135
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 21 11-May-2016 See Schedule N/A 6. ISSUED BY CODE N00167 7. ADMINISTERED BY (If other than Item 6) CODE S2404A NSWC, CARDEROCK DIVISION, MARYLAND 9500 MacArthur Blvd West Bethesda MD 20817 DCMA Manassas 14501 George Carter Way Chantilly VA 20151 SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. CDI Marine 5700 Ward Avenue Virginia Beach VA 23455-3311 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4027-EHP5 10B. DATED (SEE ITEM 13) CAGE CODE 5K449 FACILITY CODE 23-Sep-2014 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) Unilateral IAW SEA 5252.216-9122 'Level of Effort' 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) Laura Rider, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Laura Rider 11-May-2016 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT … · general information contract no. n00178-04-d-4027 delivery order no. ehp5 amendment/modification no. 21 page 2 of 3 final

Embed Size (px)

Citation preview

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)21 11-May-2016 See Schedule N/A

6. ISSUED BY CODE N00167 7. ADMINISTERED BY (If other than Item 6) CODE S2404A

NSWC, CARDEROCK DIVISION, MARYLAND

9500 MacArthur Blvd

West Bethesda MD 20817

DCMA Manassas

14501 George Carter Way

Chantilly VA 20151

SCD: C

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

CDI Marine 5700 Ward Avenue Virginia Beach VA 23455-3311 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

[X] N00178-04-D-4027-EHP5 10B. DATED (SEE ITEM 13)

CAGECODE

5K449 FACILITY CODE 23-Sep-2014

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

SEE SECTION G

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

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

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

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

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

[X] D. OTHER (Specify type of modification and authority)Unilateral IAW SEA 5252.216-9122 'Level of Effort'

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) Laura Rider, Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Laura Rider 11-May-2016

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

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

1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

GENERAL INFORMATION

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 2 of 3

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 3 of 3

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 1 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 2 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 3 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 4 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 5 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 6 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 7 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 8 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 9 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 10 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 11 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 12 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 13 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 14 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 15 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 16 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 17 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 18 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 19 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 20 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 21 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 22 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 23 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 24 of 132

FINAL

SECTION C DESCRIPTIONS AND SPECIFICATIONS

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 25 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 26 of 132

FINAL

STATEMENT OF WORK

C.1. INTRODUCTION

The Naval Surface Warfare Center Carderock Detachment Norfolk, Combatant Craft Division (CCD), Code 83 is afull spectrum, full life cycle technical support center for all types of combatant craft, boats, watercraft, amphibiousvessels/vehicles, Patrol Coastal Class ships, specialty craft/vessels, life rafts, inflatable craft, unmannedvessels/vehicles, and associated systems (herein after referred to as watercraft) for the Department of Defense, otherGovernment entities, and the maritime community. CCD is chartered to support component organizations andoutside agencies in these areas. CCD clients include the U.S. Navy, U.S. Special Operations Command, U.S.Army, U.S. Marine Corps, other DoD elements, U.S. Coast Guard, and other non-DoD U.S. Governmentagencies. CCD also provides support for foreign country partners and their contractors.

C.2. SCOPE

This order is for the acquisition of engineering and marine services in support of the CCD mission covering thefunctional areas of program management and planning, acquisition engineering, in-service engineering, and life cyclemanagement. This is a multi-disciplinary engineering and Alteration Installation Team (AIT) services task orderincluding managerial, structural, mechanical, electrical, electronic, naval architectural, research and development,logistics, test and evaluation, prototyping, and installation and repair.

Work conducted in support of the CCD mission can be generally categorized as Systems Engineering. SystemsEngineering is defined as a comprehensive, technical and management process that includes translating operationalrequirements into configured systems, integrating the technical inputs of the entire design team, managing interfaces,characterizing and managing technical risk, transitioning technology from the technology base into program specificefforts, verifying that designs meet operational needs and integrating designs into marine craft. It is a life cycleactivity that demands a concurrent approach to both product and process development. Work conducted also willinclude those skills required to alter, install, modify, repair, document, test and verify systems on a watercraft.

C.3. REQUIREMENTS

C.3.1. General

Inherent in providing these goods and services, the contractor shall provide the supervision and managementnecessary for the efficient and effective administration and control of work performed under the task order. Thecontractor shall ensure adequate resources are dedicated to satisfy the requirements of work assignments as tasked.Work as defined herein is applicable to watercraft and their associated systems as defined above.

