€ 1.€contract id code page of pages amendment of ...€¦ ·...
Post on 31-May-2020
7 Views
Preview:
TRANSCRIPT
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
50 04-May-2012 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-4042-0015 10B. DATED (SEE ITEM 13)
CAGE CODE 34157 FACILITY CODE 18-Mar-200911. 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
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)
Mary B Carter, Contracting Officer
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED
BY /s/Mary B Carter 04-May-2012
(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 GSAFAR (48 CFR) 53.243
1. CONTRACT ID CODE PAGE OF PAGES
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
GENERAL INFORMATION
PURPOSE: Modification 50 is issued to provide increments of funding.
1. Informational SLINs are added to Section B to obligate funds as detailed by CLIN/SLIN herein. The Line of Accounting is hereby changed 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 $12,138,803.00 by $332,000.00 to $12,470,803.00.
CLIN/SLIN Type Of Fund From ($) By ($) To ($)
430006 RDT&E 0.00 270,000.00 270,000.00
430007 RDT&E 0.00 32,000.00 32,000.00
630004 RDT&E 0.00 30,000.00 30,000.00
The total value of the order is hereby increased from $21,551,395.00 by $0.00 to $21,551,395.00.
2. ACRNs Lines of Accounting, Requisition Numbers and other financial information associated with this increment of funding are provided in Section G.
3. In Section G, the clauses NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993) and FUNDING PROFILE are updated to reflect the funding changes in this modification.
4. Special Invoicing/Special Payment Instructions apply to this Task Order per Section G
A conformed copy of this task order is attached to this modification.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
2 of 2 FINAL
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ ----------------- --------- ---- --------------- --------------- -------------- 1000 Base Period, 18 $3,856,453.00 March 2009 - 17 March 2010, Engineering and Technical support to NSWCDD LBTS laboratories in accordance with Section C. (OTHER) 100001 Award CWID FY09 Support (RDT&E) 100002 Award DEP FY09 Suppport (RDT&E) 100003 award DEP FY09 Support (O&MN,N) 100004 Mod 1 CWID (RDT&E) 100005 Mod 1 CWID (RDT&E) 100006 Mod 2 CWID & MSEL Writer Support (RDT&E) 100007 Mod 3 TI#1 C2 LAB-CWID Support for USMC & Dahlgren site scenario/msel development (OTHER) 100008 Mod 3 TI#2 Engineering Support for DEP DOC 2.X (RDT&E) 100009 MOD 3 TI#2 Engineering Support for DEP DOC 2.X (RDT&E) 100010 MOD3 TI#2 Engineering Support for DEP
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
1 of 68 FINAL
DOC 2.X (O&MN,N) 100011 MOD4 TI#3 Logistics, Engineering, Installation Support (OTHER) 100012 Mod 5 TI#1 CWID/C2 Lab/PG 12 USMC (O&MN,N) 100013 Mod 5 TI#2 DEP 2 Support (O&MN,N) 100014 Mod 5 TI#2 DEP 2 Support (RDT&E) 100015 Mod 4 TI#3 Ship Logistics Eng & Install (WCF) 100016 Mod 4 TI#3 Ship Logistics Eng & Support (WCF) 100017 Mod 7 TI#3 Engineering and Technical support (WCF) 100018 Mod 12 TI#2 DEP Doc. Eng. Support WBS 100.1.4.21.1.1 (RDT&E) For ODC Items: Item Supplies/Services Qty Unit Est. Cost ------ ----------------- --------- ---- ---------------- 3000 Base Period ODC's 1.0 LO $169,107.00 associated with CLIN 1000 (TBD) 300001 Award ODC CWID FY09 $ (RDT&E) 300002 Award ODC DEP FYO9 $ (RDT&E) 300003 MOD4 TI#3 FY09 $ (OTHER) 300004 Mod 5 TI#1 C2 Lab/CWID/PG 12
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
2 of 68 FINAL
USMC $ (OTHER) 300005 Mod 5 TI#2 DEP 2 $ (RDT&E) 300006 Mod 5 TI#1 CWID/C2 Lab $ (RDT&E) 300007 Mod 5 TI#3 Ship Logistics Eng & Install $ (WCF) 300008 Mod 5 TI#3 Ship Logistics Eng $ (WCF) 300009 Mod 7 TI#3 Engineering and Tech Support $ (WCF) 300010 Mod 8 TI# 2 DEP SUPPORT $ (O&MN,N) 300011 Mod 12 TI#2 DEP Doc. Eng. Support WBS: 100.1.4.21.1.1 (RDT&E) 300012 Mod 19 TI# 3 CAC2S Lab Engineering Support Ship Logistics (RDT&E) For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ ----------------- --------- ---- --------------- --------------- -------------- 4100 OPTION PERIOD 1, $5,343,998.00 18 March 2010 - 17 March 2011, Engineering and Technical support to NSWCDD LBTS laboratories in accordance with Section C (WCF) 410001 Mod 8 TI #4, CWID/ C2 LAB, (RDT&E) 410002 Mod 8 TI #4, CWID/ C2 LAB, (RDT&E)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
3 of 68 FINAL
410003 Mod 8 TI #5, DEP SUPPORT, (O&MN,N) 410004 Mod 9 TI #6, Labor for Ship Logistics/SACC Automation (WCF) 410005 Mod 9 TI#8 Labor for MTSD-ONR (OTHER) 410006 Mod 9 TI#8 Labor for MTSD-ONR (OTHER) 410007 Mod 9 TI#9 Labor for Lab Testing (RDT&E) 410008 Mod 10 TI#4 Labor for CWID (TBD) 410009 Mod 10 TI#10 Labor for Phase II BCD Study (RDT&E) 410010 Mod 10 TI#5 Labor for DEP Eng. Support (RDT&E) 410011 De-obligated from Mod 10 TI#2 Labor for DEP Eng. Support (RDT&E) 410012 Mod 10 TI#7 Labor for Powernet/EQT (RDT&E) 410013 Mod 12 TI# 4 C2 Lab CWID Eng. Support (OTHER) 410014 Mod 12 TI# 4 C2 Lab CWID Eng. Support (RDT&E) 410015 Mod 12 TI#4 C2 Lab CWID Eng. Support (RDT&E) 410016 Mod 12 TI#6 Fleet ISEA INSTALL & ENG. Support Ship LOG SACC AUTO WBS: 1.1.4.7.8. (WCF)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
4 of 68 FINAL
410017 Mod 12 TI#6 Ship Logistic-SACC Auto WBS: 1.1.4.7.8. (WCF) 410018 Mod 12 TI# 9 CAC2S Sys. Eng Plus Test & Evaluation (RDT&E) 410019 Mod 12 TI#6 Ship Logistics-SACC Auto WBS: 120.9.12 (WCF) 410020 Mod 12 TI#9 CAC2S SIL Eng. (RDT&E) 410021 Mod 12 TI#9 Mass Reproduction of documents for Technical Distribution List for Lab Testing (RDT&E) 410022 Mod 13 TI#6 Eng. Support for -SACC (WCF) 410023 Mod 13 TI#6 Eng. Support for LOG-SACC AUTO (WCF) 410024 Mod 13 TI#4 CWID HQMC Eng. Support for CWID-C2 Lab (OTHER) 410025 Mod 13 TI#10 MAGTF S&T Support for PCC (RDT&E) 410026 Mod 13 TI#4 C2 Lab Engineering/CWID- C2 LAB (RDT&E) 410027 Mod 13 TI#11 Surface Combat Integration (SCN) 410028 Mod 13 DEP K. Madison (RDT&E) 410029 Mod 13 DEP K. Madison (RDT&E) 410030 Mod 13 DEP K.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
5 of 68 FINAL
Madison (RDT&E) 410031 Mod 14 TI# 11 DDG-1000 TACOPS Support (SCN) 410032 Mod 14 TI# 9 CAC2S Support (RDT&E) 410033 Mod 17 Labor Funding (OTHER) 410034 Mod 17 Labor Funding (WCF) 410035 Mod 17 Labor Funding (WCF) 410036 Mod 17 Labor Funding (RDT&E) 410037 Mod 18 TI# 9 Labor Funding for Lab Testing (RDT&E) 410038 Mod 18 TI# 9 Labor Funding for Lab Testing (RDT&E) 410039 Mod 18 TI# 11 Labor Funding For DDG-1000 TACOPS support, Surface Combat Integration (SCN) 410040 Mod 19 TI# 11 Labor Funding For LCS Support W14-Tactical Operations (SCN) 410041 Mod 19 TI# 9 Labor Funding for Lab Engineering support for CAC2S Ship Logistics/SAAC (RDT&E) 410042 Mod 22 TI# 5 Labor Funding for DEP Support/CDEP (RDT&E) 410043 Mod 23 TI# 9 Labor Funding for CAC2S Phase 1 Build & Test (RDT&E)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
6 of 68 FINAL
410044 Mod 23 TI# 9 Labor Funding for CAC2S (RDT&E) 410045 Mod 23 TI# 9 Labor Funding for CAC2S (OTHER) 410046 Mod 23 TI# 9 Labor Funding for CAC2S Phase 1 Build & Test (RDT&E) 410047 Mod 25 TI# 5 Labor Funding for DEP Support (RDT&E) 410048 Mod 25 TI# 5 Labor Funding for DEP Support (RDT&E) 410049 Mod 25 TI# 7 Labor Funding for Joint Program Assessment-Powern et WBS# 1.1.32.14.2.7 W15 Powernet/EQT NAV 2606342 WCD: 09/30/11 WAW: 009398 (RDT&E) 410050 Mod 26 TI# 11 Labor Funding for DDG-1000 Surface Combatant (SCN) 410051 Mod 29 TI# 11 Labor Funding for LCS Support Surface Combatant WBS 1.3.1.2.4.99 CERS-CSETHULL3 Subtask WBS 1.3.1.2.4.1 W14 Tactical Operations TPS# NAV 2606648 WCD 9/30/2011 OWLD 03/31/2013 EXP Date 3/31/2013 WAW: 003144 (SCN) 4200 OPTION PERIOD 2, $5,569,601.00 18 March 2011 - 17 March 2012, Engineering and Technical support to NSWCDD LBTS laboratories in accordance with
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
7 of 68 FINAL
Section C. (SCN) 420001 Exercising Option # 2. Funding for DDG-1000 TACOPS Support TI# 18. WBS# 1.10.1.3.99 CERS-NAV2606085 Subtask WBS# 1.10.1.3.3 W14-SRE TACOPS TPS:NAV2606085 WCD: 09/30/11 OWLD: 09/30/12 (SCN) 420002 Labor funding TI# 13 DEP Support (RDT&E) 420003 Labor funding TI# 16 for PIPS labor in support of MCSC MTSD-ONR technology (OTHER) 420004 Labor funding TI# 17 for Lab engineering support for CAC2S for Phase 1 build and test (RDT&E) 420005 Labor Funding TI# 15 for Joint Program Assessment-Powern et (RDT&E) 420006 Labor Funding TI# 17 Lab Eng. Support for CAC2S for Phase 1 Build & Test (RDT&E) 420007 Labor Funding TI# 18 LCS support Surface Combatant (RDT&E) 420008 Labor Funding for TI# 13 DEP Support (RDT&E) 420009 Labor Funding TI# 18 Surface Combatant (SCN) 420010 Labor Funding TI# 17 for Lab Eng. Support CAC2S Phase 1 Build and Test (RDT&E)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
8 of 68 FINAL
420011 MOD 28 Labor Funding TI# 13 for DEP Support (RDT&E) 420012 MOD 28 Labor Funding TI# 14 Ship LOG-SACC AUTO Engineering Support Ship LOG (WCF) 420013 MOD 28 Labor Funding TI# 14 Ship LOG-SACC AUTO Engineering Support Ship LOG (WCF) 420014 MOD 28 Labor Funding TI# 13 DEP Support (RDT&E) 420015 MOD 28 Labor Funding TI# 17 Lab Testing. Lab Eng. Support for CAC2S for Phase 1 Build and Test (RDT&E) 420016 MOD 30 Labor Funding TI# 13 for DEP/CDEP Support (RDT&E) 420017 MOD 31 Labor Funding TI# 13 for DEP Support (DOC SITE ENGR) (RDT&E) 420018 MOD 31 Labor Funding TI# 17 for Operations Analysis & System Engineering (RDT&E) 420019 MOD 31 Labor Funding TI# 18 for LCS Support Surface Combatant (RDT&E) 420020 MOD 31 Labor Funding TI# 18 for DDG-1000 Surface Combatant (SCN) 420021 MOD 32 Labor
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
9 of 68 FINAL
Funding TI# 17 for lab testing, labor for lab engineering support for CAC2S phase 1 build and test (RDT&E) 420022 MOD 33 Labor Funding TI# 13 DEP Support (O&MN,N) 420023 Mod 35 Labor Funding TI# 17 (OTHER) 420024 Mod 36 Labor Funding TI# 17 (RDT&E) 420025 Mod 36 Labor Funding TI# 17 (OTHER) 420026 Mod 36 Labor Funding TI# 18 (O&MN,N) 420027 Mod 36 Labor Funding TI# 14 (WCF) 420028 Mod 37 Labor Funding TI# 18 For DDG-1000 TACOPS Support (SCN) 420029 Mod 37 Labor Funding TI# 18 Surface Combatant Integration (RDT&E) 420030 Mod 38 Labor Funding TI# 13 DEP Support (O&MN,N) 420031 Mod 38 Labor Funding TI# 14 SHIP LOG-SACC AUTO (WCF) 420032 Mod 39 Labor Funding TI# 13 DEP IM Site Eng. Support (O&MN,N) 420033 Mod 39 Labor Funding TI# 13 DEP VV&A Support (RDT&E)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
10 of 68 FINAL
420034 Mod 39 Labor Funding TI# 14 SHIP LOG-SACC AUTO for Engineering Support SHIP LOG (WCF) 420035 Mod 39 Labor Funding TI# 17 Lab Testing Support (RDDA) 420036 Mod 39 Labor Funding TI# 18 DDG-1000 TACOPS Support Surface Combatant. W05 Program Management Reserve (SCN) 420037 Mod 39 Labor Funding TI# 14 SHIP LOG-SACC AUTO For Engineering Support SHIP LOG (WCF) 420038 Mod 40 Labor Funding TI# 17 LAB IT Support of USMC TSOA Environment for PG 11-MAGTF COC (RDT&E) 420039 Mod 41 Labor Funding TI# 13 DEP CDEP Support (RDT&E) 420040 Mod 41 Labor Funding TI# 17 WBS: 1.1.4.7.5 Eng. Support (RDT&E) 420041 Mod 41 Labor Funding TI# 17 Lab Testing Lab Eng. support for CAC2S for Phase 1 Build and Test (OTHER) 420042 Mod 42 Labor Funding TI# 17 Lab Testing (RDT&E) 420043 Mod 43 Labor
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
11 of 68 FINAL
Funding TI# 18 Surface Combatant for DDG-1000 TACOPS Support WAW: 002984 Task/subtask 03004/03413 CERS Task subtask 99990/94827tAS (WCF) 420044 Mod 44 Labor Funding TI# 14 Ship LOGG-SACC Auto WCD: 09/30/2012 Funds Exp. Date: 09/30/2012 (O&MN,N) 420045 Mod 45 Labor Funding TI# 17 Lab Testing (RDT&E) 420046 Mod 46 Labor Funding TI# 17 Lab Testing (RDT&E) 4300 OPTION PERIOD 3, $5,723,509.00 18 March 2012 - 17 March 2013, Engineering and Technical support to NSWCDD LBTS laboratories in accordance with Section C. (TBD) 430001 MOD 47 Labor Funding for TI# 19 START-UP CDEP (RDT&E) 430002 MOD 48 Labor Funding for TI# 21 CACAS Lab Testing (RDT&E) 430003 MOD 48 Labor Funding for TI# 23 NSWC Test & Evaluation (RDT&E) 430004 MOD 48 Labor Funding for TI# 23 NSWC Test & Evaluation (O&MN,R) 430005 MOD 49 Labor Funding for TI#
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
12 of 68 FINAL
23 NSWC Test & Eng (RDT&E) 430006 MOD 50 Labor Funding TI# 22 (I3) HIWG (RDT&E) 430007 MOD 50 Labor Funding TI# 22 for NSW T&E for PCC (RDT&E) 4400 OPTION PERIOD 4, $5,887,132.00 18 March 2013-17 March 2014, Engineering and Technical support to NSWCDD LBTS laboratories in accordance with Section C. (TBD) Option For ODC Items: Item Supplies/Services Qty Unit Est. Cost ------ ----------------- --------- ---- ---------------- 6100 OPTION PERIOD 1 1.0 LO $339,072.00 ODC'S association with CLIN 4100 (TBD) 610001 Mod 8 TI #4 CWID/ C2 LAB, (RDT&E) 610002 Mod 8 TI #4 CWID/ C2 LAB, (RDT&E) 610003 Mod 8 TI #5 DEP SUPPORT, (O&MN,N) 610004 Mod 9 TI#6 ODC for Ship Logistics/SACC (WCF) 610005 Mod 9 TI#8 ODC FOR MTSD-ONR (OTHER) 610006 Mod 9 TI#9 ODC for Lab Testing (RDT&E) 610007 De-obligation - from Mod 10 TI# 2 ODC FOR DEP Eng. Support. See mod 0011
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
13 of 68 FINAL
(RDT&E) 610008 Mod 10 TI#7 ODC for PowerNet/EQT Support (RDT&E) 610009 Mod 10 TI#6 ODC for Fleet Support for Ship Logistics and SACC Automation March 18, 2010 - March 17, 2010 (WCF) 610010 Mod 10 TI# 4 ODC for CWID (OTHER) 610011 Mod 10 TI#10 ODCs for Phase II BCD Study (RDT&E) 610012 Mod 12 TI#6 ODC for Ship Logistics-SACC Auto WBS: 120.9.12 (WCF) 610013 Mod 13 DEP K. Madison (RDT&E) 610014 Mod 18 TI# 11 ODC Funding Surface Combat Integration DDG-1000 TACOPS Support. (SCN) 610015 Mod 18 TI# 6 ODC Funding for Travel Engineering Support for SACC/SHIP LOG-SACC AUTO (WCF) 610016 Mod 19 TI# 6 ODC Funding for Lab Engineering Support for Developmental Test II Ship Logistics/SAAC (RDT&E) 610017 Mod 19 TI# 6 ODC Funding for LCS Support (SCN) 610018 Mod 22 TI# 5 ODC Funding for DEP Support/CDEP
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
14 of 68 FINAL
(RDT&E) 610019 Mod 23 TI# 9 ODC Funding for CAC2S Phase 1 Build & Test (RDT&E) 610020 Mod 25 TI# 7 ODC Labor Funding for Joint Program Assessment-Powern et WBS# 1.1.32.14.2.7 W15 Powernet/EQT NAV 2606342 WCD: 09/30/11 WAW: 009398 (RDT&E) 610021 Mod 25 TI# 6 ODC Ship LOG-SACC AUTO WBS: 1.1.4.7.8 WAW: 007911 (WCF) 6200 OPTION PERIOD 2 1.0 LO $269,440.00 ODC's associated with CLIN 4200 (TBD) 620001 EXERCISE Option# 2. Funding for DDG-1000 TACOPS Support TI# 18 WBS# 1.10.1.3.99 CERS-NAV2606085 Subtask WBS# 1.10.1.3.3. W14-SRE TACOPS TPS# NAV2606085 WCD: 9/30/11 OWLD 09/30/12 (SCN) 620002 ODC Funding TI# 17 Lab Eng. support for CAC2S for Phase 1 Build & Test (RDT&E) 620003 ODC Funding TI# 18 LCS support Surface Combatant (RDT&E) 620004 ODC Funding TI# 16 PIPS ODC Travel in support of MCSC MTSD-ONR technologies (OTHER) 620005 ODC Funding TI# 13 DEP support (RDT&E)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
15 of 68 FINAL
620006 ODC Funding TI# 18 DDG-1000 Surface Combatant (SCN) 620007 ODC Funding TI# 17 Operations Research/Analysis Support (RDT&E) 620008 ODC Funding TI# 14 for Eng. Support Ship Log/Ship Log-SACC Auto (WCF) 620009 ODC Funding TI# 13 for DEP Support (RDT&E) 620010 ODC Funding TI# 17 for Lab Eng. CAC2S Phase 1 Build Test (RDT&E) 620011 MOD 28 ODC Funding TI# 17 Lab Testing Eng. Support for CAC2S for Phase 1 Build and Test (RDT&E) 620012 MOD 28 ODC Funding TI# 14 Ship LOG-SACC AUTO. Eng. support SHIP LOG (WCF) 620013 MOD 28 ODC Funding TI# 14 Ship LOG-SACC AUTO. Engineering Support SHIP LOG (WCF) 620014 MOD 28 ODC Funding TI# 17 Operations Analysis & Sys. Eng for demonstration and Dev. of plans for MAGTF MC2S (RDT&E) 620015 MOD 38 ODC Funding TI# 13 DEP Support (O&MN,N) 620016 MOD 39 ODC Funding TI# 14
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
16 of 68 FINAL
SHIP LOG-SACC AUTO for Engineering Support SHIP LOG (WCF) 620017 MOD 39 ODC Funding TI# 13 DEP Support (O&MN,N) 620018 Mod 41 ODC Funding TI# 14 Ship Log-SACC Auto (WCF) 620019 Mod 42 ODC Funding TI#17 Lab Testing (RDT&E) 6300 OPTION PERIOD 3 1.0 LO $280,215.00 ODC's association with CLIN 4300 (TBD) 630001 MOD 47 Funding for ODC TI# 19 START UP FOR CDEP (RDT&E) 630002 MOD 48 Funding for ODC TI #21 CACAS Lab Testing (RDT&E) 630003 MOD 49 Funding for ODC TI# 23 NSWC Test & Eng (RDT&E) 630004 MOD 50 Funding for ODC TI# 22 (I3) HIWG (RDT&E) 6400 OPTION PERIOD 4 1.0 LO $291,420.00 ODC's associated with CLIN 4400 (TBD) Option
ADDITIONAL CLINS
Additional CLINs may be unilaterally created by the Contracting Officer during the performance of this Task Order to accommodate the 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.
EXPEDITING ORDER CLOSEOUT (NAVSEA) (DEC 1995)
(a) As part of the negotiated fixed price or total estimated amount of this task order, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
17 of 68 FINAL
otherwise be paid by that party may be considered to the extent permitted by law.
(b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
18 of 68 FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
Section C – SOW
C.1 GENERAL SCOPE OF WORK
Theater Warfare systems requirements, in conjunction with rapidly advancing Combat/Battle Management Command, Control, Communications, Computers, & Intelligence (BMC41) systems technology, have presented the Navy with a challenging task to integrate its emerging, state-of-the-art warfighting systems to enable the reliable exchange of Command and Control (C2) data between dissimilar systems. Naval Sea Systems Command (NAVSEA) Dahlgren has been actively involved in new Naval mission areas and operational concepts, architecture development, systems engineering, and warfare analysis of combat and Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) systems and programs that affect the current and future capabilities of Naval, Joint, and Coalition Forces. Specific areas of involvement in C2, joint and coalition interoperability and system development, and C4ISR for programs such as: Littoral Combat Ship (LCS), DD(X), CG(X), Theater Ballistic Missile Defense (TBMD), Theater Air Defense (TAD), AC-130 Gunship, Land Attack Warfare (LAW), Joint & Naval Surface Fire Support (NSFS), force interoperability and network-centric tactical operations. This effort includes Joint, Coalition/Allied, and Homeland Defense/Homeland Security tasks. Efforts being performed include facility and infrastructure program planning, requirements definition and analysis, technical/system/ operational architecture development, system engineering and integration and test, demonstration and exercise planning, execution, analysis and reporting. As a result, the Warfare Systems Department (W Department) is actively involved in the systems engineering, analysis, and integration of networked combat systems in Land-Based Test Sites (LBTS), such as the Coalition Warrior Interoperability Demonstration (CWID) C2 Laboratory and the Distributed Engineering Plant (DEP) to assess, demonstrate, and facilitate Coalition, Joint, and Navy BMC4I for the interoperability, with the ultimate objective being certification and accreditation. The focus is on the Naval Systems Warfare Center Dahlgren Division (NSWCDD) laboratory facilities, but there may be a need to perform similar work at other sites; for example, in support of exercises or demonstrations at remote locations. The contractor shall provide technical and programmatic support to NAVSEA Dahlgren in the areas of architecture development, system design and engineering, testing and evaluation, and general program management, including planning, programming and budgeting.
The contractor shall provide support to the NSWCDD W Department to plan and execute combat systems engineering projects. The contractor shall provide the management and leadership and technical expertise to deliver engineering products and services to the W Department in support of combat systems engineering projects. The contractor shall participate as a member of other teams (e.g., Integrated Product Teams [IPTs], Working Groups [WGs], etc.) to achieve the W Department system engineering goals.
C.2 TASK DESCRIPTION
C.2.1 The contractor shall provide engineering and technical expertise to support NSWCDD LBTS and laboratories, such as the CWID C2 Laboratory and the DEP. It is anticipated that over 75% of the contractor’s workforce will perform their assigned tasks in government workspaces.
C.2.1.1 The contractor shall provide qualified Subject Matter Experts (SMEs) or operators to operate and maintain the C2 and other systems in the CWID C2 Laboratory and associated spaces. The systems include, but are not limited to, Global Command and Control System (GCCS), Global Command and Control System - Maritime (GCCS-M), Command and Control PC (C2PC), Advanced Field Artillery Tactical Data System (AFATDS) for the Army/United States Marine Corps (USMC), Theater Battle Management Core Systems (TBMCS) for the United States Air Force (USAF), DCTS/CUSeeME, Adobe Connect, Voice Over Internet Protocol (VoIP) Call Manager (Ver 3x-6x), Global Positioning System (GPS) Symmetricom, Joint Automated Deep Operations Coordination System (JADOCS), Integrated Warfare Systems (IWS), GCCS-I3/MIDB, Joint Semi-Automated Forces (JSAF), Air Defense Systems Integrator (ADSI), as well as other systems that will be added at a future date, such as Global Combat Support System (GCSS) and the Army Battle Command System (ABCS) (CDRL 0004). In addition, the
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
19 of 68 FINAL
contractor shall be able to configure the C2 and other systems for operation in a networked environment to simulate a tactical/operational scenario in both an unclassified and/or classified environment. The contractor shall also participate in scenario development and modifications of the models and simulations used during the exercises, as required (CDRL 0006, 0007).
C.2.1.2 The contractor shall provide software and system engineering and operational support to the NSWCDD Laboratory facilities. The contractor shall provide the expertise to assist in the design, development, integration and testing of software solutions for the individual systems in the designated labs. The contractor shall ensure interoperability with the various systems within labs and with similar systems located at other Continental United States (CONUS) facilities via the Combined Federated Battle Laboratory (CFBL) Network, Defense Information System Network - Leading Edge Services (DISN-LES), Defense Research and Engineering Network (DREN, S-DREN), Integrated Services Digital Network (ISDN), Satellite Communications, Secret Internet Protocol Router Network (SIPRNET), Non-secured Internet Protocol Router Network (NIPRNET), etc. The contractor shall also assist with efforts to incorporate models and simulations into the laboratories. The contractor shall provide SMEs in the design, construction, setup, and maintenance of Wide Area Network (WAN)/Local Area Networks (LAN) containing a wide Variety of CISCO Routers, Switches, Marconi Asynchronous Transfer Mode (ATM) devices, and Juniper Routers (CDRL 0004, 0006, 0007, 0010). If necessary, the contractor purchase additional hardware and software necessary to maintain laboratory IT infrastructure. The contractor shall provide SMEs involving Controlled Material Storage (CMS) and operation. The SMEs must be familiar with the Naval Surface Warfare Center’s (NSWC) CMS requirements to maintain and configure NSA-approved Crypto devices, such as KG-75 Fastlanes, KG 175 TacLanes, Alta Tech KG-250, and KIV-7. The contractor must be familiar with different keymats and DTD (AN/CYZ-10) key loading and handling procedures. The contractor shall prepare briefings, point papers, reports, equipment purchase requests, and technical/engineering documentation; provide training; and conduct tours of the facilities and demonstrations of system capabilities, as required (CDRL 0005).
C.2.1.2.1 The contractor shall supply the SMEs to provide technical expertise in the design of Department of Defense (DoD) Enterprise Infrastructures to provide the controlled testing environment in accordance with configuration guidelines specified at planning conferences required for the assessment of Interoperability Trials (ITs) during exercises and demonstrations. The contractor shall supply SMEs to supervise and configure Windows NT 4.0, 2000, 2003, 2008 Domain, DNS, DHCP, Web Servers, Microsoft Exchange Servers, Remote Installation Services (RIS), Windows Deployment Service (WDS), and Windows Server Update Service (WSUS), various DoD approved Symantec Mail and anti-virus servers, SharePoint Portal Server, CUSEEME and Adobe Connect Video Conferencing Server, Microsoft Web Server, and webpage design and deployment (CDRL 004, 0006, 0010).
C.2.1.3 The contractor shall provide the qualified SMEs to collaborate with the coalition research, development, and acquisition community members, as needed, to achieve the strategic goals of W Department: increase participation of Dahlgren technical departments in the CWID; expand the NSWCDD contributions to CWID scenario development and technology development, assessment and integration; integrate knowledge of technology effectiveness across coalition C2 venues; identify optional approaches, and related benefits, for accelerated transition of technologies to the joint and coalition warfighter (CDRL 0007).
C.2.1.4 The contractor shall provide operational and technical lead engineers for the CWID series of exercises and demonstrations, and other exercises and events, as required by the Government (CDRL 0006). The contractor shall supply CWID SMEs to attend teleconferences and planning conferences to discuss new and emerging ITs and plan the testing infrastructure for the integration and interaction of these ITs with fielded existing and legacy Combat and Enterprise platforms for proper assessment and certification. As such, the contractor shall provide the training, logistical support, and equipment set-up for each event. The contractor shall also develop wiring diagrams and drawings necessary to support each event. The contractor shall develop Public Relations (PR) material, as required, to support the event (CDRL 0005) Following each event, the contractor shall provide an interoperability assessment (CDRL 0010).
C.2.1.5 The contractor shall support the Joint Forces Command (JFCOM) Joint Fires Initiative Limited Objective Experiment (JFI LOE) and other warfare, or similar exercises or experiments, with SMEs to assist warfighters in the execution and further evaluation of the Joint Force Maritime Component Commander (JFMCC) and other Tactical Memorandum (TACMEMO) or similar documentation. Specific duties shall include assisting the internal execution and planning process and assisting with dynamic re-tasking and re-planning. The contractor shall interact with other functional component commanders (e.g. JFACC, JFLCC, & JSOTF), the Joint
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
20 of 68 FINAL
Tactical Forces (JTF) Commander, and Maritime Subordinate Commands (MSC). The contractor shall assist in executing the Maritime Task Plan, the Maritime Mission Order, and other operational orders pertaining to the exercise, and help to clearly define the roles and responsibilities of the JFMCC or other component commands (CDRL 0006, 0007).
C.2.1.6 The contractor shall assist in the establishment of a Joint Fires Land-based Development Test and Evaluation (DT&E) nodes, such as Joint User Interoperability Communications Exercise (JUICE), DoD Interoperability Certification Exercise (DICE), and other DT&E nodes as part of the overall interoperability effort. The contractor shall supply SMEs responsible for coordinating satellite communication setup and testing by Joint Commands for the C2 Laboratory, to include positioning, crypto services, Satellite Access Authorization of Tactical Communication Vehicles. The contractor shall be able to identify, repair, and operate various portable communication equipment, such as Single Channel Ground and Airborne Radio System (SINCGARS), PRC 117, and other High Frequency (HF), Very High Frequency (VHF), and Ultra High Frequency (UHF) equipment. The contractor shall be responsible for the laboratory set up, test procedures, and all supporting documentation relevant to interoperability (CDRL 0006). In addition, the contractor shall prepare post test reports, as required (CDRL 0005, 0010).
C.2.1.7 The Contractor shall evaluate new Joint and Naval Surface Combatants technology. Support includes the CONOPS to provide TBMD, strike capabilities, and calls for fire in a coalition warfighting scenario. The contractor shall analyze the ability to prosecute Time Sensitive Targets/Time Critical Targets/High Value Targets (TST/TCT/HVT) within certain time constraints (CDRL 0010). Additionally, the contractor shall be certified to operate and integrate small Unmanned Aerial Vehicles (UAVs) into Joint exercises, when required. Support includes the operation and maintenance of designated UAVs, as well as the utilization of sensor information gathered from UAV payloads, and integrating the video and telemetry into current Naval platforms for time sensitive targeting (CDRL 0006, 0010). The contractor must be thoroughly familiar with Federal Aviation Administration (FAA) requirements, the airspace, and operating areas in and around the NSWCDD. The contractor shall also analyze HSI concerns for optimal ship manning and provide program management support to future ship programs in the area of Life Cycle Engineering and Support (LCE&S) as a result of lessons learned for Joint and Combined exercises. Additionally, the contractor shall analyze the other logistics required for sustainment of systems on future Navy Surface Combatants (DD(X), DDG 1000, CG(X), etc.), as evaluated during CWID or similar exercise (CDRL 0010).
C.2.1.8 The contractor shall be responsible for researching and generating the System Security Authorization Agreements (SSAAs) and Cross Domain Agreements (CDAs) for the C2 Laboratory to participate in all planned events. The contractor shall supply the necessary SMEs who are familiar with the NSWC’s Risk Assessment, Counter Measure, Security Test and Evaluation (ST&E) procedures ensuring all network devices and combat systems (Microsoft, Solaris, Linux) are accredited and comply with DoD Information Technology Security Certification and Accreditation (DITSCAP) requirements. The contractor shall be familiar with the use of DoD approved scanning tools and remediation of level 1, 2, and 3 vulnerabilities without adversely affecting the performance of combat system performance in the Research and Development (R&D) area. The contractor shall supply the SMEs in the configuration of firewall appliances and network monitoring tools (Etherpeek, Wire-Shark), such as NetScreen (NS GT–500), Symantec, and Microsoft Internet Security and Acceleration Server (ISA 2000 – 2006), Intrusion Detection Systems (Snort, Shadow), in accordance with NSWC’s Information Assurance Manager (IAM) to meet current DoD requirements (CDRL 0004).
C.2.1.9 The contactor shall be responsible for engineering and maintenance of the facilities audio and visual presentation system; and be able to design, install, and reconfigure the automated systems to comply with the redesign of Combat Operational Centers (COCs) as they change for each exercise and demonstration. The contractor shall supply SMEs in programming Crestron control system processors and Crestron touch panels using Windows-based and Crestron programming software. The contractor shall perform troubleshooting and repair of Extron 64 port matrix switches, interfaces, Clarity video cubes, crown audio amplifiers, Jupiter Fusion Wall processors, and Epson and NEC multifunction overhead projection devices (CDRL 006).
C.2.2 The contractor shall provide engineering and technical expertise to support NSWCDD DEP Operations Center (Ops Center/DOC). The contractor shall also provide Subject Matter Experts (SMEs) to participate in ad hoc DEP meetings, technical discussions, and briefings. SMEs shall prepare reports describing the meetings they attended and any processes/functions which were uncovered. These SMEs may be required to answer action items and provide detailed insights into program operations and concepts, and will inform the government technical lead of any assigned action and due date (CDRL 0005, 0009).
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
21 of 68 FINAL
C.2.2.1 The contractor shall support all facets of the DEP Operations Center (DOC) and of DEP Modeling and Simulation (M&S) as required by the DEP Operations Lead. The contractor shall participate with Government, civilian and military experts to define, develop, and perform systems engineering support for the interaction of the DOC with other components of the DEP. The contractor shall support the development of the DOC Standard Operating Procedure (SOP), DEP Configuration Management (CM) Plan, DEP Engineering Change Proposal (ECP) SOP, DEP Plant Test Observation Report (TOR) SOP, DEP Capabilities and Limitations (CAPS & LIMS) SOP, DEP High Level CAPS & LIMS, DEP Interface Control Document (ICD), DEP VV&A Master Plan and DOC System Security Authorization Agreement (SSAA). The contractor shall support engineering studies and analysis, engineering reviews of program processes, and engineering reviews of plans, documents, and specifications related to the DEP (CDRL 0004, 0005, 0010).
C.2.2.2 The contractor shall perform systems-level analysis. The contractor shall also perform interface analysis. The contractor shall perform security requirements to achieve the requirements of the DOC SSAA. The contractor shall conduct Interoperability analysis and develop necessary metrics. The contractor shall provide feedback to metrics groups with respect to metrics linking and characterizations. The contractor shall evaluate design options and provide recommended solutions to identified interoperability problems (CDRL 0010).
C.2.2.3 The contractor shall perform functional/capability, stress, and performance testing for the DEP. This includes development of the Test Plan, test cases, and any SIM/STIM scenarios needed (CDRL 0006, 0010).
The contractor shall support development of the DEP Test Observation Report (TOR) formats and processes. The contractor shall analyze test data/results and report the results, with attendant system and platform implications, in the Analysis Reports and TORs (CDRL 0006, 0009, 0010).
The contractor shall support the operation of the DOC to evaluate tactical data link operations, evaluate M&S upgrades, and validate Capabilities and Limitation Documents. Test planning support shall require the development of test scenarios and the development of common scenario format descriptions. Scenario scripting may be required for many of the simulations within the DEP. The contractor shall support the Test Plan Working Group and evaluate system performance to assist in the validation of test scenarios (CDRL 0007, 0010).
In order to assure repeatable test results, the contractor shall support the configuration control of test systems and software, including all test scenarios. The contractor shall determine and track the distribution of all test scenarios. The contractor shall also support the configuration management of all DEP M&S (CDRL 0007, 0010).
The contractor shall provide execution support including console operations for simulation/stimulation accreditation. The contractor shall provide support to the test coordinator in concept definition, and design alternatives and provide Test Observation Reports (TORs). The contractor may be tasked to test early designs and developmental models (CDRL 0006, 0007, 0010).
The contractor shall support the Data Extraction/Data Reduction (DX/DR) and specific Data Analysis (DA) needs of the DEP. This support includes, but is not limited to, supplying the tools and personnel to accomplish data management, and data analysis tasking as required by the DEP. The contractor shall support the DEP Verification, Validation, and Accreditation (VV&A) process (CDRL 0009, 0010).
The contractor shall provide for the multiple platform integration of the various geographically disbursed test beds as required to fully integrate all DEP testing systems. The contractor shall provide ongoing technical expertise to perform the integration, configuration, operations, and accreditation of the DEP test platforms and provide Interoperability Objective Certification and Development (IO CERT and IO DEV) testing support (CDRL 0006, 0009).
C.2.2.4 Repeatable test results are dependent on configuration control of test systems and software; therefore, all systems and software shall be under strict Configuration Management. The contractor shall determine and track the planned Navy deployment configurations, test site configurations, planned upgrades, and actual test date site configurations to facilitate post test analysis and re-configuration of sites to duplicate test conditions for re-tests. The contractor shall support W Department in managing the DEP Configuration Management plan (CDRL 0005, 0009).
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
22 of 68 FINAL
The contractor shall continue to document changes to the baseline configuration for the DEP Operations Center (DOC) as they evolve. The contractor shall develop product, functional, and allocated baselines for testing. The contractor shall manage the process for determining the configuration of the labs and ensure compliance to the established configuration during the test cycle. The contractor shall determine which lab sites will be used during testing and assist in determining and documenting the tactical and simulation software loads to be delivered to test sites (CDRL 0006, 0009).
C.2.2.5 The contractor shall review and critique DEP documentation for technical and programmatic consistency and provide reports at the completion of these efforts when tasked by the TA. The contractor shall review and conduct technical reviews on other related documents when tasked by the TA. The contractor shall perform studies and analysis at the direction of the TA (CDRL 0004, 0010).
When the contractor reviews various Object-Oriented Model Driven Architecture and Distributed Simulation artifacts, reports shall be delivered in accordance with government directives. The contractor shall also prepare point papers, information status reports, technical reviews/reports and presentations as necessary to support this project (CDRL 0005).
C.2.3 The contractor shall provide the necessary administrative support to the NSWCDD laboratories and a variety of designated IPTs and WGs directly related to CWID and DEP activities.
C.2.3.1 The contractor shall provide technical and administrative support to a variety of systems engineering efforts. The contractor shall attend specific meetings and conferences with other contractors and government agencies in support of the activities described herein. This support may include maintenance and tracking of project materials, receipt, and transmittal of project materials, generation of reports and presentations, product Quality Assurance (QA), CM, and general administrative support (CDRL 0001, 0002, 0005, 0008).
(a) The contractor plan shall provide the leadership for DEP government/industry integrated teams to accomplish the objectives of this task. The teams may be technically led by the contractor, and the contractor shall provide the technical expertise which the government cannot provide to complete the tasking. The contractor will also work with W Department to determine the relevant, specific tasking and desired products for the CWID and DEP projects. The contractor shall develop a project plan detailing the estimated level of effort required to perform the project. The contractor shall manage the teams’ tasking and progress, and track received Action Items. The contractor shall ensure that planned tasking is completed within allocated funding, identify risks to cost, schedule, and the technical success of the project and shall develop risk mitigation strategies to avoid or reduce the negative impact of the risk occurrence (CDRL 0001, 0002, 0003, 0005, 0008).
(b) Meetings will be held periodically throughout the project to exchange information between the NSWCDD CWID and exercise participants, and to gather information from various SMEs. The contractor shall distribute meeting/event announcements to cognizant individuals, and ensure signs are displayed with the appropriate information of the meeting, control access to meetings/events and check security clearances for classified sessions, and prepare and distribute reports or meeting minutes. Administrative contractor support shall be required to ensure efficient and effective operations in security clearance processing, if required; meetings recording; analysis; information management; technical editing and electronic documentation/presentation, equipment inventory, custody cards, etc (CDRL 0008, 0009).
(c) The contractor shall coordinate collaboration among event participants in the form of coordinating inputs to and building briefs, plans, schedules, and reports. The contractor shall provide the necessary meeting facilities to include phone-con and Video Teleconferencing Capability (VTC), development of agendas, and meeting minutes. The contractor shall develop inputs to work products, to include whitepapers and reports (CDRL 0004, 0005, 0008).
C.2.3.2 The contractor shall perform other support and administrative functions required in support of the technical objectives of this tasking. This shall include maintaining technical and financial data, development of WBS, and the scheduling and status monitoring of the tasks assigned. The contractor shall provide business office support in the area of budget execution, including tracking functions of expenditures, variances, and metrics (CDRL 0001, 0002, 0003, 0009) .
The contractor shall support collecting data, correlating data, and formatting data and reports to support
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
23 of 68 FINAL
technical products, as required. When required, the contractor shall develop cost estimates that reflect the hours worked per person per WBS element, and their labor rate separated into previous cumulative to-date, current week, and total cumulative to-date totals per person. The contractor shall tabulate and report expenditures, forecasts of expenditures, cost estimates, and progress reports that detail the activities of the contractor members of the team (CDRL 0002, 0005, 0009, 0010) .
C.3 TRAVEL REQUIREMENTS
It is estimated that the following travel will be required of the contractor during the entire Period of Performance (POP) of this task order.
DESTINATION # PEOPLE # DAYS #TRIPS/PERIOD
Washington, D.C. Area2 1 50
Patuxent River, MD 3 1 15San Diego, CA 4 5 10Virginia Beach/Dam Neck, VA 4 4 30Huntsville, AL 1 5 10Wallops Island, VA 3 2 20Ft. Huachuca, AZ 2 5 10Oceanside/Camp Pendleton, CA 2 5 5Moorestown, NJ 2 2 20
C.4 GOVERNMENT FURNISHED EQUIPMENT / GOVERNMENT FURNISHED INFORMATION (GFE/GFI)
The Government will provide access to their technical libraries, invitations to meetings and reviews, and programmatic documentation, specifications, and data for the purpose of executing the Statement of Work (SOW).
C.5 GOVERNMENT FURNISHED OFFICE SPACE
Government furnished office space will be provided for contractor employees under this task order. The office space will be located in Bldg. 1500, 1510, 1490T and other designated laboratories. Bldg. 1510 Room 230 1 Sr. Systems Engineer Bldg. 1510 Room 240 1 Sr. Software Engineer, 1 Data Manager Bldg. 1450T C2 Lab 1 Sr. Systems Engineer, 1 Network Systems Engineer, 1 Combat Systems Test Engineer, 2 Combat Systems Technologists, 1 Communications Engineering Technologist, 1 Systems Engineer, 1 Sr. Systems Analyst.
C.6 PREPARATION OF DATA
All data shall be prepared and delivered in accordance with the CDRL, Attachment J.2 (See paragraph C.9 below).
C.7 SECURITY
Access to, and preparation of, classified material shall be in accordance with DD Form 254, Attachment J.1.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
24 of 68 FINAL
C.8 IN-PROCESS REVIEWS
The contractor shall conduct In-Process Reviews (IPR) with the government. The reviews are estimated to take place on a quarterly basis but shall be scheduled as needed with the TOM.
C.9 REPORTING REQUIREMENTS
Contract Data Requirements are identified in attached Contract Data Requirements List, Attachment J.2.
C.10 PROGRESS REPORTING REQUIREMENTS
Monthly Technical and Financial Status Reports are required and shall include the following:
Technical: Accomplishments for the month, meetings attended, problems encountered, deliverables, documentation, status of key personnel, and work planned for the next reporting period. (A001 – Technical Status Report)
Financial: Funding Status to document hours/dollars ordered, planned, funded, expended in the current period, expended to date and remaining on the task. (A002 – Financial Status Report)
C.11 OTHER DIRECT COST (ODC) MATERIAL
Supporting Documentation Requirements – The Government has identified NTE ODC Material Costs for this effort. These costs are expected to provide for material costs associated with the services herein. The Contractor will be responsible for providing a complete price or cost analysis of any material costs and/or components required. This analysis will thoroughly support a determination that the prices are fair and reasonable and how that conclusion was made. Proposal analysis guidelines in FAR 15.404 outline acceptable procedures that can be used to evaluate these prices/costs. A letter authorizing the contractor the use of Government Supply Sources, when applicable, will be included in the resultant Task Order. The Contractor shall not enter into any binding agreements with suppliers until the Government has reviewed and concurred with this analysis. The analysis will be submitted electronically to the TOM and the Contract Specialist for review and approval. The Contractor’s monthly progress report will note any approvals received for the reporting period and any outstanding submissions awaiting Government approval.
DIGITAL DELIVERY OF DATA
(a) Delivery by the Contractor to the Government of certain technical data and other data is now frequently required in digital form rather than as hard copy. Such delivery may cause confusion between data rights and computer software rights. It is agreed that, to the extent that any such data is computer software by virtue of its delivery in digital form, the Government will be licensed to use that digital-form data with exactly the same rights and limitations 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 data delivered in digital form shall be digitally included on the same media as the digital-form data and must be associated 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-form data as delivered, to the extent possible.
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 a Government site under this order. Hazardous materials are defined in Federal Standard No. 313 and include items such as chemicals, paint, thinners, cleaning fluids, alcohol, epoxy, flammable solvents, or asbestos.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
25 of 68 FINAL
(b) The contractor shall have an active Hazard Communication Program in place for all contractor employees per 29 C.F.R. 1910.1200. Before delivery of any hazardous materials onto Government property, the Contractor shall provide the TOM with an inventory and Material Safety Data Sheet (MSDS) for these materials.
Ddl-C41 TERMINATION OF EMPLOYEES WITH NSWCDD BASE ACCESS
The contractor shall insure that all employees who have a NSWCDD badge and/or bumper sticker turn-in the badge and remove the bumper sticker immediately upon termination of their employment under this order. The above requirement 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 contract personnel requiring NSWCDD base access.
For involuntarily separated personnel and those separated under adverse circumstances, the contractor shall notify NSWCDD Physical Security in advance of the date, time and location where the NSWCDD representative may physically remove the employee’s automobile bumper sticker and retrieve the NSWCDD badge prior to the employee departing the contractor’s facility. In the event the employee is separated in his or her absence, the contractor shall immediately notify NSWCDD Physical Security of the separation and make arrangements between the former employee and NSWCDD Physical Security for the return of the badge and removal of the sticker.
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 IS resources needed in the performance of this contract. This includes, but is not limited to, computers, software, networks, and addresses.
Contractor Use of NSWCDD IS Resources
In the event that the contractor is required to have access to NSWCDD IS resources, the login name (common id) and associated information shall be registered with the NSWCDD site issuing authority. If the contractor requires access to applications/systems that utilize public key (PK) cryptography, the contractor is responsible for obtaining requisite PK certificates from a DOD or External Certificate Authority.
If this contract requires that the contractor be granted access and use of NSWCDD IS resources (at any site), the IS shall be accredited for contractor use in accordance with procedures specified by the Information Assurance Office. The accreditation shall include TOM certification that the use and access is required by this contract.
Connections Between NSWCDD and Contractor Facilities
If there is a requirement (specifically delineated elsewhere in this contract) for interconnection between any facilities and/or ISs owned or operated by the contractor, such interconnection shall take place only after approval from the NSWCDD IS Security Office. All such connections as well as the ISs connected thereto will be accredited in accordance with DOD policy (DODI 5200.40) by the cognizant Designated Approving Authority (DAA) and comply with the requirements of CJCSI 6211.02B regarding Memorandums of Agreement. All such connections will be made outside the appropriate NSWCDD firewall
Accreditation of Contractor-owned ISs
All ISs used in the performance of this contract will be accredited in accordance with the Defense Information Technology System Certification and Accreditation Process by the cognizant NSWCDD DAA. ISs processing classified information will be accredited by Defense Security Services (DSS).
HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
26 of 68 FINAL
(a) "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Government, or the person's objectivity in performing the order work is or might be otherwise impaired, or a person has an unfair competitive advantage. "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and other business enterprises.
(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in the order, 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 potential organizational conflict of interest on the instant order or on a future acquisition. In order to avoid this potential conflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of the Contractor to participate in future procurement of equipment and/or services that are the subject of any work under this 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 in disclosure to any party outside the Government any information provided to the Contractor by the Government during or as a result of performance of this order. Such information includes, but is not limited to, information submitted to the Government on a confidential basis by other persons. Further, the prohibition against release of Government provided information extends to cover such information whether or not in its original form, e.g., where the information has been included in Contractor generated work or where it is discernible from materials incorporating 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 result in disclosure to any party outside the Government any information generated or derived during or as a result of performance of this order. This prohibition shall expire after a period of three years after completion of performance of this order.
(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to 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 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 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 after completion 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 may subsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to the United States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractor or subcontractor, any system, component or services which is the subject of the work to be performed under this order. This exclusion does not apply to any recompetition for those systems, components, or services furnished pursuant to this order.
As provided in FAR 9.505-2, if the Government procures the system, component, or services on the basis of work statements 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 year period following completion of this order has lapsed, the Contractor may, with the authorization of the cognizant Contracting Officer, participate in a subsequent procurement for the same system, component, or service. In other words, the Contractor may be authorized to compete for procurement(s) for systems, components, or services subsequent to an intervening procurement.
(f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, it shall make immediate and full disclosure in writing to the Contracting Officer. The notification shall include a description of the actual or potential organizational conflict of interest, a description of the action, which the Contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant information that would assist the Contracting Officer in making a determination on this matter. Notwithstanding this notification, the Government may terminate the order for the convenience of the Government if determined to be in the best interest of the Government.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
27 of 68 FINAL
(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of an organizational conflict of interest prior to the award of this order or becomes, or should become, aware of an organizational conflict of interest after award of this order and does not make an immediate and full disclosure in writing 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 this requirement, 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 organizational conflict of interest shall be final.
(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to the United States Government its product lines in existence on the effective date of this order; nor, shall this requirement preclude the Contractor from participating in any research and development or delivering any design development model or prototype of any such equipment. Additionally, sale of catalog or standard commercial items are exempt from this requirement.
(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate or advise the Government concerning its own products or activities or those of a competitor in order to ensure proper safeguards 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 or situations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor" where appropriate.
(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remedies provided by law or elsewhere included in this order.
(n) Compliance with this requirement is a material requirement of this order.
NON-DISCLOSURE AGREEMENTS (NDAs)
Contractor personnel may be required, from time to time, to sign non-disclosure statements as applicable to specific Statement of Work tasking. The TOM will notify the contractor of the number and type of personnel that will need to sign the Non-Disclosure agreements. The signed Non-Disclosure Agreements shall be executed prior to accessing data or providing support for information that must be safeguarded and returned to the TOM for endorsement and retention.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
28 of 68 FINAL
SECTION D PACKAGING AND MARKING
Packaging and Marking shall be in accordance with Section D of the Seaport-e Contract or as specified in the individual task requirements.
HQ D-2-008 MARKING OF REPORTS (NAVSEA) (SEP 1990)
All reports delivered by the Contractor to the Government under this contract shall prominently show on the cover of the report:
(1) Name and business address of the Prime Contractor(2) Contract number(3) Task Order Number
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
29 of 68 FINAL
SECTION E INSPECTION AND ACCEPTANCE
Inspection and Acceptance shall be performed at NSWCDD, Dahlgren, VA by the Task Order Manager (TOM).
PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURES
(a) This is a performance based contract as defined in FAR Part 37.6 Contractor performance will be evaluated inaccordance with the Quality Assurance Surveillance Plan (QASP) provided below.
(b) The QASP defines that this evaluation and acceptance will become part of the annual Contractor PerformanceAssessment Reporting System (CPARS). The contractor may obtain more information regarding the CPARS process at the following internet site: http://cpars.navy.mil
QUALITY ASSURANCE SURVEILLANCE PLAN
1 The contractor’s performance in each of the task areas of the Statement of Work will be continually monitored in conjunction with the SeaPort-E Contractor Performance Assessment System and the criteria set forth below. The written evaluation will be accomplished on an annual basis prior to exercise of option periods. The results of this evaluation will factor into the Government’s option exercise determination and will be taken into account in the contractor’s PPIRS evaluation. The primary Government official responsible for the QASP evaluation is the Task Order Manager (TOM) for the order. Other Government individuals having information relevant to the quality of contractor performance may assist the TOM.
2 Contractor performance will be assessed on a continuing basis throughout the year based on review and assessment of products and deliverables (technical and management), by observation of personnel during technical meetings and task execution, by monthly progress and status reports for the Contractor, and general contacts with the contractor.
3 Contractor’s performance will be evaluated in five general areas. A rating of Exceptional, Very Good, Satisfactory, Marginal or Unsatisfactory will be assigned to each area. These general areas are described below. The items identified under each area represent the types of considerations to be addressed. They should not be considered an exclusive list. The degree of Government technical direction necessary to solve problems that arise during performance will be a consideration for each area. Improvements made in an area during the evaluation period will also be considered as will degradation in the overall quality of performance.
3.1 Quality of Product or Service – Addresses the extent to which the contractor (a) met contract technical requirements, including the technical accuracy and general quality (information conveyed by products and services are factually accurate and, where applicable, annotated with supporting source) and completeness of reports/ data delivered (products are complete, well coordinated with all related managers and personnel, and presented in concise and understandable format); (b) employed methods and approaches to ensure fully successful performance; (c) consistently conveyed his intended approach clearly and completely to ensure that there were no surprises; (d) was proactive and demonstrated initiative; (e) remained flexible to internal or external changes; (f) was effective in developing and implementing process improvements to make the end product development more efficient and the end product display more effective and (g) services are provided in a professional unbiased manner.
3.2 Schedule – Addresses the extent to which the contractor met contract schedules, including the need for deadline extensions. Delivery of products and services are within deadlines identified by the TOM or his representative.
3.3 Cost Control – Addresses the contractor’s overall effectiveness in controlling both direct and indirect costs as well as the incidence of cost overruns.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
30 of 68 FINAL
3.4 Business Relations – Addresses the responsiveness of the contractor’s upper-level management to Government concerns and needs, the effectiveness of the contractor’s management interface with the Government, and the overall cooperativeness and receptiveness of the contractor in dealing with the Government, and the overall cooperativeness and receptiveness of the contractor in dealing with the Government on both technical and management issues.
3.5 Management of Key Personnel – Addresses the overall quality of the contractor’s team, including their education, relevant experience, skill levels and expertise as well as the degree of compliance with the terms of the contract regarding Key Personnel. Also includes team stability and the effectiveness of the contractor’s efforts to retain or attract qualified personnel. Options will only be granted under the task order upon a determination of the contractor's satisfactory performance from the Task Order Manager.
QASP EVALUATION RATING LEVELS
Exceptional: Performance meets contractual requirements and exceeds many to the Government’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions initiated by the contractor were highly effective.
Very Good: Performance meets contractual requirements and exceeds some to the Government’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions initiated by the contractor were effective.
Satisfactory: Performance meets contractual requirements. The contractual performance of the element or subelement contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. Government intervention was occasionally required to ensure satisfactory performance.
Marginal: Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor’s proposed actions appear only marginally effective or were not fully implemented. Frequent Government intervention was required.
Unsatisfactory: Performance did not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element being assessed contains serious problem(s) for which the contractor’s corrective actions appear or were ineffective. Regular Government intervention was necessary.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
31 of 68 FINAL
SECTION F DELIVERABLES OR PERFORMANCE
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following firm items are from date of task order award through 12 months
thereafter, estimated at:
1000 3/18/2009 - 3/17/2010
3000 3/18/2009 - 3/17/2010
4100 3/18/2010 - 3/17/2011
6100 3/18/2010 - 3/17/2011
The period of performance for the following option items are from date of option exercise through 12 months thereafter, estimated at:
4200 3/18/2011 - 3/17/2012
4300 3/18/2012 - 3/17/2013
4400 3/18/2013 - 3/17/2014
6200 3/18/2011 - 3/17/2012
6300 3/18/2012 - 3/17/2013
6400 3/18/2013 - 3/17/2014
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
32 of 68 FINAL
SECTION G CONTRACT ADMINISTRATION DATA
POINTS OF CONTACT FOR THIS ORDER
The Task Order Manager (TOM) for this order is:
Name: Address:Naval Surface Warfare Center 17214 Ave. B Suite 125Dahlgren, VA 22448-5147 Phone: - Email:
Alternate Task Order Manager (ATOM):
(a) Name: Address: Naval Surface Warfare Center17214 Ave. B Suite 125Dahlgren, VA 22448-5147 Phone: ( - Email: (b) The ATOM is responsible for TOM responsibilities and functions in the event that the TOM is unavailable due to leave, illness, or other official business. The ATOM is appointed by the PCO; a copy of the ATOM appointment is provided as an attachment to this contract.
The Contract Specialist is:NAVAL SURFACE WARFARE CENTER DAHLGRENCONTRACTS DIVISIONATTN: 17632 DAHLGREN RD SUITE 157DAHLGREN, VA 22448-5110
PHONE: - - FAX: 540-653-4089
The Contracting Officer is:
NAVAL SURFACE WARFARE CENTER DAHLGRENCONTRACTS DIVISIONATTN: 17632 DAHLGREN RD SUITE 157DAHLGREN, VA 22448-5110
PHONE: - - FAX: 540-653-4089
CONSENT TO SUBCONTRACT
For subcontracts agreements for services, where the prime contractor anticipated that hours delivered will be counted against the hours in the Level of Effort clause below, Consent to Subcontract authority is retained by the Procuring Contracting Officer.
The following subc0ontractors were approved at time of award. This satisfied the "advance notification"
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
33 of 68 FINAL
requirement.
HQG-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)
(a) In accordance with the clause of this contract entitled "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS" (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DOD Wide Area 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 technogy for government contractors and authorized Department of Defense (DOD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted for payment.
(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 online training system for WAWF at http://wawftraining.com. The Vendor, Group Administrator (GAM), and section marked with an asterisk in the training system should be reviewed. Vendor Quick Reference Guides also are available at http://acquisition.navy.mil/navyaos/content/view/full/3521/. The most useful guides are "Getting Startedfor Vendors" and WAWF Vdendor Guide".
(c) The desisgnated CCR EB point of contact is responsible for activating, the CCR EB point of contact will selfregister under the company's CAGE code on WAWF and follow the instructions for a group administrator. After the company is set-up on WAWF, any additional persons responsible for submitting invoices must sefl-register under the company's CAGE code at https://wawf.eb.mil.
(d) The contractor shall use the following document types, DODAAC codes and inspection and acceptance locations when submitting invoices to WAWF:
Type of Document (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 Reimbursement, T&M, LH, or FPI) Receiving Report (FFP, DD250 Only)
DODAAC Codes and inspection and Acceptance Locations
WAWF Invoice Type Cost Voucher Issuing Office DODAAC N00178 Admin DODAAC S2101A Pay Office DODAAC HQ0338 Inspector DODAAC N00178 Service Acceptor DODAAC N00178 Service Approver DODAAC N00178 Ship To DODAAC N00178 DCAA Auditor DODAAC HAA211
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
34 of 68 FINAL
Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes.
LPO DODAAC N/A Inspection Location See Section E Acceptance Location See Section E
(e) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be prompted to send additional email notifications. Click on “Send More Email Notification” and add the acceptor/receiver email addresses noted below in the first email address block, and add any other additional email addresses desired in the following blocks. This additional notification to the government is important to ensure that the acceptor/receiver is aware that the invoice documents have been submitted into WAWF.
Send Additional email Notification to:
(f) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms. Contractors approved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO.
Send Additional Email Notification To
Task Order Manager
Contract Specialist
(g) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1866 number or the NAVSEA WAWF point of contact Margaret Morgan at (202) 781-4815 or margaret.morgan@navy.mil.
5252.216-9122 LEVEL EFFORT (DEC 2000)
(a) The Contractor agrees to provide the total level of effort specified below in performance of the work described in Sections B and C of this task order. The total level of effort for the performance of this task order shall be total manhours of direct labor, including subcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level of effort. The Man-hours are listed below.
(b) Listed above are all billable man-hours associated with this task order.
TOTALMANHOURS
COMPENSATED UNCOMPENSATED
Base PeriodCLIN 1000
0
Option 1CLIN 4100
0
Option 2CLIN 4200
0
Option 3CLIN 4300
0
Option 4CLIN 4400
0
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
35 of 68 FINAL
(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed in direct support of this task order and shall not include time and effort expended on such things as (local travel to and from 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, unless telecommuting is specifically addressed in the contractors/subcontractors personnel policy and presented in the proposal, or other time and effort which does not have a specific and direct contribution to the tasks described in Sections B and C.
(d) The level of effort for this contract shall be expended at an average rate of approximately ( * ) 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 term hereof, 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 an extent that the total man-hours of effort specified above would be used prior to the expiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefits which would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms and conditions of this task order and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. The Contractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Any agreement to accelerate will be formalized by task order modification.
(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor such that the total man-hours of effort specified in paragraph (a) above would be used prior to the expiration of the term. This order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge 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 of this task order, the Contracting Officer, at its sole discretion, shall either:
(i) reduce the fee of this task order as follows:
Fee Reduction = Fee (Required LOE -Expended LOE) Required LOE
or
(ii) subject to the provisions of the clause of this task order entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable, require the Contractor to continue to perform the work until the total number of man-hours of direct labor specified in paragraph (a) above shall have been expended, at no increase in the fee of this task order.
(h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of this task order. The Contractor shall indicate on each invoice the total level of effort claimed during the period covered by the invoice, separately identifying compensated effort and uncompensated effort, if any.
(i) Within 45 days after completion of the work under each separately identified period of performance hereunder, theContractor shall submit the following information in writing to the Contracting Officer with copies to the cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number of manhoursof direct labor expended during the applicable period; (2) a breakdown of this total showing the number of manhours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for the period.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
36 of 68 FINAL
Within 45 days after completion of the work under the task order, the Contractor shall submit, in addition, in the case of a cost under run; (5) the amount by which the estimated cost of this task order may be reduced to recover excess funds and, in the case of an under run 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 include subcontractor information.
(j) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man-hours up to five percent in excess of the total man-hours specified in paragraph (a) above, provided that the additional effort is furnished within the term hereof, and provided further that no increase in the estimated cost or fee is required.
Ddl-H40 FUNDING PROFILE
It is estimated that these incremental funds will provide the labor hours for the task order period as shown below.
NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)
(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period of performance for which it is estimated the allotted amount(s) will cover as follows:In accordance with the basic contract, the funding profile is as follows:
CLIN Total CPFF Funding this Previous Funding
Total Amount Total Hours
Base Mod Funded Unfunded Funded1000 $3,609,064 $0 $2,670,058 $2,670,058 $939,006 3000 $169,107 $0 $152,020 $152,020 $17,087
Total Base $3,778,171 $0 $2,822,078 $2,822,078 $956,093 Option 1
4100 $5,591,387 $0 $4,254,169 $4,254,169 $1,337,218 6100 $339,072 $0 $323,441 $323,441 $15,631
Total Option 1 $5,930,459 $0 $4,577,610 $4,577,610 $1,352,849 Option 2
4200 $5,569,601 $0 $3,786,206 $3,786,206 $1,783,395 6200 $269,440 $0 $239,909 $239,909 $29,531
Total Option 2 $5,839,041 $0 $4,026,115 $4,026,115 $1,812,926 Option 3
4300 $5,723,509 $302,000 $682,000 $984,000 $4,739,509 6300 $280,215 $30,000 $31,000 $61,000 $219,215
Total Option 3 $6,003,724 $332,000 $713,000 $1,045,000 $4,958,724 Total to Date $21,551,395 $332,000 $12,138,803 $12,470,803 $9,080,592
CLIN COST FEE TOTAL CPFF ESTIMATEDBase PoP
1000 $2,670,058 3/17/20103000 $152,020
Total Base $2,822,0783/17/2010Option 1
4100 $4,254,169 3/17/20116100 $323,441
Total Option 1 $4,577,6103/17/2011Option 2
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
37 of 68 FINAL
PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993)
4200 $3,786,206 3/17/20126200 $239,909
Total Option 2 $4,026,1153/17/2012Option 3
4300 $984,000 5/20/20126300 $61,000
Total Option 3 $1,045,000 5/20/2012Total to Date $12,470,803
(a) For purposes of this delivery order, "fee" means "fixed fee" in cost-plus-fixed-fee level of effort type delivery orders.
(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this task order entitled "FIXED FEE" (FAR 52.216-8). Such payments shall be equal to the percentages of the CLINs in SECTION B, of the allowable cost of each invoice submitted by and payable to the Contractor pursuant to the clause of this task order entitled "ALLOWABLE COST ANDPAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the "FIXED FEE". Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in the task order.
(c) The fee(s) specified in SECTION B, and payment thereof, is subject to adjustment pursuant to paragraph (g) of the special task order requirement entitled "LEVEL OF EFFORT." If the fee(s) is reduced and the reduced fee(s) is less than the sum of all fee payments made to the Contractor under this order, the Contractor shall repay the excess amount to the Government. If the final adjusted fee exceeds all fee payments made to the contractor under this order, the Contractor shall be paid the additional amount, subject to the availability of funds. In no event shall the Government be required to pay the Contractor any amount in excess of the funds obligated under this task order at the time of the discontinuance of work.
(d) Fee(s) withheld pursuant to the terms and conditions of this order shall not be paid until the order has been modified to reduce the fee(s) in accordance with the "LEVEL OF EFFORT" special task order requirement, or until the Procuring Contracting Officer has advised the paying office in writing that no fee adjustment is required.
(e) Additional fee will not be provided for technical hours that exceed 100% of the specified hours.
(f) The fee reduction process applies to all period regardless of the level of funding. This order will be incrementally funded and budgetary constraints may prevent full funding of all periods. The process for finalizing the fixed fee is the same for both fully funded periods and periods funded at less than the estimated total cost plus fixed fee.
Ddl-G1 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS
The payment office shall ensure that each payment under this order is made in accordance with the accounting classification reference numbers (ACRNs) and SubCLIN (SLIN) shown on each individual invoice, including attached data.
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 fee payments shall be equal to the percentages of the SLINs in SECTION B, of the allowable cost of each invoice. The contractor 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. Separate amounts are provided for Estimated Cost and Fixed Fee. The funded fixed fee is
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
38 of 68 FINAL
based on the ratio of negotiated Fixed Fee to Estimated Cost in Section B (including Facilities Capital Cost of Money) for the applicable Task Order period. When obligating labor funds, the SeaPort-e software computes, for the Government, separate cost and fee amounts for each increment of funds. 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 dollars shown in the ALLOTMENT OF FUNDS" clause for each Labor CLIN.
FINALIZED FIXED FEE
The fixed fee for each period (base, option 1, etc.) will be finalized based on the total number of hours provided (both compensated and uncompensated, if applicable).
If 100% or more of both of the compensated and uncompensated hours are provided, the contractor will receive the full fixed fee.
If less than 100% of the compensated and/or uncompensated hours are received, the fixed fee shall be reduced as follows:
Step 1 - The fee will be reduced proportionate to the compensated hours provided - i.e., if 90% of the compensated hours were provided, 90% of the fee will be calculated.
Step 2 - If less than 100% of the uncompensated hours were provided, the fee calculated in Step 1 will be further reduced. Fee will be further reduced by the same percentage that uncompensated hours are deficient, i.e., if uncompensated hours are 20% deficient, then the total fee from Step 1 will be reduced by 20%.
Additional fee will not be provided for technical hours that exceed 100% of the specified hours.
TRAVEL COSTS - ALTERNATE I (NAVSEA) (DEC 2005)
(a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordance with FAR 31.205-46. The costs to be reimbursed shall be those costs accepted by the cognizant DCAA.
(b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in and 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 costs incident to 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 the Contractor's or employee's convenience.
EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES
When a Government facility is closed and/or early dismissal of Federal employees is directed due to
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
39 of 68 FINAL
severe weather, a security threat, or a facility related problem that prevents personnel from working, on-site contractor personnel regularly assigned to work at that facility should follow the same reporting and/or departure directions given to Government personnel. The contractor shall not direct charge to the contract for time off, but shall follow parent company policies regarding taking leave (administrative or other). Non-essential contractor personnel, who are not required to remain at or report to the facility, shall follow their parent company policy regarding whether they should go/stay home or report to another company facility. Subsequent to an early dismissal and during periods of inclement weather, on-site contractors should monitor radio and television announcements before departing for work to 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 severe weather, a security threat, or a facility related problem), on site contractors will continue working established work hours or take leave in accordance with parent company policy. Those contractors who take leave shall not direct charge the non-working hours to the task order.
Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayed openings, or closings in accordance with the FAR, applicable cost accounting standards, and company policy. Contractors shall follow their disclosed charging practices during the task order period of performance and shall not follow any verbal directions to the contrary. A determination of cost allowability for time lost due to facility closure will be made in accordance with FAR, applicable Cost Accounting Standards, and the Contractor's established accounting policy.
KICK-OFF MEETING
(a) A Kick-Off Meeting with the successful offeror will be conducted within 30 working days after award of the contract. The meeting will be held at NSWCDD.
(b) The contractor will be given at least five working days notice prior to the date of the conference by the Contracting Officer.
(c) The requirement for a Kick-Off meeting shall, in no event, constitute grounds for excusable delay by the Contractor in performance of any provisions in the contract.
Accounting DataSLINID PR Number Amount -------- ---------------------- --------------------- 100001 W63000/9055594A LLA : AA 1791319 M7KC 250 67854 067443 2D C2277B 9RCR9AR30634 Standard Number: M9545009RCR9AR3/AA RDTE 100002 W63000/9057650A LLA : AB 1791319 84TA 255 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002409RX11508/AA RDTE
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
40 of 68 FINAL
100003 W63000/9057651A LLA : AC 97X4930 NH1E 000 77777 0 000178 2F 000000 21W630923C0N OMN 300001 W63000/9055594A LLA : AA 1791319 M7KC 250 67854 067443 2D C2277B 9RCR9AR30634 Standard Number: M9545009RCR9AR3/AA RDTE 300002 W63000/9057650A LLA : AB 1791319 84TA 255 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002409RX11508/AA RDTE BASE Funding Cumulative Funding MOD 01 100004 W05000/9091205C LLA : AD 97X4930 NH1E 000 77777 0 000178 2F 000000 21WG108CWID1 WBS: 1.9.1.24.2.1 Subtask: 1 100005 W05000/9097301C LLA : AE 97X4930 NH1E 000 77777 0 000178 2F 000000 21WG109EGGCD WBS: 1.9.1.24.1.2 TPS: NAV2605352 MOD 01 Funding Cumulative Funding MOD 02 100006 W05000/9167183C LLA : AF 1791319 15AN 253 SASHP 0 068342 2D 009510 331070000010 Standard Number: N0002409WX11380/AA SUBTASK# 1; WBS 1.9.1.7.1.1; TPS NAV2605691 MOD 02 Funding Cumulative Funding MOD 03 100007 W63000/ 9127590A LLA : AG 1791106 27A0 250 67854 067443 2D M67854 06AB9RCABC18 Standard Number: M6785409RCABC18/AA OMMC 100008 W63000/9170513A LLA : AH 1781319 84TA 253 SAS06 0 068342 2D 009510 S01640000010 Standard Number: N0002408WX10819/AA RDTE 100009 W63000/9170512A LLA : AJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX309PMG05
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
41 of 68 FINAL
RDTE 100010 W63000/9170514A LLA : AK 1791804 8B2B 233 SAS05 0 068342 2D 000000 12BD0SWE0D00 Standard Number: N0002409RX01219/AA OMN MOD 03 Funding Cumulative Funding MOD 04 100011 W63000/9215628A LLA : AL 97X4930 NH1K 000 77777 063394 2F 000000 VPQ9L21SE4TM Standard Number: N6339409WX00948/AA DWCF 300003 W63000/9215628A LLA : AL 97X4930 NH1K 000 77777 063394 2F 000000 VPQ9L21SE4TM Standard Number: N6339409WX00948/AA DWCF MOD 04 Funding Cumulative Funding MOD 05 100012 W63000/9261518A LLA : AM 1791106 27A0 250 67854 067443 2D M67854 9RCPHJ9912BK Standard Number: M6785409RCPHJ99/AA OMMC 100013 W05000/9254539A LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21W630923RM0 OMN 100014 W63000/9243601A LLA : AH 1781319 84TA 253 SAS06 0 068342 2D 009510 S01640000010 Standard Number: N0002408WX10819/AA RDTE 100015 W63000/9261517A LLA : AL 97X4930 NH1K 000 77777 063394 2F 000000 VPQ9L21SE4TM Standard Number: N6339409WX00948/AA DWCF 100016 W63000/9257545A LLA : AL 97X4930 NH1K 000 77777 063394 2F 000000 VPQ9L21SE4TM Standard Number: N6339409WX00948/AA DWCF 300004 W63000/9261518A LLA : AM 1791106 27A0 250 67854 067443 2D M67854 9RCPHJ9912BK Standard Number: M6785409RCPHJ99/AA OMMC 300005 W63000/9243601A LLA : AH 1781319 84TA 253 SAS06 0 068342 2D 009510 S01640000010 Standard Number: N0002408WX10819/AA 300006 W63000/9238584A LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WG109W12MW
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
42 of 68 FINAL
300007 W63000/9261517A LLA : AL 97X4930 NH1K 000 77777 063394 2F 000000 VPQ9L21SE4TM Standard Number: N6339409WX00948/AA 300008 W63000/9257546A LLA : AL 97X4930 NH1K 000 77777 063394 2F 000000 VPQ9L21SE4TM Standard Number: N6339409WX00948/AA MOD 05 Funding Cumulative Funding MOD 06 Funding Cumulative Funding MOD 07 100017 W63000/9281577A LLA : AQ 97X4930 NH1K 000 77777 063394 2F 000000 XXX9L21SE4TM Standard Number: N6339409WX01036/AA 300009 W63000/9281578A LLA : AQ 97X4930 NH1K 000 77777 063394 2F 000000 XXX9L21SE4TM Standard Number: N6339409WX01036 MOD 07 Funding Cumulative Funding MOD 08 300010 W63000/ 0034561A LLA : AR 1701804 8B2B 233 SAS05 0 068342 2D 000000 12BD2SWE0D20 Standard Number: N0002410RX00317/ AA OMN 410001 W63000/ 0057516A LLA : AS 1701319 M7KC 251 67854 067443 2D C2277B 0PC0017806D1 Standard Number: M6785410RCR0AN8/ AA RDTE 410002 W63000/ 0029518A LLA : AT 1701319 M7KC 251 67854 067443 2D C2277B 0RCR0AA106D1 Standard Number: M6785410RCR0AA1/ AA RDTE 410003 W63000/ 0034595A LLA : AR 1701804 8B2B 233 SAS05 0 068342 2D 000000 12BD2SWE0D20 Standard Number: N0002410RX00317/ AA OMN 610001 W63000/ 0057517A LLA : AS 1701319 M7KC 251 67854 067443 2D C2277B 0PC0017806D1 Standard Number: M6785410RCR0AN8/ AA RDTE 610002 W63000/ 0029519A LLA : AT 1701319 M7KC 251 67854 067443 2D C2277B 0RCR0AA106D1 Standard Number: M6785410RCR0AA1/ AA RDTE 610003 W63000/ 0034595A LLA : AR 1701804 8B2B 233 SAS05 0 068342 2D 000000 12BD2SWE0D20 Standard Number: N0002410RX00317/ AA
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
43 of 68 FINAL
OMN MOD 08 Funding Cumulative Funding MOD 09 410004 W63000/0069592A LLA : AU 97X4930 NH1K 000 77777 063394 2F 000000 UDA0L21SE4TM Standard Number: N6339410WX00316/AA DWCF 410005 W63000/0070645A LLA : AV 97X4930 NH1E 000 77777 0 000178 2F 000000 21W1710MTSP1 OMMC 410006 W63000/0070643A LLA : AW 1701106 27M0 252 67854 067443 2D 003B4D 23AC0RCACBQ9 Standard Number: M6785410RCACBQ9/AA OMMC 410007 W63000/0070628A LLA : AX 1701319 M7KC 252 67854 067443 2D C2273D 0RCR0AY4171S Standard Number: M6785410RCR0AY4/AA RDT&E 610004 W63000/0069593A LLA : AU 97X4930 NH1K 000 77777 063394 2F 000000 UDA0L21SE4TM Standard Number: N6339410WX00316/AA DWCF 610005 W63000/0070644A LLA : AW 1701106 27M0 252 67854 067443 2D 003B4D 23AC0RCACBQ9 Standard Number: M6785410RCACBQ9 OMMC 610006 W63000/0070629A LLA : AX 1701319 M7KC 252 67854 067443 2D C2273D 0RCR0AY4171S Standard Number: M6785410RCR0AY4/AA RDT&E MOD 09 Funding Cumulative Funding MOD 10 410008 W63000/0082563A LLA : AY 970040012021807815703031000000559ZZ33149J667100F67100041172C34277521078 Standard Number: F2QT090055G003 TI# 4 Labor for CWID 410009 W63000/0155529A LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21W4410SEPL2 TI# 10 Labor for Phase II BCD Study 410010 W63000/0111547A LLA : BA 1701319 84TA 233 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AC 410011 W63000/0111546A LLA : BA 1701319 84TA 233 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AC MOD 10 TI#2 Labor for DEP Eng. Support
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
44 of 68 FINAL
410012 W05000/0146049C LLA : BB 1701319 A5XB 253 SASWS 0 068342 2D 009510 10144000CON0 Standard Number: N0002410WX11916/AA Mod 10 TI# 7 PowerNet/EQT 610007 W63000/0111546A LLA : BA 1701319 84TA 233 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AC Mod 10 TI#2 ODC for DEP Eng. Support 610008 W05000/0146049C LLA : BB 1701319 A5XB 253 SASWS 0 068342 2D 009510 10144000CON0 Standard Number: N0002410WX11916/AA Mod 10 TI#7 ODC DEP PowerNet/EQT Support 610009 W63000/0111500A LLA : BC 97X4930 NH1K 000 77777 063394 2F 000000 ZPQ0L21SE4TM Standard Number: N6339410WX00438/AA Mod 10 TI#6 ODC for fleet support for Ship Logistics and SACC Automation March 18, 2010 - March 17, 2011 610010 W63000/0082564A LLA : AY 970040012021807815703031000000559ZZ33149J667100F67100041172C34277521078 Standard Number: F2QT090055G003 Mod 10 TI#4 ODC for CWID 610011 W63000/0155530A LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21W4410SEPL2 Mod 10 TI# 10 ODC for Phase II GCD Study MOD 10 Funding Cumulative Funding MOD 11 410011 W63000/0111546A LLA : BA 1701319 84TA 233 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AC MOD 10 TI#2 Labor for DEP Eng. Support 610007 W63000/0111546A LLA : BA 1701319 84TA 233 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AC Mod 10 TI#2 ODC for DEP Eng. Support MOD 11 Funding - Cumulative Funding MOD 12 100018 W63/0232573A LLA : BA 1701319 84TA 233 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AC Mod 12 TI#2DEP Doc. Eng. support WBS: 100.1.4.21.1.1 300011 W63/0232573A LLA : BA 1701319 84TA 233 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AC Mod 12 TI#2 DEP Doc. Eng. Support WBS: 100.1.4.21.1.1
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
45 of 68 FINAL
410013 W15/02096736 LLA : AV 97X4930 NH1E 000 77777 0 000178 2F 000000 21W1710MTSP1 MOD 12 TI# 4 C2 Lab CWID Eng. Support OMMC 410014 W15/02076224 LLA : BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21W2310RAW15 Mod 12 TI#4 C2 Lab CWID Eng. Support 410015 W15/02076226 LLA : BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21W4410TEGEN Mod 12 TI#4 C2 Lab CWID Eng. Support 410016 W63/02096763 LLA : AU 97X4930 NH1K 000 77777 063394 2F 000000 UDA0L21SE4TM Standard Number: N6339410WX00316/AA Mod 12 TI#6 Fleet ISEA install and Eng. support Ship Logistics SACC Auto WBS: 1.1.4.7.8 410017 W63/0183552A LLA : AU 97X4930 NH1K 000 77777 063394 2F 000000 UDA0L21SE4TM Standard Number: N6339410WX00316/AA Mod 12 TI#6 Ship Logistic-SACC Auto WBS: 1.1.4.7.8. 410018 W15/01974541 LLA : AX 1701319 M7KC 252 67854 067443 2D C2273D 0RCR0AY4171S Standard Number: M6785410RCR0AY4/AA Mod 12 TI#9 CAC2S System Eng. Plus Test & Evaluation 410019 W63/0169524A LLA : BC 97X4930 NH1K 000 77777 063394 2F 000000 ZPQ0L21SE4TM Standard Number: N6339410WX00438/AA MOD12 TI#6 Ship Logistic-SACC Auto WBS: 120.9.12 410020 W63/0174539A LLA : BF 97X4930 NH1E 000 77777 0 000178 2F 000000 21W4410SILGE Mod 12 TI#9 CAC2S SIL Engineering 410021 W15/02426088 LLA : BG 1791319 M7KC 310 67854 067443 2D C2273L 0RCR9HY6111W Standard Number: M6785410RCR9HY6 Mod 12 TI#9 Mass Reproduction of Documentations for Technical Distribution List. Lab Testing 610012 W63/0165572A LLA : BC 97X4930 NH1K 000 77777 063394 2F 000000 ZPQ0L21SE4TM Standard Number: N6339410WX00438/AA Mod 12 TI#6 ODC for Ship Logistics-SACC Auto WBS: 120.9.12 DWCF MOD 12 Funding Cumulative Funding MOD 13 410022 W15/02571811 LLA : BC 97X4930 NH1K 000 77777 063394 2F 000000 ZPQ0L21SE4TM Standard Number: N6339410WX00438/AA Labor for Engineering Support for SACC TI#6 WBS: 120.9.12 410023 W15/02530943 LLA :
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
46 of 68 FINAL
BJ 97X4930 NH1K 000 77777 063394 2F 000000 V3E0L1138X1L Standard Number: N6339410WX00823/AA TI#6 LOG-SACC AUTO Engineering Support for SACC WBS: 1.1.7.14.1 410024 W15/02520486 LLA : BK 2102020 00000 0 22 2010 432612.00000 MXUS 252B S23185 MIPR0LCWIE7175 E7ELRA Standard Number: MIPR0LCWIE7175/AA Mod 13 TI#4 Northrop Grumman to Support CWID HQMC Engineering CWID-C2 Lab 410025 W15/02210928 LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21W1710MAGTF Mod 13 TI#10 MAGTF S&T Support for PCC Naval C41 Study 410026 W15/02426291 LLA : BM 97X4930 NH1E 000 77777 0 000178 2F 000000 21GW110W15MW MOD 13 TI#4 C2 Lab Engineering/CWID-C2 LAB 410027 W05/0253105C LLA : BN 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDX09SR118 Mod 13 TI#11 Surface combat Integration WBS#1.10.1.3.99 CERS-NAV 2606085 Subtask 1.10.1.3.3 W14-System Requirements (TACOPS) TPS# NAV 2606085 WCD: 09/30/2010 OWLD: 11/30/2015 WAW: 002984 410028 W63/0224637A LLA : BP 1701319 84TA 251 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AB Mod 13 DEP Labor K. Madison 410029 W63/0224638A LLA : BA 1701319 84TA 233 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AC Mod 13 DEP Labor K. Madison WBS: 100.1.4.21.1.1 TPS# VAR0102117 410030 W63/0225578A LLA : BP 1701319 84TA 251 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AB Mod 13 DEP Labor K. Madison WBS: 100.1.4.21.1.1 TPS# VAR0102117 610013 W63/0225578A LLA : BP 1701319 84TA 251 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AB Mod 13 DEP Labor K. Madison WBS:100.1.4.21.1.1 TPS: VAR0102117 MOD 13 Funding Cumulative Funding MOD 14 410031 W05/0312045C LLA : BQ 1791811 1227 253 XVWMY 0 068342 2D 000000 41163400002A Standard Number: N0002409WX20915/AB DDG-1000 TACOPS Support TI# 11 WBS# 1.10.1.3.99 CERS-NAV2606085 Subtask WBS# 1.10.1.3.3 W14-SRE TACOPS TPS#NAV 2606085 WCD: 11/30/10 OWLD 11/30/15 WAW: 002984 410032 W15/03208536 LLA : AX 1701319 M7KC 252 67854 067443 2D C2273D 0RCR0AY4171S Standard Number: M6785410RCR0AY4/AA CAC2S Support TI# 9 MOD 14 Funding Cumulative Funding MOD 15
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
47 of 68 FINAL
410028 W63/0224637A LLA : BP 1701319 84TA 251 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AB Mod 13 DEP Labor K. Madison MOD 15 Funding - Cumulative Funding MOD 16 100012 W63000/9261518A LLA : AM 1791106 27A0 250 67854 067443 2D M67854 9RCPHJ9912BK Standard Number: M6785409RCPHJ99/AA OMMC 100016 W63000/9257545A LLA : AL 97X4930 NH1K 000 77777 063394 2F 000000 VPQ9L21SE4TM Standard Number: N6339409WX00948/AA DWCF 100017 W63000/9281577A LLA : AQ 97X4930 NH1K 000 77777 063394 2F 000000 XXX9L21SE4TM Standard Number: N6339409WX01036/AA 100018 W63/0232573A LLA : BA 1701319 84TA 233 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AC Mod 12 TI#2DEP Doc. Eng. support WBS: 100.1.4.21.1.1 MOD 16 Funding - Cumulative Funding MOD 17 410033 W63/9261518A LLA : AM 1791106 27A0 250 67854 067443 2D M67854 9RCPHJ9912BK Standard Number: M6785409RCPHJ99/AA Labor funding moved from CLIN 1000/12 410034 W63/9257545A LLA : AL 97X4930 NH1K 000 77777 063394 2F 000000 VPQ9L21SE4TM Standard Number: N6339409WX00948/AA Labor funding moved from CLIN 1000/16 410035 W63/9281577A LLA : AQ 97X4930 NH1K 000 77777 063394 2F 000000 XXX9L21SE4TM Standard Number: N6339409WX01036/AA Labor funding moved from CLIN 1000/17 410036 W63/0232573A LLA : BA 1701319 84TA 233 SAS50 0 068342 2D 009510 S01640000010 Standard Number: N0002410WX10184/AC Labor funding moved from CLIN 1000/18 MOD 17 Funding Cumulative Funding MOD 18 410037 W15000/10058770
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
48 of 68 FINAL
LLA : AX 1701319 M7KC 252 67854 067443 2D C2273D 0RCR0AY4171S Standard Number: RCP# M6785410RCR0AY4/AA TI# 9 Lab Testing Labor for Lab Engineering Support for CAC2S for Developmental Test II 410038 W15000/03423830 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA TI# 9 Labor Funding for Lab Testing Lab Engineering support for CAC2S for Deveopmental Test II 410039 W05000/1004006C LLA : BQ 1791811 1227 253 XVWMY 0 068342 2D 000000 41163400002A Standard Number: N0002409WX20915/AB TI# 11 Labor Funding for DDG-1000 TACOPS support for Surface Combat Integration. OWLD 11/30/2015 610014 W05000/1004006C LLA : BQ 1791811 1227 253 XVWMY 0 068342 2D 000000 41163400002A Standard Number: N0002409WX20915/AA TI# 11 ODC Funding for Surface Combat Integration for DDG-1000 TACOPS Support. OWLD 11/30/2015 610015 W15000/10110949 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041/AA TI# 6 ODC Funding for Travel for Engineering Support for SACC/Ship LOG-SACC Auto MOD 18 Funding Cumulative Funding MOD 19 300012 W15000/10182098 LLA : BT 97X4930 NH1E 000 77777 0 000178 2F 000000 21W4411INF0A TI# 3 ODC for CAC2S Lab Engineering Support for Base Year, Ship Logistics 410040 W05000/1026161C LLA : BU 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511TAOP1 Mod 19 TI# 11 Labor Funding LCS Support WBS# 1.3.1.2.4.99 CERS-CSETHULL3 Subtask WBS# 1.3.1.2.4.1 W14 Tactical Operations TPS# NAV 2606648 WCD: 6/30/13 Exp. Date 6/30/13 WAW: 003144 410041 W15000/10243650 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA Mod 19 TI# 9 Labor Funding for Lab Engineering support for CAC2S for Developmental Test II Ship Logistics/SAAC 610016 W15000/10182089 LLA : BT 97X4930 NH1E 000 77777 0 000178 2F 000000 21W4411INF0A Mod 19 TI#6 ODC for Lab Engineering Support for CAC2S for Developmental Test II Ship Logistics/SAAC 610017 W05000/1028466C LLA : BU 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511TAOP1 Mod 19 TI# 11 ODC Funding for LCS Support WBS# 1.3.1.2.4.99 CERS-CSET HULL3 Subtask WBS 1.3.1.2.4.1 W14-Tactical Operations TPS# NAV2606648 WCD: 6/30/13 Exp. Date 7/30/13 WAW: 003144 MOD 19 Funding Cumulative Funding MOD 20
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
49 of 68 FINAL
420001 W05 LLA : BV 1781811 1227 253 XVWMY 0 068342 2D 000000 23189400001B Standard Number: N0002411WX02584/AB Exercising Option #2 for DDG-1000 TACOPS Support TI# 18 WBS# 1.10.1.3.99 CERS - NAV2606085 Subtask WBS#: 1.10.1.3.3 W14-SRE TACOPS TPS NAV2606085 WCD: 09/30/11 OWLD: 09/30/12 620001 W05/1069056C LLA : BV 1781811 1227 253 XVWMY 0 068342 2D 000000 23189400001B Standard Number: N00024WX20584/AB Exercising Option # 2. Funding for DDG-1000 TACOPS Support WBS# 1.10.1.3.99 CERS-NAV2606085 Subtask 1.10.1.3.3 W14-SRE TACOPS WCD: 09/30/11 OWLD: 09/30/12 MOD 20 Funding Cumulative Funding MOD 21 420002 W63/1070500A LLA : BW 97X4930 NH1E 000 77777 0 000178 2F 000000 21W631125676 Labor funding TI# 13 DEP Support 420003 W15/10695562 LLA : BX 1711106 3B4D 251 67854 067443 2D M67854 23S11RCS1811 Standard Number: M6785411RCS1811/AA Labor funding TI# 16 for PIPS labor in support of MCSC MTSD-ONR technologies 420004 W15/10603243 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA Labor funding TI# 17 Lab engineering support for CAC2S for phase I build and test. MOD 21 Funding Cumulative Funding MOD 22 410042 W63/1040582A LLA : BY 97X4930 NH1E 000 77777 0 000178 2F 000000 21W63102CDEP Mod 22 Labor Funding for TI# 5 DEP Support/CDEP 610018 W63/1040583A LLA : BY 97X4930 NH1E 000 77777 0 000178 2F 000000 21W63102CDEP Mod 22 TI# 5 ODC Funding for DEP Support/CDEP MOD 22 Funding Cumulative Funding MOD 23 410043 W15/10542019 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA Mod 23 TI# 9 Labor Funding for CAC2S for Phase 1 Build and Test 410044 W15/10386479 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA Mod 23 TI# 9 Labor Funding for Lab Eng. support of CAC2S 410045 W15/10406824 LLA : BZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21W4411SAPSE
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
50 of 68 FINAL
Mod 23 TI# 9 Labor Funding for Lab Eng support for CAC2S RDAF Fuding 410046 W15/10892892 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA Mod 23 TI# 9 Labor Funding for CAC2S Phase 1 Build & Test. 610019 w15/10892892 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA Mod 23 TI# 9 ODC Funding for CAC2S Phase 1 Build & Test MOD 23 Funding Cumulative Funding MOD 24 420005 W05/1094421C LLA : CA 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111PN151 Labor Funding for TI# 15 for Joint Program Assessment-Powernet WBS# 1.1.32.14.2.7 W15 Powernet/EQT NAV 2606342 WCD 09/30/11 Exp. Date 09/30/11 WAW: 009398 420006 10821041 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA Labor Funding TI# 17 Lab Eng. support for CAC2S for Phase 1 Build and Test 420007 W05/1074485C LLA : CB 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511TACP2 Labor Funding TI# 18 LCS support Surface Combatant WBS# 1.3.1.1.5.99 CERS CSETHULL12 Subtask WBS# 1.3.1.1.5.1 W14 Tactical Operations NAV 2606647 WCD 09/30/11 Exp. Date 09/30/12 WAW: 003144 620002 W15/10821041 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA ODC Funding TI# 17 for Lab Eng. support for CAC2S for Phase 1 Build & Test 620003 W05/1074485C LLA : CB 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511TACP2 ODC Funding TI# 18 LCS support Surface Combatant WBS# 1.3.1.1.5.99 CERS CSETHULL12 Subtask WBS# 1.3.1.1.5.1 W14 Tactical Operations NAV 2606647 WCD 09/30/11 Exp. Date 09/30/12 WAW: 003144 620004 W15/10695575 LLA : BX 1711106 3B4D 251 67854 067443 2D M67854 23S11RCS1811 Standard Number: M6785411RCS1811/AA ODC Funding TI# 16 for PIPS ODC-Travel in support of MCSC MTSD-ONR technologies 620005 W63/1070501A LLA : BW 97X4930 NH1E 000 77777 0 000178 2F 000000 21W631125676 ODC Funding TI# 13 DEP support MOD 24 Funding Cumulative Funding MOD 25 410047 W63/1101562A LLA : CC 1711319 84TA 252 V5H00 0 050120 2D 000000 A00000639432 Standard Number: N0002411RX00890/AA Labor Funding for TI# 5 DEP Support/Kim Madison
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
51 of 68 FINAL
410048 W63/1074577A LLA : CC 1711319 84TA 252 V5H00 0 050120 2D 000000 A00000639432 Standard Number: N0002411RX00890/AA Labor Funding for TI# 5 DEP Support/Kim Madison 410049 W05/1095161C LLA : CA 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111PN151 Mod 25 TI# 7 Labor Funding for Joint Program Assessment-Powernet WBS# 1.1.32.14.2.7 W15 Powernet/EQT NAV 2606342 WCD: 09/30/11 WAW: 009398 610020 W05/1095161C LLA : CA 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111PN151 Mod 25 TI# 7 Labor Funding for Joint Program Assessment-Powernet WBS# 1.1.32.14.2.7 W15 Powernet/EQT NAV 2606342 WCD: 09/30/11 WAW: 009398 610021 W15/10821003 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041 Mod 25 TI# 6 ODC Funding Ship LOG-SACC AUTO WBS:1.1.4.7.8 WAW: 007911 MOD 25 Funding Cumulative Funding MOD 26 410050 W05/1112098C LLA : BV 1781811 1227 253 XVWMY 0 068342 2D 000000 23189400001B Standard Number: N0002411WX20584/AB Mod 26 TI# 11 for DDG-1000 Surface Combatant WBS# 1.10.1.3.99 CERS-NAV2606085 Subtask WBS# 1.10.1.3.3 W14-SRE TACOPS TPS# NAV2606085 WCD 09/30/11, OWLD 09/30/12 WAW: 002984 420008 W63/1101564A LLA : CC 1711319 84TA 252 V5H00 0 050120 2D 000000 A00000639432 Standard Number: N0002411RX00890/AA Mod 26 Labor Funding for TI# 13 DEP Support 420009 W05/1112099C LLA : CD 1791811 1227 253 XVWMY 0 068342 2D 000000 41163400011A Standard Number: N0002411WX21723/AA Mod 26 Labor Funding TI# 18 DDG-1000 Surface Combatant WBS# 1.10.1.3.99 CERS-NAV26060 Subtask WBS# 1.10.1.3.3 W14-SRE TACOPS TPS# NAV2606085 WCD 09/30/2011 OWLF 09/30/13 WAW: 002984 420010 W15/11026183 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA Mod 26 Labor Funding for TI# 17 Lab Eng. Support for CAC2S Phase 1 Build and Test 620006 W05/1112099C LLA : CD 1791811 1227 253 XVWMY 0 068342 2D 000000 41163400011A Standard Number: N0002411WX21723/AA Mod 26 ODC Funding TI# 18 for DDG-1000 Surface Combatant WBS# 1.10.1.3.99 CERS-NAV2606085 Subtask WBS# 1.10.1.3.3 W14-SRE-TACOPS TPS# NAV2606085 WCD 09/30/11 OWLD 09/30/13 WAW: 002984 620007 W15/11058245 LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21W1710MAGTF Mod 26 ODC Funding TI# 17 for Operations Research/Analysis Support - P. Cibuzar 620008 W15/11036449 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041/AA Mod 26 ODC Funding for TI# 14 for Eng. Suppor Ship Log/Ship Log SACC Auto
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
52 of 68 FINAL
620009 W63/1101563A LLA : CC 1711319 84TA 252 V5H00 0 050120 2D 000000 A00000639432 Standard Number: N0002411RX00890/AA Mod 26 ODC Funding for TI# 13 for DEP Support 620010 W15/11026183 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA Mod 26 ODC Funding TI# 17 for Lab Eng. Support for CAC2S Phase 1 Build Test. MOD 26 Funding Cumulative Funding MOD 27 Funding Cumulative Funding MOD 28 420011 W63/1124505A LLA : CE 97X4930 NH1E 000 77777 0 000178 2F 000000 21W84115676C Labor funding TI# 13 DEP Support 420012 W15/11243448 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041/AA LABOR Funding TI# 14 Ship LOG-SACC AUTO ENG. SUPPORT SHIP LOG 420013 W15/11521585 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041/AA LABOR FUNDING TI# 14 Ship LOG-SACC AUTO Engineering Support SHIP LOG 420014 W63/1153508A LLA : CC 1711319 84TA 252 V5H00 0 050120 2D 000000 A00000639432 Standard Number: N0002411RX00890/AA LABOR FUNDING TI# 13 DEP SUPPORT 420015 W11/11396745 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA LABOR FUNDING TI# 17 LAB TESTING. LAB Eng. support for CAC2S for Phase 1 Build and Test 620011 W11/11396745 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA ODC Funding TI# 17 Lab Testing. Eng. support for CAC2S for Phase 1 Build and Test 620012 W15/11243467 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041/AA ODC Funding TI# 14 Ship LOG-SACC AUTO. Engineering Support SHIP LOG 620013 W15/11521627 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041/AA ODC Funding TI# 14 SHIP LOG-SACC AUTO. ENG. Support SHIP LOG 620014 W11/11396718 LLA : CF 97X4930 NH1E 000 77777 0 000178 2F 000000 21W4411CTRDA ODC Funding TI# 17 Operations Analysis & Sys. Eng for demonstration and Dev. of plans for MAGTF MC2S
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
53 of 68 FINAL
MOD 28 Funding Cumulative Funding MOD 29 410051 W05/1131315C LLA : BU 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511TAOP1 Labor Funding TI# 11 for LCS Support Surface Combatant. WBS 1.3.1.2.4.99 CERS-CSETHULL3 Subtask WBS 1.3.1.2.4.1 W14 Tactical Operations TPS# NAV 2606648 WCD 9/30/2011 OWLD 03/31/2013 EXP Date 3/31/2013 WAW: 003144 MOD 29 Funding Cumulative Funding MOD 30 420016 W63000/1165545A LLA : CG 1701319 W627 255 RA9P5 0 068342 2D 000000 00149000P010 Standard Number: N0001411RC30047/AA MOD 30 Labor Funding TI# 13 DEP/CDEP Support MOD 30 Funding Cumulative Funding MOD 31 420017 W63/1160588A LLA : CC 1711319 84TA 252 V5H00 0 050120 2D 000000 A00000639432 Standard Number: N00024RX00890/AA MOD 31 TI# 13 Labor funding DEP Support (DOC SITE ENGR) 420018 W15/11521648 LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21W1710MAGTF MOD 31 TI# 17 Operations Analysis & Systems Engineering to Provide engineering and analysis for demonstration and development of plans for MAGTF MC2S systems in various events 420019 W05/1173223C LLA : CH 1701319 14KB 253 SASHP 0 068342 2D 009510 10119000CON0 Standard Number: N0002411WX10990/AA MOD 31 Labor Funding TI# 18 for LCS Support Surface Combatant Reporting WBS: 1.3.1.4.3.1 W14 Tactical Operations TPS: NAV 2606667 WCD: 09/30/2011 Exp: 09/30/2011 WAW: 003144 420020 W05/1174253C LLA : CJ 1781811 1227 253 XVWMY 0 068342 2D 000000 23189400001A Standard Number: N0002411WX20584/AA MOD 31 TI# 18 for DDG-1000 Surface Combatant Reporting WBS: 1.10.1.3.99 CERS-NAV2606085 Subtask WBS# 1.10.1.3.3 W14-SRE TACOPS WCD: 01/31/12, OWLD 09/30/2012 Exp-09/30/2012 WAW: 002984 MOD 31 Funding Cumulative Funding MOD 32 420021 W15/11924898 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Standard Number: M6785411RCR1AT6/AA MOD 32 TI# 17 lab testing, labor for lab engineering support for CAC2S for phase 1 build and test. MOD 32 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
54 of 68 FINAL
MOD 33 420022 W63/1206543A LLA : CK 97X4930 NH1E 000 77777 0 000178 2F 000000 21W631123CNT MOD 33 Labor Funding TI# 13 DEP Support MOD 33 Funding Cumulative Funding MOD 34 Funding Cumulative Funding MOD 35 420023 W15/12072003 LLA : CL 97X4930 NH1E 000 77777 0 000178 2F 000000 21K9311S01BR Mod 34 TI# 17 Labor Funding MOD 35 Funding Cumulative Funding MOD 36 420024 W15000/12082367 LLA : BR 1711319 M7KC 252 67854 067443 2D C2273D 1RCR1AT6171S Mod 36 Labor Funding TI# 17 Lab Engineering Support for CAC2S for Phase 1 Build and Test 420025 W15000/12155317 LLA : CM 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7C11HPSTA Mod 36 Labor Funding TI# 17 Lab Testing MCPO 420026 W10000/11998446 LLA : CN 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7G11W14KC Mod 36 Labor Funding TI# 18 Surface Combatant Integration 420027 W15000/12165610 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041/AA Mod 36 Labor Funding TI# 14 Ship Log SACC Auto MOD 36 Funding Cumulative Funding MOD 37 420028 W05000/1228337C LLA : BV 1781811 1227 253 XVWMY 0 068342 2D 000000 23189400001B Standard Number: N0002411WX20584 Mod 37 TI# 18 for DDG-1000 TACOPS Support WBS# 1.10.1.2.99 CERS NAV2606084 Subtask WBS# 1.10.1.2.7 W05 Program Management Reserve TPS# NAV2606084 WCD: 01/31/2012, EXP Date 09/30/2012 WAW: 002984 420029 W10000/12165691 LLA : CP 97X4930 NH1E 000 77777 0 000178 2F 000000 21W7G11RAWG1 Mod 37 TI# 18 for Surface Combatant Integration MOD 37 Funding Cumulative Funding MOD 38 420030 W63/1236528A
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
55 of 68 FINAL
LLA : CK 97X4930 NH1E 000 77777 0 000178 2F 000000 21W631123CNT Mod 38 Labor Funding TI# 13 DEP Support 420031 W15/12342301 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Mod 38 Labor Funding TI# 14 SHIP LOG-SACC AUTO 620015 W63/1236527A LLA : CK 97X4930 NH1E 000 77777 0 000178 2F 000000 21W631123CNT Mod 38 ODC Funding TI# 13 DEP Support MOD 38 Funding Cumulative Funding MOD 39 420032 W63/1245502A LLA : CQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21W631123OMN MOD 39 Labor Funding TI# 13 DEP IM Site Eng. Support. 420033 W63/1245503A LLA : CC 1711319 84TA 252 V5H00 0 050120 2D 000000 A00000639432 Standard Number: N0002411RX00890/AA Mod 39 Labor Funding TI# 13 DEP VV&A Support 420034 W10/12434005 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041/AA Mod 39 Labor Funding TI# 14 SHIP LOG-SACC AUTO for Engineering Support SHIP LOG 420035 W63/1245500A LLA : CR 97X4930 NH1E 000 77777 0 000178 2F 000000 21W4811CDT41 Mod 39 TI# 17 Lab Testing Support 420036 W05/1244386C LLA : CS 1791811 1227 253 XVWMY 0 068342 2D 000000 41163400001A Standard Number: N0002409WX20915/AA Mod 39 TI# 18 DDG-1000 Surface Combatant W05 Program Management Reserve WBS: 1.10.1.2.99 CERS - NAV2606084 Subtask: 1.10.1.2.7 WCD: 11/30/2011, OWLD: 11/30/2015, WAW 002984 420037 W10/12434003 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041/AA Mod 39 Labor Funding TI# 14 SHIP LOG-SACC AUTO For Engineering Support SHIP LOG 620016 W100/12434003 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041/AA MOD 39 ODC Funding TI# 14 SHIP LOG-SACC AUTO for Engineering Support SHIP LOG 620017 W63/1245501A LLA : CQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21W631123OMN MOD 39 ODC Funding TI# 13 DEP Support MOD 39 Funding Cumulative Funding MOD 40 420038 W15/12505181 LLA : CT 1711319 M7KC 252 67854 067443 2D C2273G 1RCR1EC711J6
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
56 of 68 FINAL
Standard Number: M6785411RCR1EC7/AA MOD 40 Labor Funding TI# 17 LAB IT Support for USMC TSOA Environment for PG 11-MAGTF COC MOD 40 Funding Cumulative Funding MOD 41 420039 W63/1265508A LLA : CG 1701319 W627 255 RA9P5 0 068342 2D 000000 00149000P010 Standard Number: N0001411RX30020/AA MOD 41 Labor Funding TI# 13 DEP CDEP Support. WCD: 09/30/2011 EXP Date: 09/30/2011 420040 W03/12640208 LLA : CU 1701319 A4HP 253 SASWS 0 068342 2D 009510 9429A000CON0 Standard Number: N0002411WX11067/AA Mod 41 Labor Funding TI# 17 WBS: 1.1.4.7.5 Eng. Support WCD: 09/30/2011, EXP. Date: 09/30/2011 420041 W15/12566142 LLA : CV 97X4930 NH1E 000 77777 0 000178 2F 000000 21W4411CJTME Mod 41 Labor Funding TI# 17 Lab Testing for Lab Eng. Support for CAC2S for Phase 1 Build and Test. 620018 W10/12640109 LLA : BS 97X4930 NH1K 000 77777 0 063394 2F 000000 A7A1L21SE4TM Standard Number: N6339411RX00041/AA Mod 41 ODC Funding TI# 14 Ship Log-SACC auto WBS: 1.1.4.7.8 WAW# 004614 WCD: 09/30/2011, EXP Date: 09/30/2011 MOD 41 Funding Cumulative Funding MOD 42 420042 13074921 LLA : CW 1711319 M7KC 251 67854 067443 2D C2273D 2RCR1FC9171S Standard Number: M6785412RCR1FC9/AA Mod 42 Labor funding TI# 17 Lab Testing 620019 13074961 LLA : CW 1711319 M7KC 251 67854 067443 2D C2273D 2RCR1FC9171S Standard Number: M6785412RCR1FC9/AA Mod 42 ODC Funding TI# 17 Lab Testing MOD 42 Funding Cumulative Funding MOD 43 420043 LLA : CX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001005681 TI# 18 Surface Combatant for DDG-1000 TACOPS Support WAW: 002984 Task/Subtask 03004/03413 CERS Task Subtask 99990/94827 MOD 43 Funding Cumulative Funding MOD 44 420044 1300241451-00001 LLA : CY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000994515 Mod 44 TI# 14 Ship LOG-SACC Auto WCD: 09/30/2012 Funds Exp Date: 09/30/2012
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
57 of 68 FINAL
MOD 44 Funding Cumulative Funding MOD 45 420045 1300249696-00001 LLA : CW 1711319 M7KC 251 67854 067443 2D C2273D 2RCR1FC9171S Standard Number: M6785412RCR1FC9/AA Mod 45 Labor funding for TI# 17 Lab Testing Exp Date: 09/30/2012 WCD: 09/30/2012 MOD 45 Funding Cumulative Funding MOD 46 420046 1300249171-0001 LLA : CZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001051814 Mod 46 Labor Funding for TI# 17 Lab Testing Support MOD 46 Funding Cumulative Funding MOD 47 430001 1300252346-0001 LLA : DA 1711319 W4FP 255 RA9R5 0 068342 2D 000000 02293000R010 Standard Number: N0001412RX30012/AA MOD 46 Labor Funding for TI# 19 START UP for CDEP WCD: 09/30/2012 Exp Date: 09/30/2012 630001 1300252346-0001 LLA : DA 1711319 W4FP 255 RA9R5 0 068342 2D 000000 02293000R010 Standard Number: N0001412RX30012/AA MOD 47 ODC Funding for TI# 19 START UP CDEP WCD: 09/30/2012 EXP: 09/30/2012 MOD 47 Funding Cumulative Funding MOD 48 430002 1300255954-00001 LLA : CW 1711319 M7KC 251 67854 067443 2D C2273D 2RCR1FC9171S Standard Number: M6785412RCR1FC9171S/AA MOD 48 Labor Funding for TI# 21 CAC2S Lab Testing WCD: 09/30/2012 Exp Date: 09/30/2012 430003 1300255954-00002 LLA : DB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001100150 Mod 48 Labor Funding TI# 23 NSWC Test & Evaluation WCD: 09/30/2012 Exp Date: 09/30/2012 430004 1300255954-00003 LLA : DC 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001100150 Mod 48 Labor Funding TI# 23 NSWC Test & Evaluation WCD: 09/30/2012 Exp Date: 09/30/2012 630002 1300255954-00001 LLA : CW 1711319 M7KC 251 67854 067443 2D C2273D 2RCR1FC9171S Standard Number: M6785412RCR1FC9171S/AA Mod 48 ODC Funding for TI# 21 CAC2S Lab Testing WCD: 09/30/2012 Exp Date: 09/30/2012
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
58 of 68 FINAL
MOD 48 Funding Cumulative Funding MOD 49 430005 1300259430-00001 LLA : DD 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001123654 MOD 49 Labor funding TI# 23 for NSWC Test & Engineering Threat Analysis WAW: 010600 NAV2606843 Task/Subtask 10690/00082 POP: 03/18/2012-03/17/2013 Task POP 3-26-2012-9-30-2012 WBS: 1.13.69.2.4.1 CERS 88888/06842 630003 1300259430-00002 LLA : DD 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001123654 MOD 49 ODC funding TI# 23 for NSWC Test & Engineering Threat Analysis WAW: 010600 NAV2606843 Task/Subtask 10690/00082 POP: 03/18/2012-03/17/2013 Task POP 3-26-2012-9-30-2012 WBS: 1.13.69.2.4.1 CERS 88888/06842 MOD 49 Funding Cumulative Funding MOD 50 430006 1300253840-00001 LLA : DE 1721319 J4NA 255 00019 0 050120 2D 000000 A00001085934 MOD 50 Labor funding for TI#22 (I3) HIWG EXP Date 09/30/2013 430007 1300261922-00001 LLA : DF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001140638 MOD 50 Labor Funding for TI#22 NSW T&E for PCC WCD: 09/30/2012 EXP Date: 09/30/2012 630004 1300253840-00001 LLA : DE 1721319 J4NA 255 00019 0 050120 2D 000000 A00001085934 MOD 50 Funding for ODC TI# 22 (I3) HIWG EXP Date 09/30/2013 MOD 50 Funding Cumulative Funding
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
59 of 68 FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
MANDATORY TASK ORDER REQUIREMENTS
The following requirements are mandatory and shall be met prior to the closing date of the solicitation for an offeror to be considered eligible for the Task Order. These requirements shall be maintained throughout the life of the Task Order.
Requirement 1: Facility and Key Workforce Location: The contractor’s primary facility and all key personnel shall be located within a 1 (one) hour average driving time of Naval Surface Warfare Center Dahlgren.
Requirement 2: Facility Security Clearance: The contractor’s facility shall be cleared at the TOP SECRET level and at the SECRET level for processing and storage/safeguarding.
Requirement 3: Personnel Security Clearances: The program manager and one senior systems engineer shall possess a TOP SECRET Clearance. At least 90% of employees performing technical work on this task order shall possess, at a minimum, a SECRET level security clearance.
Requirement 4: OCI: The offeror shall certify compliance with the OCI clause outlined in Section C or provide an acceptable mitigation plan to neutralize any actual or perceived organizational conflict of interest.
KEY LABOR CATEGORY QUALIFICATION REQUIREMENTS
To perform the requirements of the Statement of Work, the Government desires Key Personnel with the appropriate experience and professional development qualifications. Key Personnel qualification levels are considered to be "desired" for those individuals whose resumes are submitted for evaluation with the proposal except where a requirement is specifically noted as a minimum requirement. Resumes for any replacement personnel that are submitted following award shall be equal to or better than the individuals initially proposed as required 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 proposed or in labor categories where no resumes were required for proposal purposes.
KEY PERSONNEL- DESIRED QUALIFICATIONS
To perform the requirements of the SOW, the Government desires personnel with the appropriate experience and professional development qualifications. Professional development includes honors, degrees, professional licenses and certifications, and similar evidence of professional accomplishments that directly impact the offeros ability to perform the task order. The years of experience listed below are in addition to appropriate professional development. It is incumbent upon the offeror to demonstrate that the proposed personnel have the credentials to perform the work. Upon order award, the desired qualifications will become minimum qualifications for any additional personnel in Key Personnel categories beyond those individuals originally proposed.
Resumed Key Personnel are the Key Personnel whose resumes were submitted with your proposal for evaluation purposes or their replacement in accordance with CHANGES IN RESUMED KEY PERSONNEL clause below. (SectionL provision 4.3.1 Key Personnel identifies the number of Full-Time Equivalents for which resumes are required.) Resumed Key Personnel shall be located at a facility within 60 minutes commuting distance of NSWCDD, Dahlgren. Resumed Key Personnel shall possess security clearances at or above the SECRET level.
Non-Key Personnel are the personnel proposed to provide hours in labor categories that are not identified as Key.
Individual Key Labor Category Desired Qualifications
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
60 of 68 FINAL
Program Manager – Desired qualifications are fifteen years experience which should include ten years working with C4I and/or combat systems design and integration experience with developmental systems. In addition, a demonstrated ability to interface effectively with customers, subcontractors, and to prepare and deliver quality products on time and with budget is desired. Prior military experience is considered a plus. Senior Systems Engineer – Must be an experienced project, facilities, Information Technology (IT) Manager and Technical Lead for a large Command and Control (C2) laboratory/test facility, Distributed Engineering Plant (DEP) site, or other Land Based Test Site (LBTS) used during exercise and demonstration execution. Desired qualifications are ten years experience in managing technical discipline work groups and engineering efforts applied to Navy/Joint warfighting and combat system design and integration. Must have experience in combat system concept exploration and development through initial at-sea evaluation. The ideal candidate would also have five years experience as Lead Technical Engineer responsible for providing oversight and supervision to IT, network, and test personnel operating a large classified network facility. Other duties include Security and Facilities Management including maintenance of Controlled Material Stowage (CMS) devices CMS vaults and strong rooms and the configuration of NSA Encryption devices such as KG 75, 175, and 250. Must be able to perform network test and system security operations in a distributed computing environment. Experience in managing various combat system simulators such as ASTATS, CCD, CCD-DDS, MULTOTS, CEC Display, Global Command and Control System-Maritime (GCCS-M) is required. Must have experience as a C4I project leader for events/tests, and possess an in-depth knowledge of Joint and Coalition security, network operations, and system engineering and integration requirements related to interoperability. Experience with shipboard and laboratory combat system design involving fiber optic networks, and a demonstrated ability to produce strategic plans, systems specifications, design requirements, and test and evaluation planning documents is highly desired. Experience operating and integrating small Unmanned Aerial Vehicles (UAVs) data feeds into shipboard and laboratory combat system network design is considered a plus. Trained in ASTI DACS voice communications and familiar with various VOIP solutions such as Polycom and Cisco phones. Prior military experience preferred.
Network Systems Engineer - Desired qualifications are five years experience which includes the design, implementation, and check out of computer components, and/or networking hardware, with knowledge of computer processors, displays and input/output devices and hardware interfaces. Will serve as a C2 laboratory facility manager and technical lead to provide all aspects of designing, installing, operating, and maintaining the physical infrastructure required to participate in large, complex exercise and demonstrations. Must have experience with as a project leader for annual Coalition Warrior Interoperability Demonstration (CWID) events, Distributed Engineering Plant (DEP) tests or similar events/tests, with an in-depth knowledge of Joint and Coalition security and network operations related to interoperability. Experience in designing and implementing the physical layout for laboratory operational center space involving new construction, audio/visual requirements, networks, electrical support, and telephone systems for various lab functions. Must be able to manufacture, lay, and troubleshoot LAN fiber and RJ-45 cables, and certify fiber termination and testing. Will design and install Local Area Networks (LANs) Due to the classified nature of certain test events, must have experience maintaining Controlled Material Stowage (CMS) devices, CMS vaults, and strong rooms. Must be able to configure NSA encryption devices such as the KG 75, 175 and DTD-10. Should be familiar with test scenario creation and execution and capable of operating Advance Field Artillery Tactical Data System (AFATDS), the Enhanced Management Tool (EMT) for the AFATDS in support of Master Scenario Events executed during exercise and demonstrations. Ensures network devices are configured in accordance with DoD Information Technology Security Certification and Accreditation (DITSCAP) requirements. Should be familiar with portable satellite communication vehicles used to connect and participate in joint distributed communication exercises. Additionally, experience with SCSI buses, VME buses, COTS, Navy consoles, and commercial open system standards is desired. Prior military experience preferred.
Combat Systems Test Engineer – Must be familiar with the Verification, Validation, and Accreditation (VV&A) process. Shall support development of the Test Observation Report (TOR) formats and processes. Must have the ability to analyze test data/results and report the results, with attendant system and platform implications, in the Analysis Reports and TORs. Shall use Data Extraction/Data Reduction (DX/DR) and specific Data Analysis (DA) tools and techniques to support the needs of the DEP. Must be able to develop test plans and maintain and troubleshoot combat simulation support devices. Should be able run security programs, retina and golddisk scans. Should be able to manage all the DEP hardware and software and be able to update Windows patches, anti-virus definitions, change passwords, domain controller. Should be familiar with the operation of Radiant Mercury coalition testing device. Must be experienced in managing various combat system simulators that include ASTATS, CCD, CCD-DDS, Multots, CEC Display, Global Command and Control System-Maritime (GCCS-M). Prior military experience preferred.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
61 of 68 FINAL
Communications Engineering Technologist – Desired qualifications are a combination of four years in support of Configuration Management (CM) and Information Assurance (IA), focusing on modernization and reconfiguration of equipment and facilities at a Command and Control Laboratory. Responsibilities included plan development for the installation of new combat tactical weapons system equipment, command and control systems, and commercial interface switching equipment in order to facilitate the proper integration into exercise and demonstrations events. Other desired qualifications are a combination of four years training and/or experience setup and configuration of land based and radio communication networks. Must be familiar with setting up and configuring a large variety of LAN Network devices involving the design and implementation of integrated networks, including hardware and software. Experienced in the termination and installation of MMF, SMF, Cat 5, Cat 5E & Cat 6 Cable, RJ-11 phone cable, and coaxial cable. Familiarity with radio and satellite operations is a plus. Should have experience with maintaining, repairing, and operating HF, VHF, and UHF communication equipment such as AN/PRC-119, 104, 113, 150, and 117. C4ISR feeds into shipboard and laboratory combat system network design is considered a plus. Should also be familiar with scenario creation and the use of the Air Defense Systems Integrator (ADSI) or similar system to create Master Scenario Events run during exercises and demonstrations to supplement real-world GCCS tracks in a networked environment. Prior military communications experience is considered a plus.
Combat Systems Technologist – Desired qualifications are a combination of four years identifying and solving computer related problems in support of telecommunication and information systems involving state-of-the-art multimedia technology, such as fiber optics, digital microwave, and tactical and commercial satellites, computer network terminals, and test equipment. Must be able to program Crestron control system processors and Crestron touch panels using Windows-based and Crestron programming software. Experience operating and integrating small Unmanned Aerial Vehicles (UAVs) into joint exercises is highly desired. Experienced in warfighting and command and control systems. Experience should include design, implementation, and maintenance of computer components, and/or networking hardware. Must possess a knowledge of computer processors, displays and input/output devices and hardware interfaces. Experienced in operating and managing various C2 systems, including Global Command and Control System-Maritime (GCCS-M) / Common Operational Picture (COP), Command and Control Personnel Computer (C2PC). Must also have experience working and installing Microsoft (Win NT/2000/03/08server, Win XP, and Vista), loading and maintaining Microsoft Exchange Server 2000/03/07, Symantec Endpoint Protection Server, Windows Server Update Services (WSUS), and Windows Deployment Services (WDS). Experience maintaining Controlled Material Stowage (CMS) devices, CMS vaults, and strong rooms and the configuration of NSA encryption devices such as KG 75, 175, KIV 7, DTD-10, and KIV-13 devices is considered a plus. Prior military experience preferred.
Senior Software Engineer – Desired qualifications are ten years experience which includes five years of developing system specifications, design requirements, and test and evaluation documents or five years of shipboard combat system link simulation. Be knowledgeable in Link-11, Link-16 and DIS design and integration of the Pelorus display/recording/analysis program used for DEP testing. Familiarity with the Snoopy program and associated tools that monitor DIS traffic and provide valuable test information (I.P. address, MAC address, port, enumerations, site I.D.) is considered a plus. In addition, experience in design or testing and evaluating COTS components for use in Navy tactical computer systems, experience in applying commercial specifications to Navy Tactical computer systems, and a demonstrated ability to write technical publications and reports. Should be able to write new test procedures as test requirements change. Must be able to provide on-site test support during evening shift timeframe.
Senior Systems Analyst – Desired qualifications are ten years experience that includes five years experience in the definition and direction of development, production, test and integration of Navy shipboard computer systems and operating systems; acquisition planning, source selection, contract definition and management; budget planning and financial program execution; and application of Industry Standard and Open Systems Technology to Navy Systems and Acquisition Reform. In addition demonstrated abilities to interface effectively with the Navy to develop and support technical positions and to justify technical recommendations, and to communicate effectively and present oral presentations and written reports to the Government. Prior military experience is considered a plus.
Senior Data Manager - Desired qualifications are a minimum of ten years experience working with various forms of data, databases, and spreadsheets. Must be extremely familiar with the following programs: MS Word, Excel, Access, Project, Outlook. Experience working with the Navy and / or Joint weapons systems projects required. The ability to develop and manage Work Breakdown Structures (WBS) is highly desired. Must thoroughly review
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
62 of 68 FINAL
and validate data as required and track project progress and prioritize with respect to predetermined timelines. Must be able to develop data presentations in both graphical and tabular format for customers.
Ddl-H11 CHANGES IN KEY PERSONNEL
(a) The Contractor agrees that a partial basis for award of this task order is the list of key personnel proposed. Accordingly, the Contractor agrees to assign to this task order those key persons whose resumes were submitted with the proposal necessary to fulfill the requirements of the contract. No substitution shall be made without prior notification to and concurrence of the Contracting Officer in accordance with this requirement.
(b) The contractor agrees that during the first 180 days of the period of performance no key personnel substitutions will be permitted 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 if a 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;
(4) A chart summarizing the years of experience and professional development for the individuals involved in the substitution; and
(5) Any other information requested by the Contracting Officer to enable him/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided the partial basis for award.
(c) In the event a requirement to increase the specified level of effort for a designated labor category, but not the overall level of effort of the contract, occurs, the Contractor shall submit to the Contracting Officer a written request for approval to add personnel to the designated labor category. The same information as specified in paragraph (b) above is to be submitted with the request.
(d) Requests for post award approval of additional and/or replacement key and non-key personnel should be submitted via email. E-mail submissions shall be made simultaneously to the Contract Specialist and the TOM. Electronic notification via e-mail from the Contract Specialist will serve as written approval/ disapproval on behalf of the Contracting Officer. It is desired that resumes be submitted in the format stated on Ddl H16 below and with the following:
-A cover letter shall be included which clearly demonstrates how the proposed resume clearly meets contract requirements.
-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 CONTENT REQUIREMENTS
All resumes submitted under this contract shall include, at a minimum, the following information:
(a) Complete name
(b) Years of professional experience
(c) Current Position/Title
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
63 of 68 FINAL
(d) Educational History/Professional Development
(e) Chronology of Professional Experience
(f) Current Level of Security Clearance
In addition, specific task related, relevant information is required. The task specific information may be included with each resume or it may be included elsewhere in the staffing section of the written proposal.
5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)
(a) Performance of the work hereunder may be subject to written technical instructions issued electronically by the Contract Specialist on behalfof the Contracting Officer. As used herein, technical instructions are defined to include the following:
(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in details or otherwise serve to accomplish the contractual statement of work.(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions of work description.
(b) Technical instructions must be within the general scope of work stated in the contract. Technical instructions may not be used to: (1) assign additional work under the contract; (2) direct a change as defined in the "CHANGES" clause of this contract; (3) increase or decrease the contract price or estimated contract amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change any of the terms, conditions or specifications of the contract.
(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the contract or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of this contract.
(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion of the contractual work statement which is not affected by the disputed technical instruction.
SAVINGS INITIATIVES
EG&G anticipates achieving a % guaranteed savings per year using the following inititives in accordance with their proposal dated 6 January 2009:
Escalation is limited to % (EG&G), % for all subcontractors except Northrop Grumman at %.Process Improvements - EG&G estimates that additional savings can be realized over the term of the contract through process improvements. Reducing Burden Rates - EG&G is aggressively pursuing overall reductions in OH and G&A costs and is committed to passing the savings on to the customer.Pass Through is limited to % on subcontractor costs and % on Material and Handling for subcontractor costs. Requiring Subcontractor Participation - EG&G's cost saving initiatives goals will be flowed down to their subcontractors in their resultant subcontracts.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
64 of 68 FINAL
SECTION I CONTRACT CLAUSES
CLAUSES INCORPORATED BY FULL TEXT:
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 Government gives the contractor a preliminary notice of its intent to extend at least 30 days before the order expires. The preliminary 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.
CLAUSES INCORPORATED BY REFERENCE
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 in accordance 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 particular subcontract.
“Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to, purchase orders, 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 at FAR 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 unpriced contract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordance with paragraph (d) or (e) of this clause.
(d) If the Contractor does not have an approved purchasing system, consent to subcontract is required for any subcontract 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 Space Administration, the greater of the simplified acquisition threshold or 5 percent of the total estimated cost of the contract; or
(ii) For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics and Space Administration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
65 of 68 FINAL
(e) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer’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 or modification thereof for which consent is required under paragraph (c), (d), or (e) of this clause, including the following 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 Pricing Data, if required by other contract provisions.
(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards when such data are 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 in determining 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 not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any such defective 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 shall identify each critical performance element, management decisions used to quantify each incentive element, reasons for the 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 for which consent is not required under paragraph (c), (d), or (e) of this clause. (REPLACED BY ALTERNATE 1 BELOW)
(g) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to any subcontract 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.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
66 of 68 FINAL
(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 fee limitations in FAR 15.404-4(c)(4)(i).
(i) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and prompt notice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of the Contractor, may result in litigation related in any way to this contract, with respect to which the Contractor may be entitled to reimbursement from the Government.
(j) The Government reserves the right to review the Contractor’s purchasing system as set forth in FAR Subpart 44.3.
(k) Paragraphs (d) and (f) of this clause do not apply to the following aforementioned subcontracts, which were evaluated during negotiations:
(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) of this clause, the Contractor nevertheless shall electronically notify the Contract Specialist and the TOM reasonably in advance of entering into any additional subcontracts or modfication. The notification shall include the information required 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 the following information in requests to add subcontractors or consultants during performance, regardless of subcontract type or pricing arrangement.
(1) The results of negotiations to incorporate rate caps no higher than the lower of (i) SeaPort-e rate caps for the prime contractor, or in the case where the proposed subcontractor is also a SeaPort-e prime, (ii) rate caps that are no higher than the subcontractor's prime SeaPort-e contract.
(2) Detailed justifications to include second-tier subcontracting to other subcontractors or consultants to include a rationale why these additional firms or consultants could not be obtained by subcontracts or consulting agreements with the prime contractor.
(b) The Government strongly discourages T&M or Labor Hour pricing arrangements because the contractor has little incentive to manage their labor force effectively or to control ODC costs. However, this type of pricing arrangement is permitted. In these instances, the contractor shall provide specific justification for negotiating subcontracts with this pricing arrangement. The prime contractor is strongly encouraged to ensure that any fee rate incorporated into the negotiated labor rate(s) does not exceed SeaPort-e limitations. In the case of subcontracts with T&M or Labor Hour pricing arrangements, also identify specific additional surveillance/controls to be employed by the prime contractor to ensure that efficient performance methods are being employed.
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
67 of 68 FINAL
SECTION J LIST OF ATTACHMENTS
Attachment J.1 DD254 Contract Security Classification Spec
Attachment J.2 Contract Data Requirements List (DD1423)
Attachment J.3 Task Order Manager Appointment Letter
Attachment J.4 ACOR Appointment Letter
Attachment J.5 COR Appointment Letter
DISTRIBUTION
Seaport-e ContractorEDADCMA, MarylandDFAS Columbus, South Entitlement
Hard CopyFile
.
AID# 129318 FSC CODE: AC67
CONTRACT NO.
N00178-04-D-4042 DELIVERY ORDER NO.
0015 AMENDMENT/MODIFICATION NO.
50 PAGE
68 of 68 FINAL
top related