n00178 s2101a nswc, dahlgren division dahlgren va 22448 … · 2014-10-10 · 440063 h299 (scn)...

96
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 49 22-Sep-2014 See Section G N/A 6. ISSUED BY CODE N00178 7. ADMINISTERED BY (If other than Item 6) CODE S2101A NSWC, DAHLGREN DIVISION 17632 Dahlgren Road Suite 157 Dahlgren VA 22448-5110 DCMA Baltimore 217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD 21202-5299 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4042-0019 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-May-2010 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) Unilateral - FAR 52.232-22 Limitation of Funds E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 22-Sep-2014 (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: others

Post on 06-Jul-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

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

49 22-Sep-2014 See Section G N/A6.  ISSUED BY CODE N00178 7.  ADMINISTERED BY (If other than Item 6) CODE S2101A

NSWC, DAHLGREN DIVISION

17632 Dahlgren Road Suite 157

Dahlgren VA 22448-5110

 

DCMA Baltimore

217 EAST REDWOOD STREET, SUITE 1800

BALTIMORE MD 21202-5299

 

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

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

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4042-0019

    10B.  DATED (SEE ITEM 13)

CAGECODE

34157 FACILITY CODE   01-May-2010

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

SEE SECTION G 

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

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

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

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

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

[X] D.  OTHER (Specify type of modification and authority)Unilateral - FAR 52.232-22 Limitation of Funds

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

SEE PAGE 2 

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

      

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY 22-Sep-2014 

(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: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

GENERAL INFORMATION

The purpose of this modification is to provide incremental funding. 

Accordingly, said Task Order is modified as follows: 

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from $46,274,645.17 by$100,000.00 to $46,374,645.17.

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

440063 SCN 0.00 27,943.00 27,943.00

440064 SCN 0.00 72,057.00 72,057.00

The total value of the order is hereby increased from $63,907,078.00 by $0.00 to$63,907,078.00.

The Period of Performance of the following line items is hereby changed as follows:

CLIN/SLIN From To

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 2 of 2 FINAL

 

Page 3: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES

For Cost Type Items:

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

4000 H299 Engineering & Technical

Supportiaw Section C - Base

Year (Fund Type - TBD)

131611.0 HR $9,449,307.00

400001 H299 (WCF)

400002 H299 (WCF)

400003 H299 (O&MN,N)

400004 H299 (O&MN,N)

400005 H299 (WCF)

400006 H299 (WCF)

400007 H299 (WCF)

400008 H299 (WCF)

4100 H299 Engineering & Technical

Supportiaw Section C - Option 1

(Fund Type - TBD)

131611.0 HR $9,740,624.00

410001 H299 (WCF)

410002 H299 (WCF)

410003 H299 (SCN)

410004 H299 (O&MN,N)

410005 H299 (SCN)

410006 H299 (WCF)

410007 H299 (WCF)

410008 H299 (O&MN,N)

410009 H299 (RDDA)

410010 H299 (O&MN,N)

410011 H299 (RDDA)

410012 H299 (O&MN,N)

410013 H299 (RDT&E)

410014 H299 (RDT&E)

410015 H299 (O&MN,N)

410016 H299 (WCF)

410017 H299 (O&MN,N)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 1 of 94 FINAL

 

Page 4: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

410018 H299 (O&MN,N)

410019 H299 (RDDA)

410020 H299 (Fund Type - OTHER)

410021 H299 (RDDA)

410022 H299 (WCF)

410023 H299 (PMC)

410024 H299 (WCF)

410025 H299 (Fund Type - OTHER)

410026 H299 (Fund Type - OTHER)

410027 H299 (Fund Type - OTHER)

410028 H299 (WCF)

410029 H299 (WCF)

410030 H299 (O&MN,N)

410031 H299 (WCF)

410032 H299 (WPN)

410033 H299 (Fund Type - OTHER)

410034 H299 (Fund Type - OTHER)

410035 H299 (Fund Type - OTHER)

410036 H299 (Fund Type - OTHER)

410037 H299 (OPN)

410038 H299 (O&MN,N)

410039 H299 (WCF)

410040 H299 (PMC)

410041 H299 (O&MN,N)

410042 H299 (O&MN,N)

410043 H299 (OPN)

410044 H299 (RDT&E)

410045 H299 (O&MN,N)

410046 H299 (RDDA)

410047 H299 (RDDA)

410048 H299 (RDT&E)

410049 H299 (Fund Type - OTHER)

410050 H299 (O&MN,N)

410051 H299 (O&MN,N)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 2 of 94 FINAL

 

Page 5: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

410052 H299 (O&MN,N)

410053 H299 (RDT&E)

410054 H299 (Fund Type - OTHER)

410055 H299 (RDDA)

410056 H299 (Fund Type - OTHER)

410057 H299 (Fund Type - OTHER)

4200 H299 Engineering & Technical

Supportiaw Section C - Option 2

(Fund Type - TBD)

131611.0 HR $10,047,542.00

420001 H299 (Fund Type - OTHER)

420002 H299 (O&MN,N)

420003 H299 (O&MN,N)

420004 H299 (O&MN,N)

420005 H299 (Fund Type - OTHER)

420006 H299 (O&MN,N)

420007 H299 (RDT&E)

420008 H299 (Fund Type - OTHER)

420009 H299 (Fund Type - OTHER)

420011 H299 (Fund Type - OTHER)

420012 H299 (Fund Type - OTHER)

420013 H299 (O&MN,N)

420014 H299 (O&MN,N)

420015 H299 (O&MN,N)

420016 H299 (O&MN,N)

420017 H299 (O&MN,N)

420018 H299 (Fund Type - OTHER)

420019 H299 (O&MN,N)

420020 H299 (O&MN,N)

420021 H299 (Fund Type - OTHER)

420022 H299 (O&MN,N)

420023 H299 (O&MN,N)

420024 H299 (RDT&E)

420025 H299 (RDT&E)

420026 H299 (RDT&E)

420027 H299 (RDT&E)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 3 of 94 FINAL

 

Page 6: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

420028 H299 (RDT&E)

420029 H299 (RDT&E)

420030 H299 (RDT&E)

420031 H299 (RDT&E)

420032 H299 (RDT&E)

420033 H299 (RDT&E)

420034 H299 (RDT&E)

420035 H299 (Fund Type - OTHER)

420036 H299 (Fund Type - OTHER)

4300 H299 Engineering & Technical

Supportiaw Section C - Option 3

(Fund Type - TBD)

131611.0 HR $10,355,673.00

430001 H299 (RDT&E)

430002 H299 (MDA)

430003 H299 (WCF)

430004 H299 (WCF)

430005 H299 (MDA)

430006 H299 (MDA)

430007 H299 (RDT&E)

430008 H299 (RDDA)

430009 H299 (RDDA)

430010 H299 (RDT&E)

430011 H299 (RDT&E)

430012 H299 (RDT&E)

430013 H299 (RDT&E)

430014 H299 (O&MN,N)

430015 H299 (RDT&E)

430017 H299 (O&MN,N)

430018 H299 (O&MN,N)

430020 H299 (RDT&E)

430021 H299 (O&MN,N)

430022 H299 (O&MN,N)

430023 H299 (WCF)

430024 H299 (Fund Type - OTHER)

430025 H299 (Fund Type - OTHER)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 4 of 94 FINAL

 

Page 7: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

430026 H299 (Fund Type - OTHER)

430027 H299 (RDT&E)

430028 H299 (O&MN,N)

430029 H299 (O&MN,N)

430030 H299 (O&MN,N)

430031 H299 (O&MN,N)

430032 H299 (Fund Type - OTHER)

430033 H299 (Fund Type - OTHER)

430034 H299 (Fund Type - OTHER)

430035 H299 (OPN)

430036 H299 (Fund Type - OTHER)

430037 H299 (SCN)

430038 H299 (RDT&E)

430039 H299 (Fund Type - OTHER)

430040 H299 (RDT&E)

430041 H299 (RDT&E)

430042 H299 (WCF)

430043 H299 (WCF)

430044 H299 (Fund Type - OTHER)

430045 H299 (O&MN,N)

430046 H299 (RDT&E)

430047 H299 (O&MN,N)

430048 H299 (WCF)

430049 H299 (Fund Type - OTHER)

430050 H299 (WCF)

4400 H299 Engineering & Technicl Support

iaw Section C - Option 4 (Fund

Type - TBD)

131611.0 HR $10,663,842.00

440001 H299 (MDA)

440002 H299 (RDT&E)

440003 H299 (RDT&E)

440004 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

440005 H299 (RDT&E)

440006 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 5 of 94 FINAL

 

Page 8: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

440007 H299 (OPN)

440008 H299 (WCF)

440009 H299 (WCF)

440010 H299 (WCF)

440011 H299 (WCF)

440012 H299 (WCF)

440013 H299 (WCF)

440014 H299 (OPN)

440016 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

440017 H299 (RDDA)

440018 H299 (WCF)

440019 H299 (RDT&E)

440020 H299 (Fund Type - OTHER)

440021 H299 (RDT&E)

440022 H299 (RDT&E)

440023 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

440024 H299 (RDDA)

440025 H299 (WCF)

440026 H299 (WCF)

440027 H299 (WCF)

440028 H299 (WCF)

440029 H299 (WCF)

440030 H299 (O&MN,N)

440031 H299 (O&MN,N)

440032 H299 (RDT&E)

440034 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

440035 H299 (O&MN,N)

440036 H299 (RDT&E)

440037 H299 (RDT&E)

440038 H299 (Fund Type - OTHER)

440039 H299 (RDT&E)

440040 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 6 of 94 FINAL

 

Page 9: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

440041 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

440042 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

440043 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

440044 H299 (RDT&E)

440045 H299 '2410(a)Authorityis hereby

invoked' (Fund Type - OTHER)

440046 H299 (WCF)

440047 H299 (WCF)

440048 H299 (WCF)

440049 H299 (WCF)

440050 H299 (WCF)

440051 H299 (WCF)

440052 H299 (O&MN,N)

440053 H299 (RDT&E)

440054 H299 (RDT&E)

440055 H299 (RDT&E)

440056 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

440057 H299 (OPN)

440058 H299 (OPN)

440059 H299 (RDT&E)

440060 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

440061 H299 (RDDA)

440062 H299 '2410(a)Authorityis hereby

invoked' (O&MN,N)

440063 H299 (SCN)

440064 H299 (SCN)

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

6000 H299 ODC in support ofCLIN 4000 (Fund Type - TBD) 1.0 LO $2,730,971.00

600001 H299 (WCF)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 7 of 94 FINAL

 

Page 10: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Item PSC Supplies/Services Qty Unit Est. Cost

600002 H299 (WCF)

600003 H299 (O&MN,N)

600004 H299 (WCF)

600005 H299 (WCF)

600006 H299 (WCF)

600007 H299 (WCF)

600008 H299 (WCF)

6100 H299 ODC in support ofCLIN 4100 (Fund Type - TBD) 1.0 LO $2,730,261.00

610001 H299 (WCF)

610002 H299 (WCF)

610003 H299 (SCN)

610004 H299 (SCN)

610005 H299 (O&MN,N)

610006 H299 (WCF)

610007 H299 (O&MN,N)

610008 H299 (RDDA)

610009 H299 (O&MN,N)

610010 H299 (O&MN,N)

610011 H299 (WCF)

610012 H299 (O&MN,N)

610013 H299 (O&MN,N)

610014 H299 (RDDA)

610015 H299 (Fund Type - OTHER)

610016 H299 (RDDA)

610017 H299 (WCF)

610018 H299 (PMC)

610019 H299 (WCF)

610020 H299 (Fund Type - OTHER)

610021 H299 (Fund Type - OTHER)

610022 H299 (Fund Type - OTHER)

610023 H299 (WCF)

610024 H299 (WCF)

610025 H299 (O&MN,N)

610026 H299 (WCF)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 8 of 94 FINAL

 

Page 11: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Item PSC Supplies/Services Qty Unit Est. Cost

610027 H299 (WPN)

610028 H299 (Fund Type - OTHER)

610029 H299 (Fund Type - OTHER)

610030 H299 (Fund Type - OTHER)

610031 H299 (Fund Type - OTHER)

610032 H299 (OPN)

610033 H299 (O&MN,N)

610034 H299 (WCF)

610035 H299 (PMC)

610036 H299 (O&MN,N)

610037 H299 (O&MN,N)

610038 H299 (OPN)

610039 H299 (RDT&E)

610040 H299 (O&MN,N)

610041 H299 (RDDA)

610042 H299 (RDDA)

610043 H299 (RDT&E)

610044 H299 (Fund Type - OTHER)

610045 H299 (O&MN,N)

610046 H299 (O&MN,N)

610047 H299 (RDT&E)

610048 H299 (Fund Type - OTHER)

610049 H299 (RDDA)

610050 H299 (Fund Type - OTHER)

6200 H299 ODC in support ofCLIN 4200 (Fund Type - TBD) 1.0 LO $2,729,929.00

620001 H299 (Fund Type - OTHER)

620002 H299 (O&MN,N)

620003 H299 (Fund Type - OTHER)

620004 H299 (O&MN,N)

620005 H299 (RDT&E)

620007 H299 (Fund Type - OTHER)

620008 H299 (Fund Type - OTHER)

620009 H299 (Fund Type - OTHER)

620010 H299 (Fund Type - OTHER)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 9 of 94 FINAL

 

Page 12: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Item PSC Supplies/Services Qty Unit Est. Cost

620011 H299 (O&MN,N)

620012 H299 (Fund Type - OTHER)

620013 H299 (O&MN,N)

620014 H299 (Fund Type - OTHER)

620015 H299 (O&MN,N)

620016 H299 (O&MN,N)

620017 H299 (RDT&E)

620018 H299 (RDT&E)

620019 H299 (RDT&E)

620020 H299 (RDT&E)

620021 H299 (RDT&E)

620022 H299 (RDT&E)

620023 H299 (RDT&E)

620024 H299 (RDT&E)

620025 H299 (Fund Type - OTHER)

620026 H299 (WCF)

6300 H299 ODC in support ofCLIN 4300 (Fund Type - TBD) 1.0 LO $2,729,670.00

630001 H299 (RDT&E)

630002 H299 (MDA)

630003 H299 (WCF)

630004 H299 (WCF)

630005 H299 (MDA)

630006 H299 (MDA)

630007 H299 (RDT&E)

630008 H299 (RDDA)

630009 H299 (RDDA)

630010 H299 (RDT&E)

630011 H299 (RDT&E)

630014 H299 (RDT&E)

630015 H299 (O&MN,N)

630016 H299 (RDT&E)

630017 H299 (Fund Type - OTHER)

630018 H299 (O&MN,N)

630019 H299 (SCN)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 10 of 94 FINAL

 

Page 13: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Item PSC Supplies/Services Qty Unit Est. Cost

630020 H299 (Fund Type - OTHER)

630021 H299 (O&MN,N)

630022 H299 (O&MN,N)

630023 H299 (RDT&E)

630024 H299 (O&MN,N)

630025 H299 (O&MN,N)

630026 H299 (Fund Type - OTHER)

630027 H299 (Fund Type - OTHER)

630028 H299 (Fund Type - OTHER)

630029 H299 (SCN)

630030 H299 (RDT&E)

630031 H299 (Fund Type - TBD)

630032 H299 (O&MN,N)

630033 H299

6400 H299 ODC in support ofCLIN 4400 (Fund Type - TBD) 1.0 LO $2,729,259.00

640001 H299 (MDA)

640002 H299 (RDT&E)

640003 H299 '2410(a)Authorityis hereby invoked' (O&MN,N)

640004 H299 (RDT&E)

640005 H299 '2410(a)Authorityis hereby invoked' (O&MN,N)

640006 H299 (WCF)

640007 H299 (WCF)

640008 H299 (WCF)

640009 H299 (WCF)

640010 H299 (WCF)

640011 H299 (WCF)

640012 H299 '2410(a)Authorityis hereby invoked' (O&MN,N)

640013 H299 (OPN)

640014 H299 (RDT&E)

640015 H299 (RDDA)

640016 H299 (WCF)

640017 H299 (WCF)

640018 H299 (WCF)

640019 H299 (WCF)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 11 of 94 FINAL

 

Page 14: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Item PSC Supplies/Services Qty Unit Est. Cost

640020 H299 (WCF)

640021 H299 (O&MN,N)

640022 H299 (O&MN,N)

640023 H299 (RDT&E)

640024 H299 (Fund Type - OTHER)

640025 H299 (RDT&E)

640026 H299 '2410(a)Authorityis hereby invoked' (O&MN,N)

640027 H299 '2410(a)Authorityis hereby invoked' (O&MN,N)

640028 H299 '2410(a)Authorityis hereby invoked' (O&MN,N)

640029 H299 '2410(a)Authorityis hereby invoked' (O&MN,N)

640030 H299 (RDT&E)

640031 H299 '2410(a)Authorityis hereby invoked' (Fund Type - TBD)

640032 H299 (WCF)

640033 H299 (WCF)

640034 H299 (WCF)

640035 H299 '2410(a)Authorityis hereby invoked' (O&MN,N)

640036 H299 (RDDA)

640037 H299 '2410(a)Authorityis hereby invoked' (O&MN,N)

640038 H299 (RDT&E)

TYPE OF ORDER

This is a term (LOE) order.

Items in the 4x00 series are cost plus fixed fee type

Items in the 6x00 series are cost only

ADDITIONAL CLINs

Additional CLINs may be unilaterally created by the Contracting Officer during the performance of this Task Order to accomodatethe multiple types of funds that may be used under this Order.  These modifications will not change the overall level of effort,estimated cost or base fee of the task order. 

HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT – ALTERNATE 1) (NAVSEA) (MAY 2010)

(a) For purposes of this task order, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plus-award-feetype contracts, or "fixed fee" in cost-plus-fixed-fee type contracts for level of effort type contracts.

(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled"FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable. Such payments shall be submitted byand payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR52.216-7), subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 12 of 94 FINAL

 

Page 15: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

shall be paid fee at the hourly rate (s) specified above per man-hour performed and invoiced. Total fee(s) paid to the Contractorshall not exceed the fee amount(s) set forth in this contract. In no event shall the Government be required to pay the Contractor anyamount in excess of the funds obligated under this contract.

The following table reflects the hourly rate to be billed in accordance with HQ B-2-0015, Payment of Fee(s) (Level of Effort-Alternate 1):

 Fixed Fee $ Amount  Number of Man-hours  Rate (Fee per Man-hour)

       

     

     

     

     

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 13 of 94 FINAL

 

Page 16: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT

 INTRODUCTION This is a performance-based acquisition for Engineering and Technical Services Support and is structured around theresults to be achieved as opposed to the manner by which the work is to be performed. The effort performedhereunder will be evaluated in accordance with the performance standards/acceptable quality and the evaluationmethods described in Section H, Special Contract Requirements, Quality Assurance Surveillance Plan (QASP). The contractor will provide the personnel, material and facilities necessary to accomplish task assignments withinthe work areas generally described in the SCOPE OF WORK.  These efforts will be implemented through theissuance of Technical Instructions.  Naval Surface Warfare Center Dahlgren Division, (NSWCDD), through the TaskOrder Manager (TOM), will provide Information and technical data necessary for task performance. BACKGROUND The Naval Surface Warfare Center Dahlgren Division (NSWCDD) has been assigned the responsibility for effectively

controlling Electromagnetic Environmental Effects (E3) in sea, airborne and ground systems, including associated

ordnance. The term E3 as defined in Joint Publication 1-02 includes the following disciplines: Hazards ofElectromagnetic Radiation to Ordnance (HERO), Electromagnetic Vulnerability (EMV), Electromagnetic Interference(EMI), Electromagnetic Compatibility (EMC), Electromagnetic Pulse (EMP), Hazards of Electromagnetic Radiationto Personnel (HERP), Hazards of Electromagnetic Radiation to Fuel (HERF), Lightning, Precipitation Static

(P-Static), and Electronic Protection.  For the purpose of this task order, the definition of E3 will be expanded toinclude the following technical disciplines: Electrostatic Discharge (ESD), Emission Control (EMCON), PowerQuality, DC Magnetics, Shielding Effectiveness, Directed Energy (DE), Antenna Characterization/Fabrication,Sensors, and Grounding/Bonding. GENERAL 

The Contractor shall provide technical and engineering support in the following E3 technical areas: engineering andanalysis, testing and test support, surveys, documentation and database management.  The programs that aresupported include the following: Air Systems Electromagnetic Interference Corrective Action Program(ASEMICAP), HERO, EMV, Radiation Hazards (RADHAZ), Joint Ordnance, Ground Support Equipment (GSE),Aircraft (both rotary and fixed wing) and Air Launched Ordnance (ALO), Shipboard Electromagnetic CompatibilityImprovement Program (SEMCIP), Spectrum Management, Missile System Electromagnetic Environmental Effects

(E3) Support, E3/Electromagnetic Compatibility (EMC) Support for Ship New Construction and Overhaul, E3/EMC

Systems Development, E3 Integrated Topside Design (ITD), Total Ship E3 (TS E3), E3 Systems Engineering,Electromagnetic Pulse (EMP), and MIL-STD-461 testing.  Functional support for DoD  programs will be required

to perform E3 analyses of electronic and ordnance systems; conduct E3 testing; fabricate, integrate, operate, maintain,and repair test instrumentation and facilities; make RADHAZ field measurements for EMCON, ElectromagneticEnvironment (EME), EMI, HERO, HERP, and HERF to quantify electromagnetic environmental levels; maintain

E3 documentation, technical databases, and conduct Antenna Characterization/Fabrication. In support of the technical and business management of this task order, the Contractor shall comply with thefollowing requirements for each of the specific areas: 

Participate in formal and informal reviews on the technical activities being conducted under this task order.Provide a monthly progress report as detailed in Work Area 10.

 DATA DELIVERABLES

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 14 of 94 FINAL

 

Page 17: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 A master Contract Data Requirements List (CDRL) for this requirement is provided as an attachment.  Individualtasks will also reflect their unique data requirements in the appropriate section of this document.  Specific titles,frequency, due dates, distribution, and other special requirements may be included in Technical Instructions/Plan ofAction and Milestones.  SCOPE OF WORK Work Area 1: ENGINEERING AND ANALYSIS 1.1 The Contractor shall provide analytical support necessary to make technical recommendations for the generation

and rewriting of E3 military standards, instructions, and publications.  The Contractor shall develop drafts of thesedocuments, as well as, recommend revisions to the documents (CDRL A003). 

1.2 The Contractor shall develop E3 technical recommendations for requirement generation and procurementdocuments to ensure that appropriate design and evaluation considerations are addressed in new or developmentalordnance/electronic systems. The Contractor shall provide engineering support to analyze the adequacy of the design

of these ordnance/electronic systems for precluding E3 problems. The Contractor shall also perform E3 assessmentand analysis of Non-Development Item (NDI) and Commercial Off-The-Shelf (COTS) electronic equipment intendedfor integration into Department of Defense (DoD) Weapon Systems.  If deficiencies are found, the Contractor shalldevelop recommendations for eliminating or reducing potential system susceptibility problems. 1.3 The Contractor shall provide engineering and analytical support required to assess the impact of hardware designchanges to ordnance/electronic systems for precluding E3 problems. If deficiencies are found, the Contractor shalldevelop recommendations for eliminating or reducing potential system susceptibility problems.  1.4 The Contractor shall analyze operational Techniques, Tactics, and Procedures (TT&P) for weapons and weapon

systems employment to identify potential E3 problems. When an E3 problem has been identified the Contractor willgenerate recommendations regarding its resolution. 

1.5 The Contractor shall perform engineering analysis of reported ship and weapon systems E3 concerns and powerdisturbances, investigate their origin, identify their cause, propose a corrective action plan, and report findings to theGovernment. 1.6 The Contractor shall review documentation such as SHIPALTs and Engineering Change Proposals (ECP) todetermine whether or not RADHAZ considerations have been adequately considered, as well as, to assess the

potential E3 impact of the alterations/proposals.  

1.7 The Contractor shall conduct literature searches in trade publications and related documents in the field of E3

testing to isolate candidate procedures, techniques, and devices for nondestructive testing for use by NSWCDD. WORK AREA 2: TESTING 

2.1 The Contractor shall provide engineering and technical support for conducting E3 certification anddevelopmental testing of DoD and non DoD weapon and electronic systems. The purpose of this testing is to

determine if the system under evaluation meets E3 design specifications and/or assess its ability to function in itsintended operational electromagnetic environment from both a safety and reliability standpoint. The facilities used tosupport these tests include NSWCDD's ground planes, reverberation chamber, anechoic chamber, DC Magneticsfacility, Naval Ordnance Transient Electromagnetic Simulator (NOTES) facility, and various shipboard andland-based platforms. 

2.2 The Contractor shall develop a detailed E3 test plan prior to testing DoD and non DoD electronic systemsincluding: ordnance, aircraft, GSE, weapon systems, missiles, wireless networks, and fire control systems (CDRLA002).

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 15 of 94 FINAL

 

Page 18: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 

2.3 The Contractor shall perform E3 tests of DoD and non DoD ordnance and electronic systems as specified in thedetailed test plan. In support of these tests, the Contractor shall instrument the system under test, establish the RF

test environment, conduct specified test procedures, and monitor/record instrumentation responses.  E3 testing maybe conducted on fixed-wing aircraft with their engines operating and rotary-wing aircraft with their rotors turningand/or in an environment that includes exposure to the maximum safe levels of RF microwave energy, (as explainedin OPNAV 5 100). 

2.4 The Contractor shall analyze E3 test results and determine their impact to TT&P.    After each test, theContractor shall deliver a quick look report including the following: summary of activities, susceptibilities detected,and preliminary results and recommendations (CDRL A007). 2.5 The Contractor shall prepare a final test report defining objectives, results, analysis, and recommendations forcorrective actions and modifications necessary for weapons and weapon systems to comply with the performancerequirements (CDRL A008). 

2.6 The Contractor shall conduct experiments to determine and verify the adequacy of present E3 measurement

procedures, techniques, and instruments for both laboratory and field-testing. The Contractor shall develop new E3

procedures, techniques, and instrumentation systems and determine if they are equal or superior to those presentlyemployed. When appropriate, recommendations will be formulated discussing acceptable new test methods in

accordance with MIL-STD-461, MIL-STD-464, & E3 Test Requirements. WORK AREA 3: DESIGN, PURCHASE, FABRICATION, INTEGRATION, MAINTENANCE, AND

OPERATION SUPPORT OF E3 TESTING SYSTEMS 3.1 The contractor shall be responsible for the design, schematics, procurement, fabrication, integration, delivery,

setup and warranty of E3 testing systems, IAW separate specific government approved Technical PerformanceSpecifications (TPS). The contractor shall ensure that all OSHA standards are met during design, fabrication and

integration; as well as providing operational E3 test system procedures that include preventive maintenanceguidelines and shall visit the government facility to assist/train appropriate personnel. The contractor shall ensure

that all performance specifications (e.g. MIL-STD-461, MIL-STD-464 & E3 Test Requirements), as defined in eachseparate TPS, are initially achieved as well as maintained and updated as the government requires, while being

responsible to identify additional E3 program support requirements. Prior to the work commencing on the E3 testingsystems, the contactor shall submit a detailed test system proposal for government review, including all designs,technical integration approaches, identified equipment for integration and fabrication, derived from the TPS. Thecontractor shall perform all labor, provide materials and equipment during the fabrication/integration stage and mustmeet agreed upon TPS performance benchmarks and schedule milestones. The government will validate performancebefore accepting delivery. Work shall be performed at either the government’s or contractor’s facilities as necessary.These systems shall become the property of the government. WORK AREA 4: FACILITY OPS, EQUIP MGMT, INSTRUMENTATION 

4.1 In support of E3 testing, the Contractor shall operate and maintain NSWCDD's unique high power transmitters,which include the FRT-5 and FRT-96 HF transmitters, COBER Model 6081, Sanders A/B/C Bands and otherspecially built emitters to generate the test environments for those systems under test. 4.2 The Contractor shall modify existing equipment or set up new equipment for the generation of testenvironments. In support of this effort, the Contractor may be required to procure and install hardware, such aswaveguides, connectors, and electronic components incidental to the operation of the test facilities.  These itemsshall become the property of the Government. 4.3 The Contractor shall provide technical support for the design, development, and installation of instrumentation

to support E3 testing. As part of this effort, the Contractor shall provide technical support for the disassembly,

modification, and reassembly of inert ordnance systems to accommodate the installation of E3 instrumentation.  In

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 16 of 94 FINAL

 

Page 19: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

addition, the Contractor shall maintain and repair both analog and digital instrumentation systems, such as stripchart recorders and electro-optical telemetry systems, which belong to the Government.  Occasionally the Contractormay be required to procure instrumentation components/hardware, e.g., power supplies, cable connectors, etc.,which shall become the property of the Government. 

4.4 The Contractor shall perform the necessary corrective actions identified in previous E3 test and evaluations ofweapon and electronic systems, and must possess or have access to the necessary materials and equipment toperform these functions.  4.5 The Contractor shall have the ability to manufacture/assemble EMI filters, bond straps, and temporary shieldinghardening devices. The Contractor shall also have the ability to make minor electronic repairs and circuitrymodifications.  4.6 The Contractor shall provide management support by completing other specific tasks which support theNSWCDD mission. Direction to perform these infrequent tasks will be provided by the Contracting Officer inwriting. WORK AREA 5: SURVEYS 5.1 The Contractor shall provide technical support in the area of RADHAZ surveys of surface vessels, submarines,and shore facilities, as well as, surveys conducted to characterize complex cavities of a reverberant nature (magazinesand below deck shipboard spaces).  The Contractor shall perform RADHAZ assessment surveys to identify all (RF)hazards to ordnance, personnel, and/or fuel.  All emitter systems present on the platforms including stationary,mobile (land and air), and portable transmitters will be evaluated to determine if ordnance, personnel or fuel might

be exposed to electromagnetic environments (EMEs) that can exceed the applicable E3 requirements.  5.2 Prior to the performance of any RADHAZ survey, the Contractor shall conduct a pre-survey analysis todetermine the required measurement equipment and facility support that is needed. In addition, this pre-surveyanalysis shall define survey objectives such as number and location points to be measured. 5.3 The Contractor shall perform RADHAZ surveys in order to determine the EME on the flight deck, hangar,below decks and weather decks of U. S. Naval vessels and shore facilities.  Measurements of the EME will beconducted to ascertain the potential threat levels from the various transmitters.  Upon completion of the survey anout brief will be performed detailing the results and conclusions of the survey.  Also recommendations/guidance willbe provided which will be tailored for specific operations performed on the platform. 5.4 The Contractor shall prepare a final survey assessment report, which will contain a survey overview, measureddata, results and conclusions, and recommendations necessary for the ordnance, personnel, and fuel to comply with

E3 requirements (CDRL A006). 5.5 The Contractor shall perform RADHAZ desktop analysis for the purpose of determining potential HERO,HERP, and HERF concerns onboard vessels and shore facilities, when appropriate.  A final report will be preparedwhich will contain an overview, results and conclusions, and recommendations necessary for any corrective actions.(CDRL A011) WORK AREA 6: MEETING SUPPORT 

6.1 The Contractor shall attend and participate in meetings, symposia, and conferences such as the DoD E3 ProgramReview, JOCG and JOERAD Integrated Product Teams (IPTs), Program Management Reviews, TechnicalInterchange Meetings, Design Reviews, Environmental Working Groups (EWOGs), IEEE EMC Symposia, andNATO RADHAZ meetings.  The Contractor shall assist the Government in identifying potential problem areas,solutions, planning, action item responses, out briefs, and scheduling. 6.2 The Contractor shall provide engineering and technical documentation support for system design reviews, IPTs,NATO Council of National Armament Directors (CNAD), Weapon System Explosive Safety Review Board

(WSESRB), program management reviews, and other meetings. The Contractor shall review pertinent E3

documentation to assess its adequacy and currency. Additionally, the Contractor shall provide recommendations to

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 17 of 94 FINAL

 

Page 20: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

eliminate deficiencies in the documents. All documentation shall be prepared in such a manner that is directlycompatible with equipment and software being used by NSWCDD. WORK AREA 7: KNOWLEDGE MANAGEMENT SYSTEM (KMS)     

7.1 The Contractor shall maintain and develop upgrades to the Q50 E3 Team Online KMS.  Efforts under this task

encompass supporting the creation, capture, storage, and dissemination of E3 information pertaining to the

RADHAZ, SEMCIP, CAPS/LIMS, STAN program.  This effort also encompasses the inclusion of E3 technicaldocuments and synopses of findings relating to the susceptibility of ordnance systems, at the full-up system,subsystem, and component level. Much of the data to be included in the databases will be provided as GFI.  Whenunavailable, the Contractor shall seek other sources such as other Government agencies, equipment manufacturers,and NSWCDD's technical library to collect and verify data. 

7.2 The Contractor shall develop software applications and databases to support the evolving E3 requirement for

disseminating program related information to the E3 community and the war fighter.    This effort encompasses theinclusion of data relating to the nomenclature, operational parameters, and characteristics of RF/Radar transmittingequipment and associated transmitting antennas (including antenna type and radiating characteristics) utilized by the

military and other equipment used in the commercial and private sectors that may potentially present E3 concerns orthreats.  The Contractor shall include environmental data specifying maximum allowable environments and safe

separation distances to avert E3 problems for ordnance and electronics systems.  Additionally, the Contractor shalldevelop algorithms and software programs necessary for the computation of predicted electromagnetic environmentallevels and safe separation standoff distances. 7.3 The Contractor shall maintain existing applications, engineering tools, web portals, and database frameworkusing established configuration management tools and system trouble report process.  

7.4 The Contractor shall perform E3 documentation and E3 database searches and provide data search reports to

facilitate E3 investigations and analyses, metrics, platform RADHAZ assessment status, and weekly, monthly, andquarterly progress reports.  The Contractor shall maintain, update, and revise OP 3565, the Navy's formal operationsmanual providing operational guidance to the Fleet for addressing HERO concerns, utilizing data contained in the

aforementioned E3 database files (CDRL A001).  As part of the OP 3565 effort, the Contractor shall review andprovide revisions of the document.  The Contractor shall develop responses to Fleet requests to resolve HEROoperational concerns or to amplify on the HERO related information in OP 3565. WORK AREA 8: DOCUMENTATION 8.1 The Contractor shall provide administrative/technical support to develop and update program schedules,coordinate test assignments, collect, collate, and disseminate program administrative/technical information relativeto efforts supported under this task order.  The Contractor shall provide documentation, typing, graphics,

reproduction, and editorial support for the preparation of E3 documentation including test plans, reports, analyses,presentation materials, and meeting minutes. (ALL CDRLs ) WORK AREA 9: TRAINING 9.1 The Contractor shall support the development of training materials, such as pocket pamphlets and training

films/videos, which promote awareness of E3. Additionally, the Contractor shall assist the Government in thedevelopment of proposed standards to establish proficiency requirements for DoD personnel.  Also, the Contractorshall support development of appropriate course curriculum and material for instructing DoD personnel. WORK AREA 10: PROGRESS REPORTING 10.1 The Contractor shall provide a written progress report each month detailing the work accomplished, specialproblems encountered, percentage of work completed, task cost monthly summary, and plans for the followingmonth. The monthly reports shall provide an overview from a total task order perspective (CDRLs A009, A012). 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 18 of 94 FINAL

 

Page 21: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

WORK AREA 11: CONTRACTOR MANAGEMENT AND SUPERVISION 11.1 The contractor shall provide sufficient on-site supervision to assure all personnel work instructions andschedules originate with the contractor rather than the government technical person.  This supervision shall assurethat the contractor’s personnel are not assigned work instructions and schedules outside the statement of work.  Inaddition to the statement of work, upcoming test schedules and other work activities will be posted on the Divisioncalendar. TRAVEL REQUIREMENTS All travel under this order must be requested of, and authorized by, the TA (information copy to the TOM), inwriting or by electronic mail, and must show the appropriate order number, the number of people traveling, thenumber of days for the trip, the reason for the travel, and any high-cost or unusual costs expected.  The Contractor isnot authorized to perform any travel that is not in conjunction with this order.  Specific travel requirements shall beidentified in the Technical Instructions.  The Contractor shall document actions performed during travel in a tripreport (CDRLs A010). Contractor personnel may be required to travel to other sites to support program activities.  Travel to the followingdestinations may be required during each year of performance over the life of the task order.  Projected Destinations:

China Lake, CAWashington D.C.Patuxent River, MDNorfolk, VACharleston, SCJacksonville, FLAnnapolis, MDBath, MEPhiladelphia, PAGroton, CTSeattle, WASan Diego, CAWhite Sands, NMPascagoula, MSOther Continental US (OCONUS)AfricaAfghanistanBahrainBelgiumIsraelJapanEnglandNetherlandsCzech RepublicQatarBahamasKuwaitCubaSpainCanadaItalyGuamDiego GarciaFranceGermanySlovenia

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 19 of 94 FINAL

 

Page 22: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Shipboard UnderwayMany other locations CONUS & OCONUS  APPLICABLE DOCUMENTS

The Government will provide all necessary technical publications for various electronic and ordnance systems asGovernment Furnished Information (GFI). The following documents listed herein are applicable to the performance of this requirement:

1. DoD Directive 3222.3 Subject: DoD Electromagnetic Environmental Effects (E3) Program

2. DoD REGULATION 5000.2-R Mandatory Procedures for Major Defense Acquisition Programs (MDAPS) andMajor Automated Information System (MAIS) Acquisition Programs 3. DoD 5220.22-M National Industrial Security Program Operating Manual 4. CJSCI 3 170 Joint Capabilities Integration and Development System 5. CJCSI 6212 Interoperability and Supportability of Information Technology and National Security Systems 6. JOINT PUBLICATION 1-02 Department of Defense Dictionary of Military and Associated Terms 7. MIL-STD-464 MILITARY STANDARD, ELECTROMAGNETIC ENVIRONMENTAL EFFECTS,REQUIREMENTS FOR SYSTEMS 8. MIL-STD-461 Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems andEquipment 9. MIL-STD-462 Measurement of Electromagnetic Interference Characteristics of Subsystems and Equipment 10. MIL-STD-449 DoD Interface Standard for Radar Engineering Interface Requirements, ElectromagneticCompatibility 11. MIL-STD-469 MILITARY STANDARD, RADAR ENGINEERING INTERFACE REQUIREMENTS,ELECTROMAGNETIC COMPATIBILITY, METRIC 12. MIL-STD-1310  SHIPBOARD BONDING, GROUNDING, AND OTHER TECHNIQUES FORELECTROMAGNETIC COMPATIBILITY AND SAFETY 13. MIL STD 1399 Interface Standard for Shipboard Systems, Section 300A, Electric Power, Alternating Current 14. MIL-STD- 1542 Electromagnetic Compatibility and Grounding Requirements for Space System Facilities 15. MIL-STD-2169 High Electro-Magnetic Pulse (classified) 16. OPNAV NOTICE 5100 Navy Safety and Occupational Health (SOH) Program Manual for Forces Afloat 17. NAVSEA OP 3565/NAVAIR 16-1 -529/NAVELEX 0967-LP-624-601 0 Electromagnetic Radiation Hazards(Hazards to Ordnance) 18. NAVSEAINST 8020.7 Hazards of Electromagnetic Radiation to Ordnance Safety Program

19. NAVAIRINST 2450.2 Electromagnetic Environmental Effects (E3) Control within the Naval Air SystemCommand 

20. MIL-HDBK-235 Electromagnetic (Radiated) Environment Considerations for Design and Procurement ofElectrical and Electronic Equipment, Subsystems and Systems

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 20 of 94 FINAL

 

Page 23: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 21. MIL-HDBK-237 Electromagnetic Environmental Effects and Spectrum Certification Guidance for the AcquisitionProcess 22. MIL-HDBK-240 DOD HANDBOOK HAZARDS OF ELECTROMAGNETIC RADIATION TO ORDNANCE

(HERO) TEST GUIDE. 23. MIL-HDBK-274 MILITARY HANDBOOK, ELECTRICAL GROUNDING FOR AIRCRAFT SAFETY 24. MIL-HDBK-419 MILITARY HANDBOOK GROUNDING, BONDING, AND SHIELDING FORELECTRONIC EQUIPMENTS AND FACILITIES 25. NAVAIR AD 1115 ELECTROMAGNETIC COMPATIBILITY DESIGN GUIDE FOR AVIONICS ANDRELATED GROUND SUPPORT EQUIPMENT 26. OD 30393 Design Principles and Practices for Controlling Hazards of Electromagnetic Radiation to Ordnance(HERO Design Guide 

  

TERMINATION OF EMPLOYEES WITH NSWCDD BASE ACCESS

The Contractor shall ensure that all employees who have a NSWCDD badge and or vehicle sticker turn in the badgeand remove the vehicle sticker immediately upon termination of their employment under this order.  The aboverequirement shall be made a part of the standard employee facility clearance procedures for all separated personnel. The Contractor shall advise NSWCDD Physical Security of all changes in their personnel requiring NSWCDD baseaccess.

 For involuntarily separated personnel and those separated under adverse circumstances, the Contractor shall notifyNSWCDD Physical Security in advance of the date, time, and location where the NSWCDD representative mayphysically remove the employee’s vehicle sticker and retrieve the NSWCDD badge prior to the employee departingthe Contractor’s facility.  In the event the employee is separated in his or her absence, the Contractor shallimmediately notify NSWCDD Physical Security of the separation and make arrangements between the formeremployee and NSWCDD Physical Security for the return of the badge and removal of the sticker.

SHIPBOARD PROTOCOL

This tasking may involve platform engineering and fleet support onboard ship. As such, theofferor is reminded of their responsibility to assure that shipboard protocol is stringentlyfollowed. Specifically, visit clearances must be arranged through the Government sponsor andmust be forwarded to the individual command being visited as well as to all supportingcommands, such as the base, squadron, tender, etc. that the visitor must pass through to get tothe ship; the contractor is responsible for obtaining and maintaining specialized training (i.e.nuclear awareness, safety, quality control, etc.) and certification (i.e. SUBSAFE certificates etc.);personnel performing on board US Navy Ships must have at least a Secret Security Clearance; ifnot led by a government representative the contractor is responsible for briefing theship/command upon arrival; and the contractor is responsible for debriefing the ship/commandupon departure to include operational status of the equipment.

The Contractor shall ensure its personnel adhere to these requirements when performingshipboard tasking. Compliance shall be reported in the trip report.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 21 of 94 FINAL

 

Page 24: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

All assigned personnel must possess at least a SECRET Security Clearance.

All personnel, supporting shipboard efforts, shall conform to the rules and regulations of theship. It is the responsibility of the Contractor to determine the proper rules, regulations, actions,policy and procedures.

·         Repair and maintenance employees working aboard vessels, dry docks and piers shall have avalid 10 hour OSHA Maritime Shipyard Employment Course #7615 completion card within 60days of employment.

·         Alarms -- actual or drill shall be reported and procedures appropriately adhered.

·         Safety-- hardhats, tag-outs, safety shoes, goggles, etc., as appropriate shall be utilized.

·         HAZMAT -- Bringing hazardous materials aboard, using hazardous materials is strictlyprohibited.

·         The designated team lead shall, upon arrival, brief the Commanding Officer or his/herdesignated representative as to the purpose of the visit and expected duration.

·         The designated team lead shall, upon final departure, debrief the Commanding Officer orhis/her designated representative as to the success of the tasking and the operational condition ofaffected equipment.

GOVERNMENT FURNISHED OFFICE SPACE

The principal place of performance shall be at the Contractor's facility with the exception of office space provided forfourteen (14) Contractor support personnel throughout the period of performance in Buildings 110B (1) and 150(13).

DIGITAL DELIVERY OF DATA

(a)  Delivery by the Contractor to the Government of certain technical data and other data is now frequently requiredin digital form rather than as hard copy.  Such delivery may cause confusion between data rights and computersoftware rights.  It is agreed that, to the extent that any such data is computer software by virtue of its delivery indigital form, the Government will be licensed to use that digital-form data with exactly the same rights andlimitations as if the data had been delivered as hard copy.

(b)  Any limited rights legends or other allowed legends placed by a Contractor on technical data or other datadelivered in digital form shall be digitally included on the same media as the digital-form data and must beassociated with the corresponding digital-form technical data to which the legends apply to the extent possible. Such legends shall also be placed in human-readable form on a visible surface of the media carrying the digital-formdata as delivered, to the extent possible.

USE OF INFORMATION SYSTEM (IS) RESOURCES

Contractor Provision of IS Resources

Except in special circumstances explicitly detailed elsewhere in this document, the Contractor shall provide all ISresources needed in the performance of this task order. This includes, but is not limited to computers, software,networks, certificates, and network addresses.

Contractor Use of NSWCDD IS Resources

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 22 of 94 FINAL

 

Page 25: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

In the event that the contractor is required to have access to NSWCDD IS resources, the login name used for accessshall conform to the NMCI login naming convention. If the contractor requires access to applications/systems thatutilize client certificates for authentication, the contractor is responsible for obtaining requisite certificates from aDOD or External Certificate Authority.

If this task order requires that the contractor be granted access and use of NSWCDD IS resources (at any site), the ISshall be accredited for contractor use in accordance with procedures specified by the Information Assurance Office.

Connections Between NSWCDD and Contractor Facilities

If there is a requirement(specifically delineated elsewhere in this task order) for interconnection (e.g., link level orVirtual Private Network (VPN)) between any facilities and/or ISs owned or operated by the contractor and ISs ownedor operated by NSWCDD, such interconnection shall take place only after approval from the NSWCDD InformationAssurance Office. All such connections as well as the ISs connected thereto will be accredited in accordance withDOD policy (DODI 5200.40) by the cognizant Designated Approving authority (DAA) and comply with therequirements of CJCSI 6211.02B regarding Memorandums of Agreement. All such connections will be madeoutside the appropriate NSWCDD firewall.

Ddl-C30   HAZARDOUS MATERIALS USED ON GOVERNMENT SITE

(a) This clause applies if hazardous materials are utilized at any time during the performance of work on aGovernment site under this order.  Hazardous materials are defined in Federal Standard No. 313 and include itemssuch as chemicals, paint, thinners, cleaning fluids, alcohol, epoxy, flammable solvents, or asbestos.

(b) The contractor shall have an active Hazard Communication Program in place for all contractor employees per 29C.F.R. 1910.1200.  Before delivery of any hazardous materials onto Government property, the Contractor shallprovide the TOM with an inventory and Material Safety Data Sheet (MSDS) for these materials.

HQ C-2-0004  ACCESS TO THE VESSEL(S) (AT) (NAVSEA) (JAN 1983)

 Officers, employees and associates of other prime Contractors with the Government and their subcontractors, shall,as authorized by the Supervisor, have, at all reasonable times, admission to the plant, access to the vessel(s) whereand as required, and be permitted, within the plant and on the vessel(s) required, and be permitted, within the plantand on the vessel(s) to perform and fulfill their respective obligations to the Government.  The Contractor shallmake reasonable arrangements with the Government or Contractors of the Government, as shall have been identifiedand authorized by the Supervisor to be given admission to the plant and access to the vessel(s) for office space, workareas, storage or shop areas, or other facilities and services, necessary for the performance of the respectiveresponsibilities involved, and reasonable to their performance.

HQ C-2-0005  ACCESS TO VESSELS BY NON-U.S. CITIZENS (NAVSEA)(DEC 2005)

 (a)  No person not known to be a U.S. citizen shall be eligible for access to naval vessels, work sites and adjacentareas when said vessels are under construction, conversion, overhaul, or repair, except upon a finding byCOMNAVSEA or his designated representative that such access should be permitted in the best interest of theUnited States.  The Contractor shall establish procedures to comply with this requirement and NAVSEAINST5500.3 (series) in effect on the date of this task order or agreement.

 (b)  If the Contractor desires to employ non-U.S. citizens in the performance of work under this task order oragreement that requires access as specified in paragraph (a) of this requirement, approval must be obtained prior toaccess for each task order or agreement where such access is required.  To request such approval for non-U.S. citizensof friendly countries, the Contractor shall submit to the cognizant Contract Administration Office (CAO), an AccessControl Plan (ACP) which shall contain as a minimum, the following information:

      (1)  Badge or Pass oriented identification, access, and movement control system for non-U.S. citizen employeeswith the badge or pass to be worn or displayed on outer garments at all times while on the Contractor's facilities andwhen performing work aboard ship.

                         (i)  Badges must be of such design and appearance that permits easy recognition to facilitate quickand positive identification.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 23 of 94 FINAL

 

Page 26: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

                         (ii)  Access authorization and limitations for the bearer must be clearly established and inaccordance with applicable security regulations and instructions.

                         (iii)  A control system, which provides rigid accountability procedures for handling lost,damaged, forgotten or no longer required badges, must be established.

                         (iv)  A badge or pass check must be performed at all points of entry to the Contractor's facilitiesor by a site supervisor for work performed on vessels outside the Contractor's plant.

             (2)  Contractor's plan for ascertaining citizenship and for screening employees for security risk.

             (3)  Data reflecting the number, nationality, and positions held by non-U.S. citizen employees, includingprocedures to update data as non-U.S. citizen employee data changes, and pass to cognizant CAO.

             (4)  Contractor's plan for ensuring subcontractor compliance with the provisions of the Contractor's ACP.

             (5)  These conditions and controls are intended to serve as guidelines representing the minimumrequirements of an acceptable ACP.  They are not meant to restrict the Contractor in any way from imposingadditional controls necessary to tailor these requirements to a specific facility.

 (c)  To request approval for non-U.S. citizens of hostile and/or communist-controlled countries (listed inDepartment of Defense Industrial Security Manual, DOD 5220.22-M or available from cognizant CAO), Contractorshall include in the ACP the following employee data: name, place of birth, citizenship (if different from place ofbirth), date of entry to U.S., extenuating circumstances (if any) concerning immigration to U.S., number of yearsemployed by Contractor, position, and stated intent concerning U.S. citizenship.  COMNAVSEA or his designatedrepresentative will make individual determinations for desirability of access for the above group.  Approval of ACP'sfor access of non-U.S. citizens of friendly countries will not be delayed for approval of non-U.S. citizens of hostilecommunist-controlled countries.  Until approval is received,  Contractor must deny access to vessels for employeeswho are non-U.S. citizens of hostile and/or communist-controlled countries.

 (d)  The Contractor shall fully comply with approved ACPs.  Noncompliance by the Contractor or subcontractorserves to cancel any authorization previously granted, in which case the Contractor shall be precluded from thecontinued use of non-U.S. citizens on this task order or agreement until such time as the compliance with anapproved ACP is demonstrated and upon a determination by the CAO that the Government's interests are protected. Further, the Government reserves the right to cancel previously granted authority when such cancellation isdetermined to be in the Government's best interest.  Use of non-U.S. citizens, without an approved ACP or when aprevious authorization has been canceled, will be considered a violation of security regulations.  Upon confirmationby the CAO of such violation, this task order, agreement or any job order issued under this agreement may beterminated or default in accordance with the clause entitled "DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)"(FAR 52.249-8), "DEFAULT (FIXED-PRICE RESEARCH AND DEVELOPMENT)" (FAR 52.249-9) or"TERMINATION (COST REIMBURSEMENT)" (FAR 52.249-6), as applicable.

 (e)  Prime Contractors have full responsibility for the proper administration of the approved ACP for all workperformed under this task order or agreement, regardless of the location of the vessel, and must ensure compliance byall subcontractors, technical representatives and other persons granted access to U.S. Navy vessels, adjacent areas,and work sites.

 (f)  In the event the Contractor does not intend to employ non-U.S. citizens in the performance of the work underthis task order, but has non-U.S. citizen employees, such employees must be precluded from access to the vesseland its work site and those shops where work on the vessel's equipment is being performed.  The ACP must spellout how non-U.S. citizens are excluded from access to task order work areas.

 (g)  The same restriction as in paragraph (f) above applies to other non-U.S. citizens who have access to theContractor's facilities (e.g., for accomplishing facility improvements, from foreign crewed vessels within its facility,etc.)

HQ C-2-0016  DEPARTMENT OF LABOR OCCUPATIONAL SAFETY AND HEALTH STANDARDSFOR SHIP REPAIR (NAVSEA)(SEP 1990)

 Attention of the Contractor is directed to the Occupational Safety and Health Act of 1970 (29 USC 651-678), and to

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 24 of 94 FINAL

 

Page 27: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

the Safety and Health Regulations for Ship Repairing (29 CFR 1915), promulgated under Public Law 85-742,amending Section 41 of the Longshoremen's and Harbor Workers' Compensation Act (33 USC 941), and adoptedby the Department of Labor as occupational safety or health standards under Section 6(a) of the Occupational Safetyand Health Act of 1970 (See 29 CFR 1910.13).  These regulations apply to all ship repair and related work, asdefined in the regulations performed under this task order on the navigable waters of the United States including anydry dock and marine railway.  Nothing contained in this task order shall be construed as relieving the Contractorfrom any obligations which it may have for compliance with the aforesaid regulations.

HQ C-2-0034  MINIMUM INSURANCE REQUIREMENTS (NAVSEA) (SEP 1990)

In accordance with the clause of this task order entitled "INSURANCE--WORK ON A GOVERNMENTINSTALLATION" (FAR 52.228-5), the Contractor shall procure and maintain insurance, of at least the kinds andminimum amounts set forth below:

     (a)  Workers' Compensation and Employer's Liability coverage shall be at least $100,000, except as provided inFAR 28.307(a).

     (b)  Bodily injury liability insurance coverage shall be written on the comprehensive form of policy of at least$500,000 per occurrence.

     (c)  Automobile Liability policies covering automobiles operated in the United States shall provide coverage of atleast $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for propertydamage.  The amount of liability coverage on other policies shall be commensurate with any legal requirements of thelocality and sufficient to meet normal and customary claims.

HQ C-2-0037  ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)

(a)  "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, aperson is unable or potentially unable to render impartial assistance or advice to the Government, or the person'sobjectivity in performing the order work is or might be otherwise impaired, or a person has an unfair competitiveadvantage.  "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and other businessenterprises.

(b)  The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in theorder, the Contractor does not have any organizational conflict of interest(s) as defined in paragraph (a).

(c)  It is recognized that the effort to be performed by the Contractor under this order may create a potentialorganizational conflict of interest on the instant order or on a future acquisition.  In order to avoid this potentialconflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of theContractor to participate in future procurement of equipment and/or services that are the subject of any work underthis order shall be limited as described below in accordance with the requirements of FAR 9.5.

(d)  (1)  The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure to any party outside the Government any information provided to the Contractor by the Governmentduring or as a result of performance of this order.  Such information includes, but is not limited to, informationsubmitted to the Government on a confidential basis by other persons.  Further, the prohibition against release ofGovernment provided information extends to cover such information whether or not in its original form, e.g., wherethe information has been included in Contractor generated work or where it is discernible from materialsincorporating or based upon such information.  This prohibition shall not expire after a given period of time.

             (2)  The Contractor agrees that it shall not release, disclose, or use in any way that would permit or resultin disclosure to any party outside the Government any information generated or derived during or as a result ofperformance of this order.  This prohibition shall expire after a period of three years after completion of performanceof this order.

             (3)  The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to anyaffiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involvingthe Contractor, any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor. The terms of paragraph (f) of this Special Contract Requirement relating to notification shall apply to any release of

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 25 of 94 FINAL

 

Page 28: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

information in contravention of this paragraph (d).

(e)  The Contractor further agrees that, during the performance of this order and for a period of three years aftercompletion of performance of this order, the Contractor, any affiliate of the Contractor, any subcontractor, consultant,or employee of the Contractor, any joint venture involving the Contractor, any entity into or with which it maysubsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to the UnitedStates Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractor orsubcontractor, any system, component or services  which is the subject of the work to be performed under thisorder.  This exclusion does not apply to any recompetition for those systems, components, or services furnishedpursuant to this order.

As provided in FAR 9.505-2, if the Government procures the system, component, or services on the basis of workstatements growing out of the effort performed under this order, from a source other than the contractor,subcontractor, affiliate, or assign of either, during the course of performance of this order or before the three yearperiod following completion of this order has lapsed, the Contractor may, with the authorization of the cognizantContracting Officer, participate in a subsequent procurement for the same system, component, or service.  In otherwords, the Contractor may be authorized to compete for procurement(s) for systems, components, or servicessubsequent to an intervening procurement.

(f)  The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, itshall make immediate and full disclosure in writing to the Contracting Officer.  The notification shall include adescription of the actual or potential organizational conflict of interest, a description of the action, which theContractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevantinformation that would assist the Contracting Officer in making a determination on this matter.  Notwithstandingthis notification, the Government may terminate the order for the convenience of the Government if determined to bein the best interest of the Government.

(g)  Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of anorganizational conflict of interest prior to the award of this order or becomes, or should become, aware of anorganizational conflict of interest after award of this order and does not make an immediate and full disclosure inwriting to the Contracting Officer, the Government may terminate this order for default.

(h)  If the Contractor takes any action prohibited by this requirement or fails to take action required by thisrequirement, the Government may terminate this order for default.

(i)  The Contracting Officer's decision as to the existence or nonexistence of an actual or potential organizationalconflict of interest shall be final.

(j)  Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to theUnited States Government its product lines in existence on the effective date of this order; nor, shall this requirementpreclude the Contractor from participating in any research and development or delivering any design developmentmodel or prototype of any such equipment.  Additionally, sale of catalog or standard commercial items are exemptfrom this requirement.

(k)  The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate oradvise the Government concerning its own products or activities or those of a competitor in order to ensure propersafeguards exist to guarantee objectivity and to protect the Government's interest.

(l)  The Contractor shall include this requirement in subcontracts of any tier which involve access to information orsituations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor" whereappropriate.

(m)  The rights and remedies described herein shall not be exclusive and are in addition to other rights and remediesprovided by law or elsewhere included in this order.

(n)  Compliance with this requirement is a material requirement of this order.

HQ C-2-0045  QUALIFICATION OF CONTRACTOR NONDESTRUCTIVE  TESTING (NDT)PERSONNEL (NAVSEA) (APR 2004)  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 26 of 94 FINAL

 

Page 29: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

(a) The Contractor and any Nondestructive Testing (NDT) subcontractor shall utilize for the performance of requiredNDT, only Level I, II and III personnel currently certified in accordance with NAVSEA Technical PublicationT9074-AS-GIB-010/271, ACN Notice 1 of 16 Feb 99.  Documentation pertaining to the qualification andcertification of NDT personnel shall be made available to the Contracting Officer for review upon request.

 (b) These requirements do not apply with respect to nuclear propulsion plant systems and other matters under thetechnical cognizance of SEA 08. Because of health and safety considerations, such matters will continue to behandled as directed by SEA 08.

HQ C-2-0053  STANDARDIZATION - ALTERNATE I (NAVSEA) (JAN 2008)

 Subject to meeting the requirements of the specifications, the Contractor shall utilize equipments and componentsidentical to those of the applicable Class of Ships.  Where equipments or components are not available, theContractor shall select hull, mechanical, and electrical (HM&E) components in the following order:

 (a)  Equipment which meets the requirements of the specifications and is identical to equipments and components ofthe applicable Class of Ships.

 (b)  HM&E equipment that meets the requirement of the specification and which is listed in HM&E EquipmentData Research System (HEDRS) with an Engineering Support Code (ESC) of either A, *, G, S, X, Z, P.

 (c)  Equipment which meets the requirements of the specifications (non-standard equipment).  For this category,Provisioning Technical Documentation shall be submitted in accordance with paragraph (d) below, and therequirements of the Contract Data Requirements List (CDRL.

 (d)  For Contractor furnished equipments that meet standardization requirements of paragraph (a) or (b) above, onlya Statement of Prior Submission is required.  For non-standard equipment, paragraph (c) above, ProvisioningTechnical Documentation (PTD) shall be developed in accordance with MIL-PRF-49506 dated 11 November 1996,and the Provisioning Requirements Statement.

 (e)  For non-standard equipment, paragraph (c) above, new/revised Level 3 drawings per MIL-DTL-31000C dated 9July 2004 shall be developed for new/modified Contractor furnished equipment.  In addition, the Contractor shallupdate applicable Level 3 contract ship construction drawings.

 (f)  For non-standard equipment, paragraph (c) above, new/revised technical manuals shall be developed inaccordance with NAVSEA Standard Items 009-39, 009-41 and 009-42.  Technical manual management data shallinclude those deliverable data items required for Government monitoring/tracking/approval of Contractor's technicalmanual efforts.

HQ C-2-0059  UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA)      (AUG 1994)

 If, during the performance of this or any other contract, the contractor believes that any contract contains outdated ordifferent versions of any specifications or standards, the contractor may request that all of its contracts be updated toinclude the current version of the applicable specification or standard.  Updating shall not affect the form, fit or function ofany deliverable item or increase the cost/price of the item to the Government.  The contractor should submit updaterequests to the Procuring Contracting Officer with copies to the Administrative Contracting Officer and cognizantprogram office representative for approval.  The contractor shall perform the contract in accordance with the existingspecifications and standards until notified of approval/disapproval by the Procuring Contracting Officer.  Any approvedalternate specifications or standards will be incorporated into the contract.

NON-DISCLOSURE AGREEMENTS (NDAs)

Contractor personnel may be required, from time to time, to sign non-disclosure statements as applicable to specificPerformance Work Statement tasking.  The TOM will notify the contractor of the number and type of personnel thatwill need to sign the Non-Disclosure agreements.  The signed Non-Disclosure Agreements shall be executed prior toaccessing data or providing support for information that must be safeguarded and returned to the TOM forendorsement and retention.

ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 27 of 94 FINAL

 

Page 30: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

"The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required forperformance of services provided under this contract for the NSWC Dahlgren Division via a secure data collectionsite.  The contractor is required to completely fill in all required data fields using the following web addresshttps://doncmra.nmci.navy.mil .  Reporting inputs will be for the labor executed during the period of performanceduring each Government fiscal year (FY), which runs October 1 through September 30.  While inputs may bereported any time during the FY, all data shall be reported no later than October 31 of each calendar year.

Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil."

    

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 28 of 94 FINAL

 

Page 31: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

SECTION D PACKAGING AND MARKING

Delivery shall be in accordance with the provisions of the basic contract.  Some deliveries may contain classifiedinformation.

All technical reports and other deliverable items shall be marked to include, as a minimum, the prime contractor'sname, contract number, and task order number. 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 29 of 94 FINAL

 

Page 32: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance will be performed at NSWCDL, Dahlgren, VA by the Task Order Manager (TOM).

PERFORMANCE BASED CRITERIA:

PERFORMANCE BASED TASK ORDER REVIEW AND ACCEPTANCE PROCUDURES

(a) This is a performance based Task Order as defined in FAR Part 37.6 (Performance-Based Acquistion).  Contractorperformance will be evaluated in accordance with the Quality Assurance Surveillance Plan (QASP) in Section H.

(b) The QASP defines this evaluation and acceptance to be part of the annual Contractor Performance Reporting System(CPARS).  The contractor may obtain more information regarding the CPARS process at the following internet site:

http://cpars.navy.mil

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 30 of 94 FINAL

 

Page 33: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

SECTION F DELIVERABLES OR PERFORMANCE

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

   

4000 5/1/2010 - 4/30/2011

4100 5/1/2011 - 4/30/2012

4200 5/1/2012 - 4/30/2013

4300 5/1/2013 - 4/30/2014

4400 5/1/2014 - 4/30/2015

6000 5/1/2010 - 4/30/2011

6100 5/1/2011 - 4/30/2012

6200 5/1/2012 - 4/30/2013

6300 5/1/2013 - 4/30/2014

6400 5/1/2014 - 4/30/2015

CLIN - DELIVERIES OR PERFORMANCE

The periods of performance for the following firm items are from date of task order award through 12 monthsthereafter, estimated at:

   

4000/6000 05/01/2010 - 04/30/2011

4100/6100 05/01/2011 - 04/30/2012

4200/6200 05/01/2012 - 04/30/2013

4300/6300 05/01/2013 - 04/30/2014

4400/6400 05/01/2014 - 04/30/2015

The periods of performance for the following option items are from date of option exercise through 12 monthsthereafter, estimated at:

  

 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 31 of 94 FINAL

 

Page 34: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

SECTION G CONTRACT ADMINISTRATION DATA

ACCOUNTING DATA

The award document and each subsequent modification will include the Accounting Data at the end of Section G.All lines of accounting are listed sequentially under a heading that identifies the particular action (award ormodification number) under which the funding was obligated. Under SeaPort-e, all funding is identified/obligated atthe SubCLIN (SLIN) level. SLINs are established sequentially by the SeaPort-e software. Each obligation of fundsreceives a unique SLIN identifier, even if the funds are an increase to an existing line of accounting (ACRN). Thus,an individual project/work area or Technical Instruction that is funded incrementally, could have one ACRN butmultiple SLINs.  Accounting for expenditures and invoicing at the SLIN level is required.

Ddl-G10 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT ANDRESPONSIBILITIES

Procuring Contracting Officer (PCO):

 (a)           Name:                         Code:          CS 40                Address:    Naval Surface Warfare Center, Dahlgren Division                                    17632 Dahlgren Road, Suite 157                                    Dahlgren, Virginia 22448-5100                Phone:                        FAX:                           E-mail:         

(b) PCO responsibilities are outlined in FAR 1.602-2.  The PCO is the only person authorized to approve changesin any of the requirements of this Task Order , notwithstanding provisions contained elsewhere in this contract, thesaid authority remains solely the PCO’s.  The contractor shall not comply with any order, direction or request ofGovernment personnel unless it is issued in writing and signed by the Contracting Officer or is pursuant to specificauthority otherwise included as part of this contract.  In the event the contractor effects any change at the direction ofany person other than the PCO, the change will be considered to be unauthorized.

Contract Specialist:

 (a)           Name:                         Code:          CS 40-6                Address:    Naval Surface Warfare Center, Dahlgren Division                                    17632 Dahlgren Road, Suite 157                                    Dahlgren, Virginia 22448-5100                Phone:                        FAX:                           E-mail:         

(b)   The Contract Specialist is the representative of the Contracting Officer for all contractual matters.

Task Order Manager  (TOM):

 (a)           Name:                         Code:          Q54                Address:    Naval Surface Warfare Center, Dahlgren Division                                    5493 Marple Road, Suite 156                                    Dahlgren, VA 22448-5110                Phone:                        E-mail:         

(b)  The TOM  is the PCO’s appointed representative for technical matters.  The TOM is not a contracting officerand does not have the authority to direct the accomplishment of effort which is beyond the scope of the Task Order

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 32 of 94 FINAL

 

Page 35: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

or to otherwise change any Task Order requirements.  An informational copy of the TOM appointment letter whichprovides a delineation of TOM authority and responsibilities is provided as an attachment to this Task Order. 

CONSENT TO SUBCONTRACT

For subcontracts and consulting agreements for services, where the prime contractor anticipates that hours deliveredwill be counted against the hours in the Level of Effort clause below, Consent to Subcontract authority is retained bythe Procuring Contracting Officer. 

The following subcontractors were approved at time of award.  This satisfies the "advance notification" requirement.

Ddl-G1 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

The Payment Office shall ensure that each payment under this contract is made in accordance with the accountingclassification reference numbers (ACRNs) and SubLine (SLIN) numbers shown on each individual invoice,including attached data.

SPECIAL INVOICE INSTRUCTIONS

In an effort to utilize funds prior to cancellation and to ensure that funds are expensed in accordance with expenditurebenchmarks for the multiple programs funding the task order effort, the contractor shall coordinate invoicing of fundswith the TOM/ATOM and the paying office shall disburse funds in accordance with the contractor’s invoice.

Ddl-H40 FUNDING PROFILE

It is estimated that these incremental funds will provide the labor hours for the task order period as shown in thebelow chart.  This quantity of labor hours is the "Required LOE" as used in the "Level of Effort" clause of this taskorder.  It is also considered as the "work contemplated" as referenced in FAR 52.232-22, Limitation of Funds forincrementally funded periods. The following table details funding to date:

Base Period Total CPFFPrevious Funds this Total Balance

HoursFunding Action Funding Unfunded

CLIN 4000 $9,449,307.00 $7,783,500.00 $0.00 $7,783,500.00 $1,665,807.00

CLIN 6000 $2,730,971.00 $1,396,328.36 $0.00 $1,396,328.36 $1,334,642.64 --

OptionPeriod 1

           

CLIN 4100 $9,740,624.00 $7,877,574.26 $0.00 $7,877,574.26 $1,863,049.74

CLIN 6100 $2,730,261.00 $1,850,320.36 $0.00 $1,850,320.36 $879,940.64 --

OptionPeriod 2

           

CLIN 4200 10,047,542.00 $8,374,859.39 $0.00 $8,374,859.39 $1,672,682.61

CLIN 6200 2,729,929.00  $  1,068,041.00 $0.00 $1,068,041.00 $1,661,888.00 --

Option Period3

           

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 33 of 94 FINAL

 

Page 36: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

CLIN 4300 $10,355,673.00 $8,551,788.00 $0.00 $8,551,788.00 $1,803,885.00      

CLIN 6300 $2,729,670.00 $884,000.00 $0.00 $884,000.00 $1,845,670.00  

OptionPeriod 4

           

CLIN 4400 $10,663,842.00 $7,756,315.80 $100,000.00 $7,856,315.80 $2,807,526.20          

CLIN 6400 $2,729,259.00 $731,918.00 $0.00 $731,918.00 $1,997,341.00  

Total  $63,907,078.00 $46,274,645.17 $100,000.00 $46,374,645.17 $17,532,432.83  

SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presentlyavailable and allotted to this contract for payment of fee for incrementally funded contract line item number/contractsubline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVEFEE" (FAR 52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to thiscontract for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause ofthis contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and theperiod of performance for which it is estimated the allotted amount(s) will cover are as follows:

 Base PeriodAllotedto Cost

Allottedto Fee

EstimatedCPFF

CLIN 4000 $   $ 7,783,500.00

CLIN 6000 $   1,396,328.36$             0.00

$ 1,396,328.36

Option Period 1CLIN 4100 $   $ 7,877,574.26

CLIN 6100 $   1,850,320.36$             0.00

$ 1,850,320.36

Option Period 2CLIN 4200 $   $ 8,374,859.39

CLIN 6200 $   1,068,041.00$             0.00

   1,068,041.00

Option Period 3CLIN 4300 $ $  8,551,788.00CLIN 6300 $   884,000.00 $             0.00 $    884,000.00Option Period 4CLIN 4400 $ $7,856,315.80CLIN 6400 $   731,918.00 $   731,918.00Total  $ $46,374,645.17

SEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the workdescribed in the PSW of this order. The total level of effort for the performance of this contract shall be 658,055 totalman-hours of direct labor, including subcontractor direct labor for those subcontractors specifically identified in theContractor's proposal as having hours included in the proposed level of effort. The man-hours are listed below. Thetable below and information for the blanks in paragraphs (a) and (d) are to be completed by the offeror as part of hisproposal.

