navsup - see schedule · 2017. 3. 7. · psc 488, box 101 fpo ap ca 96537-1800 code facility code...

94
AWARD/CONTRACT 2. CONT RACT 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350) RAT ING PAGE OF PAGES 3. EFFECTIVE DATE 1 (Proc. Inst. Ident.) 95 N00604-08-C-0001-P00018 15 Oct 2007 5. ISSUED BY CODE 6. ADMINISTERED BY (If other than Item 5) CODE NO. 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. FISC PEARL HARBOR 1942 GAFFNEY STREET SUITE 100 PEARL HARBOR HI 96760-4549 7. NAME AND ADDRESS OF CONTRACTOR (No., street, city, county, state and zip code) ROME RESEARCH CORPORATION 314 SOUTH JAY STREET ROME NY 13440 CODE 11. SHIP TO/MARK FOR 7L329 U.S. NAVCOMTELSTA GUAM ATTN: COMMANDING OFFICER ATTN: COMMANDING OFFICER PSC 488, BOX 101 FPO AP CA 96537-1800 CODE FACILITY CODE N70243 13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: [ ] 10 U.S.C. 2304(c)( ) 15A. ITEM NO. [ ] 41 U.S.C. 253(c)( ) 15B. SUPPLIES/ SERVICES SEE SCHEDULE (X) PART I - THE SCHEDULE SEC. DESCRIPTION 16. TABLE OF CONT ENT S PAGE(S) X X A SOLICITATION/ CONTRACT FORM 1 - 40 B C SUPPLIES OR SERVICES AND PRICES/ COSTS DESCRIPTION/ SPECS./ WORK STATEMENT 41 - 64 X D E PACKAGING AND MARKING X F INSPECTION AND ACCEPTANCE X G DELIVERIES OR PERFORMANCE 65 - 66 CONTRACT ADMINISTRATION DATA 67 - 74 X H SPECIAL CONTRACT REQUIREMENTS 75 - 82 83 - 87 17 [ ] CONTRACTOR'S NEGOTIATED AGREEMENT CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE document and return copies to issuing office ) Contractor is required to sign this items or perform all the services set forth or otherwise identified above and on any continuation Contractor agrees to furnish and deliver all sheets for the consideration stated herein The rights and obligations of the parties to this contract shall be subject to and governed by the following documents: (a) this award/contract, (b) the solicitation, if any, and (c) such provisions, representations, certifications, and specifications, as are attached or incorporated by reference herein (Attachments are listed herein ) 19A. NAME AND TITLE OF SIGNER (Type or print) 19B. NAME OF CONTRACTOR 19C. DATE SIGNED BY (Signature of person authorized to sign) NSN 7540-01-152-8069 26-107 PREVIOUS EDITION UNUSABLE GPO 1985 O - 469-794 See Item 5 8. DELIVERY [ ] FOB ORIGIN [ ] OT HER X (See below) 9 DISCOUNT FOR PROMPT PAYMENT 10 SUBMIT INVOICES 1 ITEM TO THE ADDRESS SHOWN IN: (4 copies unless otherwise specified) 12. PAYMENT WILL BE MADE BY DFAS CLEVELAND CENTER NORFOLK ACCOUNTS PAYABLE PO BOX 998022 CLEVELAND OH 44199-8022 CODE N68732 14. ACCOUNTING AND APPROPRIATION DATA See Schedule 15C. QUANTITY 15D. UNIT 15E. UNIT PRICE 15F. AMOUNT 15G. TO TAL AMO UNT O F C O NTRAC T $24,494,239.00 (X) PART II - CONTRACT CLAUSES SEC. DESCRIPTION PAGE(S) PART III - LIST O F DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS X I CONTRACT CLAUSES 88 - 94 X PART IV - REPRESENTATIONS AND INSTRUCTIONS J LIST OF ATTACHMENTS 95 K L REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS INSTRS., CONDS., AND NOTICES TO OFFERORS M EVALUATION FACTORS FOR AWARD 18 [ ] AWARD N00604-06-R-0010-0007 X (Contractor is not required to sign this document ) Your offer on Solicitation Number above, is hereby accepted as to the items listed above and on any continuation sheets This award consummates including the additions or changes made by y ou which additions or changes are set forth in full the contract which consists of the following documents: (a) the Government's solicitation and your offer, and (b) this award/contract No further contractual document is necessary 20A. NAME AND TITLE OF CONTRACTING OFFICER TEL: EMAIL: 20B. UN BY (Signature of Contracting Officer) 20C. DATE SIGNED 15-Oct-2007 STANDARD FORM 26 (REV 4-85) Prescribed by GSA FAR (48 CFR) 53 214(a) N00604

Upload: others

Post on 25-Jan-2021

7 views

Category:

Documents


0 download

TRANSCRIPT

  • AWARD/CONTRACT2. CONTRACT

    1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350)

    RATING PAGE OF PAGES

    3. EFFECTIVE DATE1

    (Proc. Inst. Ident.)95

    N00604-08-C-0001-P00018 15 Oct 20075. ISSUED BY CODE 6. ADMINISTERED BY (If other than Item 5) CODE

    NO. 4. REQUISITION/PURCHASE REQUEST/PROJECT NO.

    FISC PEARL HARBOR1942 GAFFNEY STREETSUITE 100

    PEARL HARBOR HI 96760-4549

    7. NAME AND ADDRESS OF CONTRACTOR (No., street, city, county, state and zip code)ROME RESEARCH CORPORATION

    314 SOUTH JAY STREETROME NY 13440

    CODE11. SHIP TO/MARK FOR

    7L329

    U.S. NAVCOMTELSTA GUAMATTN: COMMANDING OFFICERATTN: COMMANDING OFFICERPSC 488, BOX 101FPO AP CA 96537-1800

    CODEFACILITY CODEN70243

    13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:

    [ ] 10 U.S.C. 2304(c)( )

    15A. ITEM NO.

    [ ] 41 U.S.C. 253(c)( )

    15B. SUPPLIES/ SERVICES

    SEE SCHEDULE

    (X)PART I - THE SCHEDULE

    SEC. DESCRIPTION16. TABLE OF CONTENTS

    PAGE(S)

    XX

    A SOLICITATION/ CONTRACT FORM 1 - 40BC

    SUPPLIES OR SERVICES AND PRICES/ COSTSDESCRIPTION/ SPECS./ WORK STATEMENT

    41 - 64

    XDE

    PACKAGING AND MARKING

    X FINSPECTION AND ACCEPTANCE

    X GDELIVERIES OR PERFORMANCE

    65 - 66

    CONTRACT ADMINISTRATION DATA67 - 74

    X H SPECIAL CONTRACT REQUIREMENTS75 - 8283 - 87

    17 [ ] CONTRACTOR'S NEGOTIATED AGREEMENT CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE

    document and return copies to issuing office )Contractor is required to sign this

    items or perform all the services set forth or otherwise identified above and on any continuation Contractor agrees to furnish and deliver all

    sheets for the consideration stated herein The rights and obligations of the parties to thiscontract shall be subject to and governed by the following documents: (a) this award/contract,(b) the solicitation, if any, and (c) such provisions, representations, certifications, and specifications, as are attached or incorporated by reference herein(Attachments are listed herein )

    19A. NAME AND TITLE OF SIGNER (Type or print)

    19B. NAME OF CONTRACTOR 19C. DATE SIGNED

    BY(Signature of person authorized to sign)