It is intended that the order provide the flexibility for standard, urgent, complex or other support situations infulfillment of the customer's needs. Material is defined as design, installation and logistical support documentation,prototype installation items, repair/replacement items, and production kits that may be required to modernize, alter,or support watercraft. Service is defined as providing manpower and equipment to accomplish research,development, design, logistics support, alteration development, modernization, kitting, inspections, testing,storage, repair, and maintenance of watercraft. The performance of these services may be required at contractorfacilities, Government facilities, fleet operational sites, forward-deployed sites, or repair/construction industrialfacilities.

The contractor may be required to work on various projects at several sites simultaneously. Each work site locationmay require personnel from the various labor categories. The contractor shall be capable of supporting effortsnationwide and worldwide. This may include travel for extended periods of time away from the home activity.Conduct of work might be accomplished on watercraft in an operational readiness status. Therefore, scheduling andcompletion of work are critical. The contractor shall provide a Quick Response Capability (QRC) meetingunplanned/unscheduled needs in the support of urgent or emergent requirements. Inherent in this responsiveness isthe responsibility in providing the required personnel skills necessary to effect satisfactory completion of orderedwork.

The majority of the work will be performed in Zone 3 Mid-Atlantic of the current SeaPort contracts. However, it isexpected that work will be performed throughout all zones in the United States, Europe, the Middle East, PacificIslands, South America, and any other location in the world that the United States Government has an activepresence. The following will show the estimated breakdown of the amount of work to be performed per location:

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 27 of 132

FINAL

Zone 3 Mid Atlantic (75%); Zone 1 Northeast (1%); Zone 2 National Capital (1%); Zone 4 Gulf Coast (2%); Zone 5Mid West (1%); Zone 6 South West (10%); Zone 7 North West (1%); Europe (1%); Middle East (4%); PacificIslands (1%); South America (1%); Other (2%).

The contractor shall provide the necessary incidental materials, services and facilities (except those furnished by theGovernment under the expressed provisions of the task order) when issued a technical instruction, which will beissued under the resultant order by the Contracting Officer and her/his Designated Representative, hereinafter calledthe Contracting Officer’s Representative (COR) . Work performed under this task order will include:

• Program Management and Planning

• Design and Prototype Engineering and Construction

• Design Development Engineering

• In-Service Engineering and Life Cycle Management

C.3.2. Task A—Program Management and Planning

The contractor shall function as a Program, Technical and/or Financial Management Analyst for all programs andprojects supporting Program Management and Planning.

C.3.2.1. General Support – The contractor shall provide for presentation development, financial and technicaltracking, database entry, report writing, support to conferences, responding to inquiries from internal and externalcustomers, processing of reports from financial databases, and preparation of status reports and metrics to be used bymanagement for budget development, workload analysis and process improvement. Provide scheduling, tracking,monitoring, and estimating of assigned projects. Liaison with vendors, engineers, technicians, and managementpersonnel of Government and private industry.

C3.2.2. Conference/Meeting/Office Support - The contractor shall provide logistical and management support toconferences/meetings including administrative support for registration, preparation of displays, preparation ofcorrespondence, tracking, estimating, reporting, documentation and responding to inquiries from vendors andcustomers.

C.3.2.3 Progress Reports - The contractor shall provide monthly, quarterly, and annual progress reports includingexpected completion dates, the amount of funds expended to date, percentage complete, issue identification as wellas a list of all activities that are taking place under the task. In addition, the contractor shall provide weeklyfinancial reports that show the funds spent during the previous week and what or who they were spent on. Weeklyreports shall include the noun name of task, related Government Technical Instruction, names of employees workingon the task,their labor categories, the number of hours worked per employee, charges for each employee that week,summary of charges for that week, summary of charges for each employee on each task, summary of total fundsexpended and remaining for each Government Technical Instruction and the specific material that was purchased.Weekly financial reports shall also include the specific Period of Performance (PoP) date of the funds for eachGovernment Technical Instruction. It should be noted that there is the potential for one thousand or moreindividual reports. In addition, the weekly report shall indicate remaining funding available to the Government afterthe anticipated contractor's charges. The contractor shall state whether or not the remaining funds are sufficient tocomplete the task as agreed on the Technical Instruction estimate/authorization form, as applicable. In addition, anIndustrial Material Ