1. contract id code page of pages amendment … · contract id code page of pages amendment of...

36
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11 23-Feb-2011 N65236-11-MR-55154 N/A 6. ISSUED BY CODE N65236 7. ADMINISTERED BY (If other than Item 6) CODE S2404A SPAWAR SSC ATLANTIC (Charleston) P.O. BOX 190022 North Charleston SC 29419-9022 DCMA Manassas 10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 20109-2342 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. ManTech Systems Engineering Corporation 12015 Lee Jackson Highway Fairfax VA 22033 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4080-V701 10B. DATED (SEE ITEM 13) CAGE CODE 2U954 FACILITY CODE 174245993 10-Apr-2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) FAR 43.103(a)(3) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 23-Feb-2011 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Upload: danganh

Post on 17-Apr-2018

217 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

11 23-Feb-2011 N65236-11-MR-55154 N/A6. ISSUED BY CODE N65236 7. ADMINISTERED BY (If other than Item 6) CODE S2404ASPAWAR SSC ATLANTIC (Charleston)P.O. BOX 190022North Charleston SC 29419-9022

DCMA Manassas10500 BATTLEVIEW PARKWAY, SUITE 200MANASSAS VA 20109-2342

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

ManTech Systems Engineering Corporation 12015 Lee Jackson Highway Fairfax VA 22033 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

[X] N00178-04-D-4080-V701 10B. DATED (SEE ITEM 13)

CAGE CODE 2U954 FACILITY CODE 174245993 10-Apr-200611. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

SEE SECTION G

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

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

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

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

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

[X] D. OTHER (Specify type of modification and authority)FAR 43.103(a)(3)

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

SEE PAGE 2

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

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY23-Feb-2011

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

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

1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Page 2: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

GENERAL INFORMATION

As a result of this modification:

1. Funds in the amount of have been added to SLIN 1501AY in accordance with MANTECH signed letter request dated 8 February 2011. Funding information is shown in Section G.

2. The period of performance date for last option year has been extended through 9 April 2011 in accordance with MANTECH signed letter request dated 8 February 2011. CLIN information is provided below.

ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.

The purpose of this modification is to extend period of performance and add funds. Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order is attached to this modification for informational purposes only.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from

CLIN/SLIN Type Of Fund From ($) By ($) To ($)1501AY OTHER

The total value of the order is hereby increased from .

CLIN/SLIN From ($) By ($) To ($)1501AY

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 2 of 2

FINAL

Page 3: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ ----------------- ---------- --- --------------- --------------- -------------- 1101 Automated Fuel Handling Support Services 1101AA Automated Fuel Handling Support Services (O&MN,N) 1101AB Automated Fuel Handling Support Services (O&MN,N) 1101AC Automated Fuel Handling Support Services (O&MN,N) 1201 Automated Fuel Handling Support Services 1201AE Automated Fuel Handling Support Services (WCF) 1201AF Automated Fuel Handling Support Services (WCF) 1201AG Automated Fuel Handling Support Services (WCF) 1201AH Automated Fuel Handling Support Services (WCF) 1201AJ Automated Fuel Handling Support Services (WCF) 1201AK Automated Fuel Handling Support Services (WCF) 1301 Automated Fuel Handling Support Services 1301AL Automated Fuel Handling Support Services (WCF) 1301AM Automated Fuel Handling Support Services (WCF)

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 1 of 34

FINAL

Page 4: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

1301AN Automated Fuel Handling Support Services (OTHER) 1401 Automated Fuel Handling Support Services 1401AP Automated Fuel Handling Support Services (WCF) 1401AQ Automated Fuel Handling Support Services (WCF) 1401AR Automated Fuel Handling Support Services (WCF) 1501 Automated Fuel Handling Support Services 1501AU Automated Fuel Handling Support Services (O&MN,N) 1501AV Automated Fuel Handling Support Services (OTHER) 1501AW Automated Fuel Handling Support Services (OTHER) 1501AX Automated Fuel Handling Support Services (OTHER) 1501AY Automated Fuel Handling Support Services (OTHER) For ODC Items: Item Supplies/Services Qty Unit Est. Cost ------ ----------------- ---------- --- --------------- 3101 3101AA Travel Costs (O&MN,N) 3201 3201AL Travel Costs (WCF) 3201AM TRAVEL COSTS (WCF) 3301

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 2 of 34

FINAL

Page 5: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

3301AN Travel Costs (WCF) 3401 3401AP Travel Costs (WCF) 3401AQ Travel Costs (WCF) 3501 3501AU Travel Costs (O&MN,N)

5252.232 9200 ALLOTMENT OF FUNDS (JAN 1989)

(a) This contract is incrementally funded with respect to both cost and fee.

(b) The amounts presently available and allotted to this contract for payment of fee, as provided in the Section I clause of this contract entitled “Fixed Fee”, are as follows:

ITEM(S) ALLOTTED TO FIXED FEE

(c) The amounts presently available and allotted to this contract for payment of cost, subject to the Section I “Limitation of Funds”clause, the items covered thereby and the period of performance which it is estimated the allotted amount will cover are as follows:

ITEM(S) ALLOTTED TO COST PERIOD OF PERFORMANCE

10 April 2006 09 April 2007

(d) The parties contemplate that the Government will allot additional amounts to this contract from time to time by unilateral contract modification, and any such modification shall state separately the amounts allotted for cost and for fee, the items covered thereby, and the period of performance the amounts are expected to cover.

(End of clause)

ADDITIONAL SLINS

Additional SLINs will be unilaterally created by the Contracting Officer during performance of this Task Order to accommodate the multiple types of funds that will be used under this Order.

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 3 of 34

FINAL

Page 6: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

SECTION C DESCRIPTIONS AND SPECIFICATIONS

Section C - Performance Work Statement (PWS)

SPAWARSYSCEN-CHARLESTON, Code 744 Automation Fuels Support

1.0 INTRODUCTION

This Performance Work Statement (PWS) details the parameters and requirements for supporting the ATG/AFSS/AFHE technical and maintenance support programs at SPAWARSYSCEN Charleston, Hickam AFB, Hawaii, and various DOD Automation Fuel Sites Worldwide.

2.0 BACKGROUND

The Defense Energy Support Center (DESC) manages, installs, and maintains automated fuel handling equipment and systems at DoD fuel facilities worldwide. The Space and Naval Warfare Systems Center Charleston is tasked by DESC with life-cycle maintenance support for these systems. DESC has installed Automated Fuel Handling Equipment (AFHE), Automated Tank Gauging (ATG), Automated Fuel Service Station (AFSS) equipment under three major program efforts. AFHE projects are implemented at DoD bulk fuel storage fuel depots. These projects standardize and modernize automation at fuel storage and distribution activities to increase operational efficiency, provide real-time and fast response to depot operations that have potential for hazardous spills and/or life threatening conditions, support real-time control of depot operations, tighten inventory control, and automate data storage and retrieval. The Phase IIA ATG program installed large bulk tank ATG systems for all services and small tank ATG for the Air Force. The Phase IIB program installed small tank ATG and AFSS systems at Army, Navy, and Marine Corps fuel facilities. ATG systems provide automated inventory monitoring, low/high level alarms, and leak detection for fuel tanks. AFSS systems are installed at retail and bulk fuel distribution locations. AFSS equipment captures fuel issue transactions and uploads that data into FAS.

3.0 SCOPE

The objective of this Task Order is to obtain the full range of program management and project management support services to assist and support Automation Program to carry out its duties and responsibilities to install and maintain world-class ATG and AFSS equipment and services to DESC. The range of Task Order services required span subject matter expertise to administrative support, technical support, and services with skill sets and experience that match Code-744”s need to comply with and respond to DOD, DLA, SPAWAR, and Service Control Point requirements including current, updated program plans and documentation, current and accurate requirements definition, alternative approaches for fielding, migrating, staging and supporting systems, site management, acquisitions, adherence to standards, specifications and best practices, mitigation of risks, addressing issues and performing all of the Program and Project functions necessary to achieve the strategic goals and objectives of the Amotion Program.

4.0 PLACE OF PERFORMANCE

Work shall be performed at the following facilities

SPAWARSYSCEN Charleston

Hickam AFB, Hawaii

Various DOD Automation Fuel Sites Worldwide

5.0 APPLICABLE DIRECTIVES / REFERENCES

5.1 Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston References

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 4 of 34

FINAL

Page 7: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

The Automation Program is Capability Maturity Modelâ Integration (CMMI) level 2 compliant and maintains referenced SPAWARSYSCEN Charleston CMMI documentation on the Automation Program WebPM website; https://webpm.intecwash.navy.mil. In accordance with CMMI policy, hard copy documentation is not considered controlled and SPAWARSYSCEN Charleston CMMI document versions listed below may be superceded by more current versions. It is the contractor’s responsibility to request access to the website to ensure compliance with the most recent document versions.

a. MAIN-D-GEN-SOP-02-1.1, Corrective Maintenance Standard Operating Procedure

b. AUTO-D-GEN-SAM-01-1.0, Supplier Agreement Management Plan

c. MAIN-D-GEN-SOP-09-1.0, Maintenance Site Visit Request Standard Operating Procedure

d. P2B-D-GEN-PRD-01-1.0, Phase IIB ATG/AFSS/FAS Interface Standard Drawing Requirements Document

e. AUTO-D-GEN-CMP-01-2.0, Automation Program Configuration Management Plan

f. MAIN-D-GEN-PM-01-1.0, AFHE/ATG/AFSS Maintenance Program Management Plan

g. AUTO-D-GEN-GSPC-02-1.0, DOD Fuels Automation ATG General Specification

h. AUTO-D-GEN-GSPC-03-1.0, DOD Fuels Automation AFSS General Specification

i. MAIN-D-GEN-SOP-04.2.0, Automation Program Site Support Standard Operating Procedure

j. MAIN-D-GEN-SOP-01-2.0, Automation Program Preventive Maintenance Standard Operating Procedure

k. MAIN-D-GEN-SOP-03-1.0, Automation Program Corrective Maintenance Follow-Up Standard Operating Procedure

l. MAIN-D-GEN-SOP-05-1.0, CIMS & Support Magic Ticket Status Review Standard Operating Procedure

m. MAIN-D-GEN-TEP-02-1.0, Automated Tank Gauging Maintenance Test and Inspection Procedures

5.2 Government References

a. DoD 5220.22M (Industrial Security Manual for Safeguarding Classified Information)

b. DoD-D-4140.25 – Management of Bulk Petroleum

c. DoD-STD-7935.1-S – Automated Data Systems Documentation Standards

5.3 Other References

a. Manufacturer’s Equipment Manuals

5.4 SPECIFICATIONS (Guidance Only)

5.4.1 American National Standards Institute (ANSI)

a. ANSI C2 – National Electrical Safety Code

b. ANSI X3.5 – Flow Chart Symbols and Their Usage in Information Processing

c. ANSI C39.5 – Safety Requirements for Electrical Measuring and Controlling Instrumentation

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 5 of 34

FINAL

Page 8: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

d. ANSI/ISA-S5.1 – Instrumentation Symbols and Identification

5.4..2 American Petroleum Institute (API)

a. API-STD-1104 - Standard for Welding Pipelines and Related Facilities

b. API RP-500 – Classification of Locations for Electrical Installation

c. API RP 651 - Cathodic Protection of aboveground Petroleum Storage Tanks

d. API Standard 653 - Tank Inspection, Repair, Alteration, and Reconstruction

e. BULL 2007-62 - Safe Maintenance Practice in Refineries

f. PUB 2009 - Safe Practice in Gas and Electric Cutting and Welding in Refineries, Gasoline Plants, Cycling Plants, and Petrochemical Plants

g. PUB 2015 - Cleaning Petroleum Storage Tanks

h. PUB 2201 - Procedures for welding or Hot Tapping on Equipment Containing Flammables

i. API-STD - Manual of Petroleum Measurement Standards, Chapter 3 – Tank Gauging Section 1B – Standard Practice for Level Measurement of Liquid Hydrocarbons in Stationary Tanks by Automatic Tank Gauging.

5.4.3 National Fire Protection Authority (NFPA)

a. NFPA 30 - Flammable and Combustible Liquids

b. NFPA 70 - National Electrical Code

c. NFPA 78 - Lightning Protection

d. NFPA 497 - Classification of Flammable Liquids, Gases, etc. and of Hazardous Locations

5.4.4 Underwriters’ Laboratories, Inc. (UL)

a. UL 467 - Grounding and Bonding Equipment

b. UL 50 - Cabinets and Boxes

c. UL 508 - Industrial Control Equipment

d. UL 698 - Industrial Control Equipment for Use In Hazardous Locations

6.0 SECURITY

Contractor request for visit authorization shall be submitted in accordance with reference 2.2a not later than one week prior to visit. Tasking performed under this delivery is unclassified; therefore, security classification form DD-254 is not required. The Contractor shall forward requests for visitation to:

Commanding Officer

Space and Naval Warfare Systems Center Charleston

P.O. Box 190022

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 6 of 34

FINAL

Page 9: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

North Charleston, SC 29419-9022

Attn: Security Office and

In addition, for Air Force sites, the contractor shall follow requirements of reference 5.1c.

7.0 COR DESIGNATION/TASK ORDER MANAGER

The COR for the Delivery Order is Technical points of contact that have specific interests in this work are:

is the Branch Manager and primary point of contact for all technical issues associated with this Performance Work Statement (PWS) and delivery order.

is the ATG Maintenance Project Manager and secondary point of contact for all technical issues associated with this PWS and delivery order.

, is the Program Manager and point of contact for all programmatic concerns and issues related with this PWS and delivery order

8.0 PERFORMANCE REQUIREMENTS

8.1 TASK A - AUTOMATION FUELS INVENTORY TASKING

The contractor shall:

(1) Track inventory data sheets, drawings, configuration files, and Preventive Maintenance (PM) Reports from the maintenance contractors.

(a) Review PM Schedule Report to determine what data was collected by the maintenance contractors in accordance with their PWSs.

(b) Enter the date that SPAWARSYSCEN Charleston received the inventory data, drawings, configuration files, and PM reports into the PM schedule report.

(c) Report any missing data or drawings to SPAWARSYSCEN Charleston Project Manager.

(2) Obtain equipment information from newly completed Phase IIB installations

(3) Enter inventory data into the Automation Inventory Database.

(4) Upload configuration drawings and files into the Automation Inventory Database.

(5) Knowledgeable ofthe different automation equipment and systems to be entered into the Automation Inventory Database.

(6) Review and compare equipment data to the configuration drawings for each site making sure that number and type of equipment data gathered matches the drawings.

(7) Report any discrepancies between the data and site configuration drawings to the SPAWARSYSCEN Charleston Project Manager.

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 7 of 34

FINAL

Page 10: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

8.2 TASK B – AUTOMATION FUELS MANAGEMENT AND INSPECTION TASKING

The contractor shall perform the following tasks:

(1) Monitor ATG/AFSS Preventive Maintenance Schedule for changes and progression

(2) Verify completion and accuracy of ATG/AFSS Preventive Maintenance documents; inventory data sheets, drawings, configuration files, and PM reports.

(3) Coordinate Preventive Maintenance schedules with Maintenance Contractor and sites, Service Control Points (SCP), and other commands.

(4) Evaluate Site Support issues either by traveling to the location or obtaining information from maintenance technicians and site personnel.

(5) Perform site surveys to determine scope of work on site support issues or to verify satisfactory completion of repairs.

(6) Update individual site support projects in the Dimensions Management Database and coordinate work with site personnel.

(7) Review the CIMS database and ensure that the CIMS Tickets are preceding in accordance with the Automation Program SOP.

(8) Review CIMS trouble tickets for completeness, and customer satisfaction.

(9) Verify satisfactory resolution of Follow-up trouble tickets. Assist in resolving Follow-up tickets with individual sites.

(10) Review CIMS trouble tickets for trends and rework. Assist with conducting trend analysis of trouble tickets seeking indicators of recurring failures, seasonal failures, poorly performing equipment or materials, etc.

(11) Routinely call customers and review recent site activities for customer satisfaction.

(12) Verify contractor’s performance is according to applicable PWS and Automation Program SOPs and Maintenance Guidance Plan.

(13) Foster, implement, and resolve team CMMI and other command business process issues.

(14) Assist with maintaining the accuracy of and adherence to the Automation Program’s Maintenance Program Management Plan (PMP).

(15) Assist with maintaining the development and implementation of Maintenance Standard Operating Procedures (SOP).

(16) Assist with the development and implementation of maintenance support documents.

(17) Assist Quality Assurance Manager with the development and implementation of metrics for the Maintenance Program.

(18) Assist Requirements Manager with the development and implementation of site operational support requirements documents

(19) Monitor adherence to approved Standard Operating Procedures, metrics, and requirements documents

(20) Assist with improvements to DESC/SPAWARSYSCEN Charleston Help Desk operations.

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 8 of 34

FINAL

Page 11: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

(21) Assist with conducting market analysis seeking better ways to collect data, improve hardware and software performance, and communications.

(22) Monitor internal tasking schedule coordinating the completion of scheduled action items with SPAWARSYSCEN Charleston Project Manager and team members.

(23) Work with other SPAWARSYSCEN Charleston Project Managers to resolve site, programmatic, contractual issues, concerns, and problems.

(24) Travel with team members to discover and resolve maintenance issues, concerns, and problems.

(25) Evaluate the overall effectiveness and performance of installed systems.

(26) Assist with developing power point presentations to inform the Program Manager, Senior Management, customers, and sponsors of status, development initiatives, program issues, concerns, and problems, and financial status.

(27) Assist with the development of requirements and requirement descriptions for new systems or system upgrades

(28) Prepare task descriptions of Site Support issues, PWS's, SOP's and PRD’s associated with the ATG and AFSS maintenance programs.

(29) Review the performance of the maintenance contractor and resolve any issues between the maintenance contractor and site personnel.

(30) Ensure that the maintenance contractors/technicians are following the handling of trouble calls, failures, calibration, operational support, corrective maintenance, preventive maintenance, and spare part handling in accordance with PWS, SOP or PRD.

(31) Report any impacts or physical damage to the equipment that will affect the operation of the systems.

(32) Initiate documents necessary to obtain authorization and funding for site projects.

(33) Prepare for each site visit in the performance of this tasking.

(34) Develop trip reports for each site visit.

(35) Prepare and revise test procedures for verifying ATG and AFSS systems under corrective, preventive, and site support issues.

The contractor shall be able to handle the problem at hand and determine the best course of action based on the options provided under the guidance of ATG/AFSS/AFHE programs. The contractor shall follow the work processes set forth in these programs and ensure the maintenance contractors for these programs follow the government defined work process. The contractor shall access the CIMS database to ensure the work process applications are applied.

The contractor shall review each active ticket each day to ensure the maintenance contractors are properly updating the tickets. If the maintenance contractors are not updating the problem or following the work process, the contractor shall contact and notify the assigned maintenance personnel to determine the reason. The technician shall determine and gather the facts behind a conflict that arise with a ticket. This will involve the technical assistant to contact site personnel, the different maintenance contractors, and government agencies to the gather the facts. The technician shall record the facts in the ticket and inform the SPAWARSYSCEN Charleston personnel assigned to the ATG/AFSS/AFHE programs of the conflict and recommend a course of action. The assigned SPAWARSYSCEN Charleston point of contact (POC) will take the problem/conflict for action.

The contractor shall equip each technician working on this task with a mobile phone and digital camera to perform the

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 9 of 34

FINAL

Page 12: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

duties and tasks listed in this PWS.

The contractor shall plan for Automation Fuels Management and Inspection Tasking to be one full time Maintenance Field Technician position and provide in support of the duties in this tasking. The contractor shall also plan for for this technician to perform the duties within this PWS. The technicians shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities. The contractor shall plan for travel for the technicians to ATG and AFSS sites. The technician shall travel at least 60% of time for the Automation Maintenance program.

8.3 TASK C – PACIFIC AUTOMATION FUELS MANAGEMENT, INSPECTION, AND COORDINATION TASKING

The contractor shall perform the following tasks:

(1) Monitor ATG/AFSS Preventive Maintenance Schedule for changes and progression

(2) Verify completion and accuracy of ATG/AFSS Preventive Maintenance documents; inventory data sheets, drawings, configuration files, and PM reports.

(3) Coordinate Preventive Maintenance schedules with Maintenance Contractor and sites, Service Control Points (SCP), and other commands.

(4) Evaluate Site Support issues either by traveling to the location or obtaining information from maintenance technicians and site personnel.

(5) Perform site surveys to determine scope of work on site support issues or to verify satisfactory completion of repairs.

(6) Update individual site support projects in the Dimensions Management Database and coordinate work with site personnel.

(7) Review the CIMS database and ensure that the CIMS Tickets are preceding in accordance with the Automation Program SOP.

(8) Review CIMS trouble tickets for completeness, and customer satisfaction.

(9) Verify satisfactory resolution of Follow-up trouble tickets. Assist in resolving Follow-up tickets with individual sites.

(10) Review CIMS trouble tickets for trends and rework. Assist with conducting trend analysis of trouble tickets seeking indicators of recurring failures, seasonal failures, poorly performing equipment or materials, etc.

(11) Routinely call customers and review recent site activities for customer satisfaction.

(12) Verify contractor’s performance is according to applicable PWS and Automation Program SOPs and Maintenance Guidance Plan.

(13) Foster, implement, and resolve team CMMI and other command business process issues.

(14) Assist with maintaining the accuracy of and adherence to the Automation Program’s Maintenance Program Management Plan (PMP).

(15) Assist with maintaining the development and implementation of Maintenance Standard Operating Procedures (SOP).

(16) Assist with the development and implementation of maintenance support documents.

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 10 of 34

FINAL

Page 13: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

(17) Assist Quality Assurance Manager with the development and implementation of metrics for the Maintenance Program.

(18) Assist Requirements Manager with the development and implementation of site operational support requirements documents

(19) Monitor adherence to approved Standard Operating Procedures, metrics, and requirements documents

(20) Assist with improvements to DESC/SPAWARSYSCEN Charleston Help Desk operations.

(21) Assist with conducting market analysis seeking better ways to collect data, improve hardware and software performance, and communications.

(22) Monitor internal tasking schedule coordinating the completion of scheduled action items with SPAWARSYSCEN Charleston Project Manager and team members.

(23) Work with other SPAWARSYSCEN Charleston Project Managers to resolve site, programmatic, contractual issues, concerns, and problems.

(24) Travel with team members to discover and resolve maintenance issues, concerns, and problems.

(25) Evaluate the overall effectiveness and performance of installed systems.

(26) Assist with developing power point presentations to inform the Program Manager, Senior Management, customers, and sponsors of status, development initiatives, program issues, concerns, and problems, and financial status.

(27) Assist with the development of requirements and requirement descriptions for new systems or system upgrades

(28) Prepare task descriptions of Site Support issues, PWS's, SOP's and PRD’s associated with the ATG and AFSS maintenance programs.

(29) Review the performance of the maintenance contractor and resolve any issues between the maintenance contractor and site personnel.

(30) Ensure that the maintenance contractors/technicians are following the handling of trouble calls, failures, calibration, operational support, corrective maintenance, preventive maintenance, and spare part handling in accordance with PWS, SOP or PRD.

(31) Report any impacts or physical damage to the equipment that will affect the operation of the systems.

(32) Initiate documents necessary to obtain authorization and funding for site projects.

(33) Prepare for each site visit in the performance of this tasking.

(34) Develop trip reports for each site visit.

(35) Prepare and revise test procedures for verifying ATG and AFSS systems under corrective, preventive, and site support issues.

The contractor shall be able to handle the problem at hand and determine the best course of action based on the options provided under the guidance of ATG/AFSS/AFHE programs. The Maintenance Field Technician shall follow the work processes set forth in these programs and ensure the maintenance contractors for these programs follow the government defined work process. The Maintenance Field Technician shall access the CIMS database to ensure the work process applications are applied.

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 11 of 34

FINAL

Page 14: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

The contractor shall review each active ticket each day to ensure the maintenance contractors are properly updating the tickets. If the maintenance contractors are not updating the problem or following the work process, the contractor shall contact and notify the assigned maintenance personnel to determine the reason. The technician shall determine and gather the facts behind a conflict that arise with a ticket. This will involve the technical assistant to contact site personnel, the different maintenance contractors, and government agencies to the gather the facts. The technician shall record the facts in the ticket and informed the SPAWAR personnel assigned to the ATG/AFSS/AFHE programs of the conflict and recommend a course of action. The assigned SPAWARSYSCEN Charleston point of contact (POC) will take the problem/conflict for action.

The contractor shall equip the technician working on this task with a mobile phone and digital camera to perform the duties and tasks listed in this PWS.

The contractor shall plan for Automation Fuels Management, Inspection, and Coordination Tasking to be one full time position and provide s in support of the duties in this tasking. The contractor shall also plan for for this technician to perform the duties within this PWS. The technician shall be based out of Oahu, Hawaii at government facilities. The contractor shall plan for travel for this technician to ATG and AFSS sites. The technician shall travel at least 60% of time for the Automation Maintenance program.

6.4 TASK D- Help Desk/ISC Coordination Tasking

The contractor shall perform the following tasks:

(1) Manage the trouble calls in the SPAWARSYSCEN Charleston ISC/CIMS database.

(2) Prepare AFHE/ATG/AFSS Contractor Weekly Reports on the status of trouble tickets for the SPAWARSYSCEN Charleston Project Managers.

(3) Prepare AFHE/ATG/AFSS Monthly Status Report on Corrective/Preventive/Site Support Maintenance.

(4) Handle the problem at hand and determine the best course of action based on the options provided under the guidance of ATG/AFSS/AFHE programs.

(5) Follow the work processes set forth in the Automation program and ensure the maintenance contractors of these programs follow the government defined work process.

(6) Review each active ticket each day to ensure the maintenance contractors are properly updating the tickets.

(7) Determine and gather the facts behind a conflict that arise with a ticket.

(8) Record the facts in the ticket and inform the SPAWARSYSCEN Charleston personnel assigned to the ATG/AFSS/AFHE programs of the conflict and recommend a course of action.

(9) Update the DESC Help Desk database on each work order assigned to SPAWARSYSCEN Charleston.

(10) Support the duties of the BSME Support Coordination Tasking

The contractor shall plan for Help Desk/ISC Coordination Tasking to be a full time Logistics/Configuration Specialist position and provide in support of the duties in this tasking. The coordinator shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities.

6.5 TASK E- BSME Support Coordination Tasking

The Logistic Support Coordinator shall

(1) Manage the work orders in the DESC/BSME Support Magic Database

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 12 of 34

FINAL

Page 15: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

(2) Manage the flow of data between the ISC and DESC Help Desk.

(3) Prepare weekly reports on all work orders/trouble tickets older than 60 days for our sponsor, Defense Energy Supply Center (DESC).

(4) Handle the problem at hand and determine the best course of action based on the options provided under the guidance of ATG/AFSS/AFHE programs.

(5) Follow the work processes set forth in these programs and ensure the maintenance contractors of these programs follow the government defined work process.

(6) Review each active ticket each day to ensure the maintenance contractors are properly updating the tickets.

(7) Determine and gather the facts behind a conflict that arise with a ticket.

(8) Record the facts in the ticket and inform the SPAWARSYSCEN Charleston personnel assigned to the ATG/AFSS/AFHE program of the conflict and recommend a course of action.

(9) Review each ticket to determine if a specific ticket is out of the scope of the maintenance program.

(10) Notify the SPAWARSYSCEN Charleston representative when a ticket falls within the category of site support.

Support the duties of the Help Desk Coordinator

The contractor shall plan for BSME Support Coordination Tasking to be a full time Logistics/Configuration Specialist position and provide in support of the duties in this tasking. The coordinator shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities.

8.6 TASK F- Monthly Status Report

The contractor shall provide a Monthly Status Report by the 10th working day of each month to the SPAWARSYSCEN Charleston Project Manager. It shall cover the activities of the previous month. The contractor shall provide necessary management and administrative efforts to prepare, maintain and deliver monthly status reports. The report shall detail, at a minimum, the following information:

· Progress on each Task in this PWS

· Accounting of the costs incurred by the contractor and the funds remaining

· Accounting of the hours utilized and hours remaining (special note if 75% of labor hours are depleted)

· Accounting of travel costs (special note if 75% of travel funds are depleted)

9.0 GOVERNMENT FURNISHED INFORMATION

N/A

10.0 GOVERNMENT FURNISHED MATERIAL

N/A

11.0 GOVERNMENT FURNISHED EQUIPMENT

The following GFE is provide to the contractor;

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 13 of 34

FINAL

Page 16: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

Dell Laptop Computer and accessories QTY 1; Unit Price ; Total price

Dell Laptop Computer consists of the following:

Optiplex GX620 Pentium, 1.0GB 533MHz memory, Smart Reader card Keyboard; 40 BG SATA hard drive, 16X DVD =/-RW Drive; Docking Station.

12.0 CONTRACTOR FURNISHED MATERIAL

The contractor is responsible for acquiring and delivering all material required to complete all tasks described in this PWS. The contractor is responsible for the proper disposal of all removed material. The contractor shall use only new material unless directed otherwise in writing by the SPAWARSYSCEN Charleston Project Manager responsible for the delivery order.

The contractor shall submit a list of material required to complete tasking described herein to the SPAWARSYSCEN Charleston Project Manager. The list shall include the materials manufacturer, manufacturer’s model number, part number, and serial number. The contractor shall submit this list within ten working days after completion of on-sitetasking.

13.0 CONTRACTOR FURNISHED EQUIPMENT

The contractor is responsible for acquiring and delivering all equipment required to complete all tasks described in this PWS. The contractor is responsible for the proper disposal of all removed equipment. The contractor shall use only new equipment unless directed otherwise in writing by the SPAWARSYSCEN Charleston Project Manager responsible for the delivery order.

The contractor shall submit a list of equipment required to complete tasking described herein to the SPAWARSYSCEN Charleston Project Manager. The list shall include the equipment manufacturer, manufacturer’smodel number, part number, and serial number. The contractor shall submit this list within ten working days after completion of on-site tasking.

14.0 TRAVEL REQUIREMENTS

When it becomes necessary for the contractor to travel, the contractor shall submit a request, via email, to the SPAWARSYSCEN Charleston Project Manager seeking approval to travel before initiating any travel plans. All travel claims shall make reference to the e-mail, letter or phone call that granted approval. Failure to gain prior approval may result in disallowance of invoiced travel claims.

For planning purposes, the contractor shall estimate travel costs under Task B Automation Fuels Management and Inspection Tasking for the following trips;

(1) 10 trips (5 days each trip) to the San Diego area.

(2) 10 trips (5 days each trip) to the Seattle area

(3) 5 Trips (5 days each trip) to Chicago area (Midwest)

(4) 5 trips (5 days each trip) to Alaska

(5) 1 trip (5 days each trip) to San Juan, Puerto Rico

For planning purposes, the contractor shall estimate travel costs Under Task C Automation Fuels Management, Inspection, and Coordination Tasking the following trips:

(1) 5 trips (5 days each trip) to the Japan area.

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 14 of 34

FINAL

Page 17: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

(2) 5 trips (5 days each trip) to the Korea area

(3) 1 trip (5 days each trip) to Diego Garcia

15.0 DELIVERABLES

Unless otherwise specified, the contractor shall allow 14 days for Government review of deliverable products.

PWS Section Data Deliverables Deliverable Due Date Deliverable Method Deliverable Format

15.1 8.2 and 8.3 Trip Reports for each site visit Within 5 working days from return WEBPM MS Word Products

15.2 8.4 AFHE/ATG/AFSS Contractor Weekly Reports on the status of trouble tickets Each Monday E-mail MS Office Products

15.3 8.4 AFHE/ATG/AFSS Monthly Status Report on Corrective/Preventive/Site Support Maintenance First working day of each month E-mail MS Office Products

15.4 8.5 Weekly Reports on all work orders/trouble tickets older than 60 days Each Monday E-mail MS Office Products

15.5 8.6 Monthly Status Report By the 10th working day of each month CDROM and E-mail MS Office Products

16.0 WORKLOAD ESTIMATE

16.1 TASK A - AUTOMATION FUELS INVENTORY TASKING

The contractor shall plan for Automation Fuels Inventory Tasking to be one full time specialist position and provide in support of the duties in this tasking. The contractor shall also plan for

for this person to perform the duties within this PWS. The technicians shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities.

16.2 TASK B – AUTOMATION FUELS MANAGEMENT AND INSPECTION TASKING

The contractor shall plan for Automation Fuels Management and Inspection Tasking to be one full time Maintenance Field Technician position and provide in support of the duties in this tasking. The contractor shall also plan for for this technician to perform the duties within this PWS. The technicians shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities.

16.3 TASK C – PACIFIC AUTOMATION FUELS MANAGEMENT, INSPECTION, AND COORDINATION TASKING

Automation Fuels Management, Inspection, and Coordination Tasking to be one full time position and provide approximately in support of the duties in this tasking. The contractor shall also plan for

for this technician to perform the duties within this PWS. The technician shall be based out of Oahu, Hawaii at government facilities.

16.4 TASK D- Help Desk/ISC Coordination Tasking

The contractor shall plan for Help Desk/ISC Coordination Tasking to be a full time Logistics/Configuration Specialist position and provide in support of the duties in this tasking. The coordinator shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities

16.5 TASK E- BSME Support Coordination Tasking

The contractor shall plan for BSME Support Coordination Tasking to be a full time Logistics/Configuration Specialist position and provide in support of the duties in this tasking. The coordinator shall be based out of Charleston, SC in SPAWARSYSCEN Charleston facilities.

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 15 of 34

FINAL

Page 18: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

17.0 Acceptance Plan

17.1 Criteria

The Acceptance Plan defines SPAWARSYSCEN Charleston acceptance of the deliverable products, services and/or support as required in this PWS. The contractor shall provide to the SPAWARSYSCEN Charleston Project Manager (or his/her designated representative) deliverables cited in this PWS.

Deliverable products such as the POA&M, testing documentation of the ATG and/or AFSS system, drawings, trip reports, and out brief forms will be evaluated based on completeness, accuracy, and adherence to the PWS.

17.2 Measures

Timeliness of deliverables will be tracked and used in Contractor Performance Assessment Report (CPAR) submittals. The date of receipt for deliverables will be compared against the table in section 14. A cumulative timeliness rating of 95%, or greater, received on time shall be expected for all deliverables with less than 5% of all deliverables returned for inaccurate or incomplete information. No deliverable shall be more than 5 days late. This information will also be the basis for determining if an additional award year will be awarded.

18. OTHER CONSIDERATIONS/REQUIREMENTS

18.1 General Considerations/Requirements

a. The contractor shall be familiar with documents listed in section 2 of this PWS and shall consider the applicable portions of each document in the performance of these tasks.

b. The contractor shall comply with all site safety and security requirements.

c. Unless otherwise stated, the contractor shall provide all labor, material, equipment and tools required to complete the tasks described in this PWS.

d. The contractor shall use no radio transmission other than that approved by the site.

e. The contractor shall provide a copy of all correspondence with the site to the SPAWARSYSCEN Charleston Project Manager.

f. The contractor's working hours shall normally conform to the normal work hours of the site. The contractor may request deviations in work hours if required. SPAWARSYSCEN Charleston will review the requests and approval will be granted if acceptable to site personnel.

g. Contractor personnel shall wear an appropriate nametag indicating the company and employee name while working on a government site.

h. The contractor is responsible for complying with all State and Local regulations governing construction, repair and upgrading of underground piping, petroleum storage tanks, fuel dispensing, and leak detection equipment.

i. The contractor is responsible for obtaining all permits required for site work. The contractor shall notify the SPAWARSYSCEN Charleston Project Manager via email correspondence when all permits have been obtained.

18.2 Document Handling and Control

All drawings, software and documentation (to include working, review and marked-up drawings, source code, and software listings) developed to support this delivery order are property of the Government and shall not be used for any purpose other than that intended by this PWS.

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 16 of 34

FINAL

Page 19: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

18.3 Conflicts

a. The Government intends to provide corrective maintenance along with operational support for ATG and AFSS systems. If the contractor encounters requirements or situations during this effort that appear to be questionable in terms of normal practices or in terms of economical, technical, or operational feasibility, the contractor is responsible to bring any and all items to the attention of a SPAWARSYSCEN Charleston representative for evaluation and resolution prior to implementation.

b. In the event of a conflict between this PWS and the applicable documents cited herein, the contractor shall consider the order of precedence listed in Section 17.4 below. The contractor shall notify SPAWARSYSCEN Charleston Project Manager of any conflicts within the PWS, and/or any reference documents. In all conflicting cases, the SPAWARSYSCEN Charleston Project Manager shall be notified, in writing, and shall make the final determination.

c. Nothing in this PWS shall supersede applicable laws and regulations unless a specific exemption has been obtained.

18.4 Order of Precedence

a. Statement of Work

b. Equipment Installation Guidelines

c. Government Specifications, Standards and Handbooks

d. Commercial Specifications, Standards, Handbooks and Publications

18.5 Submittals

a. The contractor shall submit monthly progress/status reports that detail labor hours, labor category, and individual charges by name, plus material and travel costs. The contractor shall notify SPAWARSYSCEN Charleston Project Manager when approaching 75% of the awarded funds for the delivery order.

b. The contractor shall provide written justification whenever deliverable dates cannot be achieved. The written justification shall state the reason for not achieving the date and the effect on remaining schedules.

c. Unless otherwise dictated within specific task descriptions, two (2) copies of CDROM contractor submittals shall be provided to SPAWARSYSCEN Charleston, Code 744BT. Each copy shall be labeled to indicate the title of the document, a document listing, the originator, and the contract and/or delivery order number.

d. Word processing documents shall be in Microsoft Word. One copy shall be labeled ‘Original’; the other copy shall be labeled 'Backup'.

C-720 PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURES

This is a performance based order, as defined in FAR Part 37.6. Contractor performance will be reviewed in accordance with the Quality Assurance Surveillance Plan as follows:

QUALITY ASSURANCE PLAN

(1) Objective: The purpose of this plan is to provide a quality assurance plan for the services contracted under this Task Order. This plan provides a basis for the Task Order Manager (TOM) to evaluate the quality of the contractor’sperformance. The oversight provided for in this plan, and the remedy established, will help ensure that service levels are of high quality throughout the task order term.

(2) Performance Standards:

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 17 of 34

FINAL

Page 20: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

a. The deliverables under this task order will be consistently technically accurate.

b. The services delivered under this task order will be consistently of high quality.

c. The contractor’s cost control efforts under this task order will be consistently effective (applicable to cost reimbursement task orders).

d. The contractor will be consistently responsive to Government customers in its performance of this task order.

e. For the purposes of this plan, “consistently” is defined as “generally holding true”, “persistently over time”,and/or “overall uniformly”.

(3) Evaluation Methods: The TOM will conduct performance evaluations based the standards in paragraph 2 above using the following technique:

a. During the performance period of the task order, the TOM will continually and proactively monitor contractor efforts and obtain input from other Government personnel with performance oversight functions to ascertain the level of compliance with the Performance Standards.

b. Every 12 months after the effective date of the task order, the TOM will prepare a Task Order Performance Evaluation (TOPE) documenting the results of the efforts performed under paragraph 3.a. above.

c. The TOM will upload the TOPE to the SeaPort Portal.

(4) Remedy

a. If the annual Performance Evaluation indicates that the contractor has not met one or more of the Performance Standards, the following negative remedy becomes effective: the TOM will submit a negative TOPE on the SeaPort Portal for the applicable Performance Standard.

b. This is a significant negative remedy as the TOPE is a key part of the Performance Monitoring process which:

i. Provides input to the annual Contractor Performance Assessment Report (CPAR); and

ii. Determines the contractor’s ability to earn term extensions to its basic SeaPort-e contract in accordance with the Award Term provisions contained therein.

(End of clause)

C-315 WORKWEEK (DEC 1999)

(a) All or a portion of the effort under this contract will be performed on a Government installation. The normal workweek for Government employees at SPAWAR Systems Center Charleston and its Detachments is Monday through Friday 0730 to 1600. Work at this Government installation, shall be performed by the contractor within the normal workweek unless differing hours are specified on the individual task orders. Following is a list of holidays observed by the Government:

Name of Holiday Time of Observance

New Year’s Day 1 January

Martin Luther King Jr. Day Third Monday in January

President's Day Third Monday in February

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 18 of 34

FINAL

Page 21: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

Memorial Day Last Monday in May

Independence Day 4 July

Labor Day First Monday in September

Columbus Day Second Monday in October

Veteran's Day 11 November

Thanksgiving Day Fourth Thursday in November

Christmas Day 25 December

(b) If any of the above holidays occur on a Saturday or a Sunday, then such holiday shall be observed by the Contractor in accordance with the practice as observed by the assigned Government employees at the using activity.

(c) If the Contractor is prevented from performance as the result of an Executive Order or an administrative leave determination applying to the using activity, such time may be charged to the contract as direct cost provided such charges are consistent with the Contractor’s accounting practices.

(d) This contract does not allow for payment of overtime during the normal workweek for employees who are not exempted from the Fair Labor Standards Act unless expressly authorized by the Ordering Officer. Under Federal regulations the payment of overtime is required only when an employee works more than 40 hours in a normal week period.

(End of clause)

C-317 NOTICE TO CONTRACTOR OF CERTAIN DRUG DETECTION PROCEDURES (DEC 1999)

(a) Pursuant to Navy policy applicable to both Government and contractor personnel, measures will be taken to prevent the introduction and utilization of illegal drugs and related paraphernalia into Government Work areas.

(b) In furtherance of the Navy’s drug control program, unannounced periodic inspections of the following nature may be conducted by installation security authorities:

(1) Routine inspection of contractor occupied work spaces.

(2) Random inspections of vehicles on entry or exit, with drug detection dog teams as available, to eliminate them as a safe haven for storage of or trafficking in illegal drugs.

(3) Random inspections of personnel possessions on entry or exit from the installation.

(c) When there is probable cause to believe that a contractor employee on board a naval installation has been engaged in use, possession or trafficking of drugs, the installation authorities may detain said employee until the employee can be removed from the installation, or can be released to the local authorities having jurisdiction.

(d) Trafficking in illegal drug and drug paraphernalia by contract employees while on a military vessel/installation may lead to possible withdrawal or downgrading of security clearance, and/or referral for prosecution by appropriate law enforcement authorities.

(e) The contractor is responsible for the conduct of employees performing work under this contract and is, therefore, responsible to assure that employees are notified of these provisions prior to assignment.

(f) The removal of contractor personnel from a Government vessel or installation as a result of the drug offenses shall not be cause for excusable delay, nor shall such action be deemed a basis for an equitable adjustment to price,

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 19 of 34

FINAL

Page 22: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

delivery or other provisions of this contract.

(End of clause)

C-719 EXEMPTION FROM ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY REQUIREMENTS (JUN 2001)

(a) The Government has determined that the following exemption(s) to the Electronic and Information Technology (EIT) Accessibility Standards (36 C.F.R. § 1194) are applicable to this procurement:

The EIT to be provided under this contract has been designated as a National Security System.

x The EIT acquired by the contractor is incidental to this contract.

The EIT to be provided under this contract would require a fundamental alteration in the nature of the product or its components in order to comply with the EIT Accessibility Standards.

The EIT to be provided under this contract will be located in spaces frequented only by service personnel for maintenance, repair, or occasional monitoring of equipment.

Compliance with the EIT Accessibility Standards would impose an undue burden on the agency.

The EIT to be provided under this contract is purchased in accordance with FAR Subpart 13.2 prior to January 1, 2003.

(b) Notwithstanding that an exemption exists, the Contractor may furnish supplies or services provided under this contract that comply with the EIT Accessibility Standards (36 C.F.R. § 1194).

(End of clause)

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 20 of 34

FINAL

Page 23: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

SECTION D PACKAGING AND MARKING

SHIP TO INFORMATION

See Section G – Task Order Manager

(End of clause)

Packaging and Marking shall be in accordance with Section D of the SeaPort-e Multiple Award IDIQ contract.

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 21 of 34

FINAL

Page 24: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

SECTION E INSPECTION AND ACCEPTANCE

E-303 INSPECTION AND ACCEPTANCE--DESTINATION (JAN 2002)

Inspection and acceptance of the services to be furnished hereunder shall be made at destination by the Task Order Manager or his duly authorized representative.

(End of clause)

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 22 of 34

FINAL

Page 25: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

SECTION F DELIVERABLES OR PERFORMANCE

F-303 PERIODS OF PERFORMANCE (DEC 1999)

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

1101AA 4/10/2006 - 4/9/20071101AB 4/10/2006 - 4/9/20071101AC 4/10/2006 - 4/9/20071201AE 4/10/2007 - 4/9/20081201AF 4/10/2007 - 4/9/20081201AG 4/10/2007 - 4/9/20081201AH 4/10/2007 - 4/9/20081201AJ 4/10/2007 - 4/9/20081201AK 4/10/2007 - 4/9/20081301AL 12/18/2007 - 12/17/20081301AM 12/31/2007 - 12/29/20081301AN 12/30/2007 - 12/29/20081401AP 12/19/2008 - 3/31/20101401AQ 12/19/2008 - 3/31/20101401AR 12/19/2008 - 3/31/20101501AU 3/3/2010 - 3/3/20111501AV 3/3/2010 - 3/3/20111501AW 3/3/2010 - 3/3/20111501AX 3/4/2010 - 3/3/20111501AY 3/4/2011 - 3/3/20123101AA 4/10/2006 - 4/9/20073201AL 4/10/2007 - 4/9/20083201AM 4/10/2008 - 4/9/20093301AN 12/31/2007 - 12/31/20083401AP 12/19/2008 - 3/31/20103401AQ 12/19/2008 - 3/31/20103501AU 3/4/2010 - 3/4/2011

The above periods of performance for the option(s) to extend the term of the task order shall apply only if the Government exercises the option(s) as stated in Section B in accordance with the basic contract clause at FAR 52.217-8 "Option to Extend Services" or FAR 52.217-9 "Option to Extend the Term of the Contract".

Any option CLIN period of performance which extends past the current period of performance of the basic contract is only valid to the extent that the basic contract period of performance is extended.

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 23 of 34

FINAL

Page 26: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

(End of clause)

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 24 of 34

FINAL

Page 27: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

SECTION G CONTRACT ADMINISTRATION DATA

Task Order Manager

P.O. Box 190022

North Charleston, SC 29419-9022

ACTIVITY OMBUDSMAN

The SPAWAR Ombudsman for this Task Order is:

Name

Address: PO Box 190022, N. Charleston, SC 29419

(End of clause)

INVOICING AND PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

Consistent with task order clause 5252.232-9206, Segregation of Costs, the contractor shall segregate and accumulate costs for the performance of this task order by the appropriate Accounting Classification Reference Number (ACRN). The contractor’s invoice shall identify the appropriate Contract and Task Order numbers. For the work performed, invoiced costs shall be associated to the Contract Line Item Number (CLIN), the Contract Subline Item (SLIN), and the specific ACRN. Invoices submitted to the paying office that do not comply with this requirement will be returned to the contractor for resubmission. The contractor shall provide an electronic copy of each invoice to the Task Order Manager at the time of submission to DCAA/DFAS. The paying office will disburse funds in strict compliance with the amounts invoiced by CLIN/SLIN/ACRN.

(End of clause)

G-314 TYPE OF CONTRACT (DEC 1999)

This is a Cost-Plus-Fixed-Fee task order.

(End of clause)

G-317 INVOICING INSTRUCTIONS

(a) Invoice submission shall be in accordance with Clause H-5 of the basic contract, entitled “Submission of

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 25 of 34

FINAL

Page 28: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

Invoices”.

(b) The contractor shall electronically submit invoices using the Wide Area Workflow (WAWF) web site located at https://wawf.eb.mil. Depending on the contractor’s “direct submit authority” given by Defense Contract Audit Agency (DCAA), the invoice will either be approved by DCAA or submitted directly to Defense Finance Accounting Service (DFAS) for payment.

(c) The following WAWF grid is provided to assist vendors in entering mandatory data into WAWF:

Invoice Type Cost Vouchers

Issued by N65236

Admin by Code S2404A(DCMA Virginia)

DCAA Auditor Code HAA031 (DCAA Herndon Branch Office)

Service Approver Code S2404A(DCMA Virginia)

Pay by Code HQ0338 (DFAS Columbus/South Entitlement)

(End of clause)

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 26 of 34

FINAL

Page 29: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 27 of 34

FINAL

Page 30: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 28 of 34

FINAL

Page 31: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 29 of 34

FINAL

Page 32: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

SECTION H SPECIAL CONTRACT REQUIREMENTS

5252.232-9206 SEGREGATION OF COSTS (DEC 2003)

(a) The Contractor agrees to segregate costs incurred under this task order at the lowest level of performance, either task or subtask, rather than on a total task order basis, and to submit invoices reflecting costs incurred at that level. Invoices shall contain summaries of work charged during the period covered, as well as overall cumulative summaries by labor category for all work invoiced to date, by line item, task or subtask.

(b) Where multiple lines of accounting are present, the ACRN preceding the accounting citation will be found in Section B and/or Section G. Payment of Contractor invoices shall be accomplished only by charging the ACRN that corresponds to the work invoiced.

(c) Except when payment requests are submitted electronically as specified in the clause at DFARS 252.232-7003,Electronic Submission of Payment Requests, one copy of each invoice or voucher will be provided, at the time of submission to DCAA, to the Task Order Manager.

(End of clause)

H-355 CONTRACTOR IDENTIFICATION (DEC 1999)

(a) Contractor employees must be clearly identifiable while on Government property by wearing appropriate badges.

(b) Contractor employees are required to clearly identify themselves and the company they work for whenever making contact with Government personnel by telephone or other electronic means.

(End of clause)

H-359 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION (CBI) (NOV 2003)

(a) Definition.

“Confidential business information,” as used in this clause, is defined as all forms and types of financial, business, scientific, technical, economic, or engineering information, including patterns, plans, compilations, program devices, formulas, designs, prototypes, methods, techniques, processes, procedures, programs, or codes, whether tangible or intangible, and whether or how stored, compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1) the owner thereof has taken reasonable measures to keep such information secret, and (2) the information derives independent economic value, actual or potential from not being generally known to, and not being readily ascertainable through proper means by, the public. Confidential business information may include technical data as that term is defined in DFARS §§ 252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). It may also include computer software as that term is defined in DFARS §§ 252.227-7014(a)(4) and 252.227-7018(a)(4).

(b) The Space and Naval Warfare Systems Command (SPAWAR) may release to individuals employed by SPAWAR support contractors and their subcontractors confidential business information submitted by the contractor or its subcontractors pursuant to the provisions of this contract. Business information that would ordinarily be entitled to confidential treatment may be included in the information released to these individuals. Accordingly, by submission of a proposal or execution of this contract, the offeror or contractor and its subcontractors consent to a limited release of its confidential business information.

(c) Circumstances where SPAWAR may release the contractor’s or subcontractors’ confidential business information include the following:

(1) To other SPAWAR contractors and subcontractors, and their employees tasked with assisting SPAWAR in

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 30 of 34

FINAL

Page 33: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

handling and processing information and documents in the administration of SPAWAR contracts, such as file room management and contract closeout.

(2) To SPAWAR contractors and subcontractors, and their employees tasked with assisting SPAWAR in accounting support services, including access to cost-reimbursement vouchers.

(3) To SPAWAR contractors and subcontractors, and their employees tasked with assisting SPAWAR in crafting performance work statements, assisting with the evaluation of task order cost/technical proposals and assembling performance metrics information.

(d) SPAWAR recognizes its obligation to protect the contractor and its subcontractors from competitive harm that could result from the release of such information. SPAWAR will permit the limited release of confidential business information under paragraphs (c)(1), (c)(2) and (c)(3) only under the following conditions:

(1) SPAWAR determines that access is required by other SPAWAR contractors and their subcontractors to perform the tasks described in paragraphs (c)(1), (c)(2) and (c)(3),

(2) Access to confidential business information is restricted to individuals with a bona fide need to possess,

(3) Contractors, their subcontractors, and their employees who are granted access to confidential business information have signed an appropriate non-disclosure agreement requiring them to provide the same level of protection to confidential business information that would be provided by SPAWAR employees,

(4) Contractors and their subcontractors having access to confidential business information have agreed under their contract or a separate corporate non-disclosure agreement to provide the same level of protection to confidential business information that would be provided by SPAWAR employees, and

(5) SPAWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1), (c)(2) or (c)(3) have agreed under their contract or a separate non-disclosure agreement to not use confidential business information for any purpose other than performing the tasks described in paragraphs (c)(1), (c)(2) and (c)(3).

(e) SPAWAR’s responsibilities under the Freedom of Information Act are not affected by this clause.

(f) If SPAWAR satisfies the conditions listed in paragraph (d), the contractor and its subcontractors agree to indemnify and hold harmless the Government, its agents, and employees from every claim or liability, including attorneys fees, court costs, and expenses, arising out of, or in any way related to, the misuse or unauthorized modification, reproduction, release, display, or disclosure of confidential business information provided by the contractor to the Government.

(g) The contractor agrees to include, and require inclusion of, this clause in all subcontracts at any tier that requires the furnishing of confidential business information.

(End of clause)

TECHNICAL INSTRUCTIONS

(a) Performance of work hereunder may be subject to written technical instructions signed by the Task Order Manager (TOM) specified in Section G of this task order. As used herein, technical instructions are defined to include the following:

(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in details and otherwise serve to accomplish the contractual statement of work.

(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions of work descriptions.

(b) Technical instructions must be within the general scope of work stated in the task order. Technical instruction

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 31 of 34

FINAL

Page 34: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

may not be used to: (1) assign additional work under the task order; (2) direct a change as defined in the “CHANGES”clause in this task order; (3) increase or decrease the task order price or estimated task order amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change any of the terms, conditions or specifications of the task order.

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

(End of clause)

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 32 of 34

FINAL

Page 35: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

SECTION I CONTRACT CLAUSES

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this task order by written notice to the Contractor on or before the expiration of the task order; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the task order expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended task order shall be considered to include this option clause.

(c) The total duration of this task order, including the exercise of any options under this clause, shall not exceed five years.

(End of provision)

52.222-41 Service Contract Act (1965)

CONTRACT NO. N00178 04 D 4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 33 of 34

FINAL

Page 36: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION ... Corrective Maintenance Standard Operating Procedure b. ... Automation

SECTION J LIST OF ATTACHMENTS

DD 1423, Contract Data Requirements List

Desired Personnel Qualifications

Reference Information Sheets

Past Performance Questionaire

Cost Summary Format

Resume Format

Supporting Cost Data

Questions and Answers IRT 3184

CONTRACT NO. N00178-04-D-4080

DELIVERY ORDER NO. V701

AMENDMENT/MODIFICATION NO. 11

PAGE 34 of 34

FINAL