowboys and Light Equipment Driver; Euclid Type Tank Wagon Under 6,000 Gallons.

GROUP VI: Vacuum Truck; Dump Trucks (including all highway and off-highway 16 up to 22C.Y.W.L.C.)

_- GROUP VII: Transit Mix or Agitator Semi or 4 Axle Equipment Driver; Flaherty Truck Type Spreader• Box Driver; Slurry Truck Driver Bulk Cement Driver; Semi-Doubles; 4 Axle Bobtail; Winch Truck and

"A" Frame; Dump Truck (including all Highway and Off-Highway) 22 CY up to 35 C.Y.W.L.C.

GROUP VIII: Euclid Diesel Power Tumarocker; Terra Cobra-DW20-Tourneau Pulls and Similar Diesel

RoweredEquipment_when used_odmul Materials and Assigneckto a Teamster-Lowboy_l-Ieavy_quipmentDriver; Water, Fuel and Oil Trucks 6,000 Gallons and Over Including Tank Wagon Drivers, Semi-TrailerDriver (Flat-Bed or Van Tandems); Light Equipment Mechanic; Dump Trucks (Including All Highway andOff-Highway) 35 C.Y.W.L.C. and Over; Truck and Trailer or Semi-Trailer (Flated); eject all.

GROUP IX: Lowboy (Heavy Equipment Double Gooseneck); Heavy Equipment Mechanic; Welder (Bodyand Fender Men).

TRUCK DRIVERS ZONE PAY BASING POINTS AND DEFINITIONS LISTEDBELOW FOR BUILDING AND HEAVY CONSTRUCTION - BASING POINTSARE AS FOLLOWS:

ALAMOGORDO, ALBUQUERQUE, ARTESIA, BAYARD, BELEN, CARLSBAD,CLOVIS, DEMING, ESPANOLA, EUNICE, FARMINGTON, GALLUP,GRANTS, HOBBS, LAS CRUCES, LAS VEGS, LORDSBURG, LOVINGTON,PORTALES, RATON, ROSWELL, RUIDOSO, SANTA FE, SANTA ROSE,SILVER CITY, SOCORRO, TAOS, TUCUMCARI

ZONE I Projects within 15 miles fi_omthe starting points above.

ZONE II Projects 15 or more road miles but less than 35 miles fi:om above, includes all of Los Alamos. .... County.

ZONE III Projects more than 35 road miles, or more from above..............................................................................................................................

FOOTNOTE:

01080-NNJ06HC02C

Page 63: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

c-NNJ06HC02C

Modification Number 2

Page 26 of 31

**LIGHT COMMERCIAL DEFINITION Constnlction, erection, alteration, repair, modification, additionto or improvement in whole or in part of structures for which the major support system is wood frameconstruction and will also include all residential housing apartments, convenience stores, fast foodrestaurants, automobile service stations & motels up to 2 stories high.

.............................................................................................................................

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

Unlisted classifications needed for work not included within the scope of the classifications listed may beadded after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii))...............................................................................................................................

In the listing above, the "SU" designation means that rates listed under the identifier do not reflectcollectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates havebeen determined to be prevailing.

...............................................................................................................................

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

o-* an existing published wa_,e determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on

wage aeL,.,Lm,_at_on._atte,* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with theWage and Hour Regional Office for the area in which the survey was conducted because those RegionalOffices have responsibility for the Davis-Bacon survey program. If the response from this initial contact isnot satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should bewith the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage DeterminationsWage and Hour DivisionU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) canrequest review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29CFR Part 7). Write to:

i _ Wage and Hour AdministratorU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

01081-NNJ06HC02C

Page 64: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

(-NNJ06HC02C

Modification Number 2

" Page 27 of 31

The request should be accompanied by a full statement of the interested party's position and by anyinformation (wage payment data, project description, area practice material, etc.) that the requestorconsiders relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to theAdministrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

END OF GENERAL DECISION

01082-NNJ06HC02C

Page 65: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (-NNJ06HC02C

Modification Number 2

_---" Page 28 of 31

Enclosure to PIC 06-01

PIV Card Issuance Procedures in accordance with FAR clause 52.204-9, PersonalIdentity Verification of Contractor Personnel

FIPS 201 Appendix A graphically displays the following procedure for the issuance of aPIV credential.

PIV IdentityII El

Employer/

SponsorshipEmployee \

Application

EmployeeEnrolls

Figure A-l, FIPS 201, Appendix A

The following steps describe the procedures for the NASA Personal Identity VerificationCard Issuance (PCI) of a PIV credential:

Step l:The Contractor's Corporate Security Officer (CSO), Program Manager (PM), or FacilitySecurity Officer (FSO) submits a formal letter that provides a list of contract employees(applicant) names requesting access to the NASA Contracting Officer's TechnicalRepresentative (COTR). In the case of a foreign national applicant, approval through theNASA Foreign National Management System (NFNMS) must be obtained for the visit or

._ assignment before any processing for a PIV credential can take place. Further, if theforeign national is not under a contract where a COTR has been officially designated, theforeign national will provide the information directly to their visit/assignment host, andthe host sponsor will fulfill the duties of the COTR mentioned herein. In each case, the

01083-NNJ06HC02C

Page 66: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (NNJ06HC02C

Modification Number 2

_--.... Page 29 of 31

letter shall provide notification of the contract or foreign national employee's (hereafterthe "applicant") full name (first, middle and last), social security number (SSN) or NASAForeign National Management System Visitor Number if the foreign national does nothave a SSN, and date of birth. If the contract employee has a current satisfactorilycompleted National Agency Check with Inquiries (NACI) or an equivalent or higherdegree of background investigation, the letter shall indicate the type of investigation, theagency completing the investigation, and date the investigation was completed. Also, theletter must specify the risk/sensitivity level associated with the position in which eachapplicant will be working (NPR 1600.1, §4.5 is germane) Further, the letter shall also

acknowledge that contract employees may be denied access to NASA information orinformation systems based on an unsatisfactory background investigation/adjudication..

After reviewing the letter for completeness and concurring with the risk/sensitivity levels,the COTR/host must forward the letter to the Center Chief of Security (CCS). The CCSshall review the OPM databases (e.g., DCII, PIP, et al.), and take appropriate steps tovalidate the applicant's investigation status. Requirements for a NACI or otherinvestigation shall be initiated only if necessary.

Applicants who do not currently possess the required level of background investigationshall be directed to the e-QIP web site to complete the necessary backgroundinvestigation forms online. The CCS shall provide to the COTRBaost information andinstructions on how to access the e-QIP for each contract or foreign national employee

r _ .L

reqmrmg access

Step 2:Upon acceptance of the letter/background information, the applicant will be advised thatin order to complete the investigative process, he or she must appear in-person before theauthorized PIV registrar and submit two forms of identity source documents in originalform. The identity source documents must come from the list of acceptable documentsincluded in Form I-9, Employment Eligibility Verification, one which must be a Federal _or State issued picture identification. Fingerprints will be taken at this time. Theapplicant must appear no later than the entry on duty date.

When the applicant appears, the registrar will electronically scan the submitteddocuments; any document that appears invalid will be rejected by the registrar. Theregistrar will capture electronically both a facial image and fingerprints of the applicant.The information submitted by the applicant will be used to create or update the applicantidentity record in the Identity Management System (IDMS).

f Step 3:

i A non-PIV government identification badge, including the NASA Photo Identification Badge, MAY NOTBE USED for the original issuance of a PIV vetted credential

01084-NNJ06HC02C

Page 67: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( CNNJ06HC02C

Modification Number 2

.... Page 30of31

Upon the applicant's completion of the investigative document, the CCS reviews theinformation, and resolves discrepancies with the applicant as necessary. When theapplicant has appeared in person and completed fingerprints, the package is electronicallysubmitted to initiate the NACI. The CCS includes a request for feedback on the NACportion of the NACI at the time the request is submitted.

Step 4:Prior to authorizing physical access of a contractor employee to a federally-controlledfacility or access to a Federal information system, the CCS will a National CrimeInformation Center (NCIC) with an Interstate Identification Index check is/has beenperformed. In the case of a foreign national, a national check of the Bureau ofImmigration and Customs Enforcement (BICE) database will be performed for eachapplicant. If this process yields negative information, the CCS will immediately notifythe COTR/host of the determination regarding access made by the CCS.

Step 5:Upon receipt of the completed NAC, the CCS will update IDMS from the NAC portionof the NACI and indicate the result of the suitability determination. If an unsatisfactory

,- suitability determination is rendered, the COTR will advise the contractor that theemployee is being denied physical access to all federally-controlled facilities and Federalinformation systems.

Based on a favorable NAC and NCiC/iIi or BICE checK, the CCS will authorize theissuance of a PIV federal credential in the Physical Access Control System (PACS)database. The CCS, based on information provided by the COTR/host, will determinewhat physical access the applicant should be granted once the PIV issues the credential.

Step 6:Using the information provided by the applicant during his or her in-person appearance,the PIV card production facility creates and instantiates the approved PIV card for theapplicant with an activation date commensurate with the applicant's start date.

_I-o_ '7.

The applicant proceeds to the credential issuance facility to begin processing for receiptof his/her federal credential.

The applicant provides to the credential issuing operator proof of identity withdocumentation that meets the requirements of FiPS 201 (DHS Employment EligibilityVerification (Form I-9) documents. These documents must be the same documentssubmitted for registration.

The credential issuing operator will verify that the facial image, and optionally referencefinger print, matches the enrollment data used to produce the card. Upon verification of

01085-NNJ06HC02C

Page 68: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification Number 2

_-_ Page 31 of 31

identity, the operator will locate the employee's record in the PACS database, and modifythe record to indicate the PIV card has been issued. The applicant will select a PIN foruse with his or her new PIV card. Although root data is inaccessible to the operator,certain fields (hair color, eye color, et al.) may be modified to more accurately record theemployee's information.

The applicant proceeds to a kiosk or other workstation to complete activation of the PIVcard using the initial PIN entered at card issuance.

ALTERNATIVE FOR APPLICANTS WHO DO NOT HAVE A COMPLETEDAND ADJUDICATED NAC AT THE TIME OF ENTRANCE ON DUTY

Steps 1 through 4 shall be accomplished for all applicants in accordance with the processdescribed above. If the applicant is unable to appear in person until the time of entry onduty, or does not, for any other reason, have a completed and adjudicated NAC portion ofthe NACI at the time of entrance on duty, the following interim procedures shall apply.

1. If the documents required to submit the NACI have not been completed prior toEOD, the applicant will be instructed to complete all remaining requirements forsubmission of the investigation request. This includes presentation of I-9documents and completion of fingerprints, if not already accomplished. If theapplicant fails to complete these activities as prescribed in NPR 1600.1 (Chapters3 & 4), it may be_censidered as faib'_e to meet the conditions r_uired _rphysical access to a federally-controlled facility or access to a Federal informationsystem, and result in denial of such access.

2. Based on favorable results of the NCIC, the applicant shall be issued a temporaryNASA identification card for a period not-to-exceed six months. If at the end ofthe six month period the NAC results have not been returned, the agency will atthat time make a determination if an additional extension will be granted for thetemporary identification card.

3. Upon return of the completed NAC, the process will continue from Step 5.

.f

01086-NNJ06HC02C

Page 69: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

AMENDMENT OF SOLidi GION/MODIFICATION OF 1x ONTRACTIDCODEPAGEOFPAGES

/_ ' CONTRACT I 1 :32. AMENDMENT/MOD NO. (3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO

!' ..... 003 I See Block 16cNASA JSC WSTF CODE BH5 7, ADMINISTERED BY CODEAttn: Josh Soto Same as Block 6P.O. BOX 20Las Cruces, NM 88004

8. NAME AND ADDRESS OF CONTRACTOR (No. Street, County, State and ZIP Code) (9) 19A. AMENDMENT OF SOLICITATIONEnterprise Advisory Services, Inc. _-- NINO NO6671 Southwest Freeway Suite 800 I _ _M _7)Houston, TX 77074 ----

__k

('1_)) 10A. MOD, OF CONTRACT/ORDER NONNJ06HC02C

CODE }FACILITY CODE IX] lOB. DATED (SEE ITEM 13) !

t _ 2/28/06 i] 1. 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 OR 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 followingmethods:

i

{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 YOURACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATESPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, suchchange may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is receivedprior to the opening hour and date specified.

"- -_CCOUNTING AND APPROPRIATION DATA (if required)

Financial Managementr_

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE i

CONTRACT/ORDER NO. AS DESCRIBED IN ITEM i4, i~__

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE i

;ONTRACT ORDER NO. IN ITEM 1OA. i

- _ B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in payingoffice, 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:L_

Mutual Agreement of the Parties

-5[_ (D. OTHER (Specify type of modification and authority)r

IMPORTANT: vv,c".......,. a_,,o,(is _r-i,r,-_t) required to sign this document and return 3 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subjectmatter where feasible.)

a. The purpose of this supplemental agreement is to: update Sections H, I, and J.b. Page 2 contains a listing of all changes.c. See SPICE for updated sections.

E'Z- "as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remainsZg_dand in full force and effect.

,5.... ._AM.EAN.._TITI,.EOF,SIGNER (_eorpriot) [16A. NAME AND TITLE OF CONTRACTING OFFICER

X_Q _//_. Ha {{ J C/'-'--_-'-O 'IV_alerieA. Marburger/16--B._/d_-f-E D_A _I_E SIPa.NED

REVIOUS EDITION UNUSABLE

01087-NNJ06HC02C

Page 70: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

i¸ ,NNJ06HC02C

i

Modification Number 3r

f-" Page 2 of 3

SECTION CLAUSE REMARKS

H.2 NFS The Environmental Dept. Manager is changed from Bob Sander to1852.235-71 Kathy Davis. Don Young is deleted and replaced with "TBD"

1.1 FAR 52.244-2 The following is added after the "by reference" clause: "InsertePro, Fiore Industries, Implemetrics, Lockheed Martin, North Wind,and WdeY after paragraph k"

J-1 J-l, Award Fee Evaluation Plan is changed as follows:

_%;_,_/" _i_!_i_,._: 7 ,_ _,,!,_o,:_-o _, :

For each per od, the Contractor may earn award feefrom a minimum of zero dollars to the available award fee shown inAppendix 3. Contractor will be informed of any changes inevaluation factors or weightings prior to the affected award feeperiod.

2.1 The PEB-IT will provide the Contractor interim pe_ormanceevaluations a minimum of every three months (after _imonths forthe first evaluation period, includes phase-in). The intent of theseinterim evaluations is to discuss specific areas where future3erformance improvement is necessary or where performance hasexcelled.

2.1 The PEB-IT will prepare a 6-month evaluation report for

review by the Performance Evaluation Board (PEB) for eachevaluation period (after 8 months for the ! _).This report will include a recommended adjective rating andnumerical score representing the Contractor's performance for theperiod evaluated.

3.0 Award fee evaluation periods shall be 6 months in lengthexcept for penod _1_ . Contractor3erformance will be assessed at the mid-point and at the end of

each evaluation period. (Period 1 mid-point assessment shall beconducted at the;_month mc udes phase-m). The Governmentmay provide Contractor performance feedback to the Contractor atany time during the evaluation period.

J-1 Appendix 3 - Award Fee Distribution is changed as follows:

=

01088-NNJ06HC02C

Page 71: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (NNJ06HC02C

Modification Number 2

_ Page 3 of 3

Evaluation Period From: Evaluation Period To:

March 1, 2006 - October 31,2006 March 1, 2006 - August 31, 2006November 1, 2006 - April 30, 2007 September 1, 2006 - February 28, 2007May 1,2007 - October 31, 2007 March 1, 2007 - August 31, 2007November 1,2007 - April 30, 2008 September 1,2007 - February 28, 2008May 1,2008 - October 31,2008 March 1, 2008 - August 31, 2008November 1, 2008 - April 30, 2009 September 1,2008 - February 28, 2009May 1,2009 - October 31, 2009 March 1, 2009 - August 31, 2009November 1,2009 - April 30, 2010 September 1, 2009 - February 28, 2010May 1,2010 - October 31,2010 March 1, 2010 -August 31,2010November 1,2010-April 30, 2011 September 1, 2010-April 30, 2011

Estimated Award Fee Available From: Estimated Award Fee Available To:$162,335 $108,223$162,336 $162,336$164,287 $163,636$164,287 $164,287$167,900 $166,696$167,901 $167,901$172,578 $171,019$172,579 $172,579$177,496 $175,857$177,496 $236,661$1,689,195 $1,689,195

SECTION CLAUSE REMARKS

J-2 DRL Replace Block 6 on line items 3.11, 3.12, 4.1-4.5, 5.1-5.7, 7.1-7.18with "Per DRD"

The Government Property Management Plan is markedJ-2 DRD 5.8 "Reserved" in the Data Requirements List (DRL) and deleted from

the Data Requirements Descriptions

01089-NNJ06HC02C

Page 72: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

I AMENDMENT OF SOLf'_'TATION/MODIFICATION OF (__PAGE OFPAGES

C_.._TRACT [2. AMENDMENT/MOD NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO

004 See Block 16c 4200156512 (Y)

NASA JSC WSTF CODE BH5 7. ADMINISTERED BY CODEAttn: Cindi Garcia Same as Block 6P.O. BOX 20Las Cruces, NM 880048. NAME AND ADDRESS OF CONTRACTOR (No. Street, County, State and ZIP Code) (9) 9A. AMENDMENT OF SOLICITATION

Enterprise Advisory Services, Inc. NOAttn: John Watldns 9B. DATED (SEE ITEM 11)6671 Southwest Freeway Suite 800

Houston, TX 77074 (lo) 10A. MOD. OF CONTRACT/ORDER NoNNJ06HC02C

SODE FACILITY CODE IX 10B. DATED (SEE ITEM 13)-- 2/28/06

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 OR 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 followingmethods:

(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 YOURACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATESPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, suchchange may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is receivedprior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (if required)

_crease by: $2,100,000 FinancialManagement

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

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

[] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in payingoffice, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).Limitation of Funds 52.232-22

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

[] ID. OTHER (Specify type Ofmodification and authority)

IIMPORTANT: Contractor IS NOT required to sign this document and return 0 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation subjectmatter where feasible.)

a. The purpose of this modification is to update Section B:4 Contract Funding. The contract funding is increasedby $2,100,000 from $1,000,000 to $3,100,000.b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

• =xcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains,changed and in full force and effect.

5A. NAME AND TITLE OF SIGNER (Typeorprint) 16A. NAME AND TITLE OF CONTRACTING OFFICER

Valerie A. Marburger15B. CONTRACTOR/OFFEROR 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

(Signatureofpersonauthorizedtosign) Y_,C_ _--/" 3_

NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV.PREVIOUS EDITION UNUSABLE 10-83) ES

F,_,;b_d by GSA FAK

01090-NNJ06HC02C

Page 73: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

(_ (f: ' NNJ06HC02CModification Number 4

Page 2 of 2

14. Continuation

Cost

Prior Obligation This Action Cumulative ObligationCF(CR) $ 135,942 $ 475,472 $ 611,414CF(FP) $ 81,565 $ 356,603 $ 438,168Subtotal CF $ 217,508 $ 832,075 $ 1,049,583

Phase-In (FP) $ 263,684 $ $ 263,684CRDO's(T1-) $ 462,204 $ 1,149,057 $ 1,611,261FFP DO's (D1-) $ - ! $ $

Cost Subtotal $ 943,396 -,$ 1,981,132 $ 2,924,528

Fee

Prior Obligation I This Action Cumulative ObligationCF(CR) $ 18,113 $ 49,925 $ 68,038CF (FP) $ $ $ -Subtotal CF $ 18,113 $ 49,925 $ 68,038

Phase-In (FP) $ $ - $CR DO's (T1-) $ 38,491 $ 68,943 $ 107,434FFP DO's (D1-) $ $ $

Fee Subtotal $ 56,604 $ 118,868 $ 175,472]

_ t . I

Cost & Fee Total $ 1,000,000 I $ 2,100,000 $ 3,100,000t[Modification Value $ 2,100,000 I

This allotment is for facility operations and support services and covers the following estimated period ofperformance: March 1,2006, through June 7, 2006.

01091-NNJ06HC02C

Page 74: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

AMENDMENT OF SeLl - "ATION/MODIFICATION OF (L_.,CONTRACTIDCODEPAGEOFPAGESCO,_FRACT I 1 2

2. AMENDMENTIMOD NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO

005 See Block 16c 4200162790 (Y)

CODE BH5 7.ADMINISTEREDBY CODENASA JSC WSTFAttn: Cindi Garcia Same as Block 6P.O. BOX 20Las Cruces, NM 880048. NAME AND ADDRESS OF CONTRACTOR (No. Street, County, State and ZIP Code) (9) gA. AMENDMENT OF SOLICITATION

Enterprise Advisory Services, inc. r_ NOAttn: John Watkins ] 9B. DATED (SEEITEM 11)

6671 Southwest Freeway Suite 800L_

Houston, TX 77074. (10) 10A. MOD. OF CONTRACT/ORDER NoNNJ06HC02C

_-_ 10B. DATED (SEEITEM 13)CODE FACILITY CODE2/28/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSThe above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers (IS OR 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 followingmethods:

(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 YOURACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FORTHE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATESPECIFlED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, suchchange may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is receivedpriorto theopeninghouranddatespecified.

" _2. ACCOUNTING AND APPROPRIATION DATA (if required)

_creaseby: $1,240,000. FinancialManagement

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THECONTRACT/ORDER NO.AS DESCRIBED IN ITEM _14.

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

l B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in payingoffice, appropriation date, etc.) SET FORTH IN iTEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).Limitation of Funds 52.232-22

[] iCTHIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

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

IMPORTANT: Contractor IS NOT required to sign this document and return 0 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation subjectmatter where feasible.)

a. The purpose of this modification is to update Section B.4 Contract Funding. The contract funding is increasedby $1,240,000 from $3,100,000 to $4,340,000.b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

J "=xceptas provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains1changed and in full force and effect.

,5A. NAME AND TITL[- OF SIGNER (Typeorprint) [16A. NAME AND TITLE OF CONTRACTING OFFICERles . Riley, Jr.

15B. CONTRACTOR/OFFEROR \"__TA_:_S._ F A_I_t-O ¢ X\tC' DATE/'SIG_ED

(SignatureoEpersonauthorizedto sign)

NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE

01092-NNJ06HC02C

Page 75: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

(/- (_ NNJ06HC02CModification Number 5

Page 2 of 2

t4. Continuation

Cost

I Prior Obligation This Action Cumulative ObligationCF(CR) $ 611,414.14 $ 304,150.94 $ 915,565.08CF (FP) $ 438,169.24 $ 269,056.60 $ 707,225.84Subtotal CF $ 1,049,583.38 $ 573,207.55 $ 1,622,790.93

Phase-In (FP) $ 263,684.00 $ $ 263,684.00CR DO's (T1-) $ 1,611,260.91 $ 596,603.77 $ 2,207,864.68FFP DO's (D1-) $ $ $

Cost Subtotal $ 2,924,528.29 $ 1,169,811.32 $ 4,094,339.61

Fee

Prior Obligation This Action Cumulative ObligationCF(CR) $ 68,037.74 $ 34,392.45 J $ 102,430.19CF (FP) $ $ - $Subtotal CF $ 68,037.74 $ 34,392.45 $ 102,430.19

Phase-In (FP) i $ $ $CR DO's (T1-) $ 107,433.97 $ 35,796.23 $ 143,230.20FFP DO's (D1-) $ $ $

Fee Subtotal $ 175,471.71 i $ 70,188.68 $ 245,660.39l

Cost & FeeTotal $ 3,100,000.00 $ 1,240,000.00 $ 4,340,000.00

Modification Value $ 1,240,000.00 i

This allotment is for facility operations and support services and covers the following estimated period ofperformance: June 21,2006, through July 21, 2006.

01093-NNJ06HC02C

Page 76: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

r__ • • f

AMENDMENT OF SOU({ _,TIONIMODIFICATION OF "ONTRACTI D CODE PAGE OF PAGES

CON FRACT 1 2

2. AMENDMENT/MOD NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO

_- 006 see Block 16c 4200167079 (Y)

NASA JSC WSTF CODE BH5 7. ADMINISTERED BY CODEAttn: BH5/Joshua Soto Same as Block 6P,O, BOX 20Las Cruces, NM 880048. NAME AND ADDRESS OF CONTRACTOR (No. Street, County, State and ZIP Code) (9) 9A. AMENDMENT OF SOLICITATION

Enterprise Advisory Services, Inc. NO

Attn: John Watkins 9B. DATED (SEEITEM 11)

6671 Southwest Freeway Suite 800

Houston, TX 77074 (lo) 10A. MOD. OF CONTRACT/ORDER No

NNJ06HC02C

CODE FACILITY CODE I_)_1 10B. DATED (SEE ITEM 13)

1D7H2 2/28/06

11. THIS ITEM ONLYAPPLIES 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 OR 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 followingmethods:

(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 YOURACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATESPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, suchchange may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is receivedprior to the opening hour and date specified.

t2. ACCOUNTING AND APPROPRIATION DATA (if required)

tcrease by: $3,254,000. Financial Management

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE

CONTRACT/ORDER NO. AS DESCRIBED IN ITEM14.

[] A. THIS CHANGE ORDER IS ISSUED PURSUANTTO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE INTHECONTRACT ORDER NO. IN ITEM 10A.

[] IS. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in payingoffice, appropriation date, etc.) SET FORTH [N ITEM 14, PURSUANT TO THEAUTHORITY OF FAR 43.103(b).Limitation of Funds 52.232-22

IC. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANTTO AUTHORITY OF:[]

tD. OTHER (Speci_ type of modification and authority)[]

IMPORTANT: Contractor IS NOT required to sign this document and return 0 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including soficitation/contract subjectmatter where feasible.)

a. The purpose of this modification is to update Section B.4 Contract Funding. The contract funding is increasedby $3,254,000 from $4,340,000 to $7,594,000.00.b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

• Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains_changed and in full force and effect.

.SA. NAME AND TITLE OF SIGNER (Type orprint) 16A. NAME AND TITLE oF CONTRACTING OFFICER

Valerie A. Marburger15B. CONTRACTOR/OFFEROR 16B_ UNITED STATES OF AMERICA 16C. DATE,SIGNED

(Signatureof personauthorizedto sign) ( rga re - g ) _.NSN 75404)I-152_070 30-105 ST kNDARO FORM 30 (REV.PREVIOUS EDITION UNUSABLE 10-83 ES

P,_=_ bed by G3A FAR {48, CFR)53.243

01094-NNJ06HC02C

Page 77: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

f

( (NNJ06HC02C

Modification 6

_-_ Page 2 of 2

14. Continuation

Cost

Prior Obligation This Action Cumulative ObligationCF (CR) $ 915,565.09 $ 798,150.95 $ 1,713,716.04CF (FP) $ 707,225.84 $ 706,056.60 5 1,413,282.44Subtotal CF $ 1,622,790.93 $ 1,504,207.55 :$ 3,126,998.48

iPhase-In (FP) $ 263,68&00 $ i $ 263,684.00CR DO's (TI-) $ 2,207,864.68 $ 1,565,603.77 $ 3,773,468.45FFP DO's (D1-) $ $ - $

Cost Subtotal i $ 4,094,339.61 $ 3,069,811.32 I$ 7,164,150.93I IFee

Prior Obligation This Action Cumulative ObligationCF(CR) i$ 102,430.19 $ 90,252.45 $ 192,682.64CF (FP) I $ $ $Subtotal CF I $ 102,430.19 $ 90,252.45 $ 192,682.64

Phase-In (FP) $ $ $CR DO's (T1-) $ 143,230.20 $ 93,936.23 $ 237,166.43FFP DO's (D1-) $ $ $

t• _ ..... 88._8 J$ _,__,..... 7FeeSubtota/ $ L-,_;_60.39 $ _oA4 _ A,m _Aan

Cost & Fee Total $ 4,340,000.00 $ 3,254,000.00 I $ 7,594,000.00

This allotment is for facility operations and support services and covers the followingestimated period of performance: March 1, 2006 through September 18, 2006.

01095-NNJ06HC02C

Page 78: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

I

9 i (_MB Approval No. 2700-0042

AMENDMENT OF SOLICITATION/ { 1. CONTRACT ID CODE ( PAGE OF PAGES

MODIFICATION OF CONTRACT I I ] I 158,' --'- _. AMENDMENT/MODIFICATION NO. ] 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ.NO. I 5. PROJECT NO. (If applicable)

I I007 See Block 16c N/A

6. ISSUED BY CODE JRA 7. ADMINISTERED BY (If Otherthan Item 8) CODE I JRJ_.

NASA JSC White Sands Test Facility SEE BLOCK 6Attn: Joshua Soto/BH5P.O. Box 20Las Cruces, New Mexico 88004

8. NAMEAND ADDRESS OF CONTRACTOR (No.,street, countv, State, and ZiP Cod_

Enterprise Advisory Services, Inc.Attn: John Watkins6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1_07H2 FACILITY CODE

, IX) I 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11)

rN/A10A. MODIFICATION OF CONTRACT/ORDER NO. lOB. DATED (SEE ITEM 13)

X NNJ06HC02C , 2/28/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

_ The above nurnbered solicltation is arnended as set forth in ltem14. The bour and date specified fot receipt of Offers [] is extended, [_ is not extended.Offers must acknowledge receiptof this amendment prior to the hour and date spec;TJedin the solicitation or as amended, by one of the following methods:

{a) By completinq Items 8 and 15, and returnin_ [] co!0iesof the amendment: (b) Byacknowled_lin_receipt of this amendment on each copy of the offorsubmitted; or (c) Byseparate letter Ortelegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TOBE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIORTO THE HOUR AND DATE SPEC FlED MAY RESULT N REJECT ON OFYOUR OFFER. If by vidue of this amendmentyou desire to change an offer already submitted,such change may be made bytelegram or letter,'provided each telegram

f_rJetter makes reference to the solicitation and this amendment, and is received prior to the openin9 hour and date specified.gcCOUNTINO AND APPROPRIATION DATA (Ifrecluired)A

13. "i-I_liSI_M APPLIES ONLY TO MODIFICATIONSOF cONTLRAC3:SiORDERS,MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.Ix)

-- A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (S_0ePJfvauthority)THE CHANGES SET FORTH IN ITEM 14ARE MADE IN THECONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (suchas chan_es n payn_ off_ce,appropriation date, etc.) SET FORTH IN ITEM t4, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

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

X Mutual Agreement of the Parties (FAR 43.103 (a))d. OTHER (SIJecifvt,/oe of modification and authorib/)

E. IMPORTANT: Contractor [] is not, _'_ is requiredto signthis documentand return 3 copies to the issuingoffice.

14. descriplionof amendment/modification (O_anized by UCF section headings, includintt solicitation/contract subject matter where feasible.)

A. The purpose of this modification 7 to the contract is to make contract changes as follows in the enclosedpages. This modification shall be at no additional cost to the government.See SPICE for a more complete detail of modification.

(See Continuation Pages)

• Except as provided herein, el{ terms and conditions of the document referenced in Item 9A or 10A, as heretofore chanqec{, remains unchanged and in full force and effecL

15A. NAME AND TITLE,OF SIGNER (Type orprint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprint)

J_s _ "_T._'_ _>_J-'_"V'_ Valerie A. Marburger, Contracting Officer

5B o T oToRI =FERoR" I S GNED/ ?9 Eg -TA --ES2FA ERJL "'BYc/ l v [ DATES'GpED/IO/>---/0(O. (Signature of person authorized to sign) I_ _r_(_._ (Signature of Contracting Officer)NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (Rev. ! 0-83)PREVIOUS EDITION UNUSABLI: JSC MS Word (Aug 95) Prescribed by GSA

FAR (45CFR) 53.243

01096-NNJ06HC02C

Page 79: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C Modification Number 7

Page 2 of 158f-

_. The following changes require the deletion of a section of the contract in its entirety and replacement of each,ection with pages enclosed in this contract.

PAGESSECTION CLAUSE REMARKS

The IDIQ Rate Table is updated to include newB B.2 categories; Table B.3 and B.4 are updated to include

10 current values therefore, Section B is updated andreplaced in its entirety.

H.2 NFS 0 , The S&MA Dept. Manager is changed from "TBD" to1852.235-71 "Pamela Baughman."

J-2 DRL 17 DRD 3.14 and 5.10 are added to the DRL; therefore,the DRL is hereby updated and replaced in its entirety

J-2 1 DRD 3.1, "Project Reports," ishereby deleted in itsentirety and replaced with the attached.

J-2 17 DRD 3.6, "NF533 Cost and Data Reporting," is herebydeleted in its entirety and replaced with the attached.

J-2 6 DRD 3.11, "Wage/Salary and Fringe Benefit Data," ishereby deleted in its entirety and replaced with theattached.

J-2 3 DRD 3.14, "Task Order/Delivery Order Award FeeSummary Sheet," is added to the contract

J-2 3 DRD 5.5, "Equipment Reports," is hereby deleted in itsentirety and replaced with the attached.

J-2 1 DRD 5.6, "Supply Reports," is hereby deleted in itsentirety and replaced with the attached.

J-2 1 DRD 5.10 "Lifting Devices and EqUipment RecordKeeping and Trend Analysis" is hereby added to thecontract.

J,7 9 3.7a "IT Security Management Plan" is hereby addedto the contract in section J-7.

J-5 84 Section J-5, "Safety and Health Plan" is hereby deletedin its entirety and replaced with the attached.

Total Number of Pages 152

01097-NNJ06HC02C

Page 80: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06I-tC02C Modification Number 7

Page 3 of 158

_-'_. Contract Section C. "Statement of Work," paragraph 3.2 "General Requirements," is hereby deleted in theirntirety and replaced with the followinq:

" 3.2 General Requirements

The Contractor shall provide appropriate management of personnel, data and data systems,equipment and property, schedules, projects, training, records, acquisitions, subcontracts, andbusiness functions necessary to perform the statement of work, deliver all required DataRequirement Document (DRD's) and other deliverables, and meet all contract requirements includingsafety, quality, environmental, and energy conservation.*4.... .-

i

Requirements under this element are Completion Form and Cost Reimbursable.

The following performance requirements and standards are applicable to all functions within theSOW.

_--l-a._ Ensure support agreements (e.g., ACA's, WSTF mission is not adversely impactedMemorandum of Understanding (MOU's), due to ineffective interaction.contracts, purchase orders, et. ai.) are in placeto meet WSTF mission and objectives.Provide evidence of mission readiness asnecessary to fulfill project requirements andcustomer agreements.

b. Manage and report the technical, schedule, and WSP 09-0014, Project Managementcost performance for all ordered projects on aperiodic basis

In accordance with (lAW) DRD 3.1Delivery Order(s)

c. Ensure all Inspection, Testing, and Measuring Calibration infrastructure ProcessEquipment (IMTE) is within calibration duringdata measurement.

d. Operate certified Pressurized Vessels and Pressure Vessel System InfrastructureSystems (PV/S) (See list in J-11). ProcessCreate and maintain documentation package forcertification.

01098-NNJ06HC02C

Page 81: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

(

NNJ06HC02C M0difica_on Number 7Page 4 of 158

Note: In accordance with the statedInfrastructure Process, S&MA will perform thecertification inspection and TEC will perform theannual configuration verification for the requiredPV/S.

e_ Provide highly-effective project management of WSP 09-0014, Project ManagementIDIQ projects.

Project Management Institute, ProjectManagement Body of Knowledge(PMBOK®) Level 3 Maturity

f. Maintain and develop Facility and System WSP 25-0011 Facility BaselineBaseline Documentation (150 systems site-wide).

Documentation Requirements

g. Maintain the capability to handle classified NPR 1600material and/or access to areas where classified

work is performed or classified material isstored.

Maintain secret security status for emergencyservices personnel, engineers and techniciansto support facility maintenance and repair at

L_ WSC, and Emergency Response requirementsat WSC and AFCS.

20 emergency services personnel with secretsecurity clearance.

2-4 facility engineers and 3-5 facility technicianswith secret security clearance.

D. Contract Section C. "Statement of Work," paragraph 5.1 "Lo.qistics,' is hereby deleted in their entirety andreplaced with the followin.q:

" 5.1 Logistics

The Contractor shall provide logistics services to support mission requirements. Logistic servicesconsist of supply, receiving, disposal, transportation, equipment management, moving, and maildelivery.

The system _s a totalsupply system database for the tracking and Visibility of a complete catalog of stock items and assetinformation including, but not limited to availability, warehousing, usage history, procurement lead

I times, reorder points, replenishment, economic order quantity, demand history, shelf life,Lm.anufacturer's lot information, serialization, inventory, hazardous material control and coding,

_ounting data, potential excess, receipts, issues, due ins, due outs, backorders, and total item, .magement capabilities. Oracle electronically initiates document tracking for the accountable

01099-NNJ06HC02C

Page 82: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (NNJ06HC02C Modification Number 7

Page 5 of 158

' 'ransactions associated with receipts, issues, and turn-ins. The transactions are tracked from the,me of issue or receipt generation, through staging, and delivery to the final destination. NASAEquipment Management System (NEMS) is a mainframe application located at NASA MarshallSpace Flight Center (MSFC) in Huntsville, Alabama. NEMS is a total equipment system database forthe tracking and accountability of equipment functions including, but not limited to location changes,acquisitions, adds/deletes, inventory, archival, and history.

The Contractor shall use the NASA Property Disposal Management System (NPDMS), an Agency-wide automated disposal management system, for all functions related to disposal. All functionsshall be performed in accordance with NASA and other Federal regulations, policies, andprocedures.

As part of the NASA Integrated Asset Management Program (lAMP), the Contractor is required tosupport an implementation plan to integrate a full cost accounting system to account for all assetsthat are related to NASA Programs and contracts.

Four warehouse buildings are available to the Contractor to support the site's logistic operations.These buildings are available to house stores stock, items held for temporary storage, transportationoperations, equipment management, and disposal operations. Building 120 (18,000 ft2) housesgeneral stores stock, system spares, spare parts held in controlled storage, equipment management

o_erations, and transportation operations. Buildings 150 (6,000 ft2), 152 (1,152 ft2), and 155 (5,200ft ) are used to house temporary storage and disposal process (GSA Sales).

....eequirements under this element are Completion Form and are Fixed Price.

a. Maintain supply, equipment, receiving, Outbound Hazardous Materiaisdisposal, transportation, moving, and mail Infrastructure Processdistribution service functions to support WSTFinfrastructure and mission requirementslAW DRD 5.1 Critical Material

approval/AcceptanceInfrastructure Process

Bulk Products Order andDelivery Infrastructure Process

Return of Customer SuppliedProduct Infrastructure Process

Shipping Infrastructure Process

WSI 15-SW SeriesWJI ADM-LOG Series

01100-N NJ06HC02C

Page 83: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C Modification Number 7Page 6 of 158

b. Provide logistics services to support mission Outbound Hazardous Materialsrequirements. Logistics services consist of Infrastructure Processsupply, receiving, equipment management,disposal, freight traffic management, realproperty accountability, furniture moves andmail delivery.

Critical Material

Approval/AcceptanceInfrastructure Process

Bulk Products Order and

Delivery Infrastructure Process

Return of Customer SuppliedProduct Infrastructure Process

Shipping Infrastructure Process

WSI 15-SW SeriesWJI ADM-LOG Series

c. Provide support and development of the NASAIntegrated Management Program.

Provide training for use of the NASA lAMP.

01101-NNJ06HC02C

Page 84: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION B

PART I - THE SCHEDULE

SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS

B-1

01102-N NJ06HC02C

Page 85: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION B

B.1 SUPPLIES AND/OR SERVICES TO BE FURNISHED

General - The Contractor shall provide all resources (except as may be expresslystated in this contract as furnished by the Government) necessary to provide theservices in accordance with the Statement of Work (SOW) in Section C. The services tobe performed under the terms and conditions of this contract will be acquired by eitherCompletion Form (CF) or Indefinite Delivery Indefinite Quantity (IDIQ) as detailed below:

(a) Completion Form Services: Routine Cost-Reimbursable(CR)/Fixed Priced (FP)services described in the SOW that are routinely required and for which workloadrequirements are specified. Note: any additional fixed price quantities aboveand beyond the units specified in Section B.5 will be ordered through an IDIQfixed price delivery order using the negotiated rates in Section B.5.

(b) IDIQ Services: Non-routine services described in the SOW that allow theGovernment to acquire additional services within the general scope of the SOWthat either are not routine in nature or for which an accurate workload estimatedoes not exist at the time of contract award. The Government may order IDIQservices as either cost reimbursable or fixed price.

(c) The following represents a breakout by WBS:

WBS a CF , IDIQ WBS a OF , IDIQCR FP CR FP : CR i FP CR FP::

1.0 5.02.0 5.1 X X3.0 5.2 X X

3.1 X 5.3 X3.2 " X 5.4 X3.3 X 5.5 X X3.4 X 5.6 X3.5 X 5.7 X3.6 X 6.0

4.0 X X 6.1 X4.1 X 6.2 X4.2 X 6.3 X X4.3 X 7.0 X4.4 X X 8.0 X

9.0 X XaWBS elements 1.0, 2.0, 3.0 5.0, and 6.0 are introduction or background sections anddo not contain requirements. WBS elements with two X's are clarified in the SOW.

B-2

01103-N NJ06HC02C

Page 86: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION B

B.2 IDIQ

(a) The guaranteed minimumcontract value of work that will be ordered under thiscontract, and which will be initiated throughthe issuance of either cost-reimbursableor fixed-price orders shall be $1,000,000 per contract year. Themaximum value that can be ordered under the IDIQ provisions of this contractper contract year is $50,000,000.

(b) If the Governmentorders suppliesor services in excess of the minimum but notup to the maximum,this circumstance shall not constitute the basis for anequitable adjustment to any contract price, estimated cost of fee.

(c) The pricing of IDIQ delivery orders for this contract shall be inaccordance withthe negotiated and fully burdened average labor rates as shown in the tablebelow. The IDIQ rates are fully burdened butwithout fee/profit. Notethat thebottom of the table allowsfor indirect ratesapplied if applicable. Forexample, anapplication of a material handling rate on materials. In addition, the tableincludes a line for a maximumfee rate that may be proposed on delivery orders.

SEE TABLE B-1 ON NEXT PAGE

B-3

01104-N NJ06HC02C

Page 87: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION B

IDIQ Rate Table (CPAF}

B-4

01105-N NJ06HC02C

Page 88: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION B

The following contract clause entitled "ESTIMATED COST/PRICE AND FEE" identifiesthe estimated cost/price for both completion form and Indefinite Delivery/IndefiniteQuantity (IDIQ) as well as the maximum award fee. The following clause will be updatedon a periodic basis to reflect the issued IDIQ orders.

B.3 ESTIMATED COST/PRICE AND FEE

(a) The estimated cost of this contract is stated below. The maximum availableaward fee, excluding base fee, if any, is stated below. The base fee is $0. Totalestimated cost/price, base fee, and maximum award fee are stated below.

(b) The estimated cost and award fee for this contract is broken out as follows:

Click on the Excel Icon below to populate and print the "B.3 ESTIMATED COST/PRICEAND FEE" information

BASIC Formatted: Font: (Default) ArLal, 8_LYEAR 1

MAX AWARD TOTAL COST/

COST/PRICE FEE NMGRT PRICE J,ND FEE I

CF(CR) $ 5,626,582:00 337i594.92 $ 346,667.78 $ 6,3 0,844.70 I

CF (FP)COMPLETION FORM SUBTOTAL $ 9,770,297.00 $ 337,594.92 $ 587,515.78 $ 10,6 _5,317.70 I

ca DO'S Crl-x) $5,530;413H6 $33i1824!79 $247,161.33 $6,1 )9,399.28 I

FFP DO'S (D1-X) $ - $TOTAL ISSUED IDIQ (NTE $50M/YR) $ 5,530,413.16 $ 831,824.79 $ 247,161.33 $ 6,1 _9,399.28 I

PHASE-IN FP

TOTAL CONTRACTVALUE YEAR 1 $ 15,549,836.16 $ 669,419.71 $ 849,145.11 $ 17,0 _8,400.98 I

GREEN = INPUT AREA ! YELLOW = FORMULA

BLACK = NO INPUT AREA

B-5

01106-N NJ06HC02C

Page 89: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION B

BASIC Formatted: Font: (Default) ArieYEAR 2 pt

MAX AWARD TOTA! COST/COST/PRICE FEE NMGRT PRICE ND FEE

CF(CR) $ 8,699,247.00 $ 341;954.82 $ 351,144.86 $ 6,42,346.68

CF (FP) 6,023.00COMPLETION FORMSUBTOTAL $ 9,825,435.00 $ 341,954.82 $ 590,979.86 $ 10,78,369.68

C._RDO'S(TI-X) $ $ : $ _FFP DO'S (DI-X) $ - _ $

TOTAL ISSUED IDIQ (NTE $50M/YR) $ $ $ .

TOTAL CONTRACT VALUE YEAR 2 9,825,435.00 I $ 341,954.82 $ 590,979.86I

TOTAL YEAR 1 VALUE 15,549,836.16 I $ 669,419.71 $ 849,145.11 8,400.98

TOTAL CONTRACT VALUE YEAR 1 - 2 $ 25,375,271.16 I $ 1,011,874.53 $ 1,440,124.97 6,770.66

GREEN = INPUT AREA / YELLOW = FORMULA

BLACK = NO INPUT AREA

YEAR 3

MAX AWARD TOTAl COST/COST/PRICE FEE NMGRT PRICE, _ND FEE

$ 51824;966;00 $ 349,497:96 $ 358,890:72 $ 6,513,354.68

CF (FP) $ 4;144,423.00,,,,__,_$ _0,895;00 $ 4,3 ]5,318.00COMPLETION FORM SUBTOTAL $ 9,969,389.00 $ 349,497.96 $ 599,785.72 $ 10,918,672.68

CR DO'S (TI-X) ,. $ : $ . $ , . ,

FFP DO'S (DI-X) $ _ $ . $

TOTAL ISSUED IDIQ (NTE $50M/YR) $ $ $ $

TOTAL CONTRACT VALUE YEAR 3 $ 9,969,889 I $ 349,498 $ 599,786 $ 1 ),918,678

TOTAL CONTRACT VALUE YEAR1 $ 15,549,836.16 $ 669,419.71 $ 849,145.11 $ 17,0;8,400.98

TOTAL CONTRACT VALUE YEAR 2 $ 9,825,435.00 $ 341,954.82 $ 590,979.86 $ 10,7 i8,369.B8

TOTAL CONTRACT VALUE YEAR 1-3 $ 35,344,660.16 $ 1,360,872.49 $ 2,039,910.69 $ 38,7 _5,443.34

GREEN = INPUT AREA / YELLOW = FORMULA

BLACK = NO INPUT AREA

B-6

01107-N NJ06HC02C

Page 90: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION B

OPTION I L..-...Formatted: Font: (Default) Ad_.YEAR 4 1-- pt

MAX AWARD TOTAL COST/

COST/PRICE FEE NMGRT PRICE t ND FEE

3F (CR) $5,987,640.00 $359,258;00 $368,913.00 $6,7 5,812.00

3F (FP) $4;! 85;468.00$243,280:.00 $4,4_8,748.00

;OMPLETION FORM SUBTOTAL $10,173,108.00 $359,258.00 $612,193.00 $11,1 _4,560.00

CR DO'S (3-1-X) $ - $ - $ - $

FFP DO'S (D1-X)

TOTAL ISSUED IDIQ (NTE $50M/YR) $ $ $ $

TOTAL CONTRACT VALUE YEAR 4 $10,173,108.00 $359,258.00 $612,193.00 $11,1 L4,560.00

TOTAL CONTRACT VALUE YEAR 1 $15,549,838.16 $669,419.71 $649,145.11 $17,0 _8,400.98

TOTAL CONTRACT VALUE YEAR 2 $9,825,435.00 $341,955.00 $590,980.00 $10,7 Y8,870.00

TOTAL CONTRACT VALUE YEAR 3 $9,969,389.00 $349,498.00 $599,786.00 $10,918,673.00

TOTAL CONTRACT VALUE YEAR 1-4 $45,517,768.16 $1,720,130.71 $2,652,104.11 $49,8 )0,003.98

GREEN = INPUT AREA/YELLOW = FORMULA

BLACK = NO INPUT AREA

OPTION 2

YEAR 5

MAX AWARD TOTAl COST/

COST/PRICE! FEE NMGRT PRICE ND FEE

!CF(CR) : $6,i58,5i4100 , $369;51_!00 $379,441.00 $6,£ 7,466.00

IF (FP) $4,227,574:00 _ : $245,728,00 $4,4 3,302.00]OMPLETION FORM SUBTOTAL $10,386,088.00 $369,511.00 $625,169.00 $11,5 0,768.00

]R DO'S (TI-X) $ . : $ $ - $

=FP DO'S (D1-X) $ " $ - $TOTAL ISSUED IDIQ (NTE $50M/YR) $ $ $ $

TOTAL CONTRACT VALUE YEAR 5 $10,386,088.00 $369,511.00 $625,169.00 $11,." 0,768.00

TOTAL CONTRACT VALUE YEAR 1 $ 15,549,836.16 $ 669,419.71 $ 849,145.11 $ 17,018,400.98

TOTAL CONTRACT VALUE YEAR 2 $9,825,435.00 $341,955.00 $590,986.60 $10,7! 8,370.00

TOTAL CONTRACT VALUE YEAR 3 $9,969,389.00 $349,498.00 $599,786.00 $10,9 8,678.00

TOTAL CONTRACT VALUE YEAR 4 $10,173,108.00 $359,258.00 $612,198.00 $11,1,4,560.00

TOTAL CONTRACT VALUE YEAR 1-5 $55,903,856.16 $2,089,641.71 $3,277,273.11 $61,2' 0,771.98

GREEN = INPUT AREA/YELLOW = FORMULA

BLACK = NO INPUT AREA

B-7

01108-N NJ06HC02C

Page 91: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION B

MicrosoftOfficeExcelWorksheet

B.4 CONTRACT FUNDING

(a) For purposes of payment of cost, exclusive of fee, in accordance with theLimitation of Funds clause, the total amount allotted by the Government to thiscontract is stated below. This allotment is for facility operations and supportservices and covers the following estimated period of performance: March 1,2006, through June 30, 2006.

(b) The additional amount obligated under this contract for payment of fee is statedbelow.

Total Amount AIIoted fo___Cost/Price Award Fee Total

CF (CR) $1,713,716.04 $192,682.64 $1,906,398.68CF (FP) $1,413,282.44 $0 $1,413,282.44Subtotal OF $3,126,998.48 $192,682.64 $3,319,681.12Phase-In (FP) $263,684.00 $0 $263,684.00CR TO's (T1-) $3,773,468.45 $237,166.43 $4,010,634.88FFP DO's (D1-) $0 $0 $0Total $7,164,150.93 $429,849.07 $7,694,000.00

[END OF SECTION]

B-8

01109-N NJ06HC02C

Page 92: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

THIS PAGE INTENTIONALLY LEFT BLANK

B - 30

01110-NNJ06HC02C

Page 93: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION J-2

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

ATTACHMENT J-2 - DATA REQUIREMENTS LIST (DRL) AND DATAREQUIREMENTS DESCRIPTION (DRD)

i

/

J-2.1

01111-NNJ06HC02C

Page 94: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION J-2

THIS PAGE INTENTIONALLY LEFT BLANK

J-2.2

01112-NNJ06HC02C

Page 95: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

(NI

c¢o

_,ca

"__

_uJ

_,z0

_,o

.__....

E3_

_,.-;

_-o

_._=

.__o-__

.__

__

z__._._

_.__

_.o

o-a>=

ok_

o_"

_o

>,

_..._,._

©r"

_r.:

oo

_E

_'__

t--

--___'5o

....----_'o_

_0_-o

o__o_

"H'_"5

'0oo_

-_

0"'_

rl...c

r_co

i_o

"'_¢'_

I_'-o

"_t'7

i"=

=_

c.o45o

'_

_0

_

0'_

_3,.-._

<:F

-=__u_

__5

,-.--

.o,.--_

._"e'-

._-_

._._

_-'

__=_-_>

_._

_oO

__,

_,o0_a

i_B

"co

._o_0

_o°-9-

fo_

__

__o,o

_?___-o

_Q_

_o-u_°

'-:_13"

•_

_'U"*

g::_,

8_._

_:_'-_

_"A

Z_:

Io_<C

o.__:

c_<O

_,.-

_0_

o';.._.<(,9._

o_,<co._

_.__

__

,.o

_=

_"_

_o

I

£4I

0_

0II1

oo_"_

__

__"

__

-__'_0

-_c'u.-

oo_

-._,___o_

_o_-=__

_,_o

0t-

.--

•,-,-.e._

..o?_

.--

04"°

_x-.--

_._-'_.7_:_7,_}_]_:

_i_i"

_::;_,'_"_:_m_'_'_<,

rw

01113-NN

J06HC

02C

Page 96: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

04

aE

E,4

E..r-

03p

_ujn_

._z._

'_.-

U.J_

"-"

o._o.=

#_=

9,4

o_.=.2.

,,,_o

'_"u

s"oZo

"uo

,',o_

CO

I'__

_T_

Ic.c-o

_o

----...

_.o_-_

._==

_-___o

--,:9

--:.,,._

_=oo..

2._.'_o

_,,,,_

o_._.

,,__,_-_

>,_

o-_

>,iT_

O:_E3

cmo

,-

O'_Z3

.c_

..O"O

_"o

'o

,,.Q

:"_O

cc

_._

.o,.¢:

_.o_

Oo

<:5

,-..--'_

__

_<

:5,--.c_

'.S"'-

o.zO

!•

oc"

"d--_o,

._o,.-

_,5

.oo_,,

.oo.

-__-

o___.-

_o

__

"0

-__

_z""=

s-__

"=_

,-,-_=

____

".,==

oI,_

."=_

I._LO

o_<c0.__,

o_<o,

.,_

,_<c0.

c__

o_:_,£o

I

_,:n

o_,Z

,=o

Z"

-ot'

"_Z

"_

Z"

9

_E

"oE

"oE

_E

__

..=

._-__

o_-_

._

__-_

_"_

oe_-

"__

_o

_0_E

n_

_c.__

_--_-

___0

00

0,,_

_0

_0

C

f,f

_1.9..-...

c__

(3-

._nn

n,,LO

.--v-cyc0

._-._:o_,,_

o,,_'-

__,

o_

_:

01114-NN

J06HC

02C

Page 97: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

O,4

-z

co=

E_d

=E

c;_

.,..,.,

_(.0

_C

b_E

C.4

C"3

.-_z

wr7

.ez

"_'_

_....

•-wo

,__z_

_._

_

ILl"_

0"_

{_-oz

••

>•

CO

coo

o_c

_.0o_co

__0

ca•

.-c4

__._

#'__'-

#--=

-=

o_

,__w

=-_¥

_w=

,_.w

o-°_

_o,

'__

"°__'

E"_

o,_

->

-__o_

:_.,-,

E_

>_

oo

_.

_%

_0_

-_0

_E

"_-.--

:=o

O_

hE3

_E

0__

Eu)

-o_

_-.o

_•

c_En_

•_-

__°

o_.-_-__

oo_-__

=_

_=

o_"

,_£

_._o

o_=

__o

.._.__

o_

Q.

..c:...£_5

_>.i.Z

-r-(a

(a

(---_rr'

I,.2.O

00

_._

,.CI

_0

o_'g

o°-,_

o=

,_-,-

<,_.=S

.<

....'_

"m_c0

<c

-o"_

c0

_"o

.-

"(3_-.-

u_o_5_3

.__

_5-_

.-_

......

S-_-

_5

_,_

<_-z=

o__co_

_,-_0_=.

o_=o

__<_'-_-.-

=_

n,"_-6o_._o_

==

--=

0.-"c_

09_'_

u-=

0._"o

>>

££

££

.-_

#_

&

o_PqO_

_PqO@

o•

c_%

0

m:::3

r0o_

j_"

"_o

_-"o)

•ca

O-)i

m-=

.---"==

o__

.....-

_I:t::

__

,.__._

__r..O

_o

•-o"

n'"2<

T_

"_"-

'_=

_:_g

"z

-=

-o,-£

__

._mm

03_

l---_

l--._

._--_'_-_

,_

....r.,"

r,,.'.h-.._'_"-C

',,I>

'._"

c,_>_

oo

o-O_

o_

5_-i_

o_i_

o_--,-,-"°-_0

__

__

=_z_,_

o__o

__

O•

:.=_

05:_

e5"_

-=

_o5ge6

Z_

w_

o

01115-NN

J06HC

02C

Page 98: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Z_

cE

N_

N.,)

__

'_-o

_-o

-o-

_'_-

.5_

_-,-;

,,,,D_

"too

o

,,,_,o

_o,_

o_

,__o

____O

r-:.'-:

_-O

,^-.Q_

O,^_O

_=

o_-_

=o

_.oE

__

E_

E_

0_,_

0_

0_

oo

oo

o_

__

O.-o

o._

O..Q

o,",

o=

:.=_

,._=

=_

_--=

_,_,_.

e)._1_:

_,1_)I,.5

_5c

_co

c_

_c.____

o_n,

o_o_C

3

1"9,

,__

_,.,--o=

.,_,,_

,_,--o..=._

oo_=

__.--

,"-.--

,.--

,,C....

c"._

_I_

_o_'_

"e

I__

o"

__

U"_

"_o_

_.__<

:___.o

_<:

_-_uo

_-____o

z_

o_

__

<co._

I_:o_<

0o.c_<

00._I

I

[--Io•

-,__,_

__._

_¢_

_.

_1__

1,6_

03,

_o__

__

_,-,

.__

_4"d

__

._"03

._'_.

.....o

=0o

_'--_

_'-_

<._

'_o

_"=

:Oco"

I_""

O_

_'_O

,,,0

z_

_0

oc_-

c_-

_,_

,,_,i::

i_:,_

__c

o&

_.=o

Z_u_

_LU

O>

,_[cLI.IO

_O

cLLIO

,,,__

,-o

_.=__,"-

o

"_=

Z_

__

_

I._"('_

__

_,1:3

_-___

__._-

__,

--ci

o_.,

._

o4H

_c4

0_09

05

.=_

=_

_._,_

._®

_

01116-NN

J06HC

02C

Page 99: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Oq

o_

r,D(D

"0_D

'-00

"00

"00

0•

©©

©_

0_

o_.m

o-°.m

_&oc0

_-___o

_--=

o__0°0

0_,

0_.

o_m

0_

0>

,

__

=o

__

.o_

_.o_

__

o'-

_'=

_=_

"Sg

"-=

"5g

=''=

.-£-__m

.-

o-oE3

o-o_

o-oi:3

o-oC)

o_

oN

:90<

_5,-.-c

<:5

,-..-_<

'_,.-.-

<"o

_.-a.

_,5

._o_

.,._,_............

u..cb

!_oo>

"_

°-os-

__£

_o_"-'

_,_,o_

-__-

_o

o_._<

#.-_o<

_._o

_-__o

°o_-_oo_

_o

.os_

&&

vJ.o

__

o,_

=g

•_.=

o=_-"

_'

I'-I_

g_

>_

_>

0__

_&

,4_'

_"_

__"

_'_.,

E]o_

_o_

._E

]o_rqo_

_m

tOr,F

l_•

M0

0_

'--

•._c-

.._-_

-_0

.._0

--,_

t-O

03c"

0O-

_0

k.J

_0

0

O_

o_

LUZ

.-L

U:3:

"5=

®o

-oi_o_._"

o(.9_G

:G:

=-,-;

'--"-

r__

"=iT

-._o

"=',c

-__

_o_

__

o=_

:__

I_

_.-_,_

_-

z'-"

_-=

'_

'-_Z

_LL

,_,=

01117-NN

J06HC

02C

Page 100: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

O4I

_o_

_co

__o

_.o

o_o

_tO

O"o

O-o

L_

no

_oO

"OW

"_o

oeo

o0_o_00

_0o

.-._.o

'-o#.

o-o

#-'_

=-<

#-__.o

Wr'_

_or'_

_--

"_I

e0

_,_0

0tm

•O

O>

,

_-_._

gc__E

_c__E

_c___.o=_._

__E

° oO

Or-

eo_6

._-

_,,--on"

o"o

_o

"uO

_o

-_n

"--•

"--•

.--

..Q-o

o"_

..Q--oo'-

-u_=

=o

_,..Q

_o

,s-r

<_

,._._<

--_,...._..E

2::-£..,=

_,_

nO

.....--

.---o:B

tu

....

9=

-o=

o_

,.-."o

o>"

_"e.-,=

g>"

_o

o,';-

=n

"o_-

--S

'-:_,_<

_:_oo.o<

:-_

__.cA

--w

n"=

1_-a

_o_<

o_._

_o_<co.c-

_o_o,

_:o_<

o_.__

13#

o._.

#.=-

,I--'1

ocx]>

,_-a

;Z"

I-7o_[-I_

o

_[_

-eE

"_E

"_E

"_E

_co

__

_o

_o

2O_

,__n"

.--_.-

_o__c

_.-

oo_ ,--

_-0

t-

13o

_8o_

.,-._

__

_._

,!._-_

8_:

_-_

,_._

,._,._

o"t_

_r-

_0

c

,__

o_._,o

_,,<g_

o,_

"_3

=w

.-,--,.-'

ow=

o_

:_

_1:

=o

g_m

;_

°w"-

§....

I--

_.0

C.)

a.ol

.-o-

:_:.m

,N

_o5

NI--

_N

W_

e,io9

_6G

.__=_

..

ZI-

._

:-3

:.3

"7

01118-NN

JO6H

C02C

Page 101: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

O4

z_

d_E

E._

.___

__E

,_-)

._w

__

__

z_

_o.__z

(.0--

oo

(.3,,5,

_=_

a._u_

_,_..o

-u__'_

_0E

-_n

'_"'

E_

E,_

_"'=

.-__,_

o>.

,-,,,,

o_,,e_o

,__

_o_,

_-=

,_,,,,._

-=,-

tuo

0_r-

c_•

0%

13-

_>

.-c._OE

.,

_oc

_tY'

oo

"-o£3,_,

o'5d3.>_

__

....0

_"o

..Q:._

0-0c_

-0::::3

,

0=

_=>

oo

_E

""=

'-"_

E-2

.E=

_E_o.a,

__,

,0o,J-

e_l__

o0"__.->

.=

_rr":>

09_-

O4

-__

"__

__

--__

__

.

_._

;__

._..

=.._

c-,-,

...._

,__

_"_

_-_

__._

__

--_

_.__

_E

°-,_

_"I:_O_

_c_

co

__---

ol

__--

"o=

_._E

_'t::_._

c

tno

_0

(_

_>,-"

eo

,-,o..

>,

__

_,--o,-,...,-o

r"9_

o=

uJ'-rLU

°Nn"

"-:=I_6

NrF

06

NuJ

05

NnO

_6>

01119-NN

J06HC

02C

Page 102: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

I

zco

=E_

=E_o

")

,-

_=E_.

__.

,-.__

_:_

......:E

,..)o

•,..o8

'-;c_

0_.d

=_a:'_

0_..d

=_

O_

o_"-;

c._0

LL!_

o-_

.o_

o._

.o_

o._

._o"_

.'.2,_

"i_....

(D

._,,.D

_4_o

,,-dO

_,_

_..o

--=o

.__o

__o

._"

•E

-__

E_

E_

E-_

E_

e-_E

,__

ME

,,_G

ME

"gE

u_M

E'

_=

I_G

r7u_

4:::_o_

__

r',o

_-o

0_

P'

or',

_0_

-_

c-_

.-

I:1.

___---_._

-_--'_

r_

--

,_d

_:£

_-o

_._

'-_

og

>_

_o-o

.>

_.o_g

.>

_.og

>_

.°d

"r<

_<

"_E_

-a<

__

<_

z_

'-rY

-,__

_rv'u_

_d_

r-,

io

_<r,,--_

Z_

'_<_'_.'-_'-->

,.r._--Z

_.-->U

,__:-__0_,.__.

0u-

=I_......

rF

o$

o

!,_

ii_

O_'

_-_

I:__

_'

_"_

_-r--_

H_

_0_

_0:_

_0_

_0_

,o

,,,.e_E

[]o

_.-

E[]o

__

E[]

_g

.--E

_,_¢_._l

--

o..,__,

__,

,.-,,__

=o

.--.

=o-_

_o

.*.-.=

_o.._,

m.....

0

(TJ

i_

o___o-a

o__

%o_

__a.o

o____

_a.o_

o

orY

co

go

¢-__

om'@

Oo

g_'_

-,-"E

_-_¢_

_._Eo

uc

_._E

_0c._

_E

__

E_.

>=

_R

>'-

co

>,.--

oo_'_,.-

-.:-

.=-a_

_n'w

ro:_

NW

_d

q-rYcd

d<

_ddrY

"cd

_>

f--_

@d

B@

01120-NN

J06HC

02C

Page 103: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

O4!

,_D.!D

JOJ_

!_:"-':'

,,,7,_

_.,,,7

_,,,:,.

-_._

•,-;

__

o_,_

_.6

o-,°._

'-,,

_oo

.o_

oo

._n"

8_

#'-

o_--

o-o

_..u.-

o_"

-u--=

,-,r_

oE

n,'o

oE

o

_.o

O...

_0

_.o

_..o

.o13_

-_0

..oo

'-_

"-_

7_"-

"_.__.9.

_"_

.__0_5.0

:5N

.0_5

.->

o__

__

"_

__

_s,_

___

__,__

..o:B_

n:_o

-o:5:5

"u

z_

_X

3,...rY

'-'_

".qo

o.__.,=

=.,

=-

._

.__,=

_=o_,_

_=_oo,-

__

=__.o.-F

_Q

o_°o"""°_'=_

o,,or

__->

__--._#_=

_1or

r.,-___._>,-,-'___._._>

oZ

_.=

R--._

r.r._,u,___._

___a_.__'=

0._=n,""_

££

££

,=&

_&

i_o___

5___

E.--

,=0

-',-'

0'_-

_0"_

_-_

__

_(_o_

__::_

_

_oo

_,,

o-_._

_o-o_

__o_

oo'_

o_._,.-£

08>

=o_.-

_._,-

dO

...._,-

o_

_>"

8_,,-_

_=

>_

>-_

>._r,-',,,

_o<

>,,

__

o_

....F

-r-

._

;.._','--

0,1tm

t_.,__-__

5o_

_=

o=_

,--_or"._

o_

_'&"

_>"

0_-

°_

r_oos_n'O

_SN

uJn'o__

LU

OoS

eq"d

p0=.,_r..:

__

__

__

Z,_

lJ-_.:

.,_;__

..-,

01121-NN

J06HC

02C

Page 104: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

O4I

zco

_©E

_oE

E_c_

c

oo

t4:)rD

C0_

t7tD

c(_

nC

_"O

._"_

.oO

CO

.--o.E

E,:

_.0_,-,

_._

__-o.-

=¢'_

_o"-"

_o_:

__

®_

>,

.__

._d

E__o

o=

o=

o>,

_-5

_n8_"

=o_,

=oo_,

<-o

ch_E

"-O

ME

<-

'-_

o_o

_•

-_om

_"_

_=_

'--"-

c_

_0

c:

x:)

=Z

...{30

___>e

_B_>_

_=

c.__

"_o

.--

,--_

0"0

r'l

o_

_:___-_

o=_,,_

_5_

®"-

oo

_5_

_5.._

o_o(u

'7_

_•

O_

._i"-

©__

_o

6T

<_

E_,

."_

E_

>,E<

-u

,.-.---E

o.o

_o_,-,"go6_

0o

_o:.o>"

o

,-

_:E_c.

•o

u_

_"F

DE

,"Y"_

x_

0-;,_}_

,,--4oS

_n....

a___r_

ELL

rY=

a..u

OO

O_'_

-o

._._

_._

_=

'_--

Eo

"g._oE

1_.=

__

.=-

E_

8__

8__

_.,.e

.__;;-113¢

.E

_I11-I-_

,_E

_F

1FT

¢_

I-Irq¢

_:oE

co0

__

C_

_:__

_ol:_i'_

__

I::_1.1_

_o

"(::}

---o'_

_.-_

ca_

o"o

v=

_.._

__._,

o__,_

__¢_o

o_E_

_o_

,<_

__'_',--

__

o_._o,:,,_,,,

,,,_,-,,",,,oo

oE

eo'_

5_o'_

c:

•-!_

.=w

._.-

°n"c

cE

-=

>o

=<

E"-

_c::

mC

O:._

O0

-___

.-__w

-_.o

_,-_=-

,2:_<o=

,-....

80E,_

•=-

-_zZ

i.-..5

:.3:_3

01122-NN

J06HC

02C

Page 105: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

._z6

_z

-Z

.__zo

6__

z6

b_

b.-

cLo

o'-

_o

o

j_o

o.-_

o.:_>

-o

..>-

_._-o

•o_

_-_-o_-o_0I

._i_

_o__

O__i_

0

__"

_o_

_o_io

_o_.=

o__o

_o

•.

oo_

u.

.o'-0_.o

oo-

2_"

.-_..._

.-"_

..o=

_"_=

_E

-o

.i_O

"o

....

._O

-o

.1_O

_,_g'_

-->

•-_

>"5

o

o_

2_

o=

_=>

9_

_._

o__

tO

<.-

<_

<<

._o2-_

u__d

-mm

.>--m_

--

on"_

r'd-_

O.

O-

o-

O.

O.

o-

o_

oo

e[]

Nb

_,-

.-E

o_

"-E

7-,-_

=_

_'

":

__

__

__

I

>.

>,

!_E

_F

IF1-8

_E

_E

]F

-I-8_

EE

g

G"_

E_

_6E

_o

"_E

_"_

E_

0r-

_o

_o_

o--

_.s

_o1_o

o,--

C03

0__,

oO

--o

_o

00

0o

_o_

__

c_

_.t_-o

_•

_o

•c_£

Eo

"_°E8>

,-._.

o"_

c_

°_-_

_"--

do_

£o.9_co

coo,0__£

,_

......_

t-_o_

coo_

_>_

x,'-

_x

n-c

,,_o_n

.w._

_._

_._

_,oi_

__

_-

_-_

__

__=_

_O

E_.o

Nzrr,:,:;

_zrY

_N

Z_

_000_

e4_

p

oo

__

__

...4I'_

>,=

Z_i-:

:.-q3

-_

0Z

_U_

,-"

_-_

01123-NN

J06HC

02C

Page 106: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

01124-NN

J06HC

02C

Page 107: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

,,QI1)

,,Q._

°_

uJg_

g_8-'_

00

(.b0

j(.0

(D,

CO

i_

_w.

,__

g,_

-Qi,.O

----0

(..)_

;

,.6__

¢,,.6

,.6_6

rD-,_

-o_

,,__

oc;

513_

"m__

Z_

_o

_--_,_

_•

=_

,_

..6,_

o_:E,_

o__

o_'_

o_

oo

Ood

-_._

_o

_o

r-]._

__-

oo

oo

_o_

o_

di09

_'_>3

o_

oo

o__

_'-__

_--

...._

"--IZ

:,--

0E

.o

.,_•-

__

o_I:Z

:

Z_-

_:5

_._'_h-:.3

:.3Z

,"6U

_.,..:

'_

-_;_•

01125-NN

J06HC

02C

Page 108: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

I

Z0

<eJ._

E0

00.

c

o--_

Eo

oo

_w

--m

c.___

_g

-_,

,oo

-_--_

__

_o_N

_;o

__

c"E

t-o3

-{3.o

E.n

EE

o•

.E.m>

go

,oo_._

-_o

_o

_o

-_"Q

"--

E_

_c

L_-_

0c

_-o-

c_

009

00

0•

•_

-o..o_

<0..,-,,>

,_

-0c:::

0-

_I,_

tY0

•_

-_=

.=-o

E_

__

_8

o=

_-"

o__

.on

"-0

nl--<>

.n"v

oo

0.__

•=

__

_E

o..o

"--0

t:_-2

<g

o•

¢,o_

_"_

t.,9.--

._

--I_-

--0

Z_

•,--4

•--_

.-_

n-

_Y_:

o_-

•_

_.o

_e-d

>.

O_

<::

"=w

.=_

.E.o

£<

_=

q_

rr''E,.-

o"o

o.e

oS

=-_

o<

=o=

oo

<_

=b_.o

e__

$-_

co•

e•-

-_-=

-_=

_o

04"_

{:ZI_

'--

o._>

,,,o

=_E

0_-

o"_

_E

"=o

o-on_

"6m

co_0

"-o

o__

o_O

o_--o

_2--=

_=b>

'°".._

'--.'_"--

_>

oo_

_--

_r_0

__

_-O

_t7

0O

-"0

"OvW

>

o=

E_-

z_

_-_

_-•

.__

©_

_

o_z_-

-0

_-_

=<

E_.

,,,'.'_

=_E_

,,

oZ

u..,_

Z"_o

W_

......

oo

0.

n---

E_

c4_

oo

o_'E$

w=

co

_wo-

<<

<m

mm

-r._

zs;

coo

w_

_dow

_e,i

o__:

.-_w

_o_

_c_"

z

01126-NN

J06HC

02C

Page 109: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

O4I

-'3

Z0I--

"0•

:5,'u

'-

_-

E_

_cm

m•_..

_

_3n"

_o

•"o,'_E

CLL

cc

O_

.-"-

._F

-_u

•60

Q-

,.-o

'-'Eoo

o.gx

o--

<o

e

o___.

_==

,_.,e.o_

_.

__

_o__,°

_xoo_°_"

._-_

--:o_i

_>

"_'_

co_

o"5

_'o

0"

-04

__

on._

__

-5o

a___...

eo__=

X_.-=

=,-,-u

-O_')

L.E

_._=

,,,.___

_g_._

o°E

"6_'u

.-_

,_'-

,i,,=

,-,g

_'5__

,--c-,

_tO

_)

o______o_

__

_o"_°°_

o<_

_o==

"uo°_

"_8'

"_£_

o°_

__#.

,_0

---"6

z:2

•_

.__,==_uN

'_

E_

"E°

_•--

"'-W

"'N_

2'

_mN

.£_'

o=o

="

&8,,,',,,o

_._

I=

(.)

..c

"_.

I--

Z._-_

__.

o..

_'_i2_°

r__=

oE

<O

0

co

01127-NN

J06HC

02C

Page 110: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DATA REQUIREMENTS DESCRIPTION (DRD)(BasedonJSC-STD-123.Seeworkpageforinstructions)

J. DRDTitle 2. Dateofcurrent 3. DRLLine RFP/ContractNo.(Procurementversion ItemNo. completes

Project Reports 619/2006 3.1 NNJ06HC02C

4. Use(Defineneedfor,intendeduseof,and/oranticipatedresultsofdata) 5. DRDCategory(checkone)Data used to assess the status of individual WSTF projects and overall [] Technical

[] Administrativestatus of all projects as an integrated group. [] SR&QA6.References(Optional) 7. Interrelationships(e.g.,withotherDRDs)(Optional)WSP 09-0014 and MSM

8. PreparationInformation(Includecompleteinstructionsfordocumentpreparation)

1.0 The weekly and monthly reporting requirements defined below apply to all ordered projects asdefined in WSP 09-0014 - Project Management. If the approved Delivery Order specifies differentreporting requirements than those specified in this DRD, the Delivery Order takes precedence.

2.0 Weekly Report:

Provide an earned value (EV) report (cost and schedule) on project performance to the NASA ProjectManager for cost reimbursable work

• _3.0 Monthly Report:

i For all ordered projects, provide and/or present a Project Status briefing that contains thefollowing information:

• Project Description• Significant Accomplishments• EV data (inception to date)• Earned Value Variance Explanation• Schedule and Cost Recovery Plan (if applicable)• Scope Changes• Documentation Status (e.g., Project Plan,Test Plan, and Safety/Readiness Reviews)• External Risks• Internal Risks• Safety issues• Resources Issues

3.2 For all Type I projects, provide an integrated project report that summarizes the earned valueperformance of all open projects Dy_#_bJ+and provides an explanation of the aggregate varianceswith an explanation.

Page1of 1

JSCForm2341(RevFebruary26,2002)(MSWordAugust1995)(Previouseditionsareobsolete.)

01128-N NJ06HC02C

Page 111: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

4/26/2005 3.6 NNJ06HC02C..... _-533 Cost and Data Reporting

!4_1:_Us_(_d_jle_need_jdtehded_u_ser6fiahd_(_an_cjpate_}es_i_j`_faata_, " ' 5_i_atcg_ry (_heck On_ ;i

To collect costs and workload data for all contract work[] Technical[] Administrative[] SR&QA

8. Preparation Information (Include complete instructions for document preparation).

Scope:

The NASA Form 533 (NF533) reports provide data necessary for the following:

1. Projecting costs and hours to ensure that dollar and labor resources realistically support projectand program schedules.

2. Evaluating contractors' actual cost and fee data in relation to negotiated contract value, estimatedcosts, and budget forecast data.

3. Planning, monitoring, and controlling project and program resources.

__4.Accruing cost in NASA's accounting system, providing program and functional managementinformation, and resulting in liabilities reflected on the financial statements

Cost is a financial measurement of resources used in accomplishing a specified purpose, such asperforming a service, carrying out an activity, acquiring an asset, or completing a unit of work orproject. NASA Procedural Requirements (NPR) 9501.2D entitled "NASA Contractor FinancialManagement Reporting," or its most current revision, identifies the cost reporting requirements for acontract.

The NF533 reports are the official cost documents used e,t NASA for cost type, price redetermination,and fixed price incentive contracts. The data contained in the reports must be auditable usingGenerally Accepted Accounting Principles. Supplemental cost reports submitted in addition to theNF533 must be reconcilable to the NF533.

Uncompensated overtime hours worked should be reported on NF533 reports as a separate line itemor in the footnotes.

For contracts, which have multiple schedules, a summary NF533 is required to provide a cumulativefrom inception cost for the contract, regardless of schedule.

Frequency:The due dates for the NF533M and NF533Q reports are outlined in Chapter 3 of NPR 9501.2D. Thefollowing is a summary of the NF533 due date requirements.

533 Due Date.._port

NF533M Due not later than 10 working days following the]

01129-N NJ06HC02C

Page 112: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

close of the contractor's monthly accountingperiod, or the 15th day of the calendar month,whichever is earlier.

Due not later than the 15th day of the month,c533Qproceeding the quarter being reported.

The due dates reflect the date the NF533 reports are received by personnel on the distribution list,not the date the reports are generated or mailed by the contractor. It is critical that the NF533 reportsare submitted in a timely manner to ensure adequate time for NASA to analyze and record the costinto the NASA accounting system. All data should be provided electronically in Microsoft Excelformat. Timeliness shall be determined by the time the electronic submission arrives at the CostAccounting Office, however, at least one signed hardcopy submission shall still be required.

Distribution:

LF6 Cost Accounting (1 electronic copy and 1 hard copy with original signature)BH/WSTF Contracting Officer (1 hard copy with original signature)LINVSTF Budget/Program Analyst (1 hard copy with original signature)COTR (1 hard copy)

Format:

The reporting requirements outlined in this DRD shall include the following deliverables:

A) NF533M and Q roll up summary for the entire contract (Exhibit 1)

B) NF533M and Q subtotal breakout by WBS (Exhibit 2) L_ _]- C) Supplemental CCR input format (Exhibit 3) 1

D) Supplemental report showing cost by task/deliver order (Exhibit 4) MicrosoftofficeExcelWorksheet

E) Supplemental report showing workload metrics by WBS (Exhibit 5)

The NF533M forms are shown in the above exhibits and the NF533Q forms can be found in **NASA

Contractor Financial Management Reporting, NASA Procedures and Guidelines (NPG) 9501.2Cor latest revision.

The sample formats, Exhibits 1 to 5, are examples of the proposed structure and format of the NF533for this contract, and are intended to closely, though not exactly, represent the final version. Seesample NF533 formats for this contract in both fiscal year and contract year.

Details:

Accrual Methodologies

NASA is required by law to maintain accrual accounting, which requires cost to be reported in theperiod in which benefits are received, without regard to time of payment. This contract shall reflectdifferent methodologies for reporting costs on the NF533 document. This is dueto the distinctlydifferent types of work authorized/contract fee type earned. All costs shall be reported through theNF533, whether fixed price or cost reimbursable in nature.

_ -equired, subcontractor cost should be reported based on the same methodologies as the prime.

A) For Contract Statement of Work:

01130-N NJ06HC02C

Page 113: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Firm Fixed Price (FFP) WBS

....--_he accrual methodology for these WBS's shall be set according to the fixed price of the entire WBS,Jided equally by the months during the period of performance. So, a 2 year fixed priced WBS

would report cost based on a twenty four-month reporting period, showing equal costs (1/24) in eachmonth reported or estimated.

WBS Title4.4 Janitorial

5.1 Logistics5.3 Emergency Services6.3 Technical Library

CPAF WBS (All WBS's except those that are FFP)

The accrual methodology for these WBS's shall be based on the actual costs incurred to date as themonth reported, along with an estimate for the listed future periods. This is more traditional "costplus" reporting. The information below, extracted from the NPG 9501.2C indicates the appropriateaccrual methodologies for specific elements of cost.

Cost Element

Examples of accrual accounting for common cost elements reported on the NF533 follow:

Cost Elements Definitions

Labor Reported to NASA as hours are incurred.

uipment & Generally reported to NASA when received and accepted by,aterials the contractor.

(commercial offthe shelf)

Manufactured Defined as any equipment that is produced to specificEquipment requirements that make it useless to anyone else without

rework. Cost should be reported to NASA as the equipmentis being manufactured. The straight-line method forestimating accrued costs or the use of supplementalinformation obtained from the vendor are acceptablemethods used to calculate the cost accrual amount.

Leases Reported to NASA using a proration over the life of thelease.

Travel Reported to NASA as costs are incurred.

Subcontracts Actual and estimated costs reported by prime contractorsshall include subcontractors' incurred costs for the same

accounting period. Where subcontract costs are material,' they should be separately identified on NF533 reports. The

prime contractor shall include in the total cost of eachsubdivision of work the accrued cost (including fee, if any) ofrelated subcontractor effort. Subcontractors should,

3

01131-NNJ06HC02C

Page 114: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

therefore, be required to report cost to the prime contractor,using the accrual method of accounting. If the G&A and fee

- reported by a subcontractor are at the total subcontractorlevel, these costs must be allocated to specific sub- divisionsof work. Data submitted by the subcontractor should bestructured similar to the prime contractor's NF533 to enablethe prime contractor to properly report to NASA. For FirmFixed Price subcontracts with a contract value greater than$500,000, the prime contractor is required to document themethodology used to generate the sub- contractor costsreported and provide this information to the ContractingOfficer and Center Deputy Chief Financial Officer (Finance).

Unfilled Orders Reported as the difference between the cumulative costincurred to date and amounts obligated to suppliers andsubcontractors.

Fee Should be accrued as earned using a consistent andauditable method to determine the amount. For example:an acceptable method would be to use historical data todetermine the amount to accrue each month. Fee should bereported on the NF533 following the "Total Cost" line.Award fee must be reported by the following categories:Base Fee, Fee Earned, Interim Fee, Provisional Fee,Potential Additional Fee, and Total Fee. If any of the abovefee categories do not pertain, they should not be included inthe NF533.

Prompt Payment Cumulative cost reported to NASA should be the fullDiscounts incurred cost. The prompt payment discount amount taken

should be reported as a separate line item on the NF533below the cumulative cost amounts for the contract.

B) For Indefinite Delivery/Indefinite Quantity (IDIQ) work:

Firm fixed Price IDIQ

The accrual methodology shall be identified according to the individual delivery order instructions.The cost reported on the NF533 shall be based upon eitheri 1) cost at completion (therefore, thereshall be no cost reported prior to the actual completion and Government acceptance of the job), or 2)as work in process as identified on each order for some types of work, (therefore, getting partial creditfor percentage complete prior to 100% completion of task).

In addition to the contract and WBS level reporting required in Exhibits 1 to 3, detailed reporting bydelivery order shall be required (Exhibit 4).

J"I°AF IDIQ

01132-N NJ06HC02C

Page 115: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

The accrual methodology shall be based on actual cumulative costs incurred to date as of the monthreported, along with an estimate for the listed future periods. This is more traditional "cost

._reimbursable" reporting. Additional direction may be found on the task order itself.

m addition to the contract and WBS level reporting required in Exhibits 1 to 3, detailed reporting byorder shall be required (Exhibit 4).

Workload Reporting

The contractor shall provide a monthly report with workload performance metrics by WBS. Themonthly report shall be due on the same date as the NF533, and shall reflect the same period ofperformance. Workload metrics shall be provided for each WBS, and shall be subtotaled at a levelthat is consistent with the cost reporting at the sub-WBS level. A sample format is attached forreference (Exhibit 5).

Baseline NF533

An initial NF533 report is required in the NF533Q format to be used as a baseline for the life of thecontract. The initial (baseline) NF533Q report shall be submitted by the contractor within 30 daysafter authorization to proceed has been granted. The initial report shall reflect the original contractvalue detailed by negotiated reporting categories and shall be the original contract baseline plan. Inaddition to the initial (baseline) report, monthly NF533 reporting shall begin no later than 30 days afterthe incurrence of cost.

Column 7b (planned cost incurred/hours worked for the month) and 7d (cumulative planned costincurred/hours worked) of the NF533M (Exhibits 9-1 and 9-2) represent the negotiated baseline plan

the contract. There may not be a relationship between the estimates provided in columns 8 of the.,-533M to columns 7b and 7d. Columns 7b and 7d represent the legally binding contract negotiated

baseline plan plus all authorized changes.

Short and long-term cost estimates, which include all data entered in columns 8 and 9a on theNF533M and NF533Q reports, shall be based on the most current and reliable information available.For Exhibit 3, the annual funding limit (Column 8e) shall reflect the results of the annual budget andcontent planning process and any subsequent changes throughout the fiscal year.

Prior period cost adjustments should be reported in column 7a and 7c of NF533M and column 7a ofthe NF533Q with a footnote discussing the reasons for and amounts of the adjustments.

Monthly NF533 reporting is no longer required once the contract is physically complete, provided thefinal cost report includes actual cost only (no estimates or forecasts). The contractor must continue tosubmit monthly NF533 reports as long as estimates for the following period are included. If the finalcost of a contract changes after the submission of the "final" contractor cost report, the contractormust submit a revised NF533 report in the month the cost change is recognized.

Electronic NF533 Requirement

' addition to submitting the NF533M or NF533Q in a hardcopy format, the contractor, upon request,,ll submit the NF533 electronically by the same due date as the hardcopy. The data shall be

submitted via email using the Government prescribed flat file format (see attached Agency Defined

01133-N NJ06HC02C

Page 116: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

File Format for an example of the layout details) and shall include the following header informationfrom the hardcopy.

Jta Element DescriptionContract Number NASA assigned contract numberModification Number Latest definitive Modification NumberAccrual Date Date the data was generated forReport Period End Date Period ending date of the NF533Operating Days Number of operating days for the current

NF533

Date Received/Submitted Date the report is submittedCCR Format Monthly (NF533M) or Quarterly (NF533Q)Cost Unit of Measure Unit of measure used to report cost on the

NF533 reportHRANYE Unit of Measure Unit of measure used to report Hours/Work

Year Equivalents (WYEs) on the NF533report

Authorized Contractor Representative Name of Contractor Approving OfficerAuthorized Contractor Representative Date the NF533 is approved and signed byDate Signed the authorized Contractor RepresentativeMonthly Grand Total Cost Incurred Grand Total Actual Monthly cost for the(7a) prior month (column 7a on the NF533)Monthly Grand Total HR/WYE (7a) Grand Total Actual monthly hoursNVYEs for

the prior month (column 7a on the NF533)Monthly Grand Total Cost Planned Prior month planned cost (column 7b on the

_CTb) NF533)_nd Total Cost Incurred ITD (7c) Grand total contract cost from Inception to

Date (ITD) (column 7c on the NF533)Grand Total Planned Cost (7d) Grand total planned contract cost (column

7d on the NF533)Grand Total Estimated Cost (8a) Grand total current month cost estimate

(column 8a on the NF533)Grand Total Estimated HR/WYE (8a) Grand total current month HRNVYE

estimate (column 8a on the NF533)Grand Total Next Month Estimated Grand total next month cost estimate

Cost (8b) .(column 8b on the NF533)Grand Total Balance of Contract (8c) Contract Balance for the remaining

estimate to complete (column 8c on theNF533)

Grand Total Contractor Estimate (9a) Contractor estimate to complete entirescope of contract (column 9a on theNF533)

Grand Total Contract Value (9b) Contractor distribution of contract value bythe reporting categories (column 9b on theNF533)

Grand Total Unfilled Orders Unfilled order outstanding at the end of theOutstanding (10) reporting period (column 10 on the NF533)

..flat file will also contain detail information for each Reporting Category (RC). A Reportingt.,ategory correlates to a task order, delivery order, or Work Breakdown Structure (VVBS)and is thelevel at which cost is reported. Each RC can have Sub-Reporting Category line items (detailed cost

6

01134-NNJ06HC02C

Page 117: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

elements) that add up to a RC. The Contractor is required to coordinate with the NASAResource Analyst assigned to the contract in order to establish and maintain the Reporting

r-_ategories the contractor shall use to comply with this data requirement. The chart below=scribes the data elements to be included in this section of the flat file (see attached Agency Defined

rile Format for specific layout details).

Data Element Name DescriptionReporting Category (RC) Task, Delivery Order, Work Breakdown StructureCost Incurred for Month (7a) Prior month actual cost incurred for each RC

(column 7a on NF533)HRNVYE Incurred for Month (7a) Prior month actual HR/WYE incurred for each

RC (column 7a on NF533)Contract prior month planned Planned cost for prior month for each RCcost (7b) (column 7b on NF533)Contract ITD cost (7c) Contract ITD cost for each RC (column 7c on

NF533)Contract planned ITD cost (7d) Contract planned ITD cost for each RC (column

7d on NF533)Current month estimated cost Cost estimate for the current month for each RC

(8a) (column 8a on NF533)Current month estimated HR/WYE estimate for the current month for each

HRNVYE (8a) RC (column 8a on NF533)Next month estimated cost (8b) Estimated cost for next month for each RC

(column 8b on NF533)Balance of Contract (8c) Balance of contract for the remaining estimate to

complete for each RC (column 8c on NF533)ntractor Estimate (9a) Contractor estimate for the total estimate to

complete entire scope of contract for each RC(column 9a on NF533)

Contract Value (9b) Contract value based upon contractmodifications for each RC (column 9b onNF533)

Unfilled orders outstanding (10) Unfilled orders outstanding at the end of thereporting period for each RC (column 10 onNF533)

Reporting Category level Used by NASA's accounting system todetermine the RC level

Reporting Category Identifier Identifies if the RC is a actual ReportingCategory or a Sub-Reporting

Category

The flat file shall be saved as a text file with no extension (do not include .txt after the file name) andnamed in strict accordance with the specific format described in the attached Agency Defined FileFormat document.

--_le names must be provided in a specific format. Each file name will begin with the SAP 2 Characteriter abbreviation listed below. The contract number and date will be included in the file name as

_vell. Below is a sample file name.

01135-N NJ06HC02C

Page 118: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

MACFPS001_NAS00-0001_yyyy_mm_dd

SAP 2 Charter Center Abbreviation,_Headquarters HQ Dryden DRMarshall MA Goddard GOAmes AM Stennis s-rGlenn GL Johnson JOLangley LA Kennedy KE

References:

**NASA Contractor Financial Management Reporting, NASA Procedures and Guidelines (NPG)9501.2C.

01136-N NJ06HC02C

Page 119: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

>-

>_

00

0c_

7C

_0

00

0od

_C

Oc0

00Q

OcO

_C

xlol

14

r?iii:

z_::}

gi

"7<

uJn,"

0w

I

_Iz

_._w

_,_w

'_-

_-'>

_--_.

r'YI(S

__l

c:_°w

_a_

ow

"O_o

_"S

o_

5"_

.....o-

o-g-

_g-

,._fl)

O"

L)I_"

o_:._

__'

Y'

....:_o

"_

g-_

_-g"

_",:,"

0

'_-_-

_>_

o__:

__w

.-_0_

!n-_O

_.a•

-o.a_:::

_o'olu__

_--

o0_

U.

Zm_-

>-_z

_

--

__

,_:io-

_o---_°_

-_

_o_

01137-NN

J06HC

02C

Page 120: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

I

>-

o0

o12:

_

cO

__

_

C_

[M

LO

I_

°°

{I

m:<

mp

__

z0

0:_

:a

mLU

_"J

_L

Om

lz

mm

E"

zz

o3

[i[

Z--

LU(3"I

0

I0

0

%_:

i,._J]

i_]

o=....._

_e_"_'-_

__

_"_'-'-

.__

':'---_'_'-_=_=

_,.g

_E-

_°=_._

_#L_;

__=_

oo__o_==@

_.=_

_._=-_

g.=_

gg-oE

(_

o.

-oE

,_'5_'0,_'-_=

__°_E

E°=

=o=

__'-

_.=_°=

-_'n_e°oG"$_'_

_'5_=-o

"-__"_

.--_0"C

O0Z

_0"_0"_

.__

_,.__

_F

.o__

o____

=,

-o_

(D'-_

N,_'_

__

__

--_¢_

oo

__,o

o_£oo

_,_5o

_'=_

_s<o

w

-_

__

go'a"

01138-NN

J06HC

02C

Page 121: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

I__

__

__C

tO0

00

--Z

:ZZ

UJ

r_w

LLILU

W

o_03

OG

Oe')

0303C

'4

O3

C'4

¢'4LO

e0ILlI---

l-b')W

ln,"

-r0

mZ

00

I_I-

,.J

WF

_II

ZZ

_,

Z03

_F-

00

[I

Zrr"

Z(')1

OI

n0

W_

_0

0i_.I

C)

_.I

ZZ

I--

0u)

w0

z_

<

(90

(9(5

00

(9

o-___

_-_._.._.__.-

_=

_"_=

_'-_'FE

'5=._

._o___>

_o-_

_o-_=

=_'-_:

o°r,.".n

=.._

__2o

n."-u=

-o0_,2o_

,','__$8

"13

£8

OO

(1)

,.n,"

n,"_0

=_=

0_"_0

oo

"_=

"g=

O"g

cO0-o

_OC

)-o03

C)_

-=,'-:__

_o<_'_

,so_

+<._-

_.__

=_

=_eo.>

o__>

e#_,

_=

o<_

==

.i---"-8o._o8#.__

o_-

_'_>8

<_

_-o

o_=

_0

.-0

._E-_

__'-_0

_-_°'u"_

-ao__:>-_

-oc__5o_

_,£oO

00W-,J

_0

_E

o_O

¢_--

_U

_o'-

"_°

°°

__

o__

°e"_

ooO

_o

_o

°

!o_o,O

z_c0zw

o

01139-NN

J06HC

02C

Page 122: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

>ozwr_

o0:/)

_"___0O

o

_,_

01140-NN

J06HC

02C

Page 123: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

i'iiA:

oZ

ZZ

Z--

_c

LU

LU

LU

af

,'w'

_LU

_f

,Y"

(]f

LU

-c"

"I-

,_._

oigg

__R

,_c

gc

6c

_

._

oro

ro

eo

o

04

0-I

."3

_(0

P--

cO

,_

I-f

°3I

_a

LUI

"r

I--

ZI--

-r

Z0

--

£3

I--

Z0

_D!I

_--

Z

O_

F-

0_I

IOD

WaI

,,,0

_0

ZI

--

n_

--

jCO

_0

0Z

LUIo_

0a_

0

_)>

1k_l

>"

t--11_1

I-IuJ

w0

_0

D0

PC"

03

0I

00

0_

I

wb

w

-o.-_

__o-

_'.o_

._-u_,_o_

-_,

EO

_,_ff=,,,,_

=E

_-o._

m.__.

___o

__,___

____=cr'do

-=

_E

o

•-_.-=

__o

,_.5_-o__

=c_

S_

c_

(_

-o'5Ptu'5

I_"

I_"

/_"

=_b

_-_,_b

__

_'.__-

z_,

EZ

m'-

EZ

m_Z

r_,_

__z_

_.':'_

_=@

o__

o*_

•t,--E

__c

_o.o

"6oO

_ce_=

0(..)_

@_

:_o

.._

._E

__."_'-

o

On_.E

O_._Oco

OOR-_mw

=o

_():5

LU_r¢o

01141-NN

J06HC

02C

Page 124: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

>-

:>-

_->

-O

OO

OZ

IZZ

ZZ

LUU

JW

WW

1,1.!!!iiiiiiiF_i4i

_G

:r'd

CC

Pd

_:_:

(-)....

(DO0

WI--

_--_I--

W5_

-J--

WI--

Wd

_F

-

00

k]O_

01(9

IZ

(Z_I

I--o

wo

o_

_

--O

Ox

:_z_

zz.

o_

o.W

'_0

Oz

ww

_2Q_

i'__

k-_=

CD

"=Ez_

:5o

ooo

o-

"_o_oo_"

_o"_

"5_

__"_

o_"_.

_o_@

.=E

.130

•--_

__

_.___>

_o

o_o_

_°-

_,:o_o

<o

.....<

._

°

70

01142-NN

JO6H

C02C

Page 125: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

......,{

..............

2_,

"_

>8

__

"-_

_--

0_

__

-_=

oE

E=

==

u_

__

=,._

_"d

.___

__

:o8

g-,','=

oo_

E_:D

.0

or7

oo_'_

_'_'__

_o,_oo

,_....._o__,__a_

__

_"z--,__

._o_5w

om

_O_

O::D

:::3CL

E_oi_

I--IZ

!o!::}

g-I

z00

00

00

00

00

00

zz

zz

--z

zz

zz

,t_

",

_......

_u_

WW

Ill_

O_

IllW

Ill_LU

n_IJJI_C

I]C

_-

s<]:

mz

mm

mm

mm

mm

mm

mT

oo

oz

oo

oo

zo

oo

oo

oo

(_1ii]ii][

iii_ii@ili

t__,__

e3o

e':,_

_e0

o_o

__

ro03

o

O

_@

-_

r,-."°_o_

_,_

i_,_

,_,_

_o_

or"

t_E;_,':<

04¢q

_,0cO

_'_"

I_I---

...._

_-_'°

_°_

_oo',

o_

_,-o

,.o_

_o

"3

0ii="I_

TO

3W

__

_.

_I

0'w

I<

o"_

7-z__:

-_,

__

o__u.

oz

oo

___

o-

z_

__

<.....

00

0L

,[J--

__

o,g

g,,o,

,,,,_

,_'___

_'-'"-

=_"

;,_-'-

8o

_>

<"-

o_

__

_j_

"I=

__z

oo

aF

,_,o

I_.,_

0W

I_

gW

'

=o

o,

o'-r

00

00

'-rZ

m(D

_1n,"

.a

_-___

_':m

°'m'm'm'm'

'mI

m'

mIm'

oo

X:_

mm

cam

n

01143-NN

JO6H

C02C

Page 126: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

:iii!!ii_iiii_iii!!°,_

__-_

o_o__o_

_,r'_

toO

"

ii_!iiiii_i_iii__

o_

_°_

__

o....

__o•

_j_o_

=._

o_

_2

>o_=8E

-_e

v-

>__

__

_o._

o_

__

m=

=o-.=

o_

o"-

o_h_

_o_o_

__

!:iiioo

............_

_0

EE

o_

_o_

__o

o_

__

_e_

_LEo

JiGi!iii_i!i#!#

oio

oo

oo

oo

oo

oo

oz

zz

zz

zz

izz

LU_

LU

U.I

_ua

_LU

UJ

Ua

_UaLU

n,"n_

[_0

00

Z0

00

0Z

D0

I00

00

0

oo0

o_

mo

m_o

mm

om

mm

mm

o

C_

(0

uJ

E,,,

........._.,o

_zo

"_'

-_oz

_=

'§_'X

_-°

-o_

__

8z

,_

0_-

I>-

Ii(-)

Ir)

__]

a_

No

o:_

uJ<

oo

•0

Dn,

_.-o_-,Io

'o

oo,

=z

..o

og_:.

_Z,_

__

_I

_I

i0o

,o,ooo

oo

,oo

oo

oo

oo__0

00

00

00

00

00

0LU

LU_

LULU

LULU

LULU

LULU

LULU

UJ

LULU

n"n,"

01144-NN

J06HC

02C

Page 127: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

o

•_-

_<

zD

I0

0z

0>0_-

co

oo c-oz

0oo

0L

U

L,,

t-Oe"

Eg

'=£

g__

e.,

•55

,.,e_

.9

_o

__

.-_..c_

"_•

-_0

=E

o_

m"5

o_

_

"--_

0•i0

01145-NN

J06HC

02C

Page 128: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DATA REQUIREMENTS DESCRIPTION (DRD)(Based on JSC-STD-123. See work page for instructions)

• DRD Title 2. Date of current 3. DRL Line RFP/Contract No. (Procurementversion Item No. completes

Wage/Salary and Fringe Benefit Data 6/9/2006 3.11 NNJ06HC02C

4. Use (Define need for, intended use of, and�or anticipated results of data) 5. DRD Category (check one)

The Wage/Salary and Fringe Benefit Data will be used by the NASA [] TechnicalContracting Officer and the Contract Labor Relations Office to provide [] Administrativethe necessary data for submittal of Standard Form (SF) 98, Notice of [] SR&QAIntention to Make a Service Contract and Response to Notice, to theDepartment of Labor, and to assist in the monitoring of Service ContractAct compliance.

6. References (Optional) 7. interrelationships (e.g., with other DRDs) (Optional)FAR 52.222-41

8. Preparation Information (Include complete instructions for document preparation)

1.0 Distribution:

Initial Submission: ___[_:_:_

3.0 Submission Frequency: Annually, 90 days prior to the anniversary date of the contract.

4.0 Data Preparation Information:

4.1 Scope: The Wage/Salary and Fringe Benefit Data must be submitted by the Contractor, and anysubcontractors which are subject to the provisions of the Service Contract Act, to the ContractingFederal Agency. In accordance with FAR regulations 22.1007 and 22.1008, the Contracting Officer isrequired to submit a SF 98 to the Department of Labor, Wage and Hour Division.

4.2 Applicable Documents: None

4.3 Contents: The Wage/Salary and Fringe Benefit Data should contain the data included in theenclosed DRD forms, titled "Wage/Salary Rate Information", "Fringe Benefit for Service Employees",and "Fringe Benefits per Collective Bargaining Agreement". The Wage/Salary Rate Information shallcontain a listing of all exempt and nonexempt labor classifications working on the contract. Separateforms should be utilized for classifications working in different geographic areas and for eachsubcontractor. Wage determination numbers, appropriation labor organization names, andsubcontractor names, must be reflected. All nonexempt labor classifications must be matched towage determination classes or to Collective Bargaining Agreement (CBA) classifications for----,resented classes. Annotate exempt or nonexempt and union or nonunion. The current hourly

should reflect the actual lowest and highest paid employees, along with a computed average

Page 1 of 6

JSC Form 2341 (Rev February 26, 2002) (MS Word August 1995) (Previous editions are obsolete.)

01146-NNJ06HC02C

Page 129: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DATA REQUIREMENTS DESCRIPTION (DRD)(Based on JSC-STD-123. See work page for instructions)

re. State the number of employees working in each category. Separate Fringe Benefit forms.,nould be completed for nonrepresented classifications and for each separate CBA. A separate formmust be completed for the prime and each subcontractor. Three hardcopies and one electronic copyof each Collective Bargaining Agreement are required if organized labor is represented on yourcontract.

4.4 Format: The Wage/Salary and Fringe Benefit Data should be in a format substantially the sameas enclosed with this DRD (Forms 2, 3, and 3A).

4.5 Maintenance: Changes shall be incorporated as required by change page or complete reissue.

Page 2 of 6

JSC Form 2341 (Rev February 26, 2002) (MS Word August 1995) (Previous editions are obsolete.)

01147-NNJ06HC02C

Page 130: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DATA REQUIREMENTS DESCRIPTION (DRD)(Based on JSC-STD-123. See work page for instructions)

)rm 2

WORKSHEET FOR SF-98DATAWAGE RATE INFORMATION

EXEMPT UNION

WAGE OF OR CURRENTCONTRACTORS LABOR DETERMINATION . NON- NON- HOURLY MYE NO OF

CLASSIFICATION CLASSIFICATION EXEMPT UNION RATE EMPLOYEES

Illustration of required data:

Project Manager Not Required E N $40.00 1Supervisor Not Required E N $32.00 1Electrical Enqineer Not Required E N $26.50 - 30.00 3Engineering Tech, Jr Engineering Tech, I N N $12.00 - 14.00 12

$18.72 -Electrical Technician Electronics Tech Maint II N U $19.50 4

$10.15 -Secretary Secretary I N N $12.50 2File Clerk General Clerk II N N $9.40 1Clerical Data Entry Word Processor I N N $9.45 - $10.25 3

qubmit data in the above illustrated format for all labor classifications used, or planned to be used,: this contract. All contractor labor classifications must be matched to wage determination classes

,,sted in CBA's represented classes or classes shown inWD 94-2512 for nonrepresented classes,

EXEMPT UNIONWAGE OF OR CURRENT

CONTRACTORS LABOR DETERMINATION NON- NON- HOURLY MYE NO OFCLASSIFICATION CLASSIFICATION EXEMPT UNION RATE EMPLOYEES

Page 3 of 6

JSC Form 2341 (Rev February 26, 2002) (MS Word August 1995) (Previous editions are obsolete.)

01148-NNJ06HC02C

Page 131: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DATA REQUIREMENTS DESCRIPTION (DRD)(Basedon JSC-STD-123.Seework pagefor instructions)

I-

ORM 3

age 1 of 2

FRINGE BENEFITS PER COLLECTIVE BARGAINING AGREEMENT

For period from to

Contractor:

Contract Number:

Number of employees in bargaining unit

Total number of employees on contract

1. Shift Differential: (Describe any pay over and above base rates for 2nd, 3rd, weekend, orother shifts.)

Health and Welfare Items and Other Fringe Items: (Indicate whether or not coverage isprovided to employees and state current average hourly cost per employee covered by aCollective Bargaining Agreement.)

Coverage AverageItem Provided Hourly Cost

(Yes or No)

a. Life Insuranceb. Accidental Death

c. Disabilityd. Medical and Hospitale. Dentalf. Retirement Plan

g. Savings/Thrift Planh. Sick Leavei. Tuition

j. Other (Describe)

Page4 of6

JSCForm2341 (Rev February26, 2002)(MSWordAugust1995)(Previouseditionsareobsolete.)

01149-NNJ06HC02C

Page 132: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DATA REQUIREMENTS DESCRIPTION (DRD)(Based on JSC-STD-123. See work page for instructions)

9RM 3

age 2 of 2

3. Paid Absences:

Service Requirement Days per Year

a. Vacation

b. Holidayc. Sick Leave

d. Jury Leavee. Funeral Leave

f. Military Leaveg. Other (Describe)

4. Severence Pay: (Briefly describe terms and amounts.)

5. Other Fringe Benefits: (Describe any other fringe benefits not included above, and showaverage hourly cost.)

..... " Premium Pay: (Discuss all premium pay provisions not previously shown on this form.)

Signature of Company Representative Date

Page 5 of 6

JSC Form 2341 (Rev February 26, 2002) (MS Word August 1995) (Previous editions are obsolete.)

01150-NNJ06HC02C

Page 133: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DATA REQUIREMENTS DESCRIPTION (DRD)(BasedonJSC-STD-123.Seework pagefor instructions)

)RM 3A

. age 1 of 1

FRINGE BENEFITS FOR SERVICE EMPLOYEES

For Period from to

Contractor:

Number of nonexempt employees on contract:

Total number of employees on contract:

1. Health and Welfare Items and Other Fringe Items:(Indicate whether or not coverage is provided to employees and state current average

hourly cost pet-service employee.)

Item Coverage AverageProvided Hourly Cost

a. Life Insuranceb. Accidental Death

c. Disabilityd. Medical & Hospital

" e. Dentalf. Retirement Plan

g. Savings/Thrift Planh. Sick Leavei. Tuition Reimbursement

j. Other (Describe)

2. Paid Absences

Service Requirement Days per Yeara. Vacation

b. Holidaysc. Sick Leave

d. Jury Leavee. Funeral Leave

f. Military Leaveg. Other (Describe)

_£iqnature of Company Representative Date

Page6 of 6

JSCForm2341(RevFebruary26, 2002)(MSWordAugust1995)(Previouseditionsareobsolete.)

01151-NNJ06HC02C

Page 134: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Section J-2

JSC DATA REQUIREMENTS DESCRIPTION (DRD)(Based on JSC-STD-123. See work page for instructions)

1. DRD Title 2. Date of current 3. DRL Line RFP/Contract No. (Procurementversion Item No. completes

Task Order/Delivery Order Award Fee 6/9/2006 3.14 NNJ06HC02CSummary Sheet4. Use (Define need for, intended use of, and/or anticipated results of data) 5. DRD Category (check one)

[] Technical

The Task Order/Delivery Order Award Fee Summary Sheet will be used [] Administrativeby the NASA Contracting Officer to track Task Order/Delivery Order [] SR&QAAward Fee by Award Fee Periods in order to determinie the Award Feepool by period.

6. References (Optional) 7. Interrelationships (e.g., with other DRDs) (Optional)

8. Preparation Information (Include complete instructions for document preparation)

1.0 Distribution: SPICE

2.0 Initial Submission: Due not later than 10 working days following the close of the contractor's_monthly accounting period..

J Submission Frequency: Same as above, and/or as requested by the Contracting Officer.

4.0 Data Preparation Information:

4.1 Scope: The monthly or as needed reporting requirements defined below apply to all Task Orders(TO's) and Delivery Orders (DO's). The purpose of this DRD is to track Task Order/Delivery OrderAward Fee by Award Fee Periods in order to determine the respective Award Fee pools. Eachsubmitted report shall have a cumulative total including the numbers and data included in theprevious month's submission.

Once an Award Fee period has been completed Fee shall not be carried over to another Award FeePeriod. If a modification to the TO/DO is required the Award Fee for the next period should beadjusted (credit or debit)

Example: TO/DO was amended - work was shifted from Award Fee Period 1 to 2; however, Fee hadbeen paid for initial estimate in Award Fee Period 1 and therefore Award Fee Period 2 Fee shall bereduced so that "double booking" of Fee does not occur.

4.2 Applicable Documents: "Task Order Award Fee Summary" Sheet

_-'_--3Contents: Provide a detailed breakout of TO/DO's by Award Fee Period per the attached_plate entitled 'qask Order Award Fee Summary"

JSC Form 2341 (Rev February 26, 2002) (MS Word August 1995) (Previous editions are obsolete.)J-2

01152-N NJ06HC02C

Page 135: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

Section J-2

JSC DATA REQUIREMENTS DESCRIPTION (DRD).-- . (Basedon JSC-STD-123.Seework pagefor instructions)

4.4 Format: See excel icon (below).

Task Order Award

Fee Surm_ry

As the reports are submitted, please name them in accordance with the date they are submitted. Forexample, your first report should be titled, "Task Order Award Fee Summary_June10_2006", etc.

4.5 Maintenance: Changes shall be incorporated as required by complete reissue.

/

/-

JSC Form2341 (RevFebruary26, 2002)(MSWordAugust1995)(Previouseditionsare obsolete.)J-2

01153-N NJ06HC02C

Page 136: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DATA REQUIREMENTS DESCRIPTION (DRD)(Basedon JSC-STD-123.Seework pagefor instructions)

.. DRDTitle 2. Dateof current 3. DRLLine RFP/ContractNo.(Procurementversion Item No. completes

Equipment Reports 4/25/2005 5.5 NNJ06HC02C

4. Use (Defineneed for, intendeduseof, and/oranticipatedresultsof data) 5. DRDCategory(checkone)Reports are required to determine the effectiveness of the Property [] TechnicalManagement System and as indicators of the volume of Logistics [] Administrativeactivity. Reports will be submitted to NASA/JSC and NASA [] SR&QAHeadquarters by the NASA WSTF Property Manager.

6. References(Optional) 7. Interrelationships(e.g.,withotherDRDs)(Optional)NPR 4200.1E, NASA EquipmentManagement Manual, NPD 4200.1A,Equipment Management, ProcurementInformation Circular, PIC 04-12, NASAFAR Supplement Subpart 1845-7101

8. PreparationInformation(Includecompleteinstructionsfordocumentpreparation)

1.0 Lost, Damage, Destruction Incident Reports: (Quarterly) Provide the NASA PropertyAdministrator and Contracting Officer quarterly reports of Installation Accountable Property(lAP) that were reported lost, damaged, or destroyed during the applicable quarterly period.

1.1 Annual metrics measuring installation loss rates (# pieces lost/total # pieces) shall alsobe maintained and submitted annually to the NASA Property Administrator to determinethe effectiveness of the contractor's equipment management system.

1.2 Due dates: January 5, April 5, July 5, and October 5 of the calendar year.

2.0 Property Accountability Requirements:

Submit to the NASA Property Administrator (ANNUALLY) a report of lAP custodially assignedto NASA, FOSC, and TEC. Maintain and provide a report detailing the following:

J-2A List- lAP Contractor FOSCJ-2B List - lAP Contractor TECJ-2C List - lAP NASA custodial accounts.

J-2C List - Contractor purchases transferred by DD-1149 to NASA lAP

Report Due Date: Sept 30th of each year.

3.0 Submit to the NASA Property Administrator for approval a triennial inventory NEMS inventoryplan at the start of each each triennial inventory schedule. Due 30 days after contractor awardand 30 days after inventory completion.

f ....

Page1of 3

JSCForm2341 (RevFebruary26,2002)(MSWordAugust1995)(Previouseditionsare obsolete.)

01154-NNJ06HC02C

Page 137: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DATA REQUIREMENTS DESCRIPTION (DRD)(Based on JSC-STD-123, See work page for instructions)

Page 2 of 3

JSC Form 2341 (Rev February 26, 2002) (MS Word August 1995) (Previous editions are obsolete.)

01155-NNJ06HC02C

Page 138: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DA'rA REQUIREMENTS DESCRIPTION (DRD)(Based on JSC-STD-123. See work page for instructions)

/---

_s_s,_a

1 ¸.

Page 3 of 3

JSC Form 2341 (Rev February 26, 2002) (MS Word August 1995) (Previous editions are obsolete.)

01156-NNJ06HC02C

Page 139: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DATA REQUIREMENTS DESCRIPTION (DAD)(Basedon JSC-STD-123.Seeworkpagefor instructions)

,. DADTitle 2. Dateof current 3. DRLLine RFP/ContractNo.(Procurementversion ItemNo. completes

Supply Reports 4/23/2005 5.6 NNJ06HC02C

4. Use(Defineneedfor, intendeduse of,and anticipatedresultsof data) 5. DADCategory(checkone)Reports are required to determine the effectiveness of the Supply [] TechnicalManagement System and as indicators of the volume of supply activity. [] AdministrativeReports will be submitted to NASA/JSC and NASA HQ by the NASA [] SR&QAWSTF Property Administrator.

6. References(Optional) 7. Interrelationships(e.g.,withotherDRDs)(Optional)NPD 4100.1A, Supply and MaterialsManagement Policy, NPR 4100.1D,NASA Materials Inventory ManagementManual

8. PreparationInformation(Includecompleteinstructionsfordocumentpreparation)

1.0 Store Stock Inventory Adjustment Report: (Monthly) Provide a monthly report of store stockinventory adjustments with rational for adjustments. Submitted on NASA Form 1256.Due Date: 5th of each month

Store Stock catalog, (Annual) submission. Publish an annual store stock catalog of itemsmaintained in the WSTF stock supply system. The catalog may be substituted with anelectronic data base that is available to WSTF personnel to query the stock supply system.Hard copy catalogs published annually. At a minimum, the Store Stock catalog will include:Description, Stock Number, Manufacturer's Part Number, Usage, System, Unit, MaximumQuantity, Reorder Point, and Unit Cost. Due date: January 5.

2.1 Shelf Life Inventory Report: (Quarterly). Submit a quarterly inventory report of shelf lifeitems maintained in the WSTF stock supply system. The report shall identify itemcounts and shelf life status.

2.2 Due dates: January 5, April 5, July 5, and October 5.

3.0 Three Year No Usage Report: ( ). Perform an _analysis of all WSTF store stock

system Spares and submit find!.ngs and recommend a!ionsto the NASA WSTF Property

Page1of 1

JSCForm2341(RevFebruary26,2002)(MSWordAugust1995)(Previouseditionsareobsolete.)

01157-N NJ06HC02C

Page 140: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

JSC DA'IA REQUIREMENTS DESCRIPTION (DRD)(Based on JSC-STD-123. See work page for instructions)

1. DRD Title 2. Date of current 3. DRL Line RFP/Contract-No. (Procurementversion Item No. completes

Lifting Devices and Equipment Record Keeping 6/9/06 5.10 NNJ06HC02Cand Trend Analysis

4. Use (Define need for, intended use of, and/or anticipated results of data) 5. DRD Category (check one)Record keeping and trend analysis [] Technical

[] Administrative[] SR&QA

6. References (Optional) -[ 7. Interrelationships (e.g., with other DRDs) (Optional)WBS 5,6 /NASA STD-8719.9 Std For Lifting Devices andEquipment

8. Preparation Information (Include complete instructions for document preparation)

1.0 Distribution: RC/LDE Manager and SPICE

2.0 Initial Submission: August 10,2006.

3.0 Submission Frequency: Provided on a semi-annual basis according to calendar year.

4.0 Format:: A WSTF Lifting Device and Equipment (LDE) Master List shall include the following information in anMS Office Excel 2003 format:

Equipment Number" - Responsible HSE

DescriptionTypeManufacturerAge of EquipmentModel NumberSerial NumberRated Load Capacity, PoundsProof Load Test DatePeriodic Load Test DatePeriodic Load Test Due DateProof and Periodic Test ResultsLocation (Building Number, Area, and Room)Load Testing Charge NumberData Entry Charge NumberMaintenance HistoryOperational Problems/Corrective ActionsLifting MishapsSafety NoticesClose CallsInspection DiscrepanciesWaivers

Page 1 of 1

JSC Form 2341 (Rev February 26, 2002) (MS Word August 1995) (Previous editions are obsolete.)

01158-N NJ06HC02C

Page 141: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION J-7

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

ATTACHMENT J-7 - IT PLAN

I 3.7a IT Security Management Plan Original

J-7-1

01159-N NJ06HC02C

Page 142: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C SECTION J-7

THIS PAGE INTENTIONALLY LEFT BLANK

J-7-2

01160-N NJ06HC02C

Page 143: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

/ r/J ( (

OMB Approval No. 2700-0042.AMENDMENT OF SOLICITATION/ J 1. CONTRACT ID CODE [ PAGE OF PAGES

MODIFICATION OF CONTRACT [ I ] 1 2F_ 2. AMENDMENT/MODIFICATION NO. I 3. EFFECTIVE DATE 4, REQUISITION/PURCHASE REQ. NO. 1 5. PROJECT NO. (If applicable)

r I008 See Block 16c 4200169175

6. ISSUED BY CODE JRA 7. ADMINISTERED BY (ffotherthan/tem 6) CODE l

NASA JSC White Sands Test Facility SEEBLOCK 6Attn: Joshua SotolBH5P.O. Box 20Las Cruces, New Mexico 88004

8. NAMEAND ADDRESS OF CONTRACTOR (No.,sb'eet,county. State. and ZIP CodeJ

Enterprise Advisory Services, Inc.Attn: John Watkins6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1D7[-I2 FACILITYCODE

(X) I 9A. AMENDMENT OF SOLICITATION NO. gs. DATED {SEE ITEM 11)

IN/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE/7"EM 13)

X NNJ06HC02C 2128106

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

r--] The abeve numberedsulicitatJonis arnendedas set forthin ttem14. The houranddate si_citied for mcei_ of Offers _ isled, [7 is notextended.Offersmustacknowledgereceiptof thisamendmentprior to thehouranddate specifiedin thesolicitationor as amended,byoneof the followingmethods:

(a]Bycomptetin_lltems8and15.andretuming [mr c_ies_ftheamendment_(b_Bvackn_w_ed_in_recei_tofthisamendment_neachcepv_fthe_rsubmitted:or (c) Bvsenarateletteror telegramwhichincludesa reterenceto the solicitationandamendmentnumbers. FAILURE OF YOUR ACKNOWLEDGEMENT TOBE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIORTO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTIONOF

"OUR OFFER. If byvirtueof this amendmentyoudesireto changeanofferalreadysubmitted,suchchangemay bemade by telegramor letter,providedeach telegram

r lettermakes referenceto the solicitationand thisamendment,and is receivedpriorte the openinghour and datespecitied.12. ACCOUNTING AND APPROPRIATION DATA {/f required)Increase by: $2,685,000.

13. THIS ITEM APPLIES ONLYTO MODIFICATIONS OF CONTRACTS/ORDERS,,, M_D,F,_ ,, ,= _,,, P,A_,,OR .... N_. _ _RtBED ........... :w

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specifyauthority}THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THECONTRACT ORDER NO. IN ITEM 1OA.

B. THE ABOVE NUMBEREDCONTRACT/ORDER IS MODIFIEDTO REFLECT THE ADMINISTRATIVECHANGES (suchas chanqesin Dayin_loffice,

X apprepdalJondate,etC.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR43.103(b),Limitation of Funds 52.232-22

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

d. OTHER (Specify type of modification and authotf_y)

E. IMPORTANT: Con_=or _ is not, _ is ,-equi,'_dto sign_is documentend =tom ceptes tothe ieeui.-.g_.-'_._.

14. descriptionof amandmentlmodifioalion (O_qanizedbyUCFsectionheaifings, includin_solicitatiorgcontractsubiectma#erwhere feasible.)_. ,= tu -- ='- B 4 Cv,,t,=,.t ............. _...4=.. _o= The purpose of this modification ...... "-'- _ " "-'_=--• " Fu,,u,,,_. -re.^^^.,,,._^,, ,u,,,.,,,g ,of_iiJtJiCl[L_ O_SLIUII • A_ _A

increased by $2,685,000 from $7,594,000.00 to $10,279,000.00.b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

Exceptasprovidedhsrain,alltermsandconditionsof thedocumentreferencedin Item9Aor 10/_asheretoforechar_ed,rem_nsunchangedendinfullforceandeffect.

15A. NAMEAND TITLE OF SIGNER (Type orprint) ] 16A. NAMEAND TITLE OF CONTRACTING OFFICER (Type orpdnt)

[ Valerie A. Marburger, Contracting Officer

5B, CONTRACTOR/OFFEROR 5C DATESIGNED 16B. UNITEDSTATES OF AMERICA i" [ 16C._)ATE SIGHED

(stgnatureofpersenauthofizedtesign) (SignatumofContracting_fficer) . I -- { - _ / _ _NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (Rev. 10-83)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug 95) Prescribedby GSA

FAR (48 CFR) 53.243

01161 -NNJ06HC02C

Page 144: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification 8

P- Page 2 of 2

14. Continuation

Cost

Prior Obligation This Action Cumulative ObligationCF (CR) $ 1,713,716.04 $ $ 1,713,716.04CF (FP) $ 1,413,282.44 $ $ 1,413,282.44Subtotal CF $ 3,126,998.48 $ $ 3,126,998.48

Phase-In (FP) $ 263,684.00 $ $ 263,684.00CR DO's (T1-) $ 3,773,468.45 $ 2,438,679.25 $ 6,212,147.70

FFP DO's (DI-) $ $ 100,000.00 $ 100,000.00

Cost Subtotal $ 7,164,150.93 $ 2,538,679.25 $ 9,702,830.18

Fee

Prior Obligation This Action I Cumulative ObligationCF(CR) $ 192,682.64 $ 71,697.17 $ 264,379.81CF (FP) $ $ $Subtotal CF $ 192,682.64 $ 71,697.17 $ 264,379.81

Phase4n (FP) I $ $CRDO's(TI-) $ 237,166.43 $ 74,623.58 $ 311,790.01FFP DO's (DI-) $ $

Fee Subtotal $ 429,849.07 $ 146,320.75 $ 576,169.82

i Cost & Fee Total $ 7,594,000.00 $ 2,685,000.00 $ 10,279,000.00

This allotment is for facility operations and support services and covers the followingestimated period of performance: March 1, 2006, through November 24, 2006.

01162-N NJ06HC02C

Page 145: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

• " " OMB Approval No. 2700-0042

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISmON/PURCHASE REQ. NO. I 5. PROJECT NO. (If applicable)

I009 See Block 16c 4200174052

6. ISSUEDBY CODE JRA 7. ADMINISTERED BY (Ifotherthan Item 6) CODE I J_J_"

NASA JSC White Sands Test Facility SEE BLOCK 6Attn: Joshua Soto/BH5P.O. Box 20

Las Cruces, New Mexico 88004

8, NAME AND ADDRESS OF CONTRACTOR (No., street, countv, State, and ZIP CodeJ

Enterprise Advisory Services, Inc.Attn: John Watkins

6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1D7H2 FACILITY CODE

(X') J 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11JN/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM 13)

X NNJ06HC02C 2/28/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered solicitation isamended as set forth in Item 14. The hour and date specified for receiptof Offers _ is extended, [] is not extended.Offers must acknowledge receipt of this amendmentprior to the hour and datespecified in the solicitationor as amended, by one of the following methods:

(a) By comptetin_ Items8 and 15, and returnin_ I_" copies of the amendment: (b) By acknowledqin_ receipt of this amendment on each copyof theoffersubmitted: or (c) By separate letter or telegram which includes a referenceto the solicitationand amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO

- BE RECEIVED AT THE PLACE DESIGNATEE)FOR THE RECEIPT OF OFFERS PRIORTO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF

'OUR OFFER. if byvirtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, providedeach telegramor 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 (Ifracluiredl

Lncrease by: $1,000,000.13. THIS ITEM APPLIES ONLYTO MODIFICATIONS OF CONTRACTS/ORDERS,

N-MODIFIES TILE G_NTRAGT/ORDER NO/AS_ESCR=SED iN_ITE_?_14_x)

__ A. THIS CHANGE ORDER IS ISSUEDPURSUANT TO: (SI0ecifyauthority) THE CHANGES SET FORTH IN iTEM 14 ARE MADE IN THECONTRACT ORDER NO. IN ITEM 1OA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as chan_es in payin_ office,

X appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).Limitationof Funds 52.232-22

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

d. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor _17_1is not, i_i is required to sign this document and return copiesto the issuing o,,'fica.

14. description of amendment/modification (Organizedbv UCF section headings, including solicitation/contract subiect matter where feasible.)

a. The purpose Of this modification is to update Section B.4 Contract Funding. The contract funding isincreased by $1,000,000 from $10,279,000 to $11,279,000.

b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

Exceptas providedherein,alltermsandconditionsof thedocumentreferencedin Item9Aor10A,asheretoforechanl_ed,remainsunchangedandin fullforceandeffect.. 15A. NAME AND TITLE OF SIGNER (Type orprint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type orpdnt)

Valerie A. Marburger, Contracting Officer15B. CONTRACTOPJOFFEROR 5C DATE SIGNED 16B. U,NIT_'D _iFrATESOF AMERIC,_ / I 16C. DATE SIGNED

(Signature of person authorized to sign) g g t / " / --NSN 7540-0%152-8070 30-105 STANDARD FORM 30 (Rev. 10_3)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug 95) Prescdbed by GSA

FAR (48 CFR) 53.243

01163-N NJ06HC02C

Page 146: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification 9

Page 2 of 2

14. Continuation

Cost

Prior Obligation This Action Cumulative ObligationCF (CR) $ 1,713,716.04 $ $ 1,713,716.04

CF (FP) $ 1,413,282.44 $ $ 1,413,282.44Subtotal CF $ 3,126,998.48 $ $ 3,126,998.48

Phase-In (FP) $ 263,684.00 $ $ 263,684.00CR DO's (T1-) $ 6,212,147.70 $ 943,396.23 $ 7,155,543.93FFP DO's (D1-) $ 100,000.00 $ $ 100,000.00

Cost Subtotal $ 9,702,830.18 $ 943,396.23 $ 10,646,226.41

Fee

Prior Obligation This Action Cumulative Obligation

CF (CR) $ 264,379.81 $ - $ 264,379.81

CF (FP) $ $ $Subtotal CF $ 264,379.81 $ $ 264,379.81

-- Phase-In (FP) $ $CR DO's (T1-) $ 311,790.01 $ 56,603.77 $ 368,393.78FFP DO's (D1-) $ - $

Fee Subtota L $ 576,!69.82 $ 56,603.77 $ 632,773.59

Cost & FeeTotal $ 10,279,000.00 $ 1,000,000.00 $ 11,279,000.00

This allotment is for facility operations and support services and covers the followingestimated period of performance: March !, 2006 through December 11, 2006.

01164-N NJ06HC02C

Page 147: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (OMB Approval No. 2700-0042

AMENDMENT OF SOLICITATION/ 1 CONTRACT ID CODE PAGE OF PAGES

MODIFICATION OF CONTRACT 1 I 2

•/P- 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15.PROJECTNO. (If applicable)

I010 See Block 16c 4200177359

6. ISSUED BY CODE JRA 7. ADMINISTERED BY (If other than Item 6) CODE [ J['_

NASA JSC White Sands Test Facility SEE BLOCK 6Attn: Joshua Soto/BH5P.O. Box 20

Las Cruces, New Mexico 88004

8. NAMEAND ADDRESS OF CONTRACTOR (No.,street, couetv, State. and ZIP Cede)

Enterprise Advisory Services, Inc.Attn: John Watkins

6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1DFH2 FACILITYCODE

(X') 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11)

N/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM 13)

X NNJ06HC02C 2/28/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

I-'--] The above numbered solicitation isamended as set forth in Item 14. The hour and date specified for receipt of Offers _ is extended, is not extended.FqOffers must acknowledge receipt of this amendment prior to the hour and date specified in the soficitation or as amended, by one of the fol]owing methods:

Ca)By comoletin_ Items 8 and 15, and returninq [] copies of the amendment; (b')By acknowledclin_lreceipt of this amendment on each copy of the offorsubmitted; or (c) By separate letter or tele_lramwhich 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/OUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made bytelegram or letter, provided eachtelegram

Jr letter makes reference to the solicitation and this amendment, and is received prior to the openinfl hour and date specified.12. ACCOUNTING AND APPROPRIATION DATA (Ifrectuired)

Increase by: $305,080.60.

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,ITMODIFIES THE CONTRACT/ORDER NO."AS DESCRIBEDqN iTEM I47(x)

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

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as chan_es in pavinq office,

X appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).Limitation of Funds 52.232-22

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORIT'{ OF:

d. OTHER (Specify fy#e of modification and authority)

E. IMPORTANT: Contractor r_ is not, r-_ is required to sign this document and return copies to the issuing office.

14, descdption of amendment/modification (Ot:qanizedbv UCF section headin#s, including solicitation/contract subiect matterwhere feasible.)

a. The purpose of this modification is to update Section B.4 Contract Funding. The contract funding isincreased by $305,080.60 from $11,279,000 to $11,584,080.60.

b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

Exceptasprovidedherein,alltermsandconditionsofthedocumentreferencedin item9A or10A,asheretoforechan£ed,remainsunchangedandinfull forceandeffect.15A. NAME AND TITLE OF SIGNER (Type orprint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprint)

Valerie A. Marburger, Contracting Officer15B. CONTRACTOPJOFFEROR 5C DATE SIGNED 16B. UN1TEDSTATES OF AMERICA I 16C. DATE SIGNED

(Signature of person authorized to sign) (Signature of ContrecEng o'ffic$r) I 1{ "/L_"'/_)NSN 7540431-152-8070 30-105 STANDARD FORM 30 (Re"_ 1043)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug 95) Prescribed by GSA

FAR (48CFR) 53.243

01165-N NJ06HC02C

Page 148: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification 10

Page 2 of 2

14. Continuation

Cost

t Prior Obligation I This Action Cumulative ObligationCF (CR) t$ 1,713,716.04!$ $ 1,713,716.04CF (FP) I$ 1,413,282.44!5 $ 1,413,282.44

Subtotal CF I$ 3,126,998.48 j$ $ 3,126,998.48z

Phase-In (FP) $ 263,684.005 $ 263,684.00CR DO's (T1-) $ 7,155,543.93 $ 287,811.89 $ 7,443,355.82FFP DO's (D1-) $ 100,000.00 $ $ 100,000.00

iCost Subtotal $ 10,646,226.41 '_$ 287,811.89 $ 10,934,038.30

Fee

Prior Obligation This Action Cumulative ObligationCF (CR) $ 264,379.81 $ - $ 264,379.81CF (FP) $ $ - $Subtotal CF $ 264,379.81 $ $ 264,379.81

Phase-in (FP) $ $CR DO's (T1-) $ 368,393.78 $ 17,268.71 $ 385,662.49

- FFP DO's (D1-) I $ - i $

Fee Subtotal i $ 632,773.59 i $ 17,268.71 I $ 650,042.30I I I

Cost & Fee Total I $ 11_279,000.00 $ 305;080.60 I $ ii,584,080.60

This allotment is for facility operations and support services and covers the followingestimated period of performance: March 1, 2006 through December 13, 2006.

01166-N NJ06HC02C

Page 149: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

OMB Approval No. 2700-0042AMENDMENT OF SOLICITATION/ 1. CONTRACT ID CODE PAGE OF PAGES

MODIFICATION OF CONTRACT ] I 2I

?. AMENDMENT/MODIFICATION NO. 3+ EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. t 5. PROJECT NO. (Ifappficable)

1011 See Block 16c N/A

6. ISSUED BY CODE JRA 7. ADMINISTERED BY (If other than Item 6) CODE I J_"

NASA JSC White Sands Test Facility SEE BLOCK 6Attn: Joshua Soto/BH5P.O. Box 20Las Cruces, New Mexico 88004

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

Enterprise Advisory Services, Inc.Attn: John Watkins6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1D7H2 FACILITY CODE

(x) I 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEEITEM 11)

rN/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM 13)

X NNJ06HC02C 2/28/06

1 1. 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 completinq Items 8 and 15, and [] copies of the amendment; (b) By acknow edging receipt of this amendment on each copy of the offorsubm tied; or (,c] By separate letter or teleqram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO

/ _E RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF

OUR 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 telegramor letter makes reference to the solicitation and this amendment, and is received prior to the openin9 hour and date specified.12. ACCOUNTING AND APPROPRIATION DATA (If required)Increase by: $305,080.60.

13. THIS ITEMAPPLIESONL, ,v M_D,, ,_,,_NS _, _.ON,RAGT ....... RS;IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.(x)

TA. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authodty) , HE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THECONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES ('suchas chanties in payinQoffice,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 Mutual Agreement of the Parties (FAR 43.103 (a))d. OTHER (Specify type of modification and authorityJ

E. IMPORTANT: Contractor [] is not, [] is required to sign this document and return copies to the issuing office.

i4. description of amendment/modification (O_qanizedby UCF sectioR heea'in_Ts,nc udi g so, uaauuH/contra_,suul_o, ,-n=,,_, ,,,,_,_ feasible.)

a. The purpose of this modification is to update Section J.1, "Award Fee Evaluation Plan," Appendix 3,"Award Fee Distribution." Appendix 3, "Award Fee Distribution," is hereby deleted in its entirety and replacedwith the attached page.

Exceptasprovidedherein,all termsandconditionsof thedocumentreferencedinItem9Aor10A asheretoforechanged,remaiasunchanqedand infullforceandeffect.15A. NAMEAND TITLE OF SIGNER (Type orprint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type erpdnt)

Valerie A. Marburger, Contracting Officer16C. DATE SIGNED15B. CONTRACTOR/OFFEROR 5C DATE SIGNED 16B. UNIT,,EDSTATES OF AMERICA

(Signature of person authorized to sign) (Sighature of Contracting Officer)

NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (Rev. 10-83)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug 95) Prescribed by GSA

FAR (48CFR) 53.243

01167-N NJ06HC02C

Page 150: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

t

NNJ06HC02CModification 11

Page 2 of 2f-

APPENDIX 3-AWARD FEE DISTRIBUTION

EVALUATION PERIODS ESTIMATED AWARD FEEAVAILABLE

AWARD FEE PERIOD 1

MARCH 1,2006-AUGUST 31, 2006 $4481687.06AWARD FEE PERIOD 2

SEPTEMBER 1,2006 - FEBRUARY 28, $162,3362007

AWARD FEE PERIOD 3

MARCH 1, 2007 -AUGUST 31,2007 $163,636

AWARD FEE PERIOD 4

SEPTEMBER 1,2007- FEBRUARY 28, $164,2872008

AWARD FEE PERIOD 5

MARCH 1,2008- AUGUST 31, 2008 $166,696AWARD FEE PERIOD 6

_ SEPTEMBER 1,2008 - FEBRUARY 28, $167,9012009

AWARD FEE PERIOD 7

MARCH 1, 2009-AUGUST 31, 2009 $171,019

AWARD FEE PERIOD 8

SEPTEMBER 1,2009- FEBRUARY 28, $172,5792010

AWARD FEE PERIOD 9

MARCH 1,2010 - AUGUST 31, 2010 $175,857

AWARD FEE PERIOD 10

SEPTEMBER 1, 2010- APRIL 30, 2011 $236,661

TOTAL $2,029,659

01168-N NJ06HC02C

Page 151: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

OMB Approval No. 2700-0042AMENDMENT OF SOLICITATION/ 1 CONTRACT ID CODE I PAGE OF PAGES

MODIFICATION OF CONTRACT I 1 i 12, AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ NO, 5. PROJECT NO. (Ifappficable)

012 See Block 16c N/A

5 ISSUED BY CODE JRA 7. ADMINISTERED BY (If other than Item 5) CODE L J['_A

NASA JSC White Sands Test Facility SEE BLOCK 6Attn: Joshua SotolBH5P.O. Box 20Las Cruces, New Mexico 88004

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

Enterprise Advisory Services, Inc.Attn: John L. Watkins6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1DTH2 FACILITY CODE

(x) 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11)

N/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM 13)

X NNJ06HC02C 2128106

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 [] copies of the amendment: (b'JBy acknow edclinQ receipt of this amendment on each copy of the offor

submitted: or (c) By separate letter or tele_lram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TOBE 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

f"'_ or letter makes reference to the solicitation and this amend merit, and is received prior to the openine hour and date specified.

12. ACCOUNTING ANDAPPROPRIATION DATA (If required}

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

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authoriW) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE

CONTRACT ORDER NO. IN ITEM 10A.

E. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as chan_es in pavinq office.

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

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

d. OTHER (Specify type of modification and authoritv)

X Payment of Award Fee - NFS 1852.216-76

E. IMPORTANT: Contractor [] is not, F'-] is required to sign Ibis document and return copies to the issuing office.

14. description of amendment/modification (Ocoanized by UCF section headings, includin_ solicitation/contract subject matter where feasible.)

The purpose of this modification is to recognize award fee earned for the first award fee evaluation period:March 1,2006, to August 31, 2006: PAYMENT OF AWARD FEE

Award Fee Available for Period: $448,687.00Award Fee Earned: $381,384.00Less Provisional Fee Payments: $229,546.44Total t¢_he Paid: ¢1_1.837._6

Exceptas providedherein,aft (errnsandconditionsof the documentrefereneeciinItem9A or tOA.asheretoforechanged,remainsunchant_edand in fullforceand effect.

t5A NAME AND TITLE OF SIGNER (Type orprint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprinf)

Valerie A. Marburger, Contracting Officer15B. CONTRACTOR/OFFEROR 5C DATE SIGNED 16B. U,_ITED STATES OF AMERICA 16C DATE SIGNED

/_ (Signature of person authorized to sign) (Signature of Contracting Officer)

NSN 7540-01-152.8070 30-105 STANDARD FORM 30 (Rev. 10-83)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug 95) Prescribed by GSA

FAR (48 CFR) 53.243

01169-N NJ06HC02C

Page 152: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (OMB Approval No. 2700-0042

AMENDMENT OF SOLICITATION/ 1. CONTRACT ID CODE PAGE OF PAGESi

MODIFICATION OF CONTRACT 1 I 4

/ 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECTNO. (If applicable)

013 See Block 16c N/A

6. ISSUED BY CODE JRA 7. ADMINISTERED BY (Ifotherthan Item 6) CODE I J_A

NASA JSC White Sands Test Facility SEE BLOCK 6Attn: Joshua Soto/BH5P.O. Box 20Las Cruces, New Mexico 88004

8. NAMEAND ADDRESS OF CONTRACTOR (No., street, county, State, and ZIP Code)

Enterprise Advisory Services, Inc.Attn: John L. Watkins

6671 SoLithwest Freeway Suite 800Houston, TX 77074

CODE 1D7H2 FACILITYCODE

('x') 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11)

N/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEEITEM 13)

X NNJ06HC02C 2/28/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

r"--'} 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 hourand date specified in the so[icitatienor as amended, by one of the followlng methods:

(a) BYcompletin_ Items 8 and 15. and returnin_ r-I copies of the amendment; (b} Byacknowled_infl receipt of this amendment on each copyof the offersubmitted: or (c) By separate letter or tele¢lramwhich includesa reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO

/-f BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECE[PT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OFOUR 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

,r letter makes reference to the solicitation and this amendment, and is received pror to he open n,ghour and date specified.12. ACCOUNTING AND APPROPRIATION DATA (lfrequired)N/A

13. THIS ITEMAPPLIES ONLY TO MODIFICATIONSOF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDERNO: AS DESCRIBED IN ITEM 14.(x)

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: {Specifyauthority)THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THECONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIEDTO REFLECT THE ADMINISTRATIVE CHANGES (such as chanties in pavin¢loffice.

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 Mutual Agreement of the Parties (FAR 43.103 (a))d. OTHER (Specity type of modification and authority)

E. IMPORTANT: Contractor ! ! is not, I_, is required to sign this document and return 3 copies to the issuing office.

14. description of amendment/modification (Organized bv UCF section headings, including solicitation/contract subiect matter where feasible.)

A. The purpose of this supplemental agreement to the contract is to make contract changes as follows in theenclosed pages.See SPICE for a more complete detail of modification.

(See Continuation Pages)

Exceptas providedherein,all termsandcondd[onsof the documentreferencedin Item9Aor 10A,as heretoforechanged,remainsunchanfiedandinfull forceandeffect.15A. NAMEAND TITLE OF SIGNER (Type orpdnt) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprint)

Z/_LE:A/ _E:_J_T-_tyl L _,_A/_'. /tKf_,_r_, ValerieA. Marburger, Contracting Officer

_BC__ [8cDATEs'GNEDo/, I,/o16B'GDSTATESOFAMERICABy" & .G_(Signature of person authorized to sign) / -- " (Signature of Contracting O_cer)

NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (Rev. 10-83)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug 95) Prescribed by GSA

FAR (48 CFR) 53.243

01170-NNJ06HC02C

Page 153: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02C Modification Number 13Page2 of 4

v

9. The following requires changes within the contract:

PAGESSECTION CLAUSE REMARKS

F.7(d) for both Options 1 and 2 is markedF F.7(d) "RESERVED"

0

I 1.1 0 Add $100,000 to paragraph (e) for 52.244-2Subcontracts

I 1.17 3 The current clause is replaced with the below

J-2 0 Paragraph 2, "Data Input for NASA FMD 1489, Semi-Annual Analysis of Fixed Inventory Assets is marked"RESERVED" for DRD 5.9, "Additional ReportsRequired for Logistics"

Total Number of Pages 3

C. Contract Section 1.17. "SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY

RESOURES," is hereby deleted in its entirety and replaced with the following:

1.17 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES 1852.204-

76 (NOVEMBER 2004 [(DEVIATION])

(a) The Contractor shall be responsible for information and information technology (iT) security when the Contractor or its-_ subcontractors must obtain physical or electronic (i.e., authentication level 2 and above as defined in National Institute of

;tandards and Technology (NIST) Special Publication (SP) 800-63, Electronic Authentication Guideline) access to NASA'scomputer systems, networks, or IT infrastructure, or where information categorized as low, moderate, or high by theFederal Information Processing Standards (FIPS) 199, Standards for Security Categorization of Federal Information andInformation Systems, is stored, generated, or exchanged by NASA or on behalf of NASA by a contractor or subcontractor,rega]'diess of whether the information resides on a NASA or a contractor/subcontractor's information system.

(b) IT Security Requirements.(1) Within 30 days after contract award, a Contractor shall submit to the Contracting Officer for NASA approval an IT

Security Plan, Risk Assessment, and FIPS 199, Standards for Security Categorization of Federal Information andInformation Systems, Assessment. These plans and assessments, including annual updates shall be incorporated intothe contract as compliance documents.

(i) The IT system security plan shall be prepared consistent, in form and content, with NIST SP 800-18, Guide forDeveloping Security Plans for Federal Information Systems, and any additions/augmentations described in NASAProcedural Requirements (NPR) 2810, Security of Information Technology. The security plan shall identify and documentappropriate IT security controls consistent with the sensitivity of the information and the requirements of FederalInformation Processing Standards (FIPS) 200, Recommended Security Controls for Federal Information Systems. Theplan shall be reviewed and updated in accordance with NIST SP 800-26, Security Self-Assessment Guide for InformationTechnology Systems, and F!PS 200, on a yearly basis.

(ii) The risk assessment shall be prepared consistent, in form and content, with NiST SP 800-30, RiskManagement Guide for Information Technology Systems, and any additions/augmentations described in NPR 2810. Therisk assessment shall be updated on a yearly basis.

(iii) The FIPS 199 assessment shall identify all information types as well as the "high water mark," as defined inFIPS 199, of the processed, stored, or transmitted information necessary to fulfill the contractual requirements.

(2) The Contractor shall produce contingency plans consistent, in form and content, with NIST SP 800-34,Contingency Planning Guide for Information Technology Systems, and any additions/augmentations described in NPR2810. The Contractor shall perform yearly "Classroom Exercises." "Functional Exercises," shall be coordinated with the

- - Center ClOs and be conducted once every three years, with the first conducted within the first two years of contractward. These exercises are defined and described in NIST SP 800-34.

(3) The Contractor shall ensure coordination of its incident response team with the NASA Incident Response Centerand the NASA Security Operations Center.

01171-NNJ06HC02C

Page 154: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (NNJ06HC02C Modification Number 13

Page 3 of 4

" (4) The Contractor shall ensure that its employees, in performance of the contract, receive annual IT security training in4ASA IT Security policies, procedures, computer ethics, and best practices in accordance with NPR 2810 requirements.

The Contractor may use web-based training available from NASA to meet this requirement.(5) The Contractor shall provide NASA, including the NASA Office of Inspector General, access to the Contractor's and

subcontractors' facilities, installations, operations, documentation, databases, and personnel used in performance of thecontract. Access shall be provided to the extent required to carry out IT security inspection, investigation, and/or audits tosafeguard against threats and hazards to the integrity, availability, and confidentiality of NASA information or to thefunction of computer systems operated on behalf of NASA, and to preserve evidence of computer crime. To facilitatemandatory reviews, the Contractor shall ensure appropriate compartmentalization of NASA information, stored and/orprocessed, either by information systems in direct support of the contract or that are incidental to the contract.

(6) The Contractor shall ensure that all individuals who perform tasks as a system administrator, or have authority toperform tasks normally performed by a system administrator, demonstrate knowledge appropriate to those tasks.Knowledge is demonstrated through the NASA System Administrator Security Certification Program. A systemadministrator is one who provides IT services, network services, files storage, and/or web services, to someone else otherthan themselves and takes or assumes the responsibility for the security and administrative controls of that service. Within30 days after contract award, the Contractor shall provide to the Contracting Officer a list of all system administratorpositions and personnel filling those positions, along with a schedule that ensures certification of all personnel within 90days after contract award. Additionally, the Contractor should report all personnel changes which impact systemadministrator positions within 5 days of the personnel change and ensure these individuals obtain System Administratorcertification within 90 days after the change.

(7) When the Contractor is located at a NASA Center or installation or is using NASA IP address space, the Contractorshall --

(i) Submit requests for non-NASA provided external Internet connections to the Contracting Officer for approval bythe Network Security Configuration Control Board (NSCCB);

(ii) Comply with the NASA CIO metrics including patch management, operating systems and applicationconfiguration guidelines, vulnerability scanning, incident reporting, system administrator certification, and security training;

.. and(iii) Utilize the NASA Public Key Infrastructure (PKI) for all encrypted communication or non-repudiation

aquirements within NASA when secure email capability is required.(c) Physical and Logical Access Requirements.

(1) Contractor personnel requiring access to IT systems operated by the Contractor for NASA or interconnected to aNASA network shall be screened at an appropriate !eve! in accordance with NPR 28!0 and Chapter 4, NPR 1600.1, NASASecurity Program Procedural Requirements. NASA shall provide screening, appropriate to the highest risk level, of the ITsystems and information accessed, using, as a minimum, National Agency Check with Inquiries (NACI). The Contractorshall submit the required forms to the NASA Center Chief of Security (CCS) within fourteen (14) days after contract awardor assignment of an individual to a position requiring screening. The forms may be obtained from the CCS. At the optionof NASA, interim access may be granted pending completion of the required inyestigation and final access determination.For Contractors who will reside on a NASA Center or installation, the security screening required for all required access

(e.g., installation, facility, tT, information, etc.) is consolidated to ensure only one investigation is conducted based on thehighest risk level. Contractors not residing on a NASA installation will be screened based on their IT access risk leveldetermination only. See NPR 1600.1, Chapter 4.

(2) Guidance for selecting the appropriate level of screening is based on the risk of adverse impact to NASA missions.NASA defines three levels of risk for which screening is required (IT-1 has the highest level of risk).

(i) IT-1 -- Individuals having privileged access or limited privileged access to systems whose misuse Can causevery serious adverse impact to NASA missions. These systems include, for example, those that can transmit commandsdirectly modifying the behavior of spacecraft, satellites or aircraft.

(ii) IT-2 -- Individuals having privileged access or limited privileged access to systems whose misuse can causeserious adverse impact to NASA missions. These systems include, for example, those that can transmit commandsdirectly modifying the behavior of payloads on spacecraft, satellites or aircraft; and those that contain the primary copy of"level 1" information whose cost to replace exceeds one million dollars.

(iii) IT-3 -- Individuals having privileged access or limited privileged access to systems whose misuse can causesignificant adverse impact to NASA missions. These systems include, for example, those that interconnect with a NASA

- network in a way that exceeds access by the general public, such as bypassing firewalls; and systems operated by the9ntractor for NASA whose function or information has substantial cost to replace, even if these systems are notrterconnected with a NASA network.

(3) Screening for individuals shall employ forms appropriate for the level of risk as established in Chapter 4, NPR1600.1.

01172-N NJ06HC02C

Page 155: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

, , ,NNJ06HC02C Modification Number 13Page 4 of 4

..... (4) The Contractor may conduct its own screening of individuals requiring privileged access or limited privilegedJccess provided the Contractor can demonstrate to the Contracting Officer that the procedures used by the Contractor areequivalent to NASA's personnel screening procedures for the risk level assigned for the IT position.

(5) Subject to approval of the Contracting Officer, the Contractor may forgo screening of Contractor personnel forthose individuals who have proof of a --

(i) Current or recent national security clearances (within last three years);(ii) Screening conducted by NASA within the last three years that meets or exceeds the screening requirements of

the IT position; or(iii) Screening conducted by the Contractor, within the last three years, that is equivalent to the NASA personnel

screening procedures as approved by the Contracting Officer and concurred on by the CCS.(d) The Contracting Officer may waive the requirements of paragraphs (b) and (c)(1) through (c)(3) upon request of the

Contractor. The Contractor shall provide all relevant information requested by the Contracting Officer to support thewaiver request.

(e) The Contractor shall contact the Contracting Officer for any documents, information, or forms necessary to complywith the requirements of this clause_

(f) The Contractor shall insert this clause, including this paragraph (f), in all subcontracts when the subcontractor isrequired to -

(1) Have physical or electronic access to NASA's computer systems, networks, or IT infrastructure; or(2) Use information systems to generate, store, or exchange data with NASA or on behalf of NASA, regardless of

whether the data resides on a NASA or a contractor's information system•

(End of clause)

01173-N NJ06HC02C

Page 156: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

OMB Approval No. 2700-0042

AMENDMENT OF SOLICITATION/ [ 1. CONTRACT ID CODE f PAGE OF PAGESMODIFICATION OF CONTRACT 112......2. AMENDMENT/MODIFICATION NO. 3, EFFECTIVE DATE 4. REQUISITiON/PURCHASEREQ. NO. I 5. PROJECTNO.(lfapplicable)

I014 See Block 16c 4200180796

6. ISSUED BY CODE JRA 7. ADMINISTERED BY (/fotherthan item 6) CODE I J}_J_

NASA JSC White Sands Test Facility SEEBLOCK 6Attn: Joshua SotolBH5P.O. Box 20Las Cruces, New Mexico 88004

8. NAMEAND ADDRESS OF CONTRACTOR (No.. street, county. State. and ZIP CodeJ

Enterprise Advisory Services, Inc.Attn: John Watkins6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1D 7I-I2 FACILITYCODE

(X) I 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11)

FN/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM 13J

X NNJ06HC02C 2/28/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[-'7 The above numberedsolicitationis amendedas set forth in ltem 14. The houraed date specified for receipt of Offers r-1 isexteeded. [] is not extended.Offers must acknowledge receipt of thisamendment prior to the hour and date specified in the solicitationor as amended, by one of the following methods:

(a)Bvcompletinqtiems8and15, andretumin¢l _-[ c_pies_ftheamendment(b_B_ackn_w_ed_inQreceiDt_fthisamendment_neachcep_fthe_ffersubmitted:or (c) BVseparate letter or telegramwhich includesa referenceto thesolicitationand amendmentnumbers. FAILURE OF YOUR ACKNOWLEDGEMENT TOBE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTIONOF

•_ 'OUR OFFER. If byvirtueof thisamendmentyoudesireto change anofferalready submitted,such change may be madeby telegram or Ietter, providedeach telegram

r lettermakes referenceto the solicitationand this amendment,and is receivedprior to the openinghourand date specified12. ACCOUNTING AND APPROPRIATION DATA (Ifreouired)

Increase by: $1,480,344.00.

13. THIS ITEM APPLIES ONLYTO MODIFICATIONS OF CONTRACTS/ORDERS,IT Mvu r co no: _ON =RA_ ,,ur_u=R Nv. ,',S uES_R,=E_ ,,,,, E,_,_'_:w

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (SPecifYauthedtv)THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THECONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBEREDCONTRACT/ORDER IS MODIFIEDTO REFLECT THE ADMINISTRATIVE CHANGES (suchas chanQesinpavin;loffice.X appropriationdate,etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHOR TY OF FAR43 103(b)

Limitationof Funds52.232-22

C. THIS SUPPLEMENTALAGREEMENT IS ENTERED INT0 PURSUANT TO AUTHORITY OF:

d. OTHER [SDecifvbiDe of modification and authoritvJ

E. IMPORTANT: Contractor r_ is not, I_ is requi_--dto sign this d_un'_nt andra_m _,,_,piesto the issuingoffice.

14. descriptionof amendment/modification(Oraanized by UCF section headings, inc/udin;/ solicitation/contract subject matter whera feasib/eJ

a. The purpose of this modification is to update Section B.4 Contract Funding. The contract funding isincreased by $1,480,344.00 from $11,584,080.60 to $13,064,424.60.

b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

Exceptas providedhefein_alltermsandcondiitonsof thedoc_Jmentreferencedin Item9Aor 10Aas heretoforec_qan_ed,remainsunchan,q_-_dandin tubforceandeffect

- Valerie A. Marburger, Contracting Officer5B. CONTRACTOR/OFFEROR 5C DATE SIGNED _6B. UN#TEDSTATES OF AMERICA /_ 16C. DATE SIGNED

(Signatureofpersonauthorizedtosign) (SignatureofContractingOfficer)

NSN 7540.0%152-8070 30.'105 STANDARD FORM 30 (Rev. 10-83)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug 95) Prescribed by GSA

FAR (48 CFR) 53.243

01174-N NJ06HC02C

Page 157: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

i (NNJ06HC02C

Modification 14

Page2 of 2

t4. Continuation

Cost

! Prior Obligation This Action Cumulative ObligationCF (CR) i $ 1,713,716.04 $ 754,137.50 $ 2,467,853.54CF (FP) $ 1,413,282.44 $ 642,413.44 $ 2,055,695.88Subtotal CF $ 3,126,998.48 $ 1,396,550.94 $ 4,523,549.42

Phase-In (FP) $ 263,684.00 $ $ 263,684.00CR DO's (T1-) $ 7,443,355.82 $ $ 7,443,355.82FFP DO's (DI-) $ 100,000.00 $ $ 100,000.00

Cost Subtotal $ 10,934,038.30 $ 1,396,550.94 $ 12,330,589.24

Fee

Prior Obligation I This Action Cumulative ObligationCF (CR) $ 264,379.81 $ 41,058.60 $ 305;438.41CF (FP) j $ $ $Subtotal CF $ 264,379.81 $ 41,058.60 $ 305,438.41

Phase-In (FP) $ $CR DO's (TI-) $ 385,662.49 $ 42,734.46 $ 428,396.95

s FFP DO's (D1-) $ $

Fee Subtotal $ 650,042.30 $ 83,793.06 $ 733,835.36

Cost & FeeTotal I $ 11.584,080_0 $ !,480,3_.A..00 $ !3,O64_424.60

This allotment is for facility operations and support services and covers the followingestimated period of performance: March 1, 2006 through January 5, 2007.

01175-NNJ06HC02C

Page 158: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (OMB Approval No. 2700-0042

AMENDMENT OF SOLICITATION/ I 1. CONTRACT ID CODE I PAGE OF PAGES

MODIFICATION OF CONTRACT I I 1 [ 2?. AMENDMENT._ODIFICATIDN NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (ffappticable)

015 See Block 16c N/A

6. IssuED BY CODE JR.&, 7. ADMINISTERED BY (If other than/tem 6) CODE [

NASA JSC White Sands Test Facility SEEBLOCK 6Attn: Joshua SotolBH5P,O, Box 20Las Cruces, New Mexico 88004

8, NAMEAND ADDRESS OF CONTRACTOR (No., street, county. State. and ZIP Code)

Enterprise Advisory Services, Inc.Attn: John Watkins

6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1D_L-I2 FACILITYCODE

(X) I 9._ AMENDMENT OF SOLICITATIONNO. 9B. DATED (SEE ITEM 11)

IN/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE/TEM 13)

X NNJ06HC02C 2/28106

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[] Tbe abovenumbersdsolicitationis amendedas set forthin ltem14. Thehouranddates_edforreceiptofOffers [] is extended, [-7 is not extended.

Offersmustacknowledgereceiptof thisamendmentpdortothe hour anddata specifiedin the solicitationor as emended, byoneof the followingmethods:

(a)Bvceml_letin_lltams8and15, andretuminq [] copiesoftheamendment (b) Byacknowledflin.qreceilotof thisamendmenton each col_yof the offorsubmitted;or (c) By separateletteror teleflramwhich includesa referencetothe solicitationandamendmentnumbers. FAILUREOF YOUR ACKNOWLEDGEMENT TO

j BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIORTO THE HOURAND DATE SPECIFIED MAY RESULT IN REJECTION OF

• OUR OFFER. If byvirtue of this amendmentyoudesiretochange an offer alreadysubmitted,suchchange may be madebytelegramor letter,providedeach telegram; lettermakes referencetothe solicltafdonandthisamendment,and is receivedpnorto the openinghourand date specified

12. ACCOUNTING AND APPROPRIATION DATA (Ifreouired)Increase by: $1,480,344.00.

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF:CONTRACTS/ORDERS,iT MODIFIE_THE CONTRACT/ORDER NO: AS DESCRIBED iN1TEM 1,i:_

__ A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (S_[V authoritY)THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THECONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in I_avinqoffice,X appropriationdate,etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

Limitationof Funds52.232-22

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

d. OTHER (s/_cifv tv,oe of modification and author;tv)

E. IMPORTANT: Contractor _ is not, r--]l is requiredtosignthisdocumentand return copiesto the issuingo_co.

14. descriptionof amendment/medificatk)n(Organizedbv UCF section headin.Qs,intruding solicltation/contract subject matter where feasible.)

a. The purpose of this modification is to update Section B.4 Contract Funding. The contract funding ishereby decreased by $263,344 from $13,064,424.60 to $12,801.080.60

b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

Exceptasprovidedherein,alltermsand¢ondit_nsof_e documentreferencedinItem9Aor 10,_ asheretofore_1 remainsuncha_gedandin fullforceandeffect_

15A. NAME AND TITLE OF SIGNER (Type or p#nt) 16A. NAMEANDTITLEOFC£_ CTING _F_FICER(Type or ptint)

1 \'(Signature of person au_orized to sign) (Sign,_tlre 5f Contfactir )ffice " l /

NSN 7540-01-1524070 30-105PREVIOUS EDITION UNUSABLE JSC MS Word (Aug95)

01176-N NJ06HC02C

Page 159: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (NNJ06HC02C"

Modification 15

Page 2 of 2

14. Continuation

Cost

I Prior Obligation I This Action Cumulative ObligationCF (CR) $ 2,467,853.54 $ 2,467,853.54CF (FP) $ 2,055,695.88 $ 2,055,695.88Subtotal CF $ 4,523,549.42 $ $ 4,523,549.42

Phase-In (FP) $ 263,684.00 $ $ 263,684.00iCR DO's (T1-) $ 7,443,355.82 $ (248,437.74) $ 7,194,918.08;FFP DO's (D1-) $ 100,000.00 $ $ 100,000.00

JCost Subtotal t$ 12,330,589.24 $ (248,437.74) $ 12,062,151.51

IFee

Prior Obligation This Action Cumulative ObligationCF (CR) $ 305,438.41 $ (7,304.07) $ 298,134.34CF (FP) $ - $ $SubtotalCF $ 305,438.41 $ (7,304.07) $ 298,134.34

Phase-In (FP) $ $ -CR DO's (T1-) $ 428,396.95 $ (7,602.19) $ 420,794.75

_- FFP DO's (D1-) $ $ -

Fee Subtotal $ 733,835.36 $ (14,906.26) $ 718,929.09

r-^_ _,_= ,_,,.-.,4 ..... $ 126_ _ nn, ¢ !2_0!,080 60_&FeeT .... $ __n=A _A=ni _ ....... 1iv

This allotment is for facility operations and support services and covers the followingestimated period of performance: March 1, 2006 through January 3, 2007.

01177-N NJ06HC02C

Page 160: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

OMB Approval No. 2700-0042AMENDMENT OF SOLICITATION/ I 1. CONTRACT ID CODE I PAGE OF PAGES

MODIFICATION OF CONTRACT I I 1 I 6

f "2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. I 5, PROJECT NO. (If applicable)

I016 See Block 16c 4200]83219

6. ISSUED BY CODE JRA 7. ADMINISTERED BY (If other than Item 6) CODE I S_J_

NASA JSC White Sands Test Facility SEE BLOCK 6Attn: Joshua Soto/BH5P.O. Box 20Las Cruces, New Mexico 88004

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

Enterprise Advisory Services, Inc.Attn: John Watkins

6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1D7H2 FACILITY CODE

(x) I 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11)

IN/A

10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM 13)

X NNJ06HC02C 2128108

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[] The above numbered solicitaiion 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 emended, by one of the following methods:

Ca)By completinq Items 8 end 15, and returninq r_ copies of the amendment: (b) B¥ acknow ed¢l ng rece pt of this amendment on each copy of the offer

subm tted; or (c) By separate etter or te e£ram 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

9UR 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

tetter makes reference to the solicitation and this amendment, and is received prior to the openin_ hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (Ifrecluired)

Increase by: $2,600,000.00.

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

n JwvD,rIcS _HE _©N, RA_, ,/ORDER ..... S _ESC,q ..... N .... _1 .4;_j

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 chanqes in pavin_l office.

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

Limitation of Funds 52.232-22

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

d. OTHER (Sl_ecifvtyoe ofmodification andauthoritvJ

F_73

E. iMPORTANT: Contractor _ is not, i i is required to sign this document and return copies to the issuing office.

14. descr pton of amendmentJmod ficat on (O_anizedbvUCFsection heading/s, inclzdin_soticitafion/contractsubiectmatterwherefeasible.)

SEE CONTINUATION PAGES

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore chanqed, remains unchanfied and in full force and effect.

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

• Valerie A. Marburger, Contracting Officer_B. CONTRACTOR/OFFEROR 5C DATE SIGNED 16B. UN_ED STATES OF AMERICA 16C. DATE SIGNED

(Signature of person authorized to sign) (Signature of Contracting Officer)

NSN 7540-O1-152-8070 30-105 STANDARD FORM 30 (Rev. 10_3)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug 95) Prescribed by GSA

FAR (48 CFR) 53.243

01178-N NJ06HC02C

Page 161: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( • (NNJ06HC02C

Modification 16

Page 2 of 6....._ 14. (Continued)

The purpose of this modification is to:

a. Increase Contract funding by $2,600,000.00 from $12,801.080.60 to $15,401,080.60.

Cost

Prior Obligation I This Action Cumulative ObligationCF (CR) $ 2,467,853.54 I $ 367,924.5315 2,835,778.07CF (FP) $ 2,055,695.88 i $ 1,594,339.6215 3,650,035.50Subtotal CF I$ 4,523,549.42 { $ 1,962,264.15 I $ 6,485,813.57

IPhase-In (FP) i $ 263,684.00 $ $ 263,684.00CRTO's I$ 7,194,918.08 $ 490,566.04 $ 7,685,484.12FFP DO's i $ 100,000.00 $ $ 100,000.00

ICost Subtotal I$ 12,082,151.51 $ 2,452,830.19 $ 14,534,981.69

IFee

Prior Obligation This Action Cumulative ObligationCF (CR) I $ 298,134.34 $ 72,113.21 $ 370,247.55CF (FP) I $ $ $

Subtotal CF I $ 298,134.34 $ 72,113.21 $ 370,247.55/f

Phase-In (FP) $ $CR TO's $ 420,794.75 $ 75,056.60 $ 495,851.36FFP DO's ! $ $

Fee Subtotal I$ 718,929.09 i$ 147,169.81 i $ 866,098.90i i i

Cost & Fee Total i$ 12,801,080.60 I$ 2,600,000.00 X$ 15,401,080.60

This allotment is for facility operations and support services and covers the following estimatedperiod of performance: March 1, 2006, through February 16, 2007.

See SPICE for updated section.

b. increase the iDiQ cost and fee based on the approved IDIQ orders to date. IDIQ ordersare approved electronically. Section B.2, Table B.3 is replaced in its entirety with theenclosed.

c. Effective Tuesday, January 2, 2007 Lucy V. Kranz has replaced Randy Gish as the JSCOmbudsman for Acquisition. 1.15 OMBUDSMAN is hereby replaced in its entirety with theenclosed.

01179-N NJ06HC02C

Page 162: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (NN]06HC02C

Modification 16

Page 3 of 6[_

Table B.3

BASIC

YEAR 1

MAX AWARD TOTAL COST/COST/PRICE FEE NMGRT PRICE AND FEE

$

CF (FP)

COMPLETION FORM SUBTOTAL

CR TO'S

FFP DO'S

TOTAL ISSUED IDIQ (NTE $50M/YR)

PHASE-IN FP

TOTAL CONTRACT VALUE YEAR 1

GREEN = INPUT AREA / YELLOW = FORMULA

BLACK = NO INPUT AREA

BASIC

YEAR 2

MAX AWARD TOTAL COST/COST/PRICE FEE NMGRT PRICE AND FEE

C_CEICR)

CF (FP)

COMPLETION FORM SUBTOTAL

CR TO'S

FFP DO'S

TOTAL ISSUED IDIQ (NTE $50M/YR) # _,}£(,_'_i

TOTAL CONTRACT VALUE YEAR 2 _. i_ _#_!_

TOTAL CONTRACT VALUE YEAR 1 2 _- . ......... 8_,:

GREEN = INPUT AREA/YELLOW = FORMULA

BLACK = NO INPUT AREA

01180-N NJ06HC02C

Page 163: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (NNJ06HC02C

Modification 16

Pa:_e 4 of 6/_ YEAR 3

MAX AWARD TOTAL COST/COST/PRICE FEE NMGRT PRICE AND FEE

CF (CR)

OF (FP)

COMPLETION FORM SUBTOTAL _ 27_8.,({/<[

CR TO'S

FFP DO'S

TOTAL ISSUED IDIQ (NTE $50M/YR)

TOTAL CONTRACT VALUE YEAR 3 -_ /i _!_ J5,_9";,78

TOTAL CONTRACT VALUE YEAR 1 _::{ --'_ _;$y,_,__:1_,28,&_8"85_1_

TOTAL CONTRACT VALUE YEAR 2

TOTAL CONTRACT VALUE YEAR 1-3 t_#_ _$_9

GREEN = INPUT AREA/YELLOW = FORMULA

BLACK = NO INPUT AREA

OPTION '1

YEAR 4

MAX AWARD TOTAL COST/COST/PRICE FEE NMGRT PRICE AND FEE

f

CF (CR)

CF (FP)

COMPLETION FORM SUBTOTAL

CR TO'S

FFP DO'S

TOTAL ISSUED IDIQ (NTE $50M/YR)

TOTAL CONTRACT VALUE YEAR 4 $%_ _0_ _,_e,._-_:_u,;_v_ _98_@_ _._$_I_:_4,4i56".Oo_ ;

,.TOTAL CONTRACT VALUE YEAR 1 _ _;_

TOTAL CONTRACT VALUE YEAR 2 _,_ _ .....<,-

TOTAL CONTRACT VALUE YEAR 3

TOTAL CONTRACT VALUE YEAR 1-4 _'_ e_._:................. >_:,_::_..',.,77_0_0,4 _8"_"

GREEN = INPUT AREA/YELLOW = FORMULA

BLACK = NO INPUT AREA

01181 -NNJ06HC02C

Page 164: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (NNJ06HC02C

Modification 16

Page 5 of 6

OPTION 2

YEAR 5

MAX AWARD TOTAL COST/COST/PRICE FEE NMGRT PRICE AND FEE

CF (CR)

CF (FP)

COMPLETION FORM SUBTOTAL

CR TO'S

FFP DO'S

TOTAL ISSUED IDIQ (NTE $50M/YR)

TOTAL CONTRACT VALUE YEAR 5 _'8 _!_ _%<}$86_!_0,i".....

TOTAL CONTRACT VALUE YEAR 1 _i _4_,8,_0[;_t_4 ;_Z_-_.t_i_

TOTAL CONTRACT VALUE YEAR 2 e_::_;o_¢_,_ _

"- TOTAL CONTRACT VALUE YEAR 3 00_

TOTAL CONTRACT VALUE YEAR 4 _ a_:_;;_: f_ ff_0_J;:

TOTAL CONTRACT VALUE YEAR 1-5

GREEN = INPUTAq_EA / YELLOW-- FORMULA

BLACK = NO INPUT AREA

f

01182-N NJ06HC02C

Page 165: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (NNJ06HC02C

Modificat:ion16Page 6 of 6

1.15 OMBUDSMAN (NFS 1852.215-84) (OCT 2003) (ALT I) (JUN 2000)

(a) An ombudsman has been appointed to hear and facilitate the resolution ofconcerns from offerors, potential offerors, and contractors during thepreaward and postaward phases of this acquisition. When requested, theombudsman will maintain strict confidentiality as to the source of the concern.The existence of the ombudsman is not to diminish the authority of thecontracting offJcer, the Source Evaluation Board, or the selection official.Further, the ombudsman does not participate in the evaluation of proposals,the source selection process, or the adjudication of formal contract disputes.Therefore, before consulting with an ombudsman, interested parties must firstaddress their concerns, issues, disagreements, and/or recommendations tothe contracting officer for resolution.

(b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman,

Lucy V. Kranz2101 NASA ParkwayHouston, TX 77058Lucy.v.kranz@ nasa.govphone: 281-244-7683 fax: 281-483-2200

Concerns, issues, disagreements, and recommendations which cannot beregolved at the installation may be referred to the NASA ombudsman, theDirector of the Contract Management Division, at 202-358-0445, facsimile 202-358-3083, e-mail [email protected]. Please do not contact theombudsman to request copies of the solicitation, verify offer due date, or clarifytechnical requirements. Such inquiries shall be directed to the contracting officeror as specified elsewhere in this document.

(End of clause)

f

1-15.1

01183-N NJ06HC02C

Page 166: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

• ( (OMB Approval No. 2700-0042

AMENDMENT OF SOLICITATION/ J 1. CONTRACT ID CODE J PAGE OF PAGES

MODIFICATION OF CONTRACT I I ! I 2_f 2. AMENDMENT/MODIFICATION NO. [ 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. [ 5. PROJECT NO. (If applicable)

E I017 See Block 16c 4200184617

6. ISSUED BY CODE JRA 7. ADMINISTERED BY (Ifother than Item 6) CODE l _

NASA JSC White Sands Test Facility SEEBLOCK 6Attn: Joshua Soto/BH5P.O. Box 20Las Cruces, New Mexico 88004

8. NAMEAND ADDRESS OF CONTRACTOR (No.. street, _untv, State, and ZIP Code)

Enterprise Advisory Services, Inc.Attn: John Watkins6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1DTrf_ FACILITY CODE

(X) _ 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11)

IN/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM13)

X NNJ06HC02C 2/28/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

_-] The above numberedsolicita_onisamended es set torth in Rem14. The hourend date egecified tor receiptof Olfers [] is extended, _1 is notextended.Offers mustacknowledgereceiptofthisamendmentpnor tothe hourenddate specifiedin the solicitationor as amended,byoneof the fOllOwingmethods:

(a)Bycomoletingltems8and 15, andretuming [] capiesoftheamendment (bIBvaoknowled_inqreceil_tofthisamendmentoneachegl_yoftheofforsubmitted:or (c) By separateletteror telegramwhichincludesa refemneatothe solicitationandamendment numbem. FAILURE OF YOUR ACKNOWLEDGEMENT TOBE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIORTO THE HOUR AND DATESPECIFIED MAY RESULT IN REJECTIONOF

"OUROFFER. If byvirtueof this amendmentyoudesireto change anofferalreadysubmitted,suchchangemay be madeby telegram or letter,providedeach telegram

-letter makes referenceto thesolicitationand thisamendment,and is receivedpriorto theopeninghourand datespecified.12. ACCOUNTING AND APPROPRIATION DATA(IftecluiredJIncrease by: $3,400,000.00.

13. THIS ITEMAPPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,- ITMODiFiESTHE CONTRACT/ORDE_NO. AS DESCRiBEDqN _I-E-M_I4.(_ :

-- A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Sescifvauthorib/)THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THECONTRACT ORDER NO. IN ITEM 10A.

B, THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIEDTO REFLECT THE ADMINISTRATIVE CHANGES (SUChas chanties in cayinqoffice,

X appropriationdate, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).LimitationofFunds 52.232-22

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

d. OTHER (SDecifv lyl:e of modification and authofitv)

E. IMPORTANT: Contlactor _ isnot, _1 is requiredto sign thisdocumentand retam cop_esto the issuingoff/ca,

14, descriptionofareeedmenUreodifieatlen(Offlanized bY UCFsection headines, including so�/citation/contract subiect matter where feasib/e.)

a. The purpose of this modification is to update Section B.4 Contract Funding. The contract funding ishereby increased by $3,400,000.00 from $15,401,080.60 to $18,801,080.60

b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

Exoeptasprovidedherein)all termsandconditionsof thedocumentreferenced,inItem9Aor10A asheretoforec_ln_ed_remainsunchangedandin fullforceandeffect15A. NAMEAND TITLE OF SIGNER (Type orptint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type orpnnt)

..... Valerie A. Marburger, Contracting Officer

d. CONTRACTOR/OFFEROR J 5C DATE SIGNED 16B, UI_TE[_ STATES OFAMERICA I 16C. DATE SIGNED

,S,oo,te.o, .otho,.od,os,,n, o, 1"/!Y/o7NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (Rev. 1083)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug 95) Prescribed by GSA

FAR (48CFR) 5B.243

01184-N NJ06HC02C

Page 167: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification 17

Page 2 of 2

14. Continuation

Cost

Prior Obligation This Action Cumulative ObligationCF (CR) $ 2,835,778.07 $ 577,358.49 $ 3,413,136.56CF (FP) $ 3,650,035.50 $ 962,264.15 $ 4,612,299.65Subtotal CF $ 6,485,813.57 $ 1,539,622.64 $ 8,025,436.21

Phase-In (FP) $ 263,684.00 i $ - $ 263,684.00ORTO's $ 7,685,484.12 I $ 1,667,924.53 $ 9,353,408.65FFP DO's $ 100,000.00 $ - $ 100,000.00

ICost Subtotal $ 14,534,981.69 i $ 3,207,547.17 $ 17,742,528.86

JFee

i Prior Obligation t This Action Cumulative ObligationCF(CR) $ 370,247.55 $ 94,301.89 $ 464,549.43CF (FP) $ $ $

Subtotal CF $ 370,247.55 $ 94,301.89 $ 464,549.43

Phase-In (FP) $ $CRTO's $ 495,851.36 $ 98,150.94 $ 594,002.30FFP DO's $ $

Fee Subtotal $ 866,098.90 $ 192,452.83 $ 1,058,551.73

Cost &-Fee Total $ 15,401,080.60 i $ 3;400;660.06 _$ 18,801,680.60

This allotment is for facility operations and support services and covers the followingestimated period of performance: March 1, 2006 through April 16, 2007.

01185-N NJ06HC02C

Page 168: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

OMB Approval No. 2700-0042AMENDMENT OF SOLICITATION/ 1. CONTRACT ID CODE PAGE OF PAGES

MODIFICATION OF CONTRACT i I 2AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUIS]TION/PURCHASE REQ. NO. 5. PROJECTNO. (/fapp/icabfe)

018 See Block 16c 4200189859

6. ISSUED BY CODE JRA 7. ADMINISTERED BY (/f other than Item 6) CODE l J][_'_

NASA JSC White Sands Test Facility SEE BLOCK 6Attn: Joshua Soto/BH5P.O. Box 20Las Cruces, New Mexico 88004

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and ZIP Cede)

Enterprise Advisory Services, Inc.Attn: John Watkins6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1D7H2 FACILITY CODE

(X) I 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11)

rN/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM 13)

X NNJ06HC02C 2128106

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, r_] 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 [] copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offersubmitted; or (c) Byseparate letter or telegram which ncludes a reference to the solicitation and amendmen numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO

..7 "E RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF

)UR 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.,"letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.12. ACCOUNTINGAND APPROPRIATION DATA (If required)Increase by: $2,600,000.00.

13. THIS ITEM APJ_LIESONLY3"(DMODIFICATLONS DE CONTRACTS/ORDERS.IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.(x)

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

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office,X appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

Limitation of Funds 52.232-22

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

d. OTHER (SpecifYtype of modification and authority_

E. IMPORTANT: Contractor F_ is not, [_ is required to sign this document and return copies to the issuing office.

14. description of amendmenfJmodficat on (Orqanized by UCF sect on headinqs, nclud nc!soficitation/contract subiec matter where feasib e )

a. The purpose of this modification is to update Section B.4 Contract Funding. The contract funding ishereby increased by $2,600,000.00 from $18,801,080.60 to $21,401,080.60.

b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

ExceptasPr_videdherein_a_termsandc_ndIti_ns_fthed_cumentreferen_edin]tern9A_r1_asheretoforechanqed,remainsunchangedandinfull forceandeffect.

/f _SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Valerie A. Marburger, Contracting Officer

I 16B. U_ITF_OSTATES OF AMERICA . 1160. DITE SIGNd/;D

i5B. CONTRACTOR/OFFEROR 5C DATE SIGNED

'Y ,(Sigeatureofpersonauthorizedtosign) (SignatureofContractingOff/cer) I X/ [ y/ ' */

NSN 7540-01-152-8070 30-105 STANDARD FORM 38 (Re& 10-83)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug 95) Prescribed by GSA

FAR (48 CFR) 53.243

01186-N NJ06HC02C

Page 169: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

( (NNJ06HC02C

Modification 18

Page 2 of 2

14. Continuation

Cost

Prior Obligation This Action Cumulative ObligationCF (CR) $ 3,413,136.56 $ 441,509.43 $ 3,854,645.99CF (FP) $ 4,612,299.65 $ 735,849.06 $ 5,348,148.71

Subtotal CF $ 8,025,436.21 $ 1,177,358.49 $ 9,202,794.70

Phase-In (FP) $ 263,684.00 $ - $ 263,684.00CRTO's $ 9,353,408.65 $ 1,275,471.70 $ 10,628,880.35FFP DO's $ 100,000.00 $ - $ 100,000.00

ICost Subtotal $ 17,742,528.86 $ 2,452,830.19 $ 20,195,359.05

Fee

Prior Obligation This Action .Cumulative ObligationCF (CR) $ 464,549.43 $ 72,113.21 $ 536,662.64CF (FP) $ $ $

Subtotal CF $ 464,549.43 $ 72,113.21 $ 536,662.64

Phase-In (FP) $ $CR TO's $ 594,002.30 $ 75,056.60 $ 669,058.9C

""..... FFP DO's $ $

Fee Subtotal $ 1,058,551.73 $ 147,169.81 $ 1,205,721.54

Cost & Fee Total $ 18,801,080.60 $ 2,600,000.00 $ 21,401,080.60

This allotment is for facility operations and support services and covers the followingestimated period of performance: March 1, 2006 through May 17, 2007.

f_L

01187-NNJ06HC02C

Page 170: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

OMB Approval No. 2700-0042AMENDMENT OF SOLICITATION/ t 1. CONTRACT ID CODE j PAGE OF PAGES

I

MODIFICATION OF CONTRACT I t 1 I 2

• f 2. AMENDMENT/MODIFICATION NO. I 3, EFFECTIVE DATE 4. REQUISITtON,'PURCHASEREQ. NO. I 5. PROJECT NO. (If applicable)

I0t9 See Block 16c 4200193434

6. ISSUED BY CODE JRA 7. ADMINISTERED BY (ffofher than Item 6) CODE I _

NASA JSC White Sands Test Facility SEEBLOCK 6Attn: Joshua SotolBH5P.O. Box 20Las Cruces, New Mexico 88004

8. NAMEAND ADDRESS OF CONTRACTOR [No., street, counly. State. and ZiP Code)

Enterprise Advisory Services, Inc.Attn: John Watkins6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1 D_-[2 FACILITY CODE

(X) I 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11)

IN/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEEITEM 13)

X NNJ06HC02C 2/28106

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

i-_ The above numberedsolicitationis amendedas set forthin ltem14. Thehouranddafosl_c_-ledforraeail:)tofOffers [] is extended. _ isnotextended.Offersmustacknowledgereceiptof this amendmentpdor to the hourand datespecified in thesulicitationor as amended,byoneof the followingmethods:

(a) BVcomDletin_lItems8 and 15. and retumin_l [] copiesofthe amendment:(bYBy ackn_edgin_l receiptof this amendmentoneach copyof the offorsu_mitted:_r(_)Bvseparate_etter_rte_eQmmwhiohinc_udesamfereneatethes_cJtati_nendameodmentnumbera_ FAILURE OF YOUR ACKNOWLEDGEMENTTO

•-- BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTIONOF"OUROFFER. If byvirtueof thisamendmentyoudesiretochangean offeralreadysubmitted,such change may be madebytelegramor letter,providedeach telegramclettermakes referenceto ttle solicitationandthis amendment,andis receivedp_or to the openinghourand datespecified.

12. ACCOUNTING AND APPROPRIATION DATA (Ifreouired)

Lncrease by: $2,000,000.00.13. THIS ITEM APPLIES ONLYTO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODiFiES THE CONTRACT/ORDER NO_ASDESCRIBED IN ITEM 14:(x)

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (SDecifi/authority}THE CHANGES SET FORTH IN ITEM I4 ARE MADE IN THECONTRACT ORDER NO. IN ITEM lOA_

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIEDTO REFLECT THE ADMINISTRATIVE CHANGES (suchas chantiesin Davin_office,X appropriationdate, etc.) SET FORTH IN ITEM 14, PURSUANTTO THE AUTHORITY OF FAR43.103(b).

Limitationof Funds 52.232-22

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

d. OTHER (SDecifvtvl_e of mod#icetionend authoritv)

RE. IMPORTANT: Contractor _ is not, is requital tosignthisdocumentand return _ptes to the issuingoffi_.

14. descdpti_nof amendment_m_d_cati_n(_r`_anizedb_ UCF secti_n headin_/s'inc_udin_s_iciteti_n/c_ntract subiect matter where feasibteJ

a. The purpose of this modification is to update Section B.4 Contract Funding. The contract funding ishereby increased by $2,000,000.00 from $21,401,080.60 to $23,40t,080.60.

- b. Page 2 contains a breakout of funding.c. See SPICE for updated section.

Except as provided herein_ all temls and conditions of the document referenced in ]tern 9A or 10A as heretofore ch_ed, remains ur_han_ed arid in full force and effec_.

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

,,f-- Colleen Burns, Contracting Officer.5B. CONTRACTOR/OFFEROR 5C DATESIGNED 16B. UNITEDSTATES OF AMERICA 16C. DATESIGNED

(Signature of person authorized to sign) (Signature of Contrac_'ngOfficer)

NSN 7540-01-152-8070 30-.105 STANDARD FORM 30 (Rev. 10433)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug 95) PrescribedbyGSA

FAR (48 CFR) 53.243

01188-N NJ06HC02C

Page 171: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

NNJ06HC02CModification 19

Page 2 of 2

14. Continuation

Cost

I Prior Obligation ! This Action Cumulative ObligationCF (CR) i $ 3,854,645.99 I$ 754,716.98 $ 4,609,362.97CF (FP) I$ 5,348,148.71 I$ 377,358.48 $ 5,725,507.19Subtotal CF $ 9,202,794.70 $ 1,132,075.46 $ 10,334,870.16

Phase-In (FP) $ 263,684.00 $ - $ 263,684.00CRTO's $ 10,628,880.35 $ 754,716.99 $ 11,383,597.34FFP DO's $ 100,000.00 I$ $ 100,000.00

Cost Subtotal $ 20,195,359.05 $ 1,886,792.45 $ 22,082,151.50

Fee

Prior Obligation This Action Cumulative ObligationCF(CR) $ 536,662.65 $ 55,471.70 $ 592,134.35CF (FP) $ $ $

Subtotal CF $ 536,662.65 $ 55,471.70 $ 592,134.35

Phase-In (FP) $ $CR TO's $ 669,058.90 $ 57,735.85 $ 726,794.75FFP DO's $ $

Fee Subtotal $ 1,205,721.55 $ 113,207.55 $ 1,318,929.10= i

Cost & Fee Total $ 21,401,080.60 $ 2,000,000.00 $ 23,401,080.60

This allotment is for facility operations and support services and covers the followingestimated period of performance: March 1, 2006 through June 18, 2007.

f

01189-N NJ06HC02C

Page 172: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

CApproval No. 2700-0042OMB

AMENDMENT OF SOL'C_A_O _ 1 _* COnTaCT 'o COo_ _ PAGE OF _AGES

./ 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REOUISmON/PURCHASE REQ. NO. 5. PROJECT NO. (if applicable)

020 See Block 16c N/A

6. ISSUEDBY CODE JRA 7. ADMINISTERED BY (Ifother than ttem 6) CODE 1

NASA JaG White Sands Test Facility SEE BLOCK 6Attn: Joshua SotolBH5P.O. Box 20Las Cruces, New Mexico 88004

8. NAME ANDADDRESS OF CONTRACTOR (No..street, countv. State. and ZIP Code)

Enterprise Advisory Services, Inc.Attn: John Watkins6671 Southwest Freeway Suite 800Houston, TX 77074

CODE 1..D7_ FACILITYCODE

('X) I 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11)

JN/A10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEEITEM 13)

X NNJ06HC02C 2/28106

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[] The above numbered solicitaf_onis amended as set terth in ltem14. The hourend date specifiedfor receipt of Offers [] is extended, _ is notextended.Offersmustacknowledgereceipt of thisamendmentpriortothe houranddate specifiedin the solicitationor as amended,byone of the fotiowing methods:

(a) Bv complefiegltems 8 and15, and retumin_ [] c_Dies_ftheernendment:(b_acknowIedqingreceipt_fthisamendment_neachc_D_ofthe_rsubmitted;or (c} By separateletteror telegramwhichincludesa referencetothe solicitationandamendmentnumbers, FAILUREOF YOUR ACKNOWLEDGEMENT TO

,_ _ BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOURAND DATE SPECIFIED MAY RESULT IN REJECTION OF"OUROFFER. If byvirtueofthis amendment youdesireto change anoffer alreadysubmitted,suchchange may be made bytelegram or letter,providedeach telegramr letter makes referenceto the solicitationandthis amendment,and is receivedpriorto the openinghourand date specified.

12. ACCOUNTING AND APPROPRIATION DATA (/freouired)N/A

13. THIS ITEMAPPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,, _ ,v,,Ju,r,cS , HE_,,.,,.T_.T ............A$_... •_D .......... 4 _×)

-- A. THISCHANGE ORDER ISISSUED PURSUANT TO: (Spedfvauthor_v)THE CHANGES SET FORTH INITEM 14ARE MADE INTHECONTRACT ORDER NO. INITEM10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER iSMODIFIED TO REFLECTTHE ADMINISTRATIVE CHANGES (suchas changesinea_An_office,X appropriationdate, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

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

d. OTHER (SDecifvNDe of modificaUonand authot#v}

y

% I_ f IIMPORTANT: Con_or is not, I I is requiredto sign thisd_ument and return oopies.to_the issuingoffice.

14. descriptionof amendment/modification(Organized by UCF section headings, including solicitation/contract subiect matterwhere feasib/eJ

a. The purpose of this modification is to update Section ,,.'",, "^,.,w=.,_'4F^^.............=,,,=.._,=,,,, m_,,,_n," _,_-_..-.^s.... ah, -,"Award Fee Distribution." Appendix 3, "Award Fee Distribution," is hereby deleted in its entirety and replacedwith the attached page.

Exceptas providedhereinTalltermsandcondRionsof thedocumentreferencedinItem9Aor101 as heretoforec_hanged_remainsunchan_l andinfullforceandeffecf_15A. NAMEAND TITLE OF SIGNER (Type orprint) 16A. NAMEAND TITLE OF CONTRACTING OFFICER (Type orprint)

,If - Valerie A. Marburger, Contracting Officer

16C, DATg SIGNED

(Signature of person authorized to sign) - (Signature of Con_acUngbfficer)

NSN 7540-01-152-8070 30-I 05 STANDARD FORM 30 (Rev. 10_3)PREVIOUS EDITION UNUSABLE JSC MS Word (Aug95) Prescribedby GSA

FAR (48 CFR) 53.243

01190-N NJ06HC02C

Page 173: NNJ06HC02C - NASA · 7FCW001.- Repair 300 and 400 Test Areas Concrete Flumes Status: Task Order Approved Originator: Christopher Wolf(R_C) PM: Christopher Wolf (RC) Contractor: EASI

=

NNJ06HC02CModification 20

Page 2 of 2" " APPENDIX 3- AWARD FEE DISTRIBUTION

EVALUATION PERIODS ESTIMATED AWARD FEEAVAILABLE

AWARD FEE PERIOD 1

MARCH 1, 2006 - AUGUST 31, 2006 $448,687.06AWARD FEE PERIOD 2

SEPTEMBER 1, 2006 - FEBRUARY 28, 2007 $503,813.48AWARD FEE PERIOD 3

MARCH 1, 2007 - AUGUST 31, 2007 $163,636AWARD FEE PERIOD 4

SEPTEMBER 1, 2007- FEBRUARY 28, 2008 $164,287AWARD FEE PERIOD 5

MARCH1,2OO8-AUGUST31,2008 $166,696AWARD FEE PERIOD 6

SEPTEMBER 1, 2008 - FEBRUARY 28, 2009 $167,901AWARD FEE PERIOD 7

MARCH 1, 2009 - AUGUST 31, 2009 $171,019AWARD FEE PERIOD 8

SEPTEMBER 1, 2009 - FEBRUARY 28, 2010 $172,579AWARDFEE PERIOD 9

MARCH 1, 2010 -AUGUST 31, 2010 $175,857AWARD FEE PERIOD 10

SEPTEMBER 1. 2010 - APRIL 30, 2011 $236,661

TOTAL $2,371,136.54

01191 -NNJ06HC02C