  Total Manhours Compensated UncompensatedBase Period (CLIN

4000) 131,611 131,611  0 

Option 1 (CLIN 4100)   131,611  131,611  0 Option 2 (CLIN 4200)   131,611  131,611  0 Option 3 (CLIN 4300)  131,611 131,611  0 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 34 of 94 FINAL

 

Page 37: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Option 4 (CLIN 4400)    131,611  131,611  0 

  Total  658,055 658,055 0

.         (b) Listed above are both compensated and uncompensated man-hours associated with this order. Uncompensatedeffort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation forsuch excess work. Total Time Accounting (TTA) effort is included in this definition. All other effort is defined ascompensated effort. If no effort is indicated in the above table, uncompensated/ TTA effort performed by theContractor shall not be counted in fulfillment of the level of effort obligations under this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performedin direct support of this contract and shall not include time and effort expended on such things as (local travel to andfrom an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work(actual or inferred) at an employee's residence or other non-work locations (except as provided in paragraph (j)below), or other time and effort which does not have a specific and direct contribution to the tasks described inSections B and C.

(d) The level of effort for this contract shall be expended at an average rate of approximately (2,531) hours per week. It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective,provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the termhereof, except as provided in the following paragraph.

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such anextent that the total man hours of effort specified above would be used prior to the expiration of the term, theContractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefitswhich would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together withan offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work untilexpiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms andconditions of this contract and any additions or changes required by then current law, regulations, or directives, andthat the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. TheContractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Anyagreement to accelerate will be formalized by contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct laborsuch that the total man hours of effort specified in paragraph (a) above would be used prior to the expiration of theterm. This order shall specify the acceleration required and the resulting revised term. The Contractor shallacknowledge this order within five days of receipt.

(g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period ofthis contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows:

              Fee Reduction = Fee X  (Required LOE - Expended LOE)                                                         -----------------------------------------                                                                       Required LOE

or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20)or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable, require the Contractor to continue toperform the work until the total number of man hours of direct labor specified in paragraph (a) above shall have beenexpended, at no increase in the fee of this contract.

(h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative ContractingOfficer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated anduncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shallindicate on each invoice the total level of effort claimed during the period covered by the invoice, separatelyidentifying compensated effort and uncompensated effort, if any.

(i) Within 45 days after completion of the work under each separately identified period of performancehereunder, the Contractor shall submit the following information in writing to the Contracting Officer with

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 35 of 94 FINAL

 

Page 38: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

copies to the cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted: (1)the total number of man hours of direct labor expended during the applicable period; (2) a breakdown of this totalshowing the number of man hours expended in each direct labor classification and associated direct and indirectcosts; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurredunder the contract for the period. Within 45 days after completion of the work under the contract, the Contractorshall submit, in addition, in the case of a cost underrun; (5) the amount by which the estimated cost of this contractmay be reduced to recover excess funds and, in the case of an underrun in hours specified as the total level of effort;and (6) a calculation of the appropriate fee reduction in accordance with this clause. All submissions shall includesubcontractor information.

(j) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contractperformance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractorhas a company-approved alternative worksite plan. The primary worksite is the traditional “main office” worksite.An alternative worksite means an employee’s residence or a telecommuting center. A telecommuting center is ageographically convenient office setting as an alternative to an employee’s main office. The Government reserves theright to review the Contractor’s alternative worksite plan. In the event performance becomes unacceptable, theContractor will be prohibited from counting the hours performed at the alternative worksite in fulfilling the totallevel of effort obligations of the contract. Regardless of the work location, all contract terms and conditions,including security requirements and labor laws, remain in effect. The Government shall not incur any additional costnor provide additional equipment for contract performance as a result of the Contractor’s election to implement analternative worksite plan.

(k) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man hours up to fivepercent in excess of the total man hours specified in paragraph (a) above, provided that the additional effort isfurnished within the term hereof, and provided further that no increase in the estimated cost or fee is required.

PAYMENT OF FEE(S) (LEVEL OF EFFORT) (NAVSEA 1993)

(a) For purposes of this delivery order, “fee” means "target fee" in cost-plus-incentive-fee type contracts, "base fee" incost-plus-award-fee type contracts, or “fixed fee” in cost-plus-fixed-fee for level of effort type delivery orders.

(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in thiscontract entitled “FIXED FEE” (FAR 52.216-8) or “INCENTIVE FEE”, (FAR 52.216-10), as applicable.  Suchpayments shall be equal to of the allowable cost of each invoice submitted by and payable to the Contractorpursuant to the clause of this contract entitled “ALLOWABLE COST AND PAYMENT” (FAR 52.216-7), subjectto the withholding terms and conditions of the “FIXED FEE” or “INCENTIVE FEE” clause, as applicable(percentage of fee is based on fee dollars divided by estimated cost dollars, including facilities capital cost of money).Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract.

(c) The fee(s) specified in SECTION B, and payment thereof, is subject to adjustment pursuant to paragraph (g) ofthe special contract requirement entitled “LEVEL OF EFFORT”.  If the fee(s) is reduced and the reduced fee(s) isless than the sum of all fee payments made to the Contractor under this contract, the Contractor shall repay theexcess amount to the Government.  If the final adjusted fee exceeds all fee payments made to the contractor underthis contract, the Contractor shall be paid the additional amount, subject to the availability of funds.  In no eventshall the Government be required to pay the Contractor any amount in excess of the funds obligated under thiscontract at the time of the discontinuance of work.

(d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until the contract has beenmodified to reduce the fee(s) in accordance with the “FINALIZED FIXED FEE” special contract requirement, oruntil the Procuring Contracting Officer has advised the paying office in writing that no fee adjustment is required.

INSTRUCTIONS REGARDING INVOICING OF FIXED FEE DURING PERFORMANCE

(a) Subparagraph (b) of the clause entitled "PAYMENT OF FEES (LEVEL OF EFFORT) above states that fixed feepayments shall be equal to the percentages of the SLINs in SECTION B, of the allowable cost of each invoice. Thecontractor shall use that rate to invoice fixed fee. This rate could vary by Task Order period (Base Period, Option 1,etc.).

(b) The clause entitled "ALLOTMENT OF FUNDS" in this Section provides the cumulative amount funded. 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 36 of 94 FINAL

 

Page 39: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

Separate amounts are provided for Estimated Cost and Fixed Fee.  The funded fixed fee is based on the ratio ofnegotiated Fixed Fee to Estimated Cost in Section B (including Facilities Capital Cost of Money) for the applicableTask Order period.  When obligating labor funds, the SeaPort-e software computes, for the Government, separatecumulative cost and fee amounts.  These amounts are then used by the Government to complete the"ALLOTMENT OF FUNDS" clause. The contractor is not authorized to invoice in excess of the funded fee dollarsshown in the ALLOTMENT OF FUNDS" clause for each Labor CLIN.

TRAVEL COSTS - ALTERNATE 1 (NAVSEA)(DEC 2005)

(a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel cost inaccordance with FAR 31.205-46.  The costs to be reimbursed shall be those costs accepted by the cognizant DCAA.

(b) Reimbursable travel costs included only that travel performed from the Contractor's facility to the worksite, inand around the worksite, and from the worksite to the Contractor's facility.

(c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR 31.205-35;however, Contracting Officer approval shall be required prior to incurring relocation expenses and travel costsincident to the relocation.

(d) The contractor shall not be reimbursed for the following daily local travel costs:

      (i) travel at U.S. Military Installations where Government transportation is available.

     (ii) travel performed for personal convenience/errands, including commuting to and from work, and

    (iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for theContractor's or employee's convenience.

Ddl-G40 PAYMENT, SELECTED ITEMS OF COST REIMBURSEMENT CONTRACTS

(a) Travel costs

The contractor shall, to the maximum extent practicable, minimize overall travel costs by taking advantage ofdiscounted airfare rates available thru advance purchase.  Charges associated with itinerary changes and cancelationsunder nonrefundable airline tickets are reimbursable as long as the changes are driven by the work requirement.

(b) Training

The Government will not allow costs, nor reimburse costs associated with the contractor fortraining employees in an effort to attain and/or maintain minimum personnel qualificationrequirements of this contract with the exception of successfully completing and receivingthe mandatory 10 hour OSHA Maritime Shipyard Employment Course #7615 completioncard. Other training may be approved on a case-by-case basis by the Contracting Officer.Advance approval is required. Attendance at workshops or symposiums is considered trainingfor purposes of this clause. The contractor is encouraged to suggest a cost-sharing arrangementthat addresses registration/tuition, travel and labor costs.

(c) General Purpose Office Equipment (GPOE) and Information Technology (IT)

The cost of acquisition of GPOE and IT shall not be allowable as direct charges to this contract. The contractor isexpected to have the necessary CONUS facilities to perform the requirements of this contract, including anynecessary GPOE and IT. GPOE means equipment normally found in a business office such as desks, chairs,typewriters, calculators, file cabinets, etc. IT means any equipment or interconnected system or subsystem ofequipment that is used in the automatic acquisition, storage, manipulation, movement, control, display, switching,interchange, transmission, or reception of data or information.  IT includes computers, ancillary equipment,

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 37 of 94 FINAL

 

Page 40: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

software, firmware and similar products, services (including support services), and related resources for bothunclassified and classified applications.

(d) The requirements of the above clause apply equally to subcontractors and consultants.

INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)

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

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

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

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

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

  Invoice (FFP Supply & Service)     Invoice and Receiving Report Combo (FFP Supply)     Invoice as 2-in-1 (FFP Service Only)    X Cost Voucher (Cost Reimbursable, T&M , LH, or FPI)     Receiving Report (FFP, DD250 Only)

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

Issue DODAAC  N00178   Admin DODAAC  S2101A   Pay Office DODAAC  HQ0338   Inspector DODAAC  N00178   Service Acceptor DODAAC  N00178   Service Approver DODAAC  N00178

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 38 of 94 FINAL

 

Page 41: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

   Ship To DODAAC  N00178   DCAA Auditor DODAAC  HAA211   LPO DODAAC  N/A   Inspection Location  DESTINATION   Acceptance Location  DESTINATION

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

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

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

Send Additional Email Notification To:  

 (g)  The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shallprocess invoices/cost vouchers for payment per contract terms.  Contractors approved by DCAA for direct billingwill submit cost vouchers directly to DFAS via WAWF.  Final voucher submission will be approved by the ACO.

 (h)  If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number orthe NAVSEA WAWF point of contact Margaret Morgan at (202) 781-4815 or [email protected].

.

Ddl-G12 POST AWARD MEETING

(a) A Post Award Meeting with the successful offeror will be conducted within 30 working days after award of thetask order. The meeting will be held NSWCDD.

(b) The contractor will be given at least five working days notice prior to the date of the conference by theContracting Officer.

(c) The requirement for a Post Award meeting shall, in no event, constitute grounds for excusable delay by theContractor in performance of any provisions in the contract.

EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 39 of 94 FINAL

 

Page 42: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

When a Government facility is closed and/or early dismissal of Federal employees is directed due to severe weather,a security threat, or a facility related problem that prevents personnel from working, on-site contractor personnelregularly assigned to work at that facility should follow the same reporting and/or departure directions given toGovernment personnel.  The contractor shall not direct charge to the contract for time off, but shall follow parentcompany policies regarding taking leave (administrative or other).  Non-essential contractor personnel, who are notrequired to remain at or report to the facility, shall follow their parent company policy regarding whether they shouldgo/stay home or report to another company facility.  Subsequent to an early dismissal and during periods ofinclement weather, on-site contractors should monitor radio and television announcements before departing for workto determine if the facility is closed or operating on a delayed arrival basis.

 When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severeweather, a security threat, or a facility related problem), on-site contractors will continue working established workhours or take leave in accordance with parent company policy.  Those contractors who take leave shall not directcharge the nonworking hours to the task order.  Contractors are responsible for predetermining and disclosing theircharging practices for early dismissal, delayed openings, or closings in accordance with the FAR, applicable costaccounting standards, and company policy.  Contractors shall follow their disclosed charging practices during thetask order period of performance, and shall not follow any verbal directions to the contrary.  The Contracting Officerwill make the determination of cost  allowability for time lost due to facility closure in accordance with FAR,applicable Cost Accounting Standards, and the Contractor’s established accounting policy.

In accordance with (DFARS) PGI 204.7108 “Other”(d) (12) INVOICING AND PAYMENTINSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

a) This requirement includes support for multiple programs with independent budgets and fundinglines. These funding lines are NOT interchangeable and it is critical that the Paying Office pay inaccordance with the ACRNs and SLINs noted on the contractor's invoices. To do otherwise couldresult in a misappropriation of funds.

(b) The Payment Office shall ensure that each payment under this contract is made in accordancewith he specific accounting classification reference numbers (ACRNs) and SubCLIN (SLIN) numbersshown on each individual invoice, including attached data.

HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONICINVOICING (NAVSEA) (SEP 2012)

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 40 of 94 FINAL

 

Page 43: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

CO and COR; or other method as agreed to by the CO.

 

(b)  Contractors submitting payment requests and receiving reports to WAWF using eitherElectronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately sendan email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notificationas required herein.

 

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------400001 Q50000/00785586 1800000.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00909  600001 Q50000/00785586 200000.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00909   BASE Funding 2000000.00 Cumulative Funding 2000000.00  MOD 01  400002 Q50000/02045937 1800000.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00909  600002 Q50000/02045937 200000.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00909   MOD 01 Funding 2000000.00 Cumulative Funding 4000000.00  MOD 02  400003 Q50000/02210942 200000.00  LLA : AB 1701804 8B2B 252 SASNS 0 068342 2D 000000 12B220000220 Standard Number: N0002410RX02874/AA  400004 Q50000/02582609 61500.00  LLA : AB 1701804 8B2B 252 SASNS 0 068342 2D 000000 12B220000220 Standard Number: N0002410RX02874/AA  400005 Q50000/02643711 40000.00  LLA : AC 97X4930 NH1E 000 77777 0 000178 2F 000000 25C10E01Q100  600003 Q50000/02210942 60000.00  LLA : AB 1701804 8B2B 252 SASNS 0 068342 2D 000000 12B220000220 Standard Number: N0002410RX02874/AA  600004 Q50000/02643711 3486.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 41 of 94 FINAL

 

Page 44: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

AC 97X4930 NH1E 000 77777 0 000178 2F 000000 25C10E01Q100   MOD 02 Funding 364986.00 Cumulative Funding 4364986.00  MOD 03  400006 Q50000/02881273 1800000.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00909  600005 Q50000/02881273 300000.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00909   MOD 03 Funding 2100000.00 Cumulative Funding 6464986.00  MOD 04  400007 Q50000/03403232 2000000.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00909  600006 Q50000/03403232 200000.00  LLA : AA 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00909   MOD 04 Funding 2200000.00 Cumulative Funding 8664986.00  MOD 05  600007 Q50000/03515625 402289.00  LLA : AD 97X4930 NH1E 000 77777 0 000178 2F 000000 25C11E11Q100   MOD 05 Funding 402289.00 Cumulative Funding 9067275.00  MOD 06  400008 10974981 82000.00  LLA : AE 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00909  600008 10974981 160000.00  LLA : AE 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00909   MOD 06 Funding 242000.00 Cumulative Funding 9309275.00  MOD 07  410001 10944163 1500000.00  LLA : AF 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00911  410002 10975348 40000.00  LLA : AG 97X0512 J8D6 311 00052 0 068732 2D CB04ND 001781D6845W  610001 10944178 139631.00  LLA : AH 97X4930 NH1E 000 77777 0 000178 2F 000000 25C11E11Q100  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 42 of 94 FINAL

 

Page 45: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

610002 10944163 200000.00  LLA : AF 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00911   MOD 07 Funding 1879631.00 Cumulative Funding 11188906.00  MOD 08  410003 1138152C 23000.00  LLA : AJ 1751811 1224 253 X3WMW 0 068342 2D 000000 556889001A3B Standard Number: N0002411WX20169 ACRN (AA)  610003 1138152C 2500.00  LLA : AJ 1751811 1224 253 X3WMW 0 068342 2D 000000 556889001A3B Standard Number: N0002411WX20169 ACRN (AA)   MOD 08 Funding 25500.00 Cumulative Funding 11214406.00  MOD 09  410004 1154031C 110000.00  LLA : AK 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCA11LSRH1  410005 1154032C 24500.00  LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCA10RDHZ0  610004 1154034C 2500.00  LLA : AM 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCA10RDHZ0  610005 1154033C 10000.00  LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCA11LSRH1   MOD 09 Funding 147000.00 Cumulative Funding 11361406.00  MOD 10  410006 11812322 1593000.00  LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00911  610006 11812322 964000.00  LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00911   MOD 10 Funding 2557000.00 Cumulative Funding 13918406.00  MOD 11  410007 Q50000/11583134 4118.00  LLA : AG 97X0512 J8D6 311 00052 0 068732 2D CB04ND 001781D6845W  410008 Q53000/12082523 30000.00  LLA : AQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511GG477  410009 W05000/1211126C 28900.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 43 of 94 FINAL

 

Page 46: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

AR 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11E3FE3  410010 Q54000/12134105 5000.00  LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8A11GT727  410011 W05000/1214467C 10000.00  LLA : AT 97X4930 NH1E 000 77777 0 000178 2F 00000 21WBA114E3Y3  410012 Q53000/12144604 611854.26  LLA : AU 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9111GA440  410013 Q54000/12165647 20000.00  LLA : AV 97X4930 NH1E 000 77777 0 000178 2F 00000 21Q8511KA418  410014 Q54000/12165646 40000.00  LLA : AW 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8A10FR363  410015 Q54000/12165649 142000.00  LLA : AX 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GA403  610007 Q54000/12134105 181000.00  LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8A11GT727  610008 W05000/1214467C 3980.00  LLA : AT 97X4930 NH1E 000 77777 0 000178 2F 00000 21WBA114E3Y3  610009 Q53000/12144604 91425.36  LLA : AU 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9111GA440  610010 Q54000/12165649 8000.00  LLA : AX 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GA403   MOD 11 Funding 1176277.62 Cumulative Funding 15094683.62  MOD 12  410016 Q53000/12362914 22157.00  LLA : AY 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9511JY252  610011 Q53000/12362914 3093.00  LLA : AY 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9511JY252   MOD 12 Funding 25250.00 Cumulative Funding 15119933.62  MOD 13  410017 Q54000/12290970 380.00  LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8A11GT727  410018 Q53000/12362873 888941.00  LLA : AU 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9111GA440  410019 W05000/1236027C 137938.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 44 of 94 FINAL

 

Page 47: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11QE3C3  410020 Q53000/12362908 17515.00  LLA : BA 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411MBB01  410021 Q53000/12362906 11431.00  LLA : BB 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411KSX22  410022 Q53000/12362907 16139.00  LLA : BC 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411JL450  410023 Q53000/12362909 19760.00  LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411FAX31  410024 Q53000/12362911 42413.00  LLA : BE 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411JA711  410025 Q53000/12362912 65884.00  LLA : BF 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411MRB06  410026 Q53000/12362917 123186.00  LLA : BG 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8J11FM312  410027 Q53000/12362916 7940.00  LLA : BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411KAC45  410028 Q53000/12362915 68445.00  LLA : BJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9511JY778  410029 Q53000/12362913 81969.00  LLA : BK 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411JQ125  410030 Q53000/12362869 147549.00  LLA : BL 97X4930NH1E 000 77777 0 000178 2F 000000 21Q9111GA443  410031 Q53000/12362903 92803.00  LLA : BM 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9511JD302  410032 Q53000/12362904 107630.00  LLA : BN 97x4930 NH1E 000 77777 0 000178 2F 000000 21Q9911PJ222  410033 Q53000/12362905 51616.00  LLA : BP 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9710CX252  410034 Q53000/12362902 568882.00  LLA : BQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8J10FM320  410035 Q53000/12362901 185668.00  LLA : BR 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8J10FM321  410036 Q53000/12362899 23348.00  LLA : BS 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9711GHX87  410037 Q53000/12362897 8551.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 45 of 94 FINAL

 

Page 48: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

BT 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9711HW328  410038 Q53000/12362896 81428.00  LLA : BU 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9C11GF789  410039 Q53000/12362888 78506.00  LLA : BV 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411JJ201  410040 Q53000/12362886 78460.00  LLA : BW 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411GM742  410041 Q53000/12362885 225005.00  LLA : BX 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9711GG422  410042 Q53000/12362880 65862.00  LLA : BY 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9711GY470  410043 Q53000/12362826 88928.00  LLA : BZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9710HA401  410044 Q53000/12373098 13163.00  LLA : CA 1711319 7505 251 MW495 0 050120 2D 000000 A00000734857 Standard Number: N0002411RX01785 (AA)  410045 Q53000/12515642 75000.00  LLA : CB 1711804 8B5B 252 VU021 0 050120 2D 000000 A00000859748 Standard Number: N0002411RX03008 (AA)  610012 Q53000/12290970 820.00  LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8A11GT727  610013 Q53000/12362873 124097.00  LLA : AU 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9111GA440  610014 W05000/1236027C 4450.00  LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11QE3C3  610015 Q53000/12362908 2445.00  LLA : BA 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411MBB01  610016 Q53000/12362906 1595.00  LLA : BB 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411KSX22  610017 Q53000/12362907 2252.00  LLA : BC 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411JL450  610018 Q53000/12362909 2758.00  LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411FAX31  610019 Q53000/12362911 5921.00  LLA : BE 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411JA711  610020 Q53000/12362912 9196.00  LLA : BF 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411MRB06  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 46 of 94 FINAL

 

Page 49: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

610021 Q53000/12362917 17197.00  LLA : BG 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8J11FM312  610022 Q53000/12362916 1108.00  LLA : BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411KAC45  610023 Q53000/12362915 9555.00  LLA : BJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9511JY778  610024 Q53000/12362913 11562.00  LLA : BK 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411JQ125  610025 Q53000/12362869 20598.00  LLA : BL 97X4930NH1E 000 77777 0 000178 2F 000000 21Q9111GA443  610026 Q53000/12362903 12955.00  LLA : BM 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9511JD302  610027 Q53000/12362904 15025.00  LLA : BN 97x4930 NH1E 000 77777 0 000178 2F 000000 21Q9911PJ222  610028 Q53000/12362905 7206.00  LLA : BP 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9710CX252  610029 Q53000/12362902 79417.00  LLA : BQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8J10FM320  610030 Q53000/12362901 25919.00  LLA : BR 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8J10FM321  610031 Q53000/12362899 3259.00  LLA : BS 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9711GHX87  610032 Q53000/12362897 1194.00  LLA : BT 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9711HW328  610033 Q53000/12362896 11367.00  LLA : BU 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9C11GF789  610034 Q53000/12362888 10960.00  LLA : BV 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411JJ201  610035 Q53000/12362886 10952.00  LLA : BW 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411GM742  610036 Q53000/12362885 31411.00  LLA : BX 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9711GG422  610037 Q53000/12362880 9194.00  LLA : BY 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9711GY470  610038 Q53000/12362826 12414.00  LLA : BZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9710HA401  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 47 of 94 FINAL

 

Page 50: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

610039 Q53000/12373098 1837.00  LLA : CA 1711319 7505 251 MW495 0 050120 2D 000000 A00000734857 Standard Number: N0002411RX01785 (AA)  610040 Q53000/12515642 5000.00  LLA : CB 1711804 8B5B 252 VU021 0 050120 2D 000000 A00000859748 Standard Number: N0002411RX03008 (AA)   MOD 13 Funding 3826004.00 Cumulative Funding 18945937.62  MOD 14  410046 W05000/1238261C 44447.00  LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11QE3C3   410047 W05000/1236028C 45979.00  LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11QE3C3   410048 Q54000/12586922 56000.00  LLA : CC 97X4930 NH1E 000 77777 0 000178 2F 000000 21G8511R2Q51   410049 Q53000/12362910 23587.00  LLA : CD 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411AFCC7   410050 Q50000/12638983 5000.00  LLA : CE 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GB416   410051 Q50000/12638964 5000.00  LLA : CF 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GE416   610041 W05000/1238261C 1434.00  LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11QE3C3   610042 W05000/1236028C 1483.00  LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11QE3C3   610043 Q54000/12586922 7300.00  LLA : CC 97X4930 NH1E 000 77777 0 000178 2F 000000 21G8511R2Q51   610044 Q53000/12362910 3292.00  LLA : CD 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q9411AFCC7   610045 Q50000/12638984 211150.00  LLA : CE 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GB416   610046 Q5000/12638982 211150.00  LLA : CF 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8111GE416    MOD 14 Funding 615822.00 Cumulative Funding 19561759.62  MOD 15  410052 12701349 26000.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 48 of 94 FINAL

 

Page 51: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

AQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8511GG477    MOD 15 Funding 26000.00 Cumulative Funding 19587759.62  MOD 16  410053 12862884 14916.00  LLA : CG 1711319 H4NZ 310 SB415 0 050120 2D 000000 A00000865160  Standard Number: N0002411RX03122/AA  410054 12701358 11068.00  LLA : CH 2112040 0000 14B8757 665601F3050 255X 336200 MIPR1MDAT3R908 130E7X S18001  Standard Number: MIPR1MDAT3R908  610047 12862885 125084.00  LLA : CG 1711319 H4NZ 310 SB415 0 050120 2D 000000 A00000865160  Standard Number: N0002411RX03122/AA  610048 12701360 932.00  LLA : CH 2112040 0000 14B8757 665601F3050 255X 336200 MIPR1MDAT3R908 130E7X S18001  Standard Number: MIPR1MDAT3R908   MOD 16 Funding 152000.00 Cumulative Funding 19739759.62  MOD 17  410006 Q5000/11812322 (85000.00)  LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00911   410055 Q51000/12903124 15708.00  LLA : CJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8711KDF25   610006 Q5000/11812322 (915000.00)  LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00911   610049 Q51000/12903125 5702.00  LLA : CJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q8711KDF25    MOD 17 Funding -978590.00 Cumulative Funding 18761169.62  MOD 18 Funding 0.00 Cumulative Funding 18761169.62  MOD 19  420001 1300263389-0001 1318500.00  LLA : CK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001151513  620001 1300263389-0001 146500.00  LLA : CK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001151513   MOD 19 Funding 1465000.00 Cumulative Funding 20226169.62  MOD 20 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 49 of 94 FINAL

 

Page 52: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 420002 1300256729-00001 161000.00  LLA : CL 1721804 8B2B 252 68963 0 050120 2D 000000 A00001104935  620002 1300256729-00002 14000.00  LLA : CL 1721804 8B2B 252 68963 0 050120 2D 000000 A00001104935   MOD 20 Funding 175000.00 Cumulative Funding 20401169.62  MOD 21  420003 1300267598-00001 69487.00  LLA : CM 1721804 60BA 257 50054 068732 2D CX0025 500542008X4P  420004 1300267598-00002 41400.00  LLA : CN 1721804 70BA 252 55262 0 068688 2D CD0020 552622002Q8Q  420005 1300269215-00001 62000.00  LLA : CP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001191010  420006 1300268887-00001 27191.00  LLA : CQ 1721804 52FA 252 00052 0 068732 2D C0010E 629952A0417Q  420007 1300270530-00001 55000.00  LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001200210  420008 1300275139-00001 3200000.00  LLA : CS 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001229747  420009 1300275138-00001 272500.00  LLA : CT 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001229647  620003 1300269215-00002 24500.00  LLA : CP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001191010  620004 1300268887-00001 11654.00  LLA : CQ 1721804 52FA 252 00052 0 068732 2D C0010E 629952A0417Q  620005 1300270530-00002 13500.00  LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001200210  620007 1300275138-00001 43000.00  LLA : CT 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001229647  620008 1300275139-00001 120000.00  LLA : CS 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001229747   MOD 21 Funding 3940232.00 Cumulative Funding 24341401.62  MOD 22  420011 1300277732 55000.00  LLA : CV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001247658 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 50 of 94 FINAL

 

Page 53: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 420012 1300277734 65000.00  LLA : CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001247672  620009 1300277734 10000.00  LLA : CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001247672  620010 1300277732 1500.00  LLA : CV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001247658   MOD 22 Funding 131500.00 Cumulative Funding 24472901.62  MOD 23  410056 1300286705 42000.00  LLA : CW 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001299304  420013 1300289088 35162.00  LLA : CX 1721804 8B2B 252 68963 0 050120 2D 000000 A00001310278  420014 1300289059 100968.00  LLA : CY 1721804 8B2B 252 68963 0 050120 2D 000000 A00001310076  420015 1300289717 20000.00  LLA : CZ 1721804 8B2B 252 68963 0 050120 2D 000000 A00001313016  420016 1300291006 13950.00  LLA : DA 1721804 70BA 252 55262 0 068688 2D CD0453 55262200315Q  420017 1300291004 6375.00  LLA : DB 1721804 70BA 254 62758 0 062649 2D CYY020 6275824N49UY  420018 1300286529 2500000.00  LLA : DC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001298688  620011 1300289059 39032.00  LLA : CY 1721804 8B2B 252 68963 0 050120 2D 000000 A00001310076  620012 1300286529 200000.00  LLA : DC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001298688   MOD 23 Funding 2957487.00 Cumulative Funding 27430388.62  MOD 24  410057 1300302815 94000.00  LLA : DS 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001383526  420019 1300296069 4253.00  LLA : DD 1721804 70BA 252 55262 0 068688 2D CD0429 552622002QHQ Standard Number: N5526212RCD0429  420020 1300299812 52855.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 51 of 94 FINAL

 

Page 54: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

DE 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001359240  420021 1300296111 66886.00  LLA : DF 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001341234  420022 1300296604 312000.00  LLA : DG 1721804 8B2B 252 68963 0 050120 2D 000000 A00001343841  420023 1300289922 156480.00  LLA : DH 1721804 8B2B 252 68963 0 050120 2D 000000 A00001313916  420024 1300304340 30100.00  LLA : DJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001394907  420025 1300304338 30100.00  LLA : DK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001394826  420026 1300302299 100000.00  LLA : DL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001379894  420027 1300305017 28200.00  LLA : DM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001401411  420028 1300303527 10500.00  LLA : DN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001387805  420029 1300304144 26500.00  LLA : DP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001393574  420030 1300304145 30000.00  LLA : DQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001393575  420031 1300304301 70000.00  LLA : DR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001394290  610050 1300302815 140000.00  LLA : DS 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001383526  620013 1300299812 7145.00  LLA : DE 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001359240  620014 1300296111 2714.00  LLA : DF 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001341234  620015 1300296604 78000.00  LLA : DG 1721804 8B2B 252 68963 0 050120 2D 000000 A00001343841  620016 1300289922 39120.00  LLA : DH 1721804 8B2B 252 68963 0 050120 2D 000000 A00001313916  620017 1300304340 5000.00  LLA : DJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001394907  620018 1300304338 8000.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 52 of 94 FINAL

 

Page 55: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

DK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001394826  620019 1300305017 7500.00  LLA : DM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001401411  620020 1300304144 8000.00  LLA : DP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001393574  620021 1300304301 5000.00  LLA : DR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001394290   MOD 24 Funding 1312353.00 Cumulative Funding 28742741.62  MOD 25 Funding 0.00 Cumulative Funding 28742741.62  MOD 26  420032 1300327111 22500.00  LLA : DT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562593  420033 1300328337 50000.00  LLA : DU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001571975  420034 1300328944 52000.00  LLA : DV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001575108  620022 1300327111 2500.00  LLA : DT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562593  620023 1300328337 12500.00  LLA : DU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001571975  620024 1300328944 28000.00  LLA : DV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001575108   MOD 26 Funding 167500.00 Cumulative Funding 28910241.62  MOD 27  420035 1300329237 41000.00  LLA : DW 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001577233  420036 1300286529 229140.00  LLA : DX 97X4930 NH1E 252 77777 0 050120 2F 000000 A10001298688  620025 1300286529 38800.00  LLA : DX 97X4930 NH1E 252 77777 0 050120 2F 000000 A10001298688   MOD 27 Funding 308940.00 Cumulative Funding 29219181.62  MOD 28  600007 Q50000/03515625 (129446.64)  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 53 of 94 FINAL

 

Page 56: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

LLA : AD 97X4930 NH1E 000 77777 0 000178 2F 000000 25C11E11Q100   620026 1300335686 350000.00  LLA : DZ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001620973   MOD 28 Funding 220553.36 Cumulative Funding 29439734.98  MOD 29  430001 1300337337 85000.00  LLA : EA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001632982  430002 1300336950 12500.00  LLA : EB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001630700  430003 1300331535 255533.00  LLA : EC 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001592002  430004 1300331535 5000000.00  LLA : EC 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001592002  430005 1300339196 15750.00  LLA : ED 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001646629  430006 1300328944 317500.00  LLA : DV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001575108  430007 1300337411 25000.00  LLA : EE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001633138  630001 1300337337 10000.00  LLA : EA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001632982  630002 1300336950 600.00  LLA : EB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001630700  630003 1300331535 34219.00  LLA : EF 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001592002  630004 1300331535 750000.00  LLA : EF 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001592002  630005 1300339196 1250.00  LLA : ED 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001646629  630006 1300328944 20000.00  LLA : DV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001575108  630007 1300337411 2500.00  LLA : EE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001633138   MOD 29 Funding 6529852.00 Cumulative Funding 35969586.98 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 54 of 94 FINAL

 

Page 57: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 MOD 30  430008 1300359733 34240.00  LLA : EG 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001790969  430009 1300359733 74240.00  LLA : EH 97X4930 NH1E 251 77777 0 050120 2F 000000 A10001790969  430010 1300328944 55000.00  LLA : DV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001575108  430011 1300352359 20000.00  LLA : EM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001742484  430012 1300328148 20782.00  LLA : EN 97X4930 ND2A 252 32205 0 000033 2F 118123 010200025235  430013 1300327111 22000.00  LLA : DT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562593  430014 1300354401 267000.00  LLA : EQ 1731804 8B2B 251 68963 0 050120 2D 000000 A00001755331  430015 1300349013 35000.00  LLA : ES 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001717652  430017 1300349894 49600.00  LLA : EU 1731804 8B2B 252 68963 0 050120 2D 000000 A00001724871 Standard Number: N0002413WX01452  430018 1300334204 116700.00  LLA : EW 1731804 70BA 252 55262 R 068688 2D CD0107 552623002Q70 Standard Number: N552613RCD0107  630008 1300359733 5000.00  LLA : EJ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001790969  630009 1300359733 5000.00  LLA : EK 97X4930 NH1E 252 77777 0 050120 2F 000000 A10001790969  630010 1300328944 5000.00  LLA : DV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001575108  630011 1300352359 10000.00  LLA : EM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001742484  630014 1300327111 3000.00  LLA : DT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562593  630015 1300354401 67000.00  LLA : ER 1731804 8B2B 252 68963 0 050120 2D 000000 A00001755331  630016 1300349013 15000.00  LLA : ES 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001717652 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 55 of 94 FINAL

 

Page 58: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 630017 1300328148 3000.00  LLA : ET 97X4930 ND2A 252 32205 0 000033 2F 118123 010200025235  630018 1300349894 12400.00  LLA : EU 1731804 8B2B 252 68963 0 050120 2D 000000 A00001724871  630019 1300354016 45150.00  LLA : EV 1721611 1317 252 SH317 0 050120 2D 000000 A00001753179   MOD 30 Funding 865112.00 Cumulative Funding 36834698.98  MOD 31  420018 1300286529 (313953.64)  LLA : DC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001298688  420021 1300296111 (66886.00)  LLA : DF 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001341234  420035 1300329237 (41000.00)  LLA : DW 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001577233   MOD 31 Funding -421839.64 Cumulative Funding 36412859.34  MOD 32  430020 1300369091 70550.00  LLA : EX 1731106 BSS1 252 67025 067443 2D M20021 CACF3RC00024 Standard Number: M2002113PO00004  430021 1300367345 440000.00  LLA : EY 1731804 8B2B 251 68963 0 050120 2D 000000 A00001833477  430022 1300362400 94080.00  LLA : EZ 1731804 8B2B 252 68963 0 050120 2D 000000 A00001808025  430023 1300369342 41000.00  LLA : FA 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001843590  430024 1300369355 11000.00  LLA : FB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001843600  430025 1300369354 32500.00  LLA : FC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001843597  430026 1300328944 27500.00  LLA : DV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001575108  430027 1300339196 25100.00  LLA : ED 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001646629  630020 1300369091 14450.00  LLA : 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 56 of 94 FINAL

 

Page 59: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

EX 1731106 BSS1 252 67025 067443 2D M20021 CACF3RC00024 Standard Number: M2002113PO00004  630021 1300367345 110000.00  LLA : EY 1731804 8B2B 251 68963 0 050120 2D 000000 A00001833477  630022 1300362400 23519.00  LLA : EZ 1731804 8B2B 252 68963 0 050120 2D 000000 A00001808025  630023 1300339196 7600.00  LLA : ED 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001646629   MOD 32 Funding 897299.00 Cumulative Funding 37310158.34  MOD 33  420018 1300286529 (519347.97)  LLA : DC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001298688  430028 1300362400 61167.00  LLA : EZ 1731804 8B2B 251 68963 0 050120 2D 000000 A00001808025  430029 1300366274 14136.00  LLA : FD 1731804 8B2B 251 68963 0 050120 2D 000000 A00001827127  430030 1300373401 67395.00  LLA : FE 1731804 60BA 257 50054 R 068732 2D CX0365 500543D0360P  430031 1300373310 9480.00  LLA : FF 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001869158  430032 1300372496 5500.00  LLA : FH 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001862711  430033 1300336950 10000.00  LLA : EB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001630700  430034 1300337411 20000.00  LLA : EE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001633138  430035 1300365838 12000.00  LLA : FK 1711810 M2NR 252 00039 0 050120 2D 000000 A00001824648  430036 1300369355 33000.00  LLA : FB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001843600  430037 1300379467 62400.00  LLA : FL 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001918974  630024 1300362400 15291.00  LLA : EZ 1731804 8B2B 251 68963 0 050120 2D 000000 A00001808025  630025 1300366274 3534.00  LLA : FD 1731804 8B2B 251 68963 0 050120 2D 000000 A00001827127 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 57 of 94 FINAL

 

Page 60: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 630026 1300373310 1900.00  LLA : FG 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001869158  630027 1300372496 8500.00  LLA : FJ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001862711  630028 1300337411 1500.00  LLA : EE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001633138  630029 1300379467 13697.00  LLA : FL 97X4930 NH1E 251 77777 0 050120 2F 000000 A00001918974   MOD 33 Funding -179847.97 Cumulative Funding 37130310.37  MOD 34  430038 1300378395 15000.00  LLA : FM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001908718   MOD 34 Funding 15000.00 Cumulative Funding 37145310.37  MOD 35  430039 1300328944 115000.00  LLA : DV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001575108   MOD 35 Funding 115000.00 Cumulative Funding 37260310.37  MOD 36  430040 1300386995 50000.00  LLA : FN 1731319 M7KC 251 67854 067443 2D C22730 3RCR3AT5173S Standard Number: M9545013RCR3AT5  630030 1300386995 6000.00  LLA : FN 1731319 M7KC 251 67854 067443 2D C22730 3RCR3AT5173S Standard Number: M9545013RCR3AT5   MOD 36 Funding 56000.00 Cumulative Funding 37316310.37  MOD 37  430041 130039227100001 10000.00  LLA : FP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002040016  430042 130039343300001 15000.00  LLA : FQ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002049704   MOD 37 Funding 25000.00 Cumulative Funding 37341310.37  MOD 38 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 58 of 94 FINAL

 

Page 61: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 430043 130039807200001 25000.00  LLA : FR 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002080938  430044 130039754100001 50000.00  LLA : FS 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002076424  430045 130039799600001 30000.00  LLA : FT 1741804 8B2B 251 V5H00 0 050120 2D 000000 A00002080856  630031 130039754100001 10000.00  LLA : FS 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002076424   MOD 38 Funding 115000.00 Cumulative Funding 37456310.37  MOD 39  430046 130040289600001 45000.00  LLA : FU 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002122323  430047 130040118700001 24000.00  LLA : FV 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002106309  430048 130040323700001 512000.00  LLA : FW 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002125724  630032 130040118700002 6000.00  LLA : FV 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002106309   MOD 39 Funding 587000.00 Cumulative Funding 38043310.37  MOD 40  630004 130033153500004 (327110.00)  LLA : EF 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001592002   MOD 40 Funding -327110.00 Cumulative Funding 37716200.37  MOD 41  440001 130041362200001 120000.00  LLA : FX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002202622  440002 130040777100001 120000.00  LLA : FY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002159470  440003 130041423400001 34000.00  LLA : FZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002206601  440004 130041211300001 35000.00  LLA : GA 1741804 8C1C 252 WS060 0 050120 2D 000000 A00002193040  440005 130041490300001 100000.00  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 59 of 94 FINAL

 

Page 62: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

LLA : GB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002211493  440006 130041428700001 172000.00  LLA : GC 1741804 8B5B 252 WS010 0 050120 2D 000000 A00002208541  440007 130041435700001 77375.00  LLA : GD 1741810 82MA 251 V5H00 0 050120 2D 000000 A00002208218  440008 130041686500001 189559.00  LLA : GE 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002229225  440009 130041686500002 236201.00  LLA : GF 97X4930 NH1E 251 77777 0 050120 2F 000000 A10002229225  440010 130041686500003 142176.00  LLA : GG 97X4930 NH1E 251 77777 0 050120 2F 000000 A20002229225  440011 130041686500004 512261.00  LLA : GH 97X4930 NH1E 251 77777 0 050120 2F 000000 A30002229225  440012 130041686500006 321892.00  LLA : GJ 97X4930 NH1E 251 77777 0 050120 2F 000000 A50002229225  440013 130041686500007 497912.00  LLA : GK 97X4930 NH1E 251 77777 0 050120 2F 000000 A40002229225  640001 130041362200001 22000.00  LLA : FX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002202622  640002 130041423400001 2000.00  LLA : FZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002206601  640003 130041211300001 5000.00  LLA : GA 1741804 8C1C 252 WS060 0 050120 2D 000000 A00002193040  640004 130041490300001 10000.00  LLA : GB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002211493  640005 130041428700001 28000.00  LLA : GC 1741804 8B5B 252 WS010 0 050120 2D 000000 A00002208541  640006 130041686500001 1253.00  LLA : GE 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002229225  640007 130041686500002 58208.00  LLA : GF 97X4930 NH1E 251 77777 0 050120 2F 000000 A10002229225  640008 130041686500003 9585.00  LLA : GG 97X4930 NH1E 251 77777 0 050120 2F 000000 A20002229225  640009 130041686500004 44659.00  LLA : GH 97X4930 NH1E 251 77777 0 050120 2F 000000 A30002229225  640010 130041686500006 66558.00  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 60 of 94 FINAL

 

Page 63: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

LLA : GJ 97X4930 NH1E 251 77777 0 050120 2F 000000 A50002229225  640011 130041686500007 19737.00  LLA : GK 97X4930 NH1E 251 77777 0 050120 2F 000000 A40002229225   MOD 41 Funding 2825376.00 Cumulative Funding 40541576.37  MOD 42  430049 130041404200001 160000.00  LLA : GL 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002205502  440014 130041441900001 45000.00  LLA : GM 1741810 82MA 251 V5H00 0 050120 2D 000000 A00002209468  440016 130041999600001 130916.00  LLA : GN 1741804 8B5B 252 WS010 0 050120 2D 000000 A00002253256  640012 130041999600001 21312.00  LLA : GN 1741804 8B5B 252 WS010 0 050120 2D 000000 A00002253256  640013 130041441900002 5000.00  LLA : GM 1741810 82MA 251 V5H00 0 050120 2D 000000 A00002209468   MOD 42 Funding 362228.00 Cumulative Funding 40903804.37  MOD 43  440017 130042331500001 40000.00  LLA : GP 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002279066  440018 130042044600001 75000.00  LLA : GQ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002259473   MOD 43 Funding 115000.00 Cumulative Funding 41018804.37  MOD 44  440019 130042886500001 57501.30  LLA : GR 1741319 E627 253 68876 C 068892 2D XK0031 688764D2531Q Standard Number: N6887614WXK0024  440020 130042116800001 73064.00  LLA : GS 1741810 M2DR 252 00039 0 050120 2D 000000 A00002261724  640014 130042886500001 8000.00  LLA : GR 1741319 E627 253 68876 C 068892 2D XK0031 688764D2531Q Standard Number: N6887614WXK0024   MOD 44 Funding 138565.30 Cumulative Funding 41157369.67  MOD 45 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 61 of 94 FINAL

 

Page 64: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 440021 130044031300001 6758.00  LLA : GT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002396775  440022 130044031400001 40000.00  LLA : GU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002396777  440023 130043230200001 50400.00  LLA : GV 1741804 60BA 257 50054 R 068732 2D CX0303 500544D0085P Standard Number: N5005414RCX0303  440024 130043234000001 35000.00  LLA : GW 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002339872  440025 130043373800001 497912.00  LLA : GY 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002349428  440026 130043703600001 190000.00  LLA : GZ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002373943  440027 130043703700001 240000.00  LLA : HB 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002373944  440028 130043703500001 322000.00  LLA : HD 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002373942  440029 130043658100001 114000.00  LLA : HF 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002369792  440030 130043658300001 28500.00  LLA : HH 1741804 8C1C 251 V5H00 0 050120 2D 000000 A00002369794  440031 130043669200001 96768.00  LLA : HJ 1741804 8D3D 251 V0000 0 050120 2D 000000 A00002370394  440032 130043370400001 80300.00  LLA : HL 1741319 M4MX 255 67854 067443 2D C23190 4RCR4DT72936 Standard Number: M9545014WRR4DT6  640015 130043234000002 5000.00  LLA : GX 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002339872  640016 130043373800002 19737.00  LLA : GY 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002349428  640017 130043703600002 1500.00  LLA : HA 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002373943  640018 130043703700002 60000.00  LLA : HC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002373944  640019 130043703500002 67000.00  LLA : HE 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002373942  640020 130043658100002 6000.00  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 62 of 94 FINAL

 

Page 65: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

LLA : HG 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002369792  640021 130043658300002 1500.00  LLA : HH 1741804 8C1C 251 V5H00 0 050120 2D 000000 A00002369794  640022 130043669200002 4032.00  LLA : HJ 1741804 8D3D 251 V0000 0 050120 2D 000000 A00002370394  640023 130043370400002 4700.00  LLA : HL 1741319 M4MX 255 67854 067443 2D C23190 4RCR4DT72936 Standard Number: M9545014WRR4DT6   MOD 45 Funding 1871107.00 Cumulative Funding 43028476.67  MOD 46  440034 130044271200001 37140.00  LLA : HN 1741804 8B2B 251 68963 0 050120 2D 000000 A00002413333  440035 130044331500001 15000.00  LLA : HP 1741804 8B2B 252 WS010 0 050120 2D 000000 A00002417743  440036 130044279600001 10000.00  LLA : HQ 1741319 14RM 252 SH400 0 050120 2D 000000 A00002414034  440037 130044195200001 25000.00  LLA : HR 1741319 15YV 251 SH377 0 050120 2D 000000 A00002408867  440038 130043999400001 54000.00  LLA : HS 17X4557 1R40 251 SH385 0 050120 2D 000000 A00002395058  440039 130044169000001 60643.00  LLA : HT 1731319 A4FR 251 WS030 0 050120 2D 000000 A00002407976  440040 130043773500001 140238.50  LLA : HU 1741804 8B2B 251 V5H00 0 050120 2D 000000 A00002379674  440041 130044263500001 103500.00  LLA : HV 1741804 8B2B 251 68963 0 050120 2D 000000 A00002413032  440042 130044263400001 194670.00  LLA : HW 1741804 8B2B 251 68963 0 050120 2D 000000 A00002412799  440043 130044263200001 31500.00  LLA : HX 1741804 8B2B 251 68963 0 050120 2D 000000 A00002412797  440044 130043359700001 99400.00  LLA : HY 1741319 T7KC 252 67854 067443 2D C2273A 4RCR4BA7174V Standard Number: M95405014RCR4BA7/AA  440045 130044065900001 110400.00  LLA : HZ 2122093 000 05U5U 0 42016A 00 0255YR AB2A9JDJTMIP R3M196J7491B2A9RAS121 012193  Standard Number: MIPR3M196J7491  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 63 of 94 FINAL

 

Page 66: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

620026 130033568600001 (147924.00)  LLA : DZ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001620973  640024 130043999400002 6000.00  LLA : HS 17X4557 1R40 251 SH385 0 050120 2D 000000 A00002395058  640025 130044169000002 2527.00  LLA : HT 1731319 A4FR 251 WS030 0 050120 2D 000000 A00002407976  640026 130043773500002 5000.00  LLA : HU 1741804 8B2B 251 V5H00 0 050120 2D 000000 A00002379674  640027 130044263500002 11500.00  LLA : HV 1741804 8B2B 251 68963 0 050120 2D 000000 A00002413032  640028 130044263400002 21630.00  LLA : HW 1741804 8B2B 251 68963 0 050120 2D 000000 A00002412799  640029 130044263200002 3500.00  LLA : HX 1741804 8B2B 251 68963 0 050120 2D 000000 A00002412797  640030 130043359700002 10000.00  LLA : HY 1741319 T7KC 252 67854 067443 2D C2273A 4RCR4BA7174V Standard Number: M95405014RCR4BA7/AA  640031 130044065900002 4600.00  LLA : HZ 2122093 000 05U5U 0 42016A 00 0255YR AB2A9JDJTMIP R3M196J7491B2A9RAS121 012193  Standard Number: MIPR3M196J7491   MOD 46 Funding 798324.50 Cumulative Funding 43826801.17  MOD 47  440046 130044542700001 190000.00  LLA : JA 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002430587  440047 130044542600001 170000.00  LLA : JB 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002430586  440048 130044542500001 252000.00  LLA : JC 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002430585  440049 130044634500001 80000.00  LLA : JD 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002436883  440050 130044542400001 477649.00  LLA : JE 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002430584  440051 130044676600001 75000.00  LLA : JF 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002439963  440052 130044352500001 100000.00  LLA : JG 1741804 8U5N 251 V5P00 0 050120 2D 000000 A00002418837  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 64 of 94 FINAL

 

Page 67: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

640032 130044542400001 40000.00  LLA : JE 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002430584  640033 130044634500001 63000.00  LLA : JD 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002436883  640034 130044542500001 32000.00  LLA : JC 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002430585   MOD 47 Funding 1479649.00 Cumulative Funding 45306450.17  MOD 48  430050 130044961900001 58135.00  LLA : JH 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002459310  440049 130044634500001 (74800.00)  LLA : JD 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002436883  440053 130044313700001 265000.00  LLA : JJ 1741319 15YV 252 SH377 0 050120 2D 000000 A00002416732  440054 130044789300001 10000.00  LLA : JK 1741319 14RM 252 SH400 0 050120 2D 000000 A00002446252  440055 130044909300001 20000.00  LLA : JL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002455048  440056 130044516500001 86000.00  LLA : JM 1741804 8B5B 252 WS010 0 050120 2D 000000 A00002428245  440057 130044168900002 14000.00  LLA : JN 1741810 M2NR 251 00039 0 050120 2D 000000 A10002407975  440058 130044042800002 12000.00  LLA : JP 1741810 M2NR 251 00039 0 050120 2D 000000 A10002397541  440059 130044816300001 22000.00  LLA : JQ 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002449151  440060 130044706700003 417520.00  LLA : JR 1741804 8B2B 251 68963 0 050120 2D 000000 A00002441442  440061 130044740500001 6960.00  LLA : JS 9740400 2520 YFS T04PF Y 14DTT2 FY 141571 DT251HQ01474 380090400040603914C00 044411  Standard Number: HQ0147438009  440062 130044966800001 70000.00  LLA : JT 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002459645  640033 130044634500001 (63000.00)  LLA : JD 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002436883  640035 130044706700004 104380.00  

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 65 of 94 FINAL

 

Page 68: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

LLA : JR 1741804 8B2B 251 68963 0 050120 2D 000000 A00002441442  640036 130044740500001 2000.00  LLA : JS 9740400 2520 YFS T04PF Y 14DTT2 FY 141571 DT251HQ01474 380090400040603914C00 044411  Standard Number: HQ0147438009  640037 130044966800001 10000.00  LLA : JT 97X4930 NH1E 251 77777 0 050120 2F 000000 A00002459645  640038 130045058100001 8000.00  LLA : JU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002466198   MOD 48 Funding 968195.00 Cumulative Funding 46274645.17  MOD 49  440063 130044905500001 27943.00  LLA : JV 1741611 6210 252 CV378 0 050120 2D 000000 A00002455474  440064 130044905400001 72057.00  LLA : JW 1731611 6210 252 CV378 0 050120 2D 000000 A00002454980   MOD 49 Funding 100000.00 Cumulative Funding 46374645.17 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 66 of 94 FINAL

 

Page 69: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

SECTION H SPECIAL CONTRACT REQUIREMENTS

MANDATORY TASK ORDER REQUIREMENTS

Offerors must meet all mandatory requirements at time of proposal submission, or have an acceptable plan to meetthe requirements by start date of task order performance.  In addition, all mandatory requirements must bemaintained through the life of the order.  The mandatory requirements are as follows:

Requirement 1 -- Facility Location: The contractor's primary facility shall be within one-hour average travel timeto the NSWCDD, Dahlgren, VA.  In addition, a minimum of 75% of all personnel who are to be direct charged tothis task order must be located within one-hour average travel time to the NSWCDD, Dahlgren, VA. 

Requirement 2 -- Facility Clearance:  The contractor's primary facility shall have a TOP SECRET securityclearance.

Requirement 3 -- Key Personnel Security Clearance: All personnel performing under this order shall possess, at aminimum, a SECRET Security Clearance.  Interim clearances are acceptable. 

Requirement 4 -- National Association of Radio and Telecommunications Engineers

(NARTE/Electromagnetic Compatibility (EMC): It is required that the following proposed key personnel beNARTC EMC certified upon award of the proposed contract.  Program Manager  One (1) individual; SeniorEngineer, Hazards of Electromagnetic Radiation to Ordnance (HERO), Five (5) individuals; Senior Engineer,

Electromagnetic Vulnerability (EMV), One (1) individual; Senior Engineer, Joint Ordnance E3 One (1) individual.

Requirement 5 -- Personal Computers/Software/Electronic Communication – The contractor shall havepersonal computers and software that will allow ready transfer of information between the contractor and theGovernment.  Hardware required would include, at a minimum:  Microsoft compatible personal computers, ColorPrinters/Scanners/Copiers, Plotter (E size);  Software required would include, but is not limited to, the currentversion/upgrade of the Microsoft (MS) Operating System (OS) and other compatible programs/applications such asMS Office Suite, C, C++, MATLAB, MS SQL Server, Apache, Adobe Acrobat, Adobe PhotoShop, Visual Basic,PHP5, Java Script, CSS, Flash, XML, Nuance, and AutoCAD 2009.

Requirement 6 -- Organizational Conflict of Interest (OCI): Either the offeror and its teammates shall certify thatthey have no OCI or the offeror must have submitted an OCI mitigation plan that the contracting officer hasevaluated as acceptable.

Requirement 7 -- Passport:  The following labor categories shall possess current passports for OCONUS travel: Program Manager; Senior Engineer (HERO); Senior Engineer RADHAZ Survey; Senior Engineer EMV; SeniorEngineer E3; Senior Engineer - Joint Ordnance; Senior Engineer - International E3; Engineer - E3; Engineer -General; Specialist RADHAZ Survey; and Senior Engineer E3 - Information Systems.

SPECIAL CONTRACT REQUIREMENTS, QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)

1. PURPOSE

This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied document used to makesure the systematic quality assurance methods are used in the administration of the performance based service order. The intent is to ensure that the contractor performs in accordance with the performance metrics and the Governmentreceives the quality of services called for in the order.  A properly executed QASP will assist the Government inachieving the objectives of this procurement.

This Task Order provides Engineering and Technical Expertise Support Services for the NSWCDD ElectromagneticEffects Division (Q50).  The resulting performance based order will have cost plus fixed fee Labor CLINS, and cost

only Other Direct Cost (ODC) CLINS.  The order will be for a base year with four one-year options.     

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 67 of 94 FINAL

 

Page 70: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

2. AUTHORITY

Authority for issuance of this QASP is provided under Contract Section E – Inspection and Acceptance, whichprovides for inspections and acceptance of the services and documentation called for in service contracts, to be executedby the Contracting Officer or a duly authorized representative.

3. SCOPE

The QASP is put in place to provide Government surveillance and oversight of the contractor’s efforts to assure thatthey are timely, effective and are delivering the results specified in the order.

The contractor’s performance on this task order will be evaluated by the Government as described below.  The firstevaluation will cover the period ending six months after date of contract award with successive evaluations beingperformed for each 12 month period thereafter until the contractor completes performance under this task order.  For eachperiod, the Government will evaluate the contractor’s performance.  The evaluation will encompass all work performedby the contractor at any time during the period but will not include cumulative information from prior reports.  If theContracting Officer assigns an “Unsatisfactory” performance rating for any factors/subfactors, the next option period willnot be exercised. This performance evaluation does not replace any other requirement for evaluating contractor performance that may berequired by this task order such as the Contractor Performance Assessment Reporting System (CPARS) report or theTask Order Performance Evaluation (TPOE) report.

4. GOVERNMENT RESOURCES AND RESPONSIBILITIES

The following Government resources shall have responsibility for the implementation of this QASP: 

Procuring Contracting Officer and Administrative Contracting Officer – The Procuring Contracting Officer(PCO) and Administrative Contracting Officer (ACO) ensure performance of all necessary actions for effectivecontracting, ensure compliance with the terms of the contract and safeguard the interests of the United States in thecontractual relationship.  The PCO and ACO assure the Contractor receives impartial, fair and equitable treatmentunder the contract.  The PCO is ultimately responsible for the final determination of the adequacy of the Contractor’sperformance. The PCO for this order is identified in Section G.  The ACO will be designated in the resulting order.  

Contract Specialist– An individual assigned by the PCO to assist in the daily administration of thecontract.   The Specialist also provides input to the PCO and the TOM as to the quality of performance for areas

addressed in this QASP.  The Contract Specialist for this contract is identified in Section G.   

Task Order Manager –The TOM is responsible for technical administration of the contract and assures properGovernment surveillance of the contractor’s performance.  The TOM is not empowered to make any contractualcommitments or to authorize any changes on the Government’s behalf.  The TOM will provide QASP reports to thePCO.  Any changes initiated by the TOM that the contractor deems may affect contract price, terms, or conditions shallbe referred to the Contracting Officer for action.

Government Technical Point of Contact (TPOC)/Technical Assistant(TA) – The TOM designates an individualGovernment Technical Point of Contact/Technical Assistant to assist in administering specific projects under thecontract.  The Government TPOC/TA is responsible for assisting in administering a specific project under thecontract.  The TPOC/TA provides input to the TOM as to the quality of technical performance for their respectivearea(s) of expertise.  A Government TPOC/TA cannot, in any manner, alter the scope of the contract, makecommitments or authorize any changes on the Government’s behalf.

5. METHODS OF QA SURVEILLANCE

a. QASP - The methods of surveillance are listed in Tables 3 through 5 and shall be used by the TOM in thetechnical administration and the PCO/Contract Specialist in non-technical administration of this QASP.  With theexception of the availability of funding, the QASP will be the prime determinant in exercising the option.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 68 of 94 FINAL

 

Page 71: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

b. Contractor Performance Assessment Report System (CPARS) – The market place for information technology,engineering, and management support services is very competitive.  As such, the successful offeror has a vested interestin the Government generated CPARS under this contract.  Additionally, an evaluation using the CPARS format willbe performed at the end of each year of performance.  This evaluation will be one determinant in exercising an option. The Government for this procurement will address the quality of product or service, schedule, cost control, businessrelations, management, and other important areas.  As this information may affect future source selections throughoutDoD, and the continuation of the order, the annual Government assessment will be used appropriately as an additionalperformance oversight and communication tool with the QASP.

6. DOCUMENTATION

In addition to providing annual reports to the Contracting Officer, the TOM will maintain a complete QualityAssurance file.  The file will contain copies of all reports, evaluations, recommendations, and any actions related to theGovernment’s performance of the quality assurance function. The TOM shall forward these records to the Contracting

Officer at termination or completion of the order.

7. EVALUATION PROCESS 

 1.  1st Evaluation Period - The first evaluation will cover the period ending 6 months from task order award.

NLT 180 calendar days prior to the end of the base year period of performance, the Contractor shallsubmit a self-assessment.  The self-assessment shall be submitted electronically to the PCO, TOMand Contract Specialist.  It shall address all areas of this QASP and cover performance from time of

award.

a.

NLT 14 calendar days from receipt of the self-assessment, the TOM is to provide a report to the PCOwhich addresses the Contractor’s performance.  The report shall be in accordance with the evaluationcriteria established by this QASP.  The TOM shall directly address any inconsistencies between

his/her evaluation and the Contractor’s self-assessment

b.

Within 30 calendar days of receipt of the Contractor’s self-assessment, the PCO will make apreliminary determination.  The determination will be based on the TOM’s report, input from theContract Specialist, the Contractor’s self-evaluation, and any other information deemed relevant bythe Contracting Officer.  The PCO shall address disagreements between the TOM’s recommendationsand the Contractor’s assessment.  The PCO determination is unilateral and final.  The PCO will

document the determination and provide a copy to the contractor.

c.

2. Subsequent Evaluations – All subsequent evaluations begin twelve months from the initiation of the proceedingevaluation.  The process will follow exactly as described above for the first evaluation period.  The Contractor willinitiate the process by submitting the self-evaluation exactly 12 months from the date of submission for the previousevaluation period. 3.  Interim Evaluation – The TOM can provide feedback to the PCO at anytime during the period of performance. The PCO will provide this feedback to the Contractor upon receiving it, if the feedback indicates that the Contractoris not meeting the acceptable performance standards as defined herein.

4.  Degradation of Performance - If following a favorable evaluation, the Government experiences a seriousdegradation in the overall quality of performance, the PCO has the unilateral right to repeat the evaluationprocess during the remaining period of performance. 

8. SURVEILLANCE

The tables below set forth the performance ratings, standards, outcome and surveillance methods of the contractor thatshall be provided to the Contracting Officer by the TOM and Contract Specialist on an annual basis.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 69 of 94 FINAL

 

Page 72: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

(a) Performance Ratings: The Government will evaluate the contractor’s performance of the Performance WorkStatement (PWS) and the Contracting Officer will assign one of the following ratings:     (1) Excellent   (2) Satisfactory   (3) Unsatisfactory

The standards associated with these ratings are given in the following Table 1.

TABLE 1: OVERALL PERFORMANCE RATINGS

Overall Performance Rating Standard

Excellent “Excellent” ratings for all performance evaluation criteria.

Satisfactory A minimum of “Satisfactory” ratings for all performance evaluation criteria.

Unsatisfactory A rating of “Unsatisfactory” for one or more performance evaluation criteria.

(b) Performance Objectives:    The following table (TABLE 2) details how the performance objectives apply toperformance under this order.

TABLE 2: OBJECTIVES

AssessmentPeriod

Acceptable PerformanceDefinition

How Measured Outcome

Base:

 

All measurement areas ratedat least "Satisfactory".

After the first six months usingthe QASP evaluation ratings;annually using the CPARS systemcovering the previous 12 months.

(+) Meet the acceptableperformance definition as acondition for exercise ofOption 1.*

(-) Does not meet theacceptable performancedefinition as a conditionfor exercise of an Option1.*

Option I:

 

All measurement areas ratedat least "Satisfactory".

Annually using the QASP evaluationratings covering the previous 12months; annually using the CPARSsystem covering the option POP.

 (+) Meet the acceptableperformance definition as acondition for exercise of anOption. 2.*

(-) Does not meet theacceptable performancedefinition as a conditionfor exercise of an Option.2.*

Option II:

All measurement areas ratedat least "Satisfactory".  Twoor more measurements ratedas "Excellent".

 

Annually using the QASP evaluationratings covering the previous 12months; annually using the CPARSsystem covering the option POP.

 (+) Meet the acceptableperformance definition as acondition for exercise of anOption 3.*

(-) Does not meet theacceptable performancedefinition as a conditionfor exercise of an Option3.*

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 70 of 94 FINAL

 

Page 73: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 

Option III:

All measurement areas ratedat least "Satisfactory". Twoor more areas rated"Excellent".   

Annually using the QASPevaluation ratings covering theprevious 12 months; annuallyusing the CPARS systemcovering the option POP.

 (+) Meet the acceptableperformance definition asa condition for exercise ofan Option 4.*

(-) Does not meet theacceptable performancedefinition as a conditionfor exercise of an Option4.*

Option IV:

 

 

All measurement areas ratedat least "Satisfactory".  Two or more areas rated"Excellent".  

Annually using the QASPevaluation ratings covering theprevious 12 months; annuallyusing the CPARS systemcovering the option POP.

Final CPARS ratings.

* The Government will not exercise the next option year term unless the contractor meets the acceptable performancedefinition.

(c) Performance Evaluation Criteria:  The Contractor’s performance will be evaluated in the following areas:

               TECHNICAL                STAFFING                MANAGEMENT                COST The criteria and standards for each of these areas is described in Table 3A through Table 6. These tables provide thespecific performance objectives, standards, acceptable quality levels (AQLs) and monitoring methods that will beused by the Government to assess the quality of the Contractor's performance on this task order.

 TECHNICAL PERFORMANCE

TABLE 3A: TECHNICAL  PERFORMANCE EVALUATION CRITERIA ANDSTANDARDS 

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

TaskPerformance

Work product fails to meetAcceptable Quality Levels (AQLs)defined in PerformanceRequirements Summary Table 3B.

Work product routinely meetsAcceptable Quality Levels(AQLs) defined in PerformanceRequirements Summary Table3B.

Work product frequentlyexceeds Acceptable QualityLevels (AQLs) defined inPerformance RequirementsSummary Table 3B.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 71 of 94 FINAL

 

Page 74: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

TABLE 3B: PERFORMANCE REQUIREMENTS SUMMARY TABLE  (work area section number synonymouswith Performance Work Statement section number) 

TaskArea

       

WorkArea

PerformanceObjective

PerformanceStandard

Acceptable Quality Level(AQL)

QualitySurveillance PlanTypical MonitoringMethods

1

 

(a) Prepare, analyze,review revise, manage,and makerecommendations to:technical reports andstudies.

(a) Documents aretechnically accurate andgrammatically correct.Reports, studies, andtheir revisions aredelivered IAW agreedupon schedules.

(a) Revisions and orcorrections to technicaldocumentation includingtechnical reports, andstudies require no more thantwo (2) review/comment/approval cycles tomeet acceptance. 90%completed by due date.

(a) Governmentoversight -review/comment/approval of eachdocument.

2 (b) Engineering andtechnical support for

conducting E3

certification anddevelopmental testingof DoD and non DoDweapon and electronicsystems.

(b) Test events areconducted withinscheduled time and alltest objectives are met.Test reports completedon time IAWgovernmentrequirements forschedule, content, andformat.

(b) Test cost overruns not toexceed 10% of the originalcost estimate. Testingschedule met 90% of thetime. 95% of the testobjectives are met for eachtest event.  95% of all testreports completed onschedule 95% of test reportshave no errors.

(b) Governmentoversight -review/comment/approval of each teststrategy, test conduct,and subsequent testreport

 

3

 

(c ) Develop design,schematics,procurement,fabrication, integration,delivery, setup and

warranty of E3 testingsystems.

(c ) ElectromagneticEnvironmental Effects

(E3) testing systemsdeveloped & deliveredwithin cost andschedule objectives

(c )Cost overruns &schedule delays not tooexceed 15% of the originalplan. Performance objectivesare met.

(c) Governmentverification testing ofeach system.

 

4

 

(d) Operate and

maintain E3 TestEquipment and

Instrumentation

(d) Operators trainedand qualified to operatetest equipment andinstrumentation. Testequipment and

 (d) Trained, qualifiedoperators of the equipmentand instrumentationavailable for test events 95%of the time. Equipment and

(d) Governmentoversight – review /assessment ofoperator’squalifications and

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 72 of 94 FINAL

 

Page 75: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

instrumentation wellmaintained andavailable for test events.

instrumentation available foruse 95% of the time.

 

performance -availability ofequipment andinstrumentation.

5

 

(e) Conduct, analyze,

& report E3 Surveys

(e) Survey events areconducted withinscheduled time andall objectives aremet. Survey analysis& reports completedon time IAWgovernmentrequirements forcontent, schedule,and format

(e) Survey schedule met90% of the time. 95%of the survey objectivesare met for each event. 95% of all surveyreports completed onschedule. 95% ofsurvey reports have noerrors.

(e) Government oversight –review / comment /assessment of survey,analysis, and reporting

 

6 (f) E3 Meeting &Technical ReviewSupport

(f) Attend andparticipate inTechnical Reviewsand Meetings.Support governmentcustomer at the meetings, or in theabsence of customer;act on his/her behalf

(f) Attend andparticipate in 95% ofscheduled meetings.Provide writtennotes/trip reports toinclude pertinentdiscussion topicsand/or action items.

(f) Government oversight -review/comment/approval ofmeeting notes and or tripreports.

 

7 (g) KnowledgeManagement System

(E3 Online)

(g) Systemmaintained andupdated with the

most current E3

information available.System Upgradesperformed asrequired/needed

(g) Accurateinformation updatesperformed on schedule95% of the time.System Upgradesperformed on time 90%of the time

(g) ) Government oversight –review / assessment /comment/ approval ofsystem  information &upgrades.

8 (h) E3

Documentation

(h) Documents aretechnically accurateand grammaticallycorrect. Documentsand revisions aredelivered IAW agreedupon schedulesDocuments arecataloged andmanaged IAWgovernmentrequirements

(h) Technicaldocumentation shallnot exceed two reviewcycles with thegovernment and shouldbe 90% completed bydue date. Documentsare cataloged andmanaged IAWgovernmentrequirements 95% ofthe time.

(h) Government oversight –review / assessment /comment / approval ofdocumentation.

9 (i) E3 Training (i) Training materialsare technicallyaccurate andgrammaticallycorrect. Trainingmaterial and or

(i) Training materialsmeet requirementswithout revision 90%of the time. Trainingmaterials delivered ontime 95% of the time.

(i) Government oversight -review/assessment/comment/approval of trainingmaterials.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 73 of 94 FINAL

 

Page 76: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

material revisions aredelivered IAW agreedupon schedules.

10 (j) Progressreporting

(j)Report accurate,easy to read, and isIAW governmentrequirements

(j) Report deliveredcomplete and on time95% of the time.

(j) Government oversight -review/assessment/comment/approval of progress reports.

STAFFING PERFORMANCE

TABLE 4: TASK ORDER  STAFFING PERFORMANCE EVALUATION CRITERIA ANDSTANDARDS

Criterion Unsatisfactory Satisfactory ExcellentStaffing Contractor provides

marginally qualified orunqualified personnel.Lapses in coverage occurregularly.  Fails to meetAQL defined below.

Contractor providesqualified personnel. Lapsesin coverage mayoccasionally occur and aremanaged without anyadverse impact onperformance. New and/orsubstitute resumessubmitted IAW TaskOrder requirements.   Table of ApprovedPersonnel is accurate andtimely.  Personnel workproducts are fullyconsistent with resumequalifications.  Qualifiedstaff provided whenneeded. 

Contractor consistentlyprovides personnel whoexceed qualifications tothe benefit of thegovernment.  There areno lapses in coverage. New and/or substituteresumes submittedIAW Task Orderrequirements.   Table ofApproved Personnel isaccurate and timely. Personnel workproducts are fullyconsistent with resumequalifications. Qualified staff providedwhen needed. 

MANAGEMENT PERFORMANCE 

TABLE 5: TASK ORDER MANAGEMENT PERFORMANCE EVALUATION CRITERIAAND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

ProblemResolution

Problems are unresolved,repetitive, or take excessivegovernment effort to resolve.

Problems are resolvedquickly with minimalgovernment involvement.

Problems are non-existent or thecontractor takes corrective actionwithout governmentinvolvement.

ResponsivenessContractor’s management isunresponsive to governmentrequests and concerns.

Contractor’s management isresponsive to governmentrequests and concerns.

Contractor’s management takesproactive approach in dealingwith government representatives

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 74 of 94 FINAL

 

Page 77: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

and anticipates Governmentconcerns.

Communications

Contractor often fails tocommunicate with governmentin an effective and timelymanner.

Contractor routinelycommunicates withgovernment in an effectiveand timely manner.

Contractor takes a proactiveapproach such thatcommunications are almostalways clear, effective and timely.

COST PERFORMANCE

TABLE 6: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

 

CRITERION

 

UNSATISFACTORY

 

SATISFACTORY

 

EXCELLENT

Cost Management

Contractor routinely failsto complete the effortwithin the originallyagreed to estimated cost,i.e. cost overrunsfrequently occur.

Contractor routinelycompletes the effort withinthe originally agreed toestimated cost. Contractorprovides measures forcontrolling all costs atestimated costs. Funds andresources are generally usedin a cost-effective manner.No major resourcemanagement problems areapparent.

Reductions in direct costs tothe Government below contractestimated costs are noteworthy.Contractor provides detailedcost analysis andrecommendations toGovernment for resolution ofproblems identified. Funds andresources are optimally used toprovide the maximum benefitfor the funds and resourcesavailable. Documented savingsare apparent.

Cost ReportingReports are generally late,inaccurate incomplete orunclear.

Reports are timely,accurate, complete andclearly written. Problemsand/or trends are addressed,and an analysis is alsosubmitted.

Reports are clear, accurate, andpro-active. Problems and/ortrends are addressedthoroughly, and thecontractor’s recommendationsand/or corrective plans areimplemented and effective.

Invoicing

Invoices are generally lateand/or contain errors. Differences betweeninvoiced amounts andprogress report expenditureare unexplained. Contractor does notrespond to governmentquestions in a timelymanner.

Invoices are timely (nomore than three weeks afterthe end date of the periodbeing invoiced; are accuratewith respect to bothamounts andACRNs/SLINs invoiced;and differences betweenprogress reportexpenditures and invoicedcosts are explained. Contractor responds togovernment questions in a

Invoices are timely (no morethan two weeks after end dateof period being invoiced) withrespect to both prime andsubcontractor costs; areaccurate with respect to bothACRNs/SLINs invoiced; andall differences between progressreport expenditures andinvoiced costs are fullyexplained.  Contractor is veryproactive in responding togovernment questions and

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 75 of 94 FINAL

 

Page 78: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 

CRITERION

 

UNSATISFACTORY

 

SATISFACTORY

 

EXCELLENT

timely manner.takes prompt action to resolveany issues.  .

KEY/NON-KEY PERSONNEL LABOR CATEGORY– DESIRED QUALIFICATIONS To perform the requirements of the PWS, the Government desires Key and Non-Key Personnel with the appropriateexperience and professional development qualifications.  Personnel qualification levels are considered to be "desired"for those individuals whose resumes are submitted for evaluation with the proposal. Resumes for any replacementpersonnel that are submitted following award shall be equal to or better than the individuals initially proposed asrequired by the clause entitled Ddl-H11 CHANGES IN KEY PERSONNEL in this Section H.   Following award,the qualification levels are considered to be minimums for any growth beyond those individuals initially proposedor in labor categories where no resumes were required for proposal purposes. 

(a) Experience – The desired experience for each Key Labor Category must be directly related to the tasks andprograms listed in the PWS.  

(b) Professional Development - Professional development includes honors, degrees, publications, professionallicenses and certifications and similar evidence of professional accomplishments that directly impact the offerorsability to perform the order. The years of experience listed below are in addition to appropriate professionaldevelopment. It is incumbent upon the offeror to demonstrate that the proposed personnel have appropriatecredentials to perform the work.

(c) Accumulation Of Qualifying Experience - Categories of experience may be accumulated concurrently Labor categories are grouped as Key and Non-Key Personnel.

All of the following Key resumes must be approved by the Contracting Officer and Task Order Manager (TOM) priorto the person being direct charged to the task order.

KEY PERSONNEL LABOR CATEGORIES 1. Program Manager.  The desired qualifications for person proposed for the Program Manager are as follows:   Ten

(10) years general experience, of which Six (6) years should be specialized experience in managing complex DoD E3

Programs, is desired.  NARTE certification is also desired. 2. Senior Engineer – Hazards of Electromagnetic Radiation to Ordnance (HERO). The desired qualificationsfor persons proposed in the Senior Engineer – HERO category are as follows:  Ten (10) years general experience, ofwhich Six (6) years should be specialized experience, is desired.  NARTE certification is also desired.  Theindividuals should demonstrate experience in the areas of HERO, Electromagnetic Interference (EMI), andElectromagnetic Compatibility (EMC).  The individuals should demonstrate knowledge and the application ofmilitary standards and specifications which include MIL-STD-464 Interface Standard, NAVSEA OP 3565, NAVSEAOD 30393, and other specifications relating to HERO.  The individuals should demonstrate engineering/analyticalexperience in the understanding, operation, and evaluation of DoD weapons systems.  The individuals shoulddemonstrate the ability to prepare technical documents, which include test plans/reports and analytical evaluation of

weapon systems.  The individuals should demonstrate the ability to conduct E3 & HERO testing and evaluations,perform engineering analyses to predict and define HERO problems, define/design corrective measures, anddemonstrate the knowledge of HERO Instrumentation techniques.  The individuals should demonstrate the abilityto update/maintain HERO documentation to be included in the HERO knowledge management systems andNAVSEA OP 3565. 3. Senior Engineer – Radiation Hazard (RADHAZ) Survey.  The desired qualifications for persons proposed inthe Senior Engineer – RADHAZ Survey category are as follows:  Ten (10) years general experience, of which Six (6)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 76 of 94 FINAL

 

Page 79: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

years should be specialized experience, is desired.  The individuals should demonstrate experience in leading a team

of Survey engineers and technicians, plus should possess a working knowledge of E3 in the disciplines of HERO,Hazards of Electromagnetic Radiation to Personnel (HERP), and Hazards of Electromagnetic Radiation to Fuel(HERF).  Previous experience should include, as evidenced in the resume, an understanding of ordnance handlingand loading procedures, shipboard communication and radar equipment.  The individuals should demonstrate theability to prepare technical documents, which include test plans/reports and analytical evaluation of emitter/weapon

system installations.  The individuals should demonstrate the ability to conduct E3 and HERO testing &evaluations, perform engineering analyses to predict and define HERO/HERP/HERF problems and formulateappropriate guidance.  4. Senior Engineer – Electromagnetic Vulnerability (EMV).  The desired qualifications for persons proposed inthe Senior Engineer – EMV category are as follows.  Ten (10) years general experience, of which Six (6) years

should be specialized experience, is desired.  The individuals should demonstrate experience in the areas of E3,which should include, EMP, EMV, EMI, and EMC.  The individuals should demonstrate knowledge and theapplication of military standards and specifications, which include MIL-HDBK-235, MIL-STD-461, and MIL-STD464 Standards, and other specifications/documents relating to the design of weapons systems, aircraft avionics,ground support equipment, and shipboard systems.  The individuals should demonstrate the ability to preparetechnical documents including test plans/reports and analytical evaluation of weapon, aircraft, or shipboard systems. 

The individuals should demonstrate the ability to conduct E3 test and evaluations, perform engineering analyses to

predict and define E3 problems and define/design corrective measures.  5. Senior Engineer – REVERBERATION CHAMBER.  The desired qualifications for persons proposed in theSenior Engineer – Reverberation Chamber category are as follows.  Ten (10) years general experience, of which Six

(6) years should be specialized experience, is desired.  The individuals should demonstrate the ability to conduct E3

testing and evaluations. The individual(s) should demonstrate a technical understanding of Reverberation Chambertheory of operation, statistical analysis EMI/EMV assessment of various military/commercial ordnance andelectronic equipment. 

6. Senior Engineer – MODELING AND SIMULATION (M&S) E3.  The desired qualifications for persons

proposed in the Senior Engineer M&S E3 category are as follows.  Ten (10) years general experience, of which Six(6) years should be specialized experience, is desired.  The individual(s) should demonstrate a technicalunderstanding of complex electromagnetic environments for land-based as well as shipboard communication andradar transmitters.  The individual(s) must be capable of developing algorithms to predict/approximate near-field and

far-field environments utilizing computer programs. The individuals should have experience with E3 testing and

evaluations, in order to conduct M&S of E3. 

7. Senior Engineer – E3.  The desired qualifications for persons proposed in the Senior Engineer E3 category are asfollows.  Ten (10) years general experience, of which Six (6) years should be specialized experience, is desired.  Theindividuals should demonstrate experience in design, schematics, procurement, fabrication, integration, delivery, and

setup of E3 testing systems and facilities. The individuals should demonstrate the ability to conduct E3 test and

evaluations. The individual(s) should demonstrate experience in the development of E3 program plans and providing

E3 engineering support of ground vehicle, ship, and aircraft testing. 

8. Senior Engineer – JOINT ORDNANCE.  The desired qualifications for persons proposed in the Senior

Engineer – Joint Ordnance E3 category are as follows.  Ten (10) years general experience, of which Six (6) yearsshould be specialized experience, is desired.  The individuals should demonstrate technical, engineering, and

programmatic support for ordnance and platforms as it relates to Joint-Service Ordnance E3.  This E3 experienceshould include:  EMV, HERO, EMI, EMP, ESD, and lightening as they apply to Joint systems.  The individualsshould demonstrate experience in the development of EMCON procedures for Joint exercises and operations, and the

conduct of Joint ordnance and platform E3 test and evaluation.  The individuals should demonstrate experience in

ensuring Specifications and Standards adequately address E3 for various types or ordnance systems.  The individuals

should demonstrate experience in the development of E3 program plans and providing EMC services in support ofground vehicles, ship and aircraft testing. NARTE certification is also desired.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 77 of 94 FINAL

 

Page 80: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

 

9. Senior Engineer – INTERNATIONAL E3 – The desired qualification for persons proposed in the Senior

Engineer – International E3 category is as follows.  Ten (10) years general experience, of which Six (6) years shouldbe specialized experience, is desired.    The individual(s) should demonstrate experience in providing engineering,technical, and programmatic support for EMC issues at the international level.  This will primarily involve EMCissues concerning the North Atlantic Treaty Organization (NATO), but includes many other internationalorganizations with which the United States has agreements.  In addition, the individual should demonstrate

experience in EMC/ E3 disciplines, including HERO, HERP, HERF, EMI, ESD, and Lightening as they apply to

international programs.  The individual(s) should demonstrate the ability to conduct E3 and HERO testing &evaluations.               

10. Senior Engineer – E3 INFORMATION SYSTEMS.  The desired qualifications for the Senior Engineer – E3

Information Systems category are as follows.  Ten (10) years general experience, of which Six (6) years should bespecialized experience, is desired.  The individual(s) should demonstrate experience in the area of providing

engineering, technical, and programmatic support for the creation, capture, storage, and dissemination of E3

information pertaining to the HERO, HERP, HERF, EMC, EMI.  In addition, the individual(s) should have aworking knowledge of RADHAZ , SEMCIP, CAPS/LIMS, STAN applications and databases. The individual(s)

should have demonstrate knowledge of E3 testing and evaluations. 

11. Senior Programmer/Analyst – E3.  The desired qualifications for persons proposed in the Senior Engineer –

E3 Programmer/Analyst category are as follows.  Eight (8) years general experience, of which Four (4) years shouldbe specialized experience, is desired.  The individual(s) should demonstrate experience in the area of data basedevelopment and maintenance using Microsoft (MS) SQL Server and Access.  The individual(s) should demonstratesoftware engineering/development experience using Apache, PHP5, JavaScript, CSS, Flash and XML and also with

modeling of mathematical equations such as those used in the E3 disciplines of HERO, HERP, HERF, EMI, andEMC. 

12. Senior Technician - E3.  The desired qualifications for Senior Technician – E3 category are as follows.  Ten(10) years general experience, of which Six (6) years should be specialized experience, is desired. The individuals

should demonstrate the ability to conduct E3 and HERO testing & evaluations. The individuals should possessexperience in the operation and maintenance of high power Radio Frequency (RF) transmitters which shall includeTraveling Wave Tubes (TWTs), magnetrons, state of the art solid state amplifiers, the ability to work with highvoltage equipment, the ability to perform RF measurements using power meters, spectrum analyzers, computersoftware, etc, and the ability to define and develop instrumentation for weapon systems HERO tests.  Theindividuals should demonstrate knowledge of fiber optic techniques for data transfer.  The individuals should

possess experience in the fabrication, integration, and setup of components of E3 testing systems and or facilities.  NON-KEY PERSONNEL LABOR CATEGORIES 

The contractor shall provide Non-Key Personnel who meet or exceed the minimum qualificationsprovided below by labor category.  All of the following Non-Key resumes must be approved bythe Contracting Officer and Task Order Manager (TOM) prior to the person being direct chargedto the task order.

1. Programmer/Analyst - E3.  The qualifications for persons proposed in the Programmer/Analyst – E3 categoryare as follows.  Four (4) years general experience, of which Two (2) years should be specialized experience, isdesired.  The individuals should demonstrate experience in the area of data base development and maintenance usingMicrosoft (MS) SQL Server and Access.  The individuals should demonstrate software engineering/developmentexperience using Apache, PHP5, JavaScript, CSS, Flash and XML and also with modeling of mathematical

equations such as those used in the E3 disciplines of HERO, HERP, HERF, EMI, and EMC. 

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 78 of 94 FINAL

 

Page 81: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

2. Engineer - E3.  The qualifications for persons proposed in the Engineer – E3 category are as follows.  Six (6)years general experience, of which Four (4) years should be specialized experience, is desired.  The individuals

should demonstrate E3 experience with specific emphasis on conducting HERO, HERP, and HERF surveys aboardship and shore platforms.  The individuals should demonstrate the ability to prepare technical documents, whichinclude test plans/reports and analytical evaluation of emitter/weapon system installations.  Previous experienceshould include, as evidenced in the resume, an understanding of ordnance handling and loading procedures,

shipboard communication and radar equipment.  The individuals should demonstrate the ability to conduct E3 andHERO, HERP, HERF testing and evaluations, perform engineering analyses to predict and defineHERO/HERP/HERF problems, and formulate appropriate guidance. 3. Engineer - General.  The desired qualifications for persons proposed in the Engineer-General category are as

follows.  Two (2) years general experience desired.  The individuals should demonstrate experience with E3

environments.  The individuals should demonstrate experience with conducting and analyzing electronic equipment.

 The individuals should demonstrate general knowledge of E3 testing & evaluations. The individuals shoulddemonstrate the ability to prepare technical documents such as test plans and reports.

 4.  Specialist- RADHAZ SURVEY.  The qualifications for Specialist– RADHAZ Survey are as follows.  Six (6)years general experience, of which Four (4) years should be specialized experience, is desired.  The individuals

should possess a working knowledge of E3 disciplines such as HERO, HERP, and HERF.  Previous experienceshould include, as evidenced in the resume, ordnance handling and loading, radiated field and power densitymeasurement equipment, and shipboard communication and radar equipment.  The individuals should demonstratethe ability to prepare technical documents such as test plans and reports. 

5. Technician - E3 - The qualifications for Technician - E3 category are as follows.  Six (6) years general experienceof which Four (4) years should be specialized experience, is desired.    6. Technician - The qualifications for Technician category are as follows. Two (2) years general experience isdesired. 

7. Senior Technical Editor - E3 - The qualifications for Senior Technical Editor category are as follows. Ten (10)years of experience in writing, editing and managing technical documentation of which Four (4) years should bespecialized experience.  Knowledge of applicable military standards, specifications and test practices is desired. 

8. Technical Editor - E3.  The qualifications for Technical Editor - E3 category are as follows. Six (6) years generalexperience, of which Four (4) years should be specialized experience, is desired.  Knowledge of applicable militarystandards, specifications and test practices is desired.  9. Illustrator – The qualifications for Illustrator category are as follows.  Four (4) years of experience in computergraphic design.  The individual(s) must be capable of utilizing computer graphic design software applications suchas AutoCad, Adobe PhotoShop, geographic information system technologies, and MS PowerPoint.  Theindividual(s) should possess in-depth knowledge of military ship and shore facility drawings.  10. Documentation Specialist – The desired qualifications for this category are as follows. Two (2) years generalexperience is desired. Individual (s) should demonstrate the ability to process technical documentation and data inaccordance with contractor’s operating procedures. 11. Cost/Financial Analyst - The desired qualifications for this category are as follows.  Four (4) years generalexperience is desired.   The individual(s) should possess a working knowledge of collecting, analyzing, andtracking; technical project budgets, costs, schedules, and deliverables. KEY PERSONNEL - POST AWARD ADMINISTRATION

Upon order award, the desired qualifications, as stated in this order, will become minimum qualifications for any growth inKey Personnel categories beyond those individuals originally proposed. Resumes shall be submitted simultaneously to theContract Specialist and the Task Order Manager (TOM) and approved prior to the individual being allowed to charge to the

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 79 of 94 FINAL

 

Page 82: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

order.

Ddl-H11 CHANGES IN KEY PERSONNEL

(a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed. Accordingly, theContractor agrees to assign to this contract those key persons whose resumes were submitted with the proposal necessary tofulfill the requirements of the contract. No substitution shall be made without prior notification to and concurrence of theContracting Officer in accordance with this requirement.

(b) The contractor agrees that during the first 90 days of the period of performance no key personnel substitutions will bepermitted unless such substitutions are necessitated by an individual’s sudden illness, death, or termination of employment.All proposed substitutions shall have qualifications equal to or higher than the qualifications of the person to be replaced.The Contracting Officer shall be notified in writing of any proposed substitution at least fifteen (15) days, or thirty (30) days ifa security clearance is to be obtained, in advance of the proposed substitution. Such notification shall include:

    (1) An explanation of the circumstances necessitating the substitution;

    (2) A complete resume of the proposed substitute;

    (3) The hourly rates of the incumbent and the proposed substitute; and

    (4) Any other information requested by the Contracting Officer to enable him/her to judge whether or not the Contractor ismaintaining the same high quality of personnel that provided the partial basis for award.

(c) The Contracting Officer shall also receive written notification if no substitution is being requested. This notification shallinclude (1) the name of the initial person proposed; and (2) the reasons why the individual is not being made available toperform under the task order to the extent proposed.

(d) In the event a requirement to increase the specified level of effort for a designated labor category, but not the overall level ofeffort of the contract, occurs, the Contractor shall submit to the Contracting Officer a written request for approval to addpersonnel to the designated labor category. The same information as specified in paragraph (b) above is to be submitted withthe request.

(e) The Contracting Officer shall evaluate requests for changes in personnel and promptly notify the Contractor, in writing,whether the request is approved or disapproved.

Ddl-H13 POST AWARD CONTRACTOR PERSONNEL APPROVAL

(a) Requests for post award approval of additional and/or replacement key personnel shall be submitted via e-mail.E-mail submissions shall be made simultaneously to the Contract Specialist and the TOM. Electronic notification viae-mail from the Contract Specialist will serve as written approval/disapproval on behalf of the Contracting Officer. Thisapproval is required before an individual may begin charging to the Task Order.

(b) It is desired that resumes be submitted in the format required below.  However, in order to expedite contractadministration, contractor format may be used providing sufficient information is submitted for an independentcomparison of the individual's qualifications with labor category requirements.

(c) A cover letter shall be included which clearly demonstrates how the proposed resume clearly meets contractrequirements.

(d) If the employee is not a current employee of the contractor (or a subcontractor), a copy of the accepted offer letter(which identifies a projected start date and the agreed to annual salary) shall be provided.

Ddl-H16 RESUME FORMAT AND CONTENT REQUIREMENTS

All resumes submitted under this contract shall be provided in the following format.

(a) COMPLETE NAME

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 80 of 94 FINAL

 

Page 83: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

(b) CONTRACT LABOR CATEGORY

(c) CONTRACTOR'S LABOR CATEGORY

(d) CURRENT EMPLOYER

(e) AVAILABILITY (state as a percentage of a total man-year the amount of time the individual shall be dedicated tothe resultant contract. Note whether individual is proposed or is working as a key person on another requirement and, ifso, provide explanation as to how both requirements will be satisfied).

(f) LEVEL OF SECURITY CLEARANCE

(g) CURRENT WORK LOCATION

(h) PLANNED WORK LOCATION (If the planned work location is other than the offeror's primary locationsupporting this effort, the nature of the proposed individual's planned contribution shall be discussed.)

(i) CHRONOLOGICAL WORK HISTORY/EXPERIENCE -- Show experience and dates as follows:

Name of Employer; 6 years 4 mos.; 10/91 - 2/98; Position Title

Work experience shall be presented in separate paragraphs, clearly marked with proper category of experience(Qualifying Experience; Non-Relevant Experience -- If relevant and non-relevant experience was obtained while at thesame employer, separate time periods shall be noted for each assignment.) All qualifying experience shall be presentedin a level of detail that will permit the evaluator to make a clear connection between the experience and the statedqualifications for the labor category. Specific examples of work assignments, accomplishments, and products shall beprovided. Phrases such as "assisted with", "participated in", or "supported" are unacceptable except as introductory to adetailed description of the actual work performed. In addition, the resume for the Project Manager shall list previouscontracts or tasks under which he/she had technical and management responsibility including contract number andcustomer point of contact.

All military experience claimed shall be described such that each tour is treated as a separate employer. Timeframes/titles/ responsibilities shall be provided at the level of detail prescribed by above. Military experience notdocumented in this manner may not be considered.

Contractors shall avoid gaps in experience as time unaccounted for may lead to rejection of the resume.

The cut-off date for any experience claimed shall be the date the resume is certified (see paragraph (k) below).

(j) PROFESSIONAL DEVELOPMENT -- Show any honors, degrees, publications, professional licenses, specializedcertifications and other evidence of professional accomplishments that are directly relevant and impact the offerors abilityto perform the contract. The following format is preferred:

Degree(s); Date(s); Institution; Major/Minor

(k) CERTIFICATION -- A certification of correctness of information, signed and dated by both the person named andthe contractor, scanned in PDF format, and forwarded electronically to the Government. The employee certificationshall include the following statement: CERTIFICATION: "I certify that the professional development and experiencedescribed herein is complete and accurate in all respects. I consent to the disclosure of my resume for NSWCDDSolicitation/Order N00024- (insert appropriate solicitation or contract number) by (insert Company name) and intendto make myself available to work under the contract to the extent proposed."

Employee Signature and Date                                                                     Contractor Signature and Date

Resumes without this certification may not be considered. The employee and contractor certifications shall not be datedearlier than the issue date of this solicitation.

If the employee is not a current employee of the contractor (or a subcontractor), a copy of the accepted offer letter (which

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 81 of 94 FINAL

 

Page 84: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

identifies a projected start date and the agreed to annual salary) shall be provided.

SAVINGS INITIATIVES

The following cost savings initiatives are required under this Task Order.

The above maximum rates are applicable to the prime contractor. If subcontracting is proposed, the prime contractor isstrongly encouraged to restrict subcontractor fixed fee to the lower of (a) the prime contractor’s fee under this order or(b) the subcontractor’s SeaPort-e fixed fee rate where the subcontractor is also a prime contractor under SeaPort-e. Thepurpose of this is the Government’s desire to avoid having it be more financially lucrative for a firm to be asubcontractor rather than a prime contractor under SeaPort-e. The Government strongly encourages the prime contractorto also implement this under Time and Materials subcontracts. Subcontractors may not earn fee on ODC’s.

The Government also strongly encourages the prime contractor to eliminate “double pass-thru” costs by (1) avoidingsecond tier subcontractors/consultants during performance and (2) where this situation is unavoidable, limitingsubcontractor pass-thru costs to the lower of (i) the prime contractor’s pass-thru rate under this order or(ii) thesubcontractor’s SeaPort-e pass-thru rate where the subcontractor is also a prime contractor under SeaPort-e. 

5252.217-9121  INDEMNIFICATION FOR ACCESS TO VESSEL (MAY 1989)

Notwithstanding any provision in the "ACCESS TO VESSEL" clause (DFARS 252.217-7011), or any other clause ofthe contract, the Contractor agrees to allow officers, employees, and associates of the Government, or other primecontractors with the Government and their subcontractors, and officers, employees, and associates of offerors on othercontemplated work, admission to the Contractor's facilities and access to the vessel without any further request forindemnification from any party, which has not been previously included in the contract price.

SEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

(a) Performance of the work hereunder shall be subject to written technical instructions issued electronically by theContract Specialist on behalf of the Contracting Officer. As used herein, technical instructions are defined to include thefollowing:

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

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

(b) Technical instructions must be within the general scope of work stated in the order. Technical instructions may notbe used to: (1) assign additional work under the order; (2) direct a change as defined in the "CHANGES" clause of thebasic contract; (3) increase or decrease the estimated order amount (including fee), as applicable, the level of effort, orthe time required for task order performance; or (4) change any of the terms, conditions or specifications of the order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the order or isinconsistent 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 thetechnical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instructionis within the scope of this order.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 82 of 94 FINAL

 

Page 85: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

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

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 83 of 94 FINAL

 

Page 86: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE:

52.222-3 CONVICT LABOR (JUN 2003)

52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFTEY DATA (JAN 1997)

52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (AUG 2003)

52.223-11 OZONE DEPLETING SUBSTANCES (MAY 2001)

52.223-12 REFRIGERATION EQUIPMENT AND AIR CONDITIONERS (MAY 1995)

52.244-6 SUBCONTRACT FOR COMMERICAL ITEMS (MAR 2009)

52.246-23 LIMITATION OF LIABILITY (FEB 1997)

52.246-24 LIMITATION OF LIABILITY - HIGH VALUE ITEMS (FEB 1997)

52.246-25 LIMITATION OF LIABILITY - SERVICES (FEB 1997)

252.223-7006 PROHIBITION ON STORAGE AND DISPOSAL OF TOXIC AND HAZARDOUS MATERIALS(APR 1993)

252-225-7013 DUTY-FREE ENTRY (OCT 2006)

252.225-7014  PREFERENCE FOR DOMESTIC SPECIALITY METALS (JUN 2005)

252.225-7016 RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS (MAR 2006)

252.225-7030 RESTRICTION ON ACQUISITION OF CARBON, ALLOY, AND ARMOR STEEL PLATE(DEC 2006)

252.227-7013 Rights in Technical Data - Noncommercial Items (NOV 1995)

252.227-7014 Rights in Noncommercial Computer Software and Noncommercial Computer SoftwareDocumentation (JUN 1995)

252.227-7016 Rights in Bid or Proposal Information (JUN 1995) 252.227-7019 Validation of Asserted Restrictions--Computer Software (JUN 1995)

252.227-7025 Limitations on the Use or Disclosure of Government-Furnished Information Marked with RestrictiveLegends (JUN 1995)

252.227-7028 Technical Data or Computer Software Previously Delivered to the Government (JUN 1995)

252.227-7030 Technical Data - Withholding of Payment (MAR 2000) 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999). 252.227-7038 Patent Rights—Ownership by the Contractor (Large Business) (DEC 2007)

252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2008)

CLAUSES INCORPORATED BY FULL TEXT:

52.203-16   Preventing Personal Conflicts of Interest.

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 84 of 94 FINAL

 

Page 87: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

As prescribed in 3.1106, Subpart 3.11—Preventing Personal Conflicts of Interest for ContractorEmployees Performing Acquisition Functions, insert the following clause:

Preventing Personal Conflicts of Interest (DEC 2011)

(a) Definitions. As used in this clause—

Acquisition function closely associated with inherently governmental functions meanssupporting or providing advice or recommendations with regard to the following activities of aFederal agency:

(1) Planning acquisitions.

(2) Determining what supplies or services are to be acquired by the Government, including developingstatements of work.

(3) Developing or approving any contractual documents, to include documents defining requirements,incentive plans, and evaluation criteria.

(4) Evaluating contract proposals.

(5) Awarding Government contracts.

(6) Administering contracts (including ordering changes or giving technical direction in contractperformance or contract quantities, evaluating contractor performance, and accepting or rejecting contractorproducts or services).

(7) Terminating contracts.

(8) Determining whether contract costs are reasonable, allocable, and allowable.

Covered employee means an individual who performs an acquisition function closelyassociated with inherently governmental functions and is—

(1) An employee of the contractor; or

(2) A subcontractor that is a self-employed individual treated as a covered employee of the contractorbecause there is no employer to whom such an individual could submit the required disclosures.

Non-public information means any Government or third-party information that—

(1) Is exempt from disclosure under the Freedom of Information Act (5 U.S.C. 552) or otherwise protectedfrom disclosure by statute, Executive order, or regulation; or

(2) Has not been disseminated to the general public and the Government has not yet determined whether theinformation can or will be made available to the public.

Personal conflict of interest means a situation in which a covered employee has a financialinterest, personal activity, or relationship that could impair the employee's ability to actimpartially and in the best interest of the Government when performing under the contract. (Ade minimis interest that would not “impair the employee's ability to act impartially and in thebest interest of the Government” is not covered under this definition.)

(1) Among the sources of personal conflicts of interest are—

(i) Financial interests of the covered employee, of close family members, or of other members of the coveredemployee's household;

(ii) Other employment or financial relationships (including seeking or negotiating for prospectiveemployment or business); and

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 85 of 94 FINAL

 

Page 88: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

(iii) Gifts, including travel.

(2) For example, financial interests referred to in paragraph (1) of this definition may arise from—

(i) Compensation, including wages, salaries, commissions, professional fees, or fees for business referrals;

(ii) Consulting relationships (including commercial and professional consulting and service arrangements,scientific and technical advisory board memberships, or serving as an expert witness in litigation);

(iii) Services provided in exchange for honorariums or travel expense reimbursements;

(iv) Research funding or other forms of research support;

(v) Investment in the form of stock or bond ownership or partnership interest (excluding diversified mutualfund investments);

(vi) Real estate investments;

(vii) Patents, copyrights, and other intellectual property interests; or

(viii) Business ownership and investment interests.

(b) Requirements. The Contractor shall—

(1) Have procedures in place to screen covered employees for potential personal conflicts of interest, by—

(i) Obtaining and maintaining from each covered employee, when the employee is initially assigned to thetask under the contract, a disclosure of interests that might be affected by the task to which the employeehas been assigned, as follows:

(A) Financial interests of the covered employee, of close family members, or of other members of the coveredemployee's household.

(B) Other employment or financial relationships of the covered employee (including seeking or negotiatingfor prospective employment or business).

(C) Gifts, including travel; and

(ii) Requiring each covered employee to update the disclosure statement whenever the employee's personal orfinancial circumstances change in such a way that a new personal conflict of interest might occur because ofthe task the covered employee is performing.

(2) For each covered employee—

(i) Prevent personal conflicts of interest, including not assigning or allowing a covered employee to performany task under the contract for which the Contractor has identified a personal conflict of interest for theemployee that the Contractor or employee cannot satisfactorily prevent or mitigate in consultation with thecontracting agency;

(ii) Prohibit use of non-public information accessed through performance of a Government contract forpersonal gain; and

(iii) Obtain a signed non-disclosure agreement to prohibit disclosure of non-public information accessedthrough performance of a Government contract.

(3) Inform covered employees of their obligation—

(i) To disclose and prevent personal conflicts of interest;

(ii) Not to use non-public information accessed through performance of a Government contract for personalgain; and

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 86 of 94 FINAL

 

Page 89: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

(iii) To avoid even the appearance of personal conflicts of interest;

(4) Maintain effective oversight to verify compliance with personal conflict-of-interest safeguards;

(5) Take appropriate disciplinary action in the case of covered employees who fail to comply with policiesestablished pursuant to this clause; and

(6) Report to the Contracting Officer any personal conflict-of-interest violation by a covered employee assoon as it is identified. This report shall include a description of the violation and the proposed actions tobe taken by the Contractor in response to the violation. Provide follow-up reports of corrective actionstaken, as necessary. Personal conflict-of-interest violations include—

(i) Failure by a covered employee to disclose a personal conflict of interest;

(ii) Use by a covered employee of non-public information accessed through performance of a Governmentcontract for personal gain; and

(iii) Failure of a covered employee to comply with the terms of a non-disclosure agreement.

(c) Mitigation or waiver. (1) In exceptional circumstances, if the Contractor cannot satisfactorily prevent apersonal conflict of interest as required by paragraph (b)(2)(i) of this clause, the Contractor may submit arequest through the Contracting Officer to the Head of the Contracting Activity for—

(i) Agreement to a plan to mitigate the personal conflict of interest; or

(ii) A waiver of the requirement.

(2) The Contractor shall include in the request any proposed mitigation of the personal conflict of interest.

(3) The Contractor shall—

(i) Comply, and require compliance by the covered employee, with any conditions imposed by theGovernment as necessary to mitigate the personal conflict of interest; or

(ii) Remove the Contractor employee or subcontractor employee from performance of the contract orterminate the applicable subcontract.

(d) Subcontract flowdown. The Contractor shall include the substance of this clause, including thisparagraph (d), in subcontracts—

(1) That exceed $150,000; and

(2) In which subcontractor employees will perform acquisition functions closely associated with inherentlygovernmental functions ( i.e., instead of performance only by a self-employed individual).

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

(a)The government may extend the term of this order by unilateral modifications provided that the Governmentgives the contractor a preliminary notice of its intent to extend at least 30 days before the order expires. Thepreliminary notice does not commit the Government to an extension.

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

52.222-2      PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

 (a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed $35,000.00or the overtime premium is paid for work --

 (1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 87 of 94 FINAL

 

Page 90: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

production equipment, or occasional production bottlenecks of a sporadic nature;

 (2) By indirect-labor employees such as those performing duties in connection with administration, protection,transportation, maintenance, standby plant protection, operation of utilities, or accounting;

 (3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportationconveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted orcompleted otherwise; or

 (4) That will result in lower overall costs to the Government.

 (b) Any request for estimated overtime premiums that exceeds the amount specified above shall include allestimated overtime for contract completion and shall--

 (1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together withpresent workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluatethe necessity for the overtime;

 (2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

 (3) Identify the extent to which approval of overtime would affect the performance or payments in connection withother Government contracts, together with identification of each affected contract; and

 (4) Provide reasons why the required work cannot be performed by using multishift operations or by employingadditional personnel.

 * Insert either "zero" or the dollar amount agreed to during negotiations. The inserted figure does not apply to theexceptions in paragraph (a)(1) through (a)(4) of the clause. 

52.244-2 SUBCONTRACTS (AUG 1998); ALTERNATE 1 (JAN 2006)

(a) Definitions. As used in this clause—

“Approved purchasing system” means a Contractor’s purchasing system that has been reviewed and approved inaccordance with Part 44 of the Federal Acquisition Regulation (FAR).

“Consent to subcontract” means the Contracting Officer’s written consent for the Contractor to enter into a particularsubcontract.

“Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnishsupplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to, purchaseorders, and changes and modifications to purchase orders.

(b) This clause does not apply to subcontracts for special test equipment when the contract contains the clause atFAR 52.245-18, Special Test Equipment.

(c) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpricedcontract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordancewith paragraph (d) or (e) of this clause.

(d) If the Contractor does not have an approved purchasing system, consent to subcontract is required for anysubcontract that—

(1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or

(2) Is fixed-price and exceeds—

(i) For a contract awarded by the Department of Defense, the Coast Guard, or the National Aeronautics and SpaceAdministration, the greater of the simplified acquisition threshold or 5 percent of the total estimated cost of thecontract; or

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 88 of 94 FINAL

 

Page 91: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

(ii) For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics and SpaceAdministration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract.

(e) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the ContractingOfficer’s written consent before placing subcontracts added during task order performance.

(f)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract ormodification thereof for which consent is required under paragraph (c), (d), or (e) of this clause, including thefollowing information:

(i) A description of the supplies or services to be subcontracted.

(ii) Identification of the type of subcontract to be used.

(iii) Identification of the proposed subcontractor.

(iv) The proposed subcontract price.

(v) The subcontractor’s current, complete, and accurate cost or pricing data and Certificate of Current Cost or PricingData, if required by other contract provisions.

(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards when such dataare required by other provisions of this contract.

(vii) A negotiation memorandum reflecting—

(A) The principal elements of the subcontract price negotiations;

(B) The most significant considerations controlling establishment of initial or revised prices;

(C) The reason cost or pricing data were or were not required;

(D) The extent, if any, to which the Contractor did not rely on the subcontractor’s cost or pricing data indetermining the price objective and in negotiating the final price;

(E) The extent to which it was recognized in the negotiation that the subcontractor’s cost or pricing data were notaccurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any suchdefective data on the total price negotiated;

(F) The reasons for any significant difference between the Contractor’s price objective and the price negotiated; and

(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shallidentify each critical performance element, management decisions used to quantify each incentive element, reasons forthe incentives, and a summary of all trade-off possibilities considered.

(2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract forwhich consent is not required under paragraph (c), (d), or (e) of this clause. (REPLACED BY ALTERNATE 1BELOW)

(g) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to anysubcontract nor approval of the Contractor’s purchasing system shall constitute a determination—

(1) Of the acceptability of any subcontract terms or conditions;

(2) Of the allowability of any cost under this contract; or

(3) To relieve the Contractor of any responsibility for performing this contract.

(h) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed the feelimitations in FAR 15.404-4(c)(4)(i).

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 89 of 94 FINAL

 

Page 92: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

(i) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and promptnotice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of theContractor, may result in litigation related in any way to this contract, with respect to which the Contractor may beentitled to reimbursement from the Government.

(j) The Government reserves the right to review the Contractor’s purchasing system as set forth in FAR Subpart44.3.

(k) Paragraphs (d) and (f) of this clause do not apply to the following subcontracts, which were evaluated duringnegotiations:

_to be identified at time of award___

(End of clause)

Alternate I (Jan 2006).

(f)(2) If the Contractor has an approved purchasing system and consent is not required under paragraph (d), or (e) ofthis clause, the Contractor nevertheless shall notify the Contracting Officer reasonably in advance of entering into any(i) cost-plus-fixed-fee subcontract, or (ii) fixed-price subcontract that exceeds either the simplified acquisitionthreshold or 5 percent of the total estimated cost of this contract. The notification shall include the informationrequired by paragraphs (f)(1)(i) through (f)(1)(iv) of this clause. 

SUBCONTRACTORS/CONSULTANTS

(a) In addition to the information required by FAR 52.244-2(f)(1)(vii) above, the contractor shall include thefollowing information in requests to add subcontractors or consultants during performance, regardless of subcontracttype or pricing arrangement.

(1) The results of negotiations to incorporate rate caps no higher than the lower of (i) SeaPort-e rate caps for theprime contractor, or in the case where the proposed subcontractor is also a SeaPort-e prime, (ii) rate caps that are nohigher than the subcontractor's prime SeaPort-e contract.

(2) Detailed justifications to include second-tier subcontracting to other subcontractors or consultants to include arationale why these additional firms or consultants could not be obtained by subcontracts or consulting agreementswith the prime contractor.

(b) The Government strongly discourages T&M or Labor Hour pricing arrangements because the contractor has littleincentive to manage their labor force effectively or to control ODC costs.  However, this type of pricing arrngementis permitted.  In these instances, the contractor shall provide specific justification for negotiating subcontracts withthis pricing arrangement. The prime contractor is strongly encouraged to ensure that any fee rate incorporated intothe negotiated labor rate(s) does not exceed SeaPort-e limitations. In the case of subcontracts with T&M or LaborHour pricing arrangements, also identify specific additional surveillance/controls to be employed by the primecontractor to ensure that efficient performance methods are being employed. 

52.204-99 SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION)(AUG 2012)

(a)  Definitions.  As used in this clause—

“Central Contractor Registration (CCR) database” means the retired primary Government repository for Contractorinformation required for the conduct of business with the Government.

“Commercial and Government Entity (CAGE) code” means—

(1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercialor Government entity; or

(2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in theCAGE master file. This type of code is known as an “NCAGE code.”

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 90 of 94 FINAL

 

Page 93: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet,Inc. (D&B) to identify unique business entities.

“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number means the number assignedby D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establishadditional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR atSubpart 32.11) for the same concern.

“Registered in the SAM database” means that—

(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number,into the SAM database;

(2) The Contractor’s CAGE code is in the SAM database; and

(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer IdentificationNumber (TIN) with the Internal Revenue Service (IRS), and has marked the record “Active”. The Contractor will berequired to provide consent for TIN validation to the Government as a part of the SAM registration process.

“System for Award Management (SAM)” means the primary Government repository for prospective federal awardeeinformation and the centralized Government system for certain contracting, grants, and other assistance relatedprocesses.  It includes—

(1)  Data collected from prospective federal awardees required for the conduct of business with the Government;

(2)  Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12;and

(3)  The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded ordisqualified under the nonprocurement common rule by agencies, Government corporations, or by the GovernmentAccountability Office.

(b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through finalpayment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting fromthis solicitation.

(2) The SAM registration shall be for the same name and address identified on the contract, with its associatedCAGE code and DUNS or DUNS+4.

(3) If indicated by the Government during performance, registration in CCR may be required in lieu of SAM.

(c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.

(1) A contractor may obtain a DUNS number—

(i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may callDun and Bradstreet at 1-866-705-5711 if located within the United States; or

(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor shouldindicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office.

(2) The Contractor should be prepared to provide the following information:

(i) Company legal business name.

(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.

(iii) Company physical street address, city, state and Zip Code.

(iv) Company mailing address, city, state and Zip Code (if separate from physical).

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 91 of 94 FINAL

 

Page 94: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

(v) Company telephone number.

(vi) Date the company was started.

(vii) Number of employees at your location.

(viii) Chief executive officer/key manager.

(ix) Line of business (industry).

(x) Company Headquarters name and address (reporting relationship within your entity).

(d) Reserved.

(e) Processing time for registration in SAM, which normally takes five business days, should be taken intoconsideration when registering.  Contractors who are not already registered should consider applying for registrationat least two weeks prior to invoicing.

(f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for anyliability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in theSAM database after the initial registration, the Contractor is required to review and update on an annual basis fromthe date of initial registration or subsequent updates its information in the SAM database to ensure it is current,accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract andis not a substitute for a properly executed contractual document.

(g)(1)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name(whichever is shown on the contract), or has transferred the assets used in performing the contract, but has notcompleted the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, theContractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changedname with a minimum of one business day’s written notification of its intention to—

(A) Change the name in the SAM database;

(B) Comply with the requirements of subpart 42.12 of the FAR; and

(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer.

(ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform theagreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in thecontract will be considered to be incorrect information within the meaning of the “Suspension of Payment”paragraph of the electronic funds transfer (EFT) clause of this contract.

(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, inthe SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment ofClaims). Assignees shall be separately registered in the SAM database.  Information provided to the Contractor’sSAM record that indicates payments, including those made by EFT, to an ultimate recipient other than thatContractor will be considered to be incorrect information within the meaning of the “Suspension of payment”paragraph of the EFT clause of this contract.

(h)  Contractors may obtain information on registration and annual confirmation requirements via the SAM accessedthrough https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.

52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS(DEVIATION)(AUG 2012)

This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing PromptPayment to Small Business Subcontractors, dated July 11, 2012.

(a) Upon receipt of accelerated payments from the Government, the contractor is required to make acceleratedpayments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 92 of 94 FINAL

 

Page 95: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

proper documentation from the small business subcontractor.

(b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small businessconcerns.

(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.

(End of clause)

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 93 of 94 FINAL

 

Page 96: N00178 S2101A NSWC, DAHLGREN DIVISION Dahlgren VA 22448 … · 2014-10-10 · 440063 H299 (SCN) 440064 H299 (SCN) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000

SECTION J LIST OF ATTACHMENTS

Exhibit A Task Order Data Requirements List (DD1423)

Attachment J.1 Contract Security Classification Specification (DD254)

Attachment J.2 Task Order Manager Appointment Letter, Obsolete MOD 02

Attachment J.3 Alternate Task Order Manager Appointment Letter, Obsolete MOD 02

Attachment J.4 Contract Security Classification Specification (DD254, Revision 1)

Attachment J.5 Contract Security Classification Specification (DD254, Revision 2)

Attachment J.6 Task Order Manager Appointment Letter, MOD 02

Attachment J.7 Alternate Task Order Manager Appointment Letter, MOD 02

Attachment J.8 COR Appointment Letter, MOD 18

Attachments issued with the solicitation have been deleted.

DISTRIBUTION:

       

 

      

 CONTRACT NO.

 N00178-04-D-4042 DELIVERY ORDER NO.

 0019 AMENDMENT/MODIFICATION NO.

 49 PAGE

 94 of 94 FINAL