    NSN 7540-01-152-8069 26-107

    PREVIOUS EDITION UNUSABLE GPO 1985 O - 469-794

    See Item 5

    8. DELIVERY[ ] FOB ORIGIN [ ] OTHER X (See below)

    9 DISCOUNT FOR PROMPT PAYMENT

    10 SUBMIT INVOICES 1 ITEM

    TO THE ADDRESSSHOWN IN:

    (4 copies unless otherwise specified)

    12. PAYMENT WILL BE MADE BYDFAS CLEVELAND CENTERNORFOLK ACCOUNTS PAYABLEPO BOX 998022CLEVELAND OH 44199-8022

    CODE N68732

    14. ACCOUNTING AND APPROPRIATION DATA

    See Schedule

    15C. QUANTITY 15D. UNIT 15E. UNIT PRICE 15F. AMOUNT

    15G. TOTAL AMOUNT OF CONTRACT $24,494,239.00

    (X)PART II - CONTRACT CLAUSES

    SEC. DESCRIPTION PAGE(S)

    PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTSX I CONTRACT CLAUSES 88 - 94

    XPART IV - REPRESENTATIONS AND INSTRUCTIONS

    J LIST OF ATTACHMENTS 95

    K

    L

    REPRESENTATIONS, CERTIFICATIONS ANDOTHER STATEMENTS OF OFFERORSINSTRS., CONDS., AND NOTICES TO OFFERORS

    M EVALUATION FACTORS FOR AWARD

    18 [ ] AWARDN00604-06-R-0010-0007

    X (Contractor is not required to sign this document ) Your offer on Solicitation Number

    above, is hereby accepted as to the items listed above and on any continuation sheets This award consummatesincluding the additions or changes made by you which additions or changes are set forth in full

    the contract which consists of the following documents: (a) the Government's solicitation and your offer, and (b) this award/contract No further contractual document is necessary

    20A. NAME AND TITLE OF CONTRACTING OFFICER

    TEL: EMAIL:20B. UN

    BY(Signature of Contracting Officer)

    20C. DATE SIGNED

    15-Oct-2007

    STANDARD FORM 26 (REV 4-85)Prescribed by GSAFAR (48 CFR) 53 214(a)

    N00604

  • N00604-06-R-0010

    H-2

    Section SF 30 - BLOCK 14 CONTINUATION PAGE 2ND PAGE Block 14, DESCRIPTION OF AMENDMENT/MODIFICATION (continued) 1. This Amendment is issued to address the following questions:

    (a) Are the offerors required to submit new past performance letters? In other words, if the Offeror is to use the same past performance information submitted in the original RFP, does FISC Pearl Harbor expect the Offeror to go back to these same Government entities and ask for the same thing, only a newer date?

    Answer: No.

    (b) How many copies of JL-4 does FISC Pearl Harbor require?

    Answer: One copy. The copy can be sent via electronic mail (e-mail) or by hardcopy; however, it needs to be received by our office five days prior to the closing date. If offeror has already submitted JL-4 and information is still current, offeror does not need to resubmit.

    (c) Are electronic versions sufficient (JL-4)?

    Answer: See (b) above.

    (d) Does FISC Pearl Harbor still require hardcopy versions of JL-4 and if so, when are these due at FISC Pearl

    Harbor? Answer: See (b) above.

    2. Deadline for Inquiries: All inquiries regarding Amendment No. 0009 shall be submitted in writing to

    NO LATER THAN 1300 hours Hawaii Standard Time on 03 May 2007. 3. All other terms and conditions remain unchanged. AMEND NO. 0011 (2ND PAGE) Block 14, DESCRIPTION OF AMENDMENT/MODIFICATION (continued) 1. This Amendment is issued to address the following questions:

    (e) Spec Item 2.2.1 states that a significant part of this work will require Contractor continuous operations. The performance of other work requirements shall be accomplished within the Government’s regular working hours unless the specific work requirements specified herein necessitates otherwise. Any other work outside Government regular working hours requires prior KO approval. Can the Government please clarify what the Government’s regular working hours are:

    Answer: 7:30 a m. to 4:30 p m

    (f) Spec Item 2.10 Safety Requirements states that the contractor tag out/lock out program shall comply with

    the U.S. Army Corps of Engineers Safety and Health requirements Manual EM 385-1-1. Was this revision included with Amendment No. 0009 in error since this was originally changed in Amendment No. 0004 from the U.S. Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1 to read the contractor shall follow OSHA requirements.

  • N00604-06-R-0010

    H-3

    Answer: Contractor shall comply with Spec Item 2.10 as currently written.

    (g) Spec Item 3.1.14 Planned or Preventive Maintenance, the performance objective states “Organize and

    manage a Planned Maintenance System (PMS) at NCTS Guam IAW NEAVSEAINST 4790.8.” Can the Government provide clarification if the contractor is organizing and managing PMS for the entire NCTS Guam (N2, N4) command or just for the work centers stated in the PWS?

    Answer: For the NCTS Guam command. See attached revised Spec Item 3.1.14.

    (h) Spec Item 2.3.1 states that the contractor shall be required to attend administrative and coordination

    meetings. Can the Government clarify if these meetings will be held on the Island of Guam or will travel off Island be required? If yes, can the Government provide the annual number of estimated trips to include number of days and locations?

    Answer: Administrative and coordination meetings will be held on the island of Guam.

    2. PWS Spec Item 3.1.14 has been revised and attached as a part of this Amendment (changes are noted in bold). 3. All other terms and conditions remain unchanged. AMEND NO. 0012 (2ND PAGE) Block 14, DESCRIPTION OF AMENDMENT/MODIFICATION (continued) 1. This Amendment is issued to correct CLIN 0001 of Schedule B as follows: From: CLIN 0001 Base Period (01 July 2007 – 30 September 2007) To: CLIN 0001 Base Period (01 August 2007 – 30 September 2007) A revised Schedule B is attached. 2. All other terms and conditions remain unchanged. AMEND NO. 0013 (2ND PAGE) Block 14. DESCRIPTION OF AMENDMENT/MODIFICATION (continued) 1. This Amendment is issued for the following reasons: a. Replace Section B with the Revised Section B. b. Section B - Item Nos. 4001 through 4001AF have been deleted in its entirety. Full performance shall start 01 October 2007. c. The Government will not recognize or pay the contractor any price adjustment for increases in Guam Gross Receipts tax that may result from price adjustments made pursuant to FAR Clause 52.222-43 or FAR Clause 52.222-44.

  • N00604-06-R-0010

    H-4

    d. Correct the following paragraphs on Page 27 of 76: F.1 TERM OF THE CONTRACT This contract is for a base year and three one-year options. The base contract term shall be for a period of twelve months commencing on 01 October 2007. The Government has the option to extend the term of the contract in accordance with FAR 17.207, Exercise of Options. F.2 PERIOD OF PERFORMANCE (BASE PERIOD) Phase-In shall commence at the date of contract award. Full contract performance shall begin upon completion of the phase-in period (one month) and shall continue in effort through 30 September 2008. F.3 PERIOD OF PERFORMANCE (OPTION YEAR 1) Upon exercise of the option, the performance period shall extend from 01 October 2008 through 30 September 2009. F.4 PERIOD OF PERFORMANCE (OPTION YEAR 2) Upon exercise of the option, the performance period shall extend from 01 October 2009 through 30 September 2010. F.5 PERIOD OF PERFORMANCE (OPTION YEAR 3) Upon exercise of the option, the performance period shall extend from 01 October 2010 through 30 September 2011. 2. Offerors are required to complete and resubmit Revised Section B below. 3. All other terms and conditions remain unchanged.

  • N00604-06-R-0010

    H-5

    REVISED SECTION B - SUPPLIES OR SERVICES AND PRICES

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 BASE PERIOD

    FFP 01 October 2007 - 30 September 2008 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AA 12 Months O&M HF Transmitter and Receiver Sites

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AB 12 Months O&M USAF SCOPE System

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-6

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AC 12 Months O&M SATCOM

    FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AD 12 Months O&M Tech Control

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AE 12 Months O&M Message Ctr

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-7

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AF 12 Months O&M ONE-NET Crypto

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR HANDLING

    RATE

    UNIT PRICE AMOUNT

    0001AG 1 Percent Repair Parts (HF Trans & Receiver Sites)

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-8

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    0001AH Percent Repair Parts (SATCOM & Fleet Ctr)

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    0001AJ 1 Percent Repair Parts (TCF & Message Ctr)

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 PHASE-IN (01-30 SEPTEMBER 2007)

    FFP FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-9

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 OPTION OPTION YEAR 1 (01 Oct 2008 – 30 Sep 2009)

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AA 12 Months O&M HF Transmitter & Receiver Sites

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AB 12 Months O&M USAF SCOPE System

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-10

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AC 12 Months O&M SATCOM

    FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AD 12 Months O&M Tech Control

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AE 12 Months O&M Message Ctr

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-11

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AF 12 Months O&M ONE-NET Crypto

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    1001AG 1 Percent Repair Parts (HF Transmitter & Receiver)

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-12

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    1001AH 1 Percent Repair Parts SATCOM & Fleet Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    1001AJ 1 Percent Repair Parts TCF & Message Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-13

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 OPTION OPTION YEAR 2 (01 Oct 2009 – 30 Sep 2010)

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AA 12 Months O&M HF Transmitter & Receiver Sites

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AB 12 Months O&M USAF SCOPE System

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-14

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AC 12 Months O&M SATCOM

    FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AD 12 Months O&M Tech Control

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AE 12 Months O&M Message Ctr

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-15

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AF 12 Months O&M ONE-NET Crypto

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    2001AG 1 Percent Repair Parts (HF Transmitter & Receiver)

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-16

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR HANDLING

    RATE

    UNIT PRICE AMOUNT

    2001AH 1 Percent Repair Parts SATCOM & Fleet Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    2001AJ 1 Percent Repair Parts TCF & Message Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-17

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 OPTION OPTION YEAR 3 (1 Oct 2010 – 30 Sep 2011)

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AA 12 Months O&M HF Transmitter & Receiver Sites

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AB 12 Months O&M USAF SCOPE System

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-18

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AC 12 Months O&M SATCOM

    FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AD 12 Months O&M Tech Control

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AE 12 Months O&M Message Ctr

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-19

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AF 12 Months O&M ONE-NET Crypto

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    3001AG 1 Percent Repair Parts HF Transmitter & Receiver

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-20

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    3001AH 1 Percent Repair Parts SATCOM & Fleet Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    3001AJ 1 Percent Repair Parts TCF & Message Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    PAGE 2 1. This Amendment is issued for the following reasons: a. Replace Section B with the Revised Section B. b. Section B - Item Nos. 4001 through 4001AF have been deleted in its entirety. Full performance shall start 01 October 2007.

  • N00604-06-R-0010

    H-21

    c. The Government will not recognize or pay the contractor any price adjustment for increases in Guam Gross Receipts tax that may result from price adjustments made pursuant to FAR Clause 52.222-43 or FAR Clause 52.222-44. d. Correct the following paragraphs on Page 27 of 76: F.1 TERM OF THE CONTRACT This contract is for a base year and three one-year options. The base contract term shall be for a period of twelve months commencing on 01 October 2007. The Government has the option to extend the term of the contract in accordance with FAR 17.207, Exercise of Options. F.2 PERIOD OF PERFORMANCE (BASE PERIOD) Phase-In shall commence at the date of contract award. Full contract performance shall begin upon completion of the phase-in period (one month) and shall continue in effort through 30 September 2008. F.3 PERIOD OF PERFORMANCE (OPTION YEAR 1) Upon exercise of the option, the performance period shall extend from 01 October 2008 through 30 September 2009. F.4 PERIOD OF PERFORMANCE (OPTION YEAR 2) Upon exercise of the option, the performance period shall extend from 01 October 2009 through 30 September 2010. F.5 PERIOD OF PERFORMANCE (OPTION YEAR 3) Upon exercise of the option, the performance period shall extend from 01 October 2010 through 30 September 2011. 2. Offerors are required to complete and resubmit Revised Section B below. 3. All other terms and conditions remain unchanged.

  • N00604-06-R-0010

    H-22

    REVISED SECTION B - SUPPLIES OR SERVICES AND PRICES

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 BASE PERIOD

    FFP 01 October 2007 - 30 September 2008 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AA 12 Months O&M HF Transmitter and Receiver Sites

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AB 12 Months O&M USAF SCOPE System

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-23

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AC 12 Months O&M SATCOM

    FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AD 12 Months O&M Tech Control

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AE 12 Months O&M Message Ctr

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-24

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AF 12 Months O&M ONE-NET Crypto

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR HANDLING

    RATE

    UNIT PRICE AMOUNT

    0001AG 1 Percent Repair Parts (HF Trans & Receiver Sites)

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-25

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    0001AH Percent Repair Parts (SATCOM & Fleet Ctr)

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    0001AJ 1 Percent Repair Parts (TCF & Message Ctr)

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 PHASE-IN (01-30 SEPTEMBER 2007)

    FFP FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-26

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 OPTION OPTION YEAR 1 (01 Oct 2008 – 30 Sep 2009)

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AA 12 Months O&M HF Transmitter & Receiver Sites

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AB 12 Months O&M USAF SCOPE System

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-27

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AC 12 Months O&M SATCOM

    FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AD 12 Months O&M Tech Control

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AE 12 Months O&M Message Ctr

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-28

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AF 12 Months O&M ONE-NET Crypto

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    1001AG 1 Percent Repair Parts (HF Transmitter & Receiver)

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-29

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    1001AH 1 Percent Repair Parts SATCOM & Fleet Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    1001AJ 1 Percent Repair Parts TCF & Message Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-30

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 OPTION OPTION YEAR 2 (01 Oct 2009 – 30 Sep 2010)

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AA 12 Months O&M HF Transmitter & Receiver Sites

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AB 12 Months O&M USAF SCOPE System

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-31

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AC 12 Months O&M SATCOM

    FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AD 12 Months O&M Tech Control

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AE 12 Months O&M Message Ctr

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-32

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AF 12 Months O&M ONE-NET Crypto

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    2001AG 1 Percent Repair Parts (HF Transmitter & Receiver)

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-33

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR HANDLING

    RATE

    UNIT PRICE AMOUNT

    2001AH 1 Percent Repair Parts SATCOM & Fleet Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    2001AJ 1 Percent Repair Parts TCF & Message Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-34

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 OPTION OPTION YEAR 3 (1 Oct 2010 – 30 Sep 2011)

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AA 12 Months O&M HF Transmitter & Receiver Sites

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AB 12 Months O&M USAF SCOPE System

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-35

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AC 12 Months O&M SATCOM

    FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AD 12 Months O&M Tech Control

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AE 12 Months O&M Message Ctr

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-36

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AF 12 Months O&M ONE-NET Crypto

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    3001AG 1 Percent Repair Parts HF Transmitter & Receiver

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-37

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    3001AH 1 Percent Repair Parts SATCOM & Fleet Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES ESTIMATED AMOUNT

    G&A AND/OR

    HANDLING RATE

    UNIT PRICE AMOUNT

    3001AJ 1 Percent Repair Parts TCF & Message Ctr

    FFP In accordance with Revised PWS Section C.300000. To reimbursed at cost plus ___% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT

    CONTINUATION PAGE Block No. 12 – Accounting Data AA 1791804 60CN 252 00950 068566 2D C1C001 702439G1AXHQ $ AB 1791804 60CN 252 00950 068566 2D C1C001 702439G1AXHQ $ AC 1791804 60CN 252 00950 068566 2D C1C001 702439G1AXUQ $1AD 1791804 60TN 252 00950 068566 2D C4C001 702439G4FXTQ $AE 1791804 60TN 252 00950 068566 2D C4C001 702439G4FXMQ -$ AF 1791804 60FN 252 00950 068566 2D C1L001 702439G1LXLQ $ Total: $479,223.00

  • N00604-06-R-0010

    H-38

    Block No. 14 – Continuation 1. This modification is issued to adjust the contract prices for Option Year One CLINs 1001AA, AB, AC, AD, and AE, Option Year Two CLINs 2001AA, AB, AC, AD, and AE, and Option Year Three CLINs 3001AA, AB, AC, AD, and AE, as a result of the updated wage determination that was incorporated into the contract by Modification No. P00007 dated 03-Mar-2009. Revised prices were effective 01 October 2008. The contractor is authorized supplemental payment in the amount of $479,223.00 for services provided during Option Year One of 01 October 2008 through 30 September 2009. 2. All other terms and conditions remain unchanged. 3. Based on the above, the contract price is $479,223.00. 4. All other terms and conditions remain unchanged. SUMMARY OF CHANGES The Contractor shall notify the Contracting Officer of any increase claimed under this clause within 30 days after the effective date of the wage change, unless this period is extended by the Contracting Officer in writing. The Contractor shall promptly notify the Contracting Officer of any decrease under this clause, but nothing in the clause shall preclude the Government from asserting a claim within the period permitted by law. The notice shall contain a statement of the amount and the change in fixed hourly rates (if this is a time-and-materials or labor-hour contract) claimed and any relevant supporting data that the Contracting Officer may reasonably require. Upon agreement of the parties, the contract price, contract unit price labor rates, or fixed hourly rates shall be modified in writing. The Contractor shall continue performance pending agreement on or determination of any such adjustment and its effective date. INTEGRATED WAVEFORM PWS

    Integrated Waveform (IW) supplemental information for the proposed modification to Contract N00604-08-C-0001

    The following information detail contract requirements in support of the IW at NCTS Guam. The recommendations herein although generic enough to apply to all IW Control Sites are specifically focused for NCTAMS PAC and NCTS Guam. The Servicing RSSC is RSSC PAC in this instance. Assumptions: 1) Operating responsibilities are based upon the training provided by DISA GE-22and supporting In-Service Engineering Activity (ISEA) in the following areas:

    Setup Channel Control for a satellite channel Create a Master Channel for a satellite Create non-FOW services Activate/deactivate CC COMSEC Key roll-overs

  • N00604-06-R-0010

    H-39

    PCC-ACC handover/takeover

    2) Heating, Ventilation, Air Conditioning (HVAC) and Uninterruptible Power Supply (UPS), and Physical Security to support the IW systems are site’s responsibility and part of the site’s general Facility and Security structure applicable to all systems under their responsibilities. NOT IN CONTRACT 0001; STATION RESPONSIBILITY 3) IW operating requirements, roles and responsibilities are specific to the IW hardware, software and Information Assurance (IA) applicable to IW. IW hardware consists of: Planning Tool Satellite Access Control (SAC) Component (PTSC), SAC III, and KVM switches. The antennas, splitters, RT-1771 radios, and MD-1324B modems are part of the site architecture supporting JMINI w/c IW utilizes for channel control and transmissions. 4) SAR, SAA, and keying-in of Channel Control parameters are accomplished by the servicing RSSC. 5) Keying of Channel Control parameters will be handled by Control Sites personnel per direction by the servicing RSSC in the event the servicing RSSC is unable to perform the function. Control Site personnel will not be involved in the SAR and SAA processes. 6) Until the process is changed, Information Assurance Vulnerability Assessment (IAVA) patches will be remotely uploaded by the DISA’s supporting ISEA. 7) DISA GE-22 is responsible for FRCB updates, IA compliance (Note: Site may take over the implementation of IAVA patches in the future. TBD) 8) No IW specific hardware maintenance is required. 9) IW operational requirements and system interaction is much lesser than that of the Joint UHF MILSATCOM Network Integration (JMINI). 10) IW is an improvement to JMINI, thus some of the JMINI routines currently performed by the operators are similar or applicable to IW. 11) DISA as IW PM does not foresee additional manpower required at each Control Site as a result of IW due to fewer requirements to operate, interact, and monitor the system in comparison to JMINI. 12) Phase II will reduce the number of hardware in the IW architecture. The RT-1828 will replace both the RT-1771 and MD-1324B. Contractor Required Operations:

    - System operator shall operate the IW control system in accordance with provided IW training and training updates. Site can and should generate site specific IW Standard Operating Procedures (SOP) from the training guides and Operations Manual provided by DISA GE-22 ISEA.

    - IW controllers, components, and network connectivity are remotely operated and required to be available 24X7. Contractor is required to verify the system is up and operational twice per 8 hour shift (every four hours).

    - Key-in Channel Control parameters as provided by the servicing RSSC in the event the RSSC planner is unable to perform the function.

    - Perform system backup every time a new version of the software is provided. - Perform data backup daily, keep in archive for 6 months. - Perform System Audit log backup weekly. - Perform System Audit Log review monthly.

  • N00604-06-R-0010

    H-40

    - Check Audit Log storage space weekly and off-load the audit log if space becomes an issue. Note: DISA ISEA is in the process of providing an automated solution to this issue to include an audible alarm.

    - Establish a local IW Information Assurance Manager (IAM) and Information Assurance Officer (IAO). (Existing Contract requirement 2.4.1 which states” The Contractor shall also be responsible for following the Information Assurance guidelines and perform the duties of an Information Assurance Officer (IAO) (qualified IAW DOD 8570.1M IA Workforce Implementation Procedures).

    - Assign a primary and secondary System Administrators responsible for system administration.

    - Perform Disaster Recovery procedures IAW the Program Manager provided Continuity Plan or local Continuity of Operations Plan (COOP).

    - Perform Gold disk security scans every 30 to 45 days. - Perform Retina security scans every 30 to 45 days. - Download and implement IAVA patches when required IAW procedures

    provided by the IW PM. - Implement software modifications as provided by DISA ISEA. - In coordination of the IW Help Desk, perform hardware replacement and

    software load in the event of hardware failure. - Notify the Help Desk of faulty hardware using web-based automated reporting forms to

    be provided by the DISA ISEA. - Maintain open communications with the Help Desk or DISA ISEA on matters affecting

    the 24X7 operation of the IW Controller and components. - Provide a 60 minute response and resolution to IW controller suite problem to prevent

    denial of service to the users. - In coordination with the servicing RSSC perform transfer of users from IW services to

    JMINI services in the event of an IW system failure or channel problems. - In coordination with the servicing RSSC, troubleshoot user access problems. This

    function is similar to what is being performed under JMINI.

  • N00604-06-R-0010

    H-41

    Section B - Supplies or Services and Prices ADDITIONAL Block 14, DESCRIPTION OF AMENDMENT/MODIFICATION (continued) 1. This Amendment is issued to address the following:

    (i) Re-open discussions with Offerors in the Competitive Range. (j) Replace Schedule B with the Revised Schedule B.

    (k) Replace the Performance Work Statement in its entirety with the attached Section C, Revised Performance

    Work Statement (changes are noted in Bold).

    (l) Replace the following Attachments and CDRLs:

    (1) Appendix I-A C, One Net Crypto Support with the Attached Revised Appendix I-A C (2) CDRL Nos. 001 through 011 with the Attached Revised CDRL Nos. 001 through 005

    (m) Revise Section H as follows:

    (1) From: H.7 SUBSTITUTION OF PERSONNEL (FISCPH)(SEP 1993) (b) The offeror agrees that during the first 180 days…….After the initial 30-day period….. To: H.7 SUBSTITUTION OF PERSONNEL (FISCPH)(SEP 1993) (b) The offeror agrees that during the first 180 days…….After the initial 180-day period….. (2) H.8 REMOVAL OR UNAVAILABILITY OF KEY PERSONNEL (FISCPH)(SEP 1993) – delete in

    its entire. (3) H.10 DELIVERABLES AFTER CONTRACT AWARD (a) Delete Paragraphs (a), (1), and (2) in its entirety. (b) Revise paragraph (3) to read: Provide to the COR/TA within 30 days after contract award a Hazardous Materials Authorized Use List (HMAUL). The Contractor shall provide a list of all hazardous materials used by Contractor personnel in the workspaces. Ensure compliance with the requirements of 29 CFR 1910.1200. Ensure only materials and quantities listed on the HMAUL are used. (n) Revise Section L as follows:

    (1) L.6 PROPOSAL REQUIREMENTS (last paragraph): From: The principal evaluation factors for this procurement are technical (Factors A through D) and price.

    All technical factors (A through D) are considered of equal importance, and when combined, are considered more important than price. To:

    The principal evaluation factors for this procurement are technical (Factors A through D) and price. All technical factors (A through D) are in descending order of importance, and when combined, are considered more important than price.

  • N00604-06-R-0010

    H-42

    (2) From: VOLUME II – TECHNICAL PROPOSAL To:

    VOLUME II – TECHNICAL PROPOSAL (ALL PLANS SHALL BE PROVIDED AT TIME OF PROPOSAL)

    (3) Submit an original and three (3) paper copies….versus five (5) paper copies….. (4) FACTOR B: MANAGEMENT APPROACH: (a) Communication Watch Bill Plan: From: (3) Communication Watch Bill Plan which provides the policies and procedures demonstrating how the offeror intends to provide continuous coverage, when fully manned and during absence for holidays, vacations, annual leave, sickness, schooling, breaks, and similar circumstances. The offeror shall provide a proposed Monthly Watch Bill which proposes shift schedules for manning those functions requiring continuous operations, specifying the number of people per watch/per function with sufficient personnel rather than overtime to cover absences. To: (3) Communication Watch Bill Plan which provides the policies and procedures demonstrating how the offeror intends to provide 12 hours a day, 7 days a week coverage, when fully manned and during absence for holidays, vacations, annual leave, sickness, schooling, breaks, and similar circumstances. The offeror shall provide a proposed Monthly Watch Bill which proposes shift schedules for manning those functions requiring 12 hours a day, 7 days a week operations, specifying the number of people per watch/per function with sufficient personnel rather than overtime to cover absences. (b) Employee Strike or Slow Down: Add after last sentence: See Revised PWS 2.6.4

    (c) Quality Management Systems Plan From:

    (4) Quality Management Systems Plan which provides an effective means of identifying and correcting problems throughout the entire scope of operations. See PWS 2.6.5.

    To:

    (4) Quality Management Systems Plan (QMSP). The Contractor shall provide a QMSP as part of the Technical Proposal which provides an effective and efficient means of identifying and correcting problems throughout the entire scope of operations. The QMSP shall include but not be limited to:

    (a) How work processes, procedures, and output measures will be accomplished. (b) A systematic procedure for assessing compliance with performance objectives and

    standards. (c) How quality inspections will be conducted throughout the execution of work. (d) Assessment-driven corrective actions and process adjustment as appropriate in a timely

    manner. See Revised PWS 2.6.5.

  • N00604-06-R-0010

    H-43

    (d) Integrated Maintenance Plan: From:

    (5) A “skeleton” maintenance plan addressing an Integrated Maintenance Program. This “skeleton” plan, to be completed within 30 days after contract start date, shall be submitted with the Technical Proposal. See PWS 3.1.13. To: (5) Integrated Maintenance Plan (IMP). The Contractor shall provide an IMP as part of the Technical Proposal. The IMP shall be modeled after the Navy’s 3M System and developed based on manufacturers’ recommended procedures, original equipment manufacturer standards, and maintenance required satisfying equipment warranties. See Revised PWS 2.6.6. 2. The closing date for receipt of proposal revisions is 3:00 p.m., Hawaii Standard time, 26 April 2007. 3. All other terms and conditions remain unchanged. SECTION A - SECOND PAGE Standard Form 26 – Section A Section A – Award/Contract 1. This contract incorporates revisions made by solicitation Amendments 0001 through 0014, and the following: a. Rome Research Corporation Technical and Final Proposal Revisions dated 17 May 2007, 06 July 2007 and 16 August 2007, are incorporated. b. Rome Research Corporation Subcontracting Plan submitted as part the final proposal revision dated 17 May 2007, is accepted and incorporated. 2. In accordance with contract clause FAR 52.232-18, AVAILABILITY OF FUNDS (APR 1984), funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract services can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

  • N00604-06-R-0010

    H-44

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 BASE PERIOD (01 Nov 2007 - 30 Sep 2008)

    FFP FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AA 11 Months $ $ O&M HF Transmitter and Receiver Sites

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination MILSTRIP: N7024308RC1C0020001AA

    NET AMT $ ACRN AA

    CIN: N7024308RC1C0020001AA

    $

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AB 11 Months $ $ O&M USAF SCOPE System

    FFP In accordance with Revised PWS Section C.300000 FOB: Destination MILSTRIP: N7024308RC1C002

    NET AMT $ ACRN AA

    CIN: N7024308RC1C0020001AB

    $

  • N00604-06-R-0010

    H-45

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AC 11 Months O&M SATCOM

    FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024308RC1C002

    NET AMT ACRN AB

    CIN: N7024308RC1C0020001AC

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AD 11 Months O&M Tech Control

    FFP In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024308RC4C002

    NET AMT ACRN AD

    CIN: N7024308RC4C0020001AD

  • N00604-06-R-0010

    H-46

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AE 11 Months O&M Message Ctr

    FFP In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024308RC4C002

    NET AMT ACRN AE

    CIN: N7024308RC4C0020001AE

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AF 11 Months O&M ONE-NET Crypto

    FFP In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024308RC1L001

    NET AMT ACRN AF

    CIN: N7024308RC1L0010001AF

  • N00604-06-R-0010

    H-47

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AG 1 Lot Repair Parts (HF Trans & Receiver Sites)

    FFP Contractor furnished in accordance with Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination MILSTRIP: N7024308RC1C002

    NET AMT ACRN AA

    CIN: N7024308RC1C0020001AG

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AH 1 Lot Repair Parts (SATCOM & Fleet Ctr)

    FFP Contractor furnished in accordance with Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System Surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination MILSTRIP: N7024308RC1C002

    NET AMT ACRN AC

    CIN: N7024308RC0C0020001AH

  • N00604-06-R-0010

    H-48

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AJ 1 Lot Repair Parts (TCF & Message Ctr)

    FFP Contractor furnished in accordance with Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination MILSTRIP: N7024308RC4C002

    NET AMT ACRN AD

    CIN: N7024308RC4C002000AJ

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Months PHASE-IN (15-31 October 2007)

    FFP FOB: Destination MILSTRIP: N7024308RC1C002

    NET AMT ACRN AC

    CIN: N7024308RC1C0020002

  • N00604-06-R-0010

    H-49

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 OPTION OPTION YEAR 1 (01 Oct 2008-30 Sep 2009)

    FFP In accordance with Revised PWS Section C.300000. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AA 12 Months EXERCISED OPTION

    O&M HF Transmitter & Receiver Sites FFP In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024309RC1C001

    NET AMT ACRN AG

    CIN: N7024309RC1C0011001AA

  • N00604-06-R-0010

    H-50

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AB 12 Months EXERCISED OPTION

    O&M USAF SCOPE System FFP In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024309RC1C001

    NET AMT ACRN AH

    CIN: N7024309RC1C0011001AB

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AC 12 Months EXERCISED OPTION

    O&M SATCOM FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024309RC1C001

    NET AMT ACRN AJ

    CIN: N7024309RC1C0011001AC

  • N00604-06-R-0010

    H-51

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AD 12 Months EXERCISED OPTION

    O&M Tech Control FFP In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024309RC4C001

    NET AMT ACRN AN

    CIN: N7024309RC4C10011001AD

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AE 12 Months EXERCISED OPTION

    O&M Message Ctr FFP In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024309RC4C001

    NET AMT ACRN AP

    CIN: N7024309RC4C0011001AE

  • N00604-06-R-0010

    H-52

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AF 12 Months EXERCISED OPTION

    O&M ONE-NET Crypto FFP In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024309RC1L001

    NET AMT ACRN AM

    CIN: N7024309RC1L0011001AF

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AG Lot EXERCISED OPTION

    Repair Parts (HF Transmitter & Receiver) FFP Contractor furnished IAW Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available. for open purchase. FOB: Destination MILSTRIP: N7024309RC1C001

    NET AMT ACRN AK

    CIN: N7024309RC1C0011001AG

  • N00604-06-R-0010

    H-53

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AH Lot EXERCISED OPTION

    Repair Parts (SATCOM & Fleet Ctr) FFP Contractor furnished IAW Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination MILSTRIP: N7024309RC1C001

    NET AMT ACRN AL

    CIN: N7024309RC1C0011001AH

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AJ Lot EXERCISED OPTION

    Repair Parts TCF, Message Ctr FFP Contractor furnished IAW Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination MILSTRIP: N7024309RC4C001

    NET AMT ACRN AQ

    CIN: N7024309RC4C0011001AJ

  • N00604-06-R-0010

    H-54

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 EXERCISED OPTION

    OPTION YEAR 2 (01 Oct 2009-30 Sep 2010) FFP In accordance with Revised PWS Section C.300000. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AA 12 Months EXERCISED OPTION

    O&M HF Transmitter & Receiver Sites FFP In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024310RC1C001

    NET AMT ACRN AR

    CIN: N7024310RC1C0012001AA

  • N00604-06-R-0010

    H-55

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AB 12 Months EXERCISED OPTION

    O&M USAF SCOPE System FFP In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024310RC1C001

    NET AMT ACRN AR

    CIN: N7024310RC1C0012001AB

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AC 12 Months EXERCISED OPTION

    O&M SATCOM FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised Section C.300000. FOB: Destination MILSTRIP: N7024310RC1C001

    NET AMT ACRN AS

    CIN: N7024310RC1C0012001AC

  • N00604-06-R-0010

    H-56

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AD 12 Months EXERCISED OPTION

    O&M Tech Control FFP In accordance with Revised Section C.300000. FOB: Destination MILSTRIP: N7024310RC4C001

    NET AMT ACRN AT

    CIN: N7024310RC4C0012001AD

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AE 12 Months O&M Message Ctr

    FFP In accordance with Revised PWS Section C.300000. FOB: Destination

    NET AMT

  • N00604-06-R-0010

    H-57

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AF 12 Months EXERCISED OPTION

    O&M ONE-NET Crypto FFP In accordance with Revised PWS Section C.300000. FOB: Destination MILSTRIP: N7024310RC1L001

    NET AMT ACRN AU

    CIN: N7024310RC1L0012001AF

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AG Lot EXERCISED OPTION

    Repair Parts (HF Transmitter & Receiver) FFP Contractor furnished IAW Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available. for open purchase. FOB: Destination MILSTRIP: N7024310RC1C001

    NET AMT ACRN AR

    CIN: N7024310RC1C0012001AG

  • N00604-06-R-0010

    H-58

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AH Lot EXERCISED OPTION

    Repair Parts (SATCOM & Fleet Ctr) FFP Contractor furnished IAW Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination MILSTRIP: N7024310RC1C001

    NET AMT ACRN AS

    CIN: N7024310RC1C0012001AH

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AJ Lot EXERCISED OPTION

    Repair Parts TCF, Message Ctr FFP Contractor furnished IAW Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination MILSTRIP: N7024310RC4C001

    NET AMT ACRN AT

    CIN: N7024310RC4C0012001AJ

  • N00604-06-R-0010

    H-59

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AK Lot

    FFP FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 OPTION OPTION YEAR 3 (01 Oct 2010-30 Sep 2011)

    FFP In accordance with Revised PWS Section C.300000. FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AA 12 Months EXERCISED OPTION

    O&M HF Transmitter & Receiver Sites FFP In accordance with Revised PWS Section C.300000. FOB: Destination

    NET AMT ACRN AV

    CIN: N7024311RC10C0013001AA

  • N00604-06-R-0010

    H-60

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AB 12 Months EXERCISED OPTION

    O&M USAF SCOPE System FFP In accordance with Revised PWS Section C.300000. FOB: Destination

    NET AMT ACRN AV

    CIN: N7024311RC1C0013001AB

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AC 12 Months EXERCISED OPTION

    O&M SATCOM FFP EHF/SHF/UHF Satellite Operations and Maintenance (includes Fleet Center, JMINI, CUDIX). In accordance with Revised PWS Section C.300000. FOB: Destination

    NET AMT ACRN AW

    CIN: N7024311RC1C0013001AC

  • N00604-06-R-0010

    H-61

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AD 12 Months EXERCISED OPTION

    O&M Tech Control FFP In accordance with Revised PWS Section C.300000. FOB: Destination

    NET AMT ACRN AX

    CIN: N7024311RC4C0013001AD

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AE 12 Months EXERCISED OPTION

    O&M Message Ctr FFP In accordance with Revised PWS Section C.300000. FOB: Destination

    NET AMT ACRN AX

    CIN: N7024311RC4C0013001AE

  • N00604-06-R-0010

    H-62

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AF 12 Months EXERCISED OPTION

    O&M ONE-NET Crypto FFP In accordance with Revised PWS Section C.300000. FOB: Destination

    NET AMT ACRN BB

    CIN: N7024311RC1L0013001AF

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AG 1 Lot EXERCISED OPTION

    Repair Parts (HF Transmitter & Receiver) FFP Contractor furnished IAW Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available. for open purchase. FOB: Destination

    NET AMT ACRN AV

    CIN: N7024311RC1C0013001AG

  • N00604-06-R-0010

    H-63

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AH 1 Lot EXERCISED OPTION

    Repair Parts (SATCOM & Fleet Ctr) FFP Contractor furnished IAW Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT ACRN AW

    CIN: N7024311RC1C0013001AH

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AJ 1 Lot EXERCISED OPTION

    Repair Parts TCF, Message Ctr FFP Contractor furnished IAW Revised PWS Section C.300000. To be reimbursed at cost plus 10.9% handling and Navy Supply System surcharges. NOTE: Approximately 75% of this SUBCLIN will be used to establish the annual OPTAR account and will not be available for open purchase. FOB: Destination

    NET AMT ACRN AX

    CIN: N7024311RC4C0013001AJ

  • N00604-06-R-0010

    H-64

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001AK 12 Months EXERCISED OPTION

    INTEGRATED WAVEFORM SYSTEM FFP IN ACCORDANE WITH THE ATTACHED INTEGRATED WAVEFORM SYSTEM PWS. FOB: Destination

    NET AMT ACRN AX

    CIN: N7024311RC4C0013001AK

  • N00604-06-R-0010

    H-65

    Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 N/A N/A N/A Government 0001AA N/A N/A N/A Government 0001AB N/A N/A N/A Government 0001AC N/A N/A N/A Government 0001AD N/A N/A N/A Government 0001AE N/A N/A N/A Government 0001AF N/A N/A N/A Government 0001AG N/A N/A N/A Government 0001AH N/A N/A N/A Government 0001AJ N/A N/A N/A Government 0002 N/A N/A N/A Government 1001 N/A N/A N/A Government 1001AA N/A N/A N/A Government 1001AB N/A N/A N/A Government 1001AC N/A N/A N/A Government 1001AD N/A N/A N/A Government 1001AE N/A N/A N/A Government 1001AF N/A N/A N/A Government 1001AG N/A N/A N/A Government 1001AH N/A N/A N/A Government 1001AJ N/A N/A N/A Government 2001 N/A N/A N/A Government 2001AA N/A N/A N/A Government 2001AB N/A N/A N/A Government 2001AC N/A N/A N/A Government 2001AD N/A N/A N/A Government 2001AE N/A N/A N/A Government 2001AF N/A N/A N/A Government 2001AG N/A N/A N/A Government 2001AH N/A N/A N/A Government 2001AJ N/A N/A N/A Government 2001AK N/A N/A N/A Government 3001 N/A N/A N/A Government 3001AA N/A N/A N/A Government 3001AB N/A N/A N/A Government 3001AC N/A N/A N/A Government 3001AD N/A N/A N/A Government 3001AE N/A N/A N/A Government 3001AF N/A N/A N/A Government 3001AG N/A N/A N/A Government 3001AH N/A N/A N/A Government 3001AJ N/A N/A N/A Government 3001AK N/A N/A N/A Government

  • N00604-06-R-0010

    H-66

    CLAUSES INCORPORATED BY REFERENCE 52.246-4 Inspection Of Services--Fixed Price AUG 1996 CLAUSES INCORPORATED BY FULL TEXT 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2003) (a) At the time of each delivery of supplies or services under this contract, the Contractor shall prepare and furnish to the Government a material inspection and receiving report in the manner and to the extent required by Appendix F, Material Inspection and Receiving Report, of the Defense FAR Supplement. (b) Contractor submission of the material inspection and receiving information required by Appendix F of the Defense FAR Supplement by using the Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) electronic form (see paragraph (b)(1) of the clause at 252.232-7003) fulfills the requirement for a material inspection and receiving report (DD Form 250). (End of clause) INSPECT & ACCEPT E.1 INSPECTION AND ACCEPTANCE (DESTINATION) – SEP 1994 (NAVSUP) Inspection and acceptance of the supplies or services to be furnished hereunder shall be made at destination by the requiring activity. Receiving activity shall execute acceptance certificate on the applicable inspection and receiving report form (DD Form 250, DD Form 1155 or contractor invoice). The executed payment copy or MILSCAP Format Identifier PKN or PKP shall be forwarded to the payment office within four work days (five days when MILSCAP Format is used) after delivery and acceptance of the shipment by the receiving activity.

  • N00604-06-R-0010

    H-67

    Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 01-JUL-2007 TO

    30-SEP-2007 N/A U.S. NAVCOMTELSTA GUAM

    ATTN: COMMANDING OFFICER ATTN: COMMANDING OFFICER PSC 488, BOX 101 FPO AP CA 96537-1800 FOB: Destination

    N70243

    0001AA POP 01-AUG-2007 TO

    30-SEP-2007 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    0001AB POP 01-JUL-2007 TO

    30-SEP-2007 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    0001AC POP 01-AUG-2007 TO

    30-SEP-2007 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    0001AD POP 01-AUG-2007 TO

    30-SEP-2007 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    0001AE POP 01-AUG-2007 TO

    30-SEP-2007 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    0001AF POP 01-AUG-2007 TO

    30-SEP-2007 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    0001AG POP 01-JUL-2007 TO

    30-SEP-2007 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    0001AH POP 01-JUL-2007 TO

    30-SEP-2007 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    0001AJ POP 01-JUL-2007 TO

    30-SEP-2007 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    0002 POP 01-JUL-2007 TO

    31-JUL-2007 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    1001 POP 01-OCT-2007 TO

    30-SEP-2008 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    1001AA POP 01-OCT-2007 TO

    30-SEP-2008 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    1001AB POP 01-OCT-2007 TO

    30-SEP-2008 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

  • N00604-06-R-0010

    H-68

    1001AC POP 01-OCT-2007 TO 30-SEP-2008

    N/A (SAME AS PREVIOUS LOCATION) FOB: Destination

    N70243

    1001AD POP 01-OCT-2007 TO

    30-SEP-2008 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    1001AE POP 01-OCT-2007 TO

    30-SEP-2008 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    1001AF POP 01-OCT-2007 TO

    30-SEP-2008 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    1001AG POP 01-OCT-2007 TO

    30-SEP-2008 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    1001AH POP 01-OCT-2007 TO

    30-SEP-2008 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    1001AJ POP 01-OCT-2007 TO

    30-SEP-2008 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    2001 POP 01-OCT-2008 TO

    30-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    2001AA POP 01-OCT-2008 TO

    30-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    2001AB POP 01-OCT-2008 TO

    30-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    2001AC POP 01-OCT-2008 TO

    30-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    2001AD POP 01-OCT-2008 TO

    30-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    2001AE POP 01-OCT-2008 TO

    30-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    2001AF POP 01-OCT-2008 TO

    30-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    2001AG POP 01-OCT-2008 TO

    30-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    2001AH POP 01-OCT-2008 TO

    30-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    2001AJ POP 01-OCT-2008 TO

    30-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    2001AK N/A N/A N/A N/A

  • N00604-06-R-0010

    H-69

    3001 POP 01-OCT-2009 TO 30-SEP-2010

    N/A U.S. NAVCOMTELSTA GUAM ATTN: COMMANDING OFFICER ATTN: COMMANDING OFFICER PSC 488, BOX 101 FPO AP CA 96537-1800 FOB: Destination

    N70243

    3001AA POP 01-OCT-2009 TO

    30-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    3001AB POP 01-OCT-2009 TO

    30-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    3001AC POP 01-OCT-2009 TO

    30-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    3001AD POP 01-OCT-2009 TO

    30-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    3001AE POP 01-OCT-2009 TO

    30-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    3001AF POP 01-OCT-2009 TO

    30-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    3001AG POP 01-OCT-2009 TO

    30-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    3001AH POP 01-OCT-2009 TO

    30-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    3001AJ POP 01-OCT-2009 TO

    30-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination N70243

    3001AK N/A N/A N/A N/A CLAUSES INCORPORATED BY REFERENCE 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay Of Work APR 1984 52.247-34 F.O.B. Destination NOV 1991 CLAUSES INCORPORATED BY FULL TEXT 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (a) Definitions. As used in this clause -- (1) "Components" means articles, materials, and supplies incorporated directly into end products at any level of

  • N00604-06-R-0010

    H-70

    manufacture, fabrication, or assembly by the Contractor or any subcontractor. (2) "Department of Defense" (DoD) means the Army, Navy, Air Force, Marine Corps, and defense agencies. (3) "Foreign flag vessel" means any vessel that is not a U.S.-flag vessel. (4) "Ocean transportation" means any transportation aboard a ship, vessel, boat, barge, or ferry through international waters. (5) "Subcontractor" means a supplier, materialman, distributor, or vendor at any level below the prime contractor whose contractual obligation to perform results from, or is conditioned upon, award of the prime contract and who is performing any part of the work or other requirement of the prime contract. (6) "Supplies" means all property, except land and interests in land, that is clearly identifiable for eventual use by or owned by the DoD at the time of transportation by sea. (i) An item is clearly identifiable for eventual use by the DoD if, for example, the contract documentation contains a reference to a DoD contract number or a military destination. (ii) "Supplies" includes (but is not limited to) public works; buildings and facilities; ships; floating equipment and vessels of every character, type, and description, with parts, subassemblies, accessories, and equipment; machine tools; material; equipment; stores of all kinds; end items; construction materials; and components of the foregoing. (7) "U.S.-flag vessel" means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States. (b)(1) The Contractor shall use U.S.-flag vessels when transporting any supplies by sea under this contract. (2) A subcontractor transporting supplies by sea under this contract shall use U.S.-flag vessels if-- (i) This contract is a construction contract; or (ii) The supplies being transported are-- (A) Noncommercial items; or (B) Commercial items that-- (1) The Contractor is reselling or distributing to the Government without adding value (generally, the Contractor does not add value to items that it contracts for f.o.b. destination shipment); (2) Are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations; or (3) Are commissary or exchange cargoes transported outside of the Defense Transportation System in accordance with 10 U.S.C. 2643. (c) The Contractor and its subcontractors may request that the Contracting Officer authorize shipment in foreign-flag vessels, or designate available U.S.-flag vessels, if the Contractor or a subcontractor believes that -- (1) U.S.-flag vessels are not available for timely shipment; (2) The freight charges are inordinately excessive or unreasonable; or (3) Freight charges are higher than charges to private persons for transportation of like goods.

  • N00604-06-R-0010

    H-71

    (d) The Contractor must submit any request for use of other than U.S.-flag vessels in writing to the Contracting Officer at least 45 days prior to the sailing date necessary to meet its delivery schedules. The Contracting Officer will process requests submitted after such date(s) as expeditiously as possible, but the Contracting Officer's failure to grant approvals to meet the shipper's sailing date will not of itself constitute a compensable delay under this or any other clause of this contract. Requests shall contain at a minimum -- (1) Type, weight, and cube of cargo; (2) Required shipping date; (3) Special handling and discharge requirements; (4) Loading and discharge points; (5) Name of shipper and consignee; (6) Prime contract number; and (7) A documented description of efforts made to secure U.S.-flag vessels, including points of contact (with names and telephone numbers) with at least two U.S.-flag carriers contacted. Copies of telephone notes, telegraphic and facsimile message or letters will be sufficient for this purpose. (e) The Contractor shall, within 30 days after each shipment covered by this clause, provide the Contracting Officer and the Maritime Administration, Office of Cargo Preference, U.S. Department of Transportation, 400 Seventh Street SW., Washington, DC 20590, one copy of the rated on board vessel operating carrier's ocean bill of lading, which shall contain the following information: (1) Prime contract number; (2) Name of vessel; (3) Vessel flag of registry; (4) Date of loading; (5) Port of loading; (6) Port of final discharge; (7) Description of commodity; (8) Gross weight in pounds and cubic feet if available; (9) Total ocean freight in U.S. dollars; and (10) Name of the steamship company. (f) The Contractor shall provide with its final invoice under this contract a representation that to the best of its knowledge and belief-- (1) No ocean transportation was used in the performance of this contract; (2) Ocean transportation was used and only U.S.-flag vessels were used for all ocean shipments under the contract;

  • N00604-06-R-0010

    H-72

    (3) Ocean transportation was used, and the Contractor had the written consent of the Contracting Officer for all non-U.S.-flag ocean transportation; or (4) Ocean transportation was used and some or all of the shipments were made on non-U.S.-flag vessels without the written consent of the Contracting Officer. The Contractor shall describe these shipments in the following format: ITEM CONTRACT QUANTITY DESCRIPTION LINE ITEMS ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ TOTAL_______________________________________________________________ (g) If the final invoice does not include the required representation, the Government will reject and return it to the Contractor as an improper invoice for the purposes of the Prompt Payment clause of this contract. In the event there has been unauthorized use of non-U.S.-flag vessels in the performance of this contract, the Contracting Officer is entitled to equitably adjust the contract, based on the unauthorized use. (h) In the award of subcontracts for the types of supplies described in paragraph (b)(2) of this clause, the Contractor shall flow down the requirements of this clause as follows: (1) The Contractor shall insert the substance of this clause, including this paragraph (h), in subcontracts that exceed the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation. (2) The Contractor shall insert the substance of paragraphs (a) through (e) of this clause, and this paragraph (h), in subcontracts that are at or below the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation. (End of clause) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (a) The Contractor has indicated by the response to the solicitation provision, Representation of Extent of Transportation by Sea, that it did not anticipate transporting by sea any supplies. If, however, after the award of this contract, the Contractor learns that supplies, as defined in the Transportation of Supplies by Sea clause of this contract, will be transported by sea, the Contractor -- (1) Shall notify the Contracting Officer of that fact; and (2) Hereby agrees to comply with all the terms and conditions of the Transportation of Supplies by Sea clause of this contract. (b) The Contractor shall include this clause; including this paragraph (b), revised as necessary to reflect the relationship of the contracting parties-- (1) In all subcontracts under this contract, if this contract is a construction contract; or (2) If this contract is not a construction contract, in all subcontracts under this contract that are for-- (i) Noncommercial items; or

  • N00604-06-R-0010

    H-73

    (ii) Commercial items that-- (A) The Contractor is reselling or distributing to the Government without adding value (generally, the Contractor does not add value to items that it subcontracts for f.o.b. destination shipment); (B) Are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations; or (C) Are commissary or exchange cargoes transported outside of the Defense Transportation System in accordance with 10 U.S.C. 2643. (End of clause) ADD'L "F" F.1 TERM OF THE CONTRACT This contract is for a base year and four one-year options. The base contract term shall be for a period of 12 months commencing on the date of contract award. The Government has the option to extend the term of the contract in accordance with FAR 17.207, Exercise of Options. F.2 PERIOD OF PERFORMANCE (BASE PERIOD) Phase-in period shall commence at date of contract award. Full contract performance shall begin upon completion of the phase-in period (one month) and shall continue in effort through 30 September 2007. F.3 PERIOD OF PERFORMANCE (OPTION YEAR 1) Upon exercise of the option, the performance period shall extend from 1 October 2007 through 30 September 2008. F.4 PERIOD OF PERFORMANCE (OPTION YEAR 2) Upon exercise of the option, the performance period shall extend from 1 October 2008 through 30 September 2009. F.5 PERIOD OF PERFORMANCE (OPTION YEAR 3) Upon exercise of the option, the performance period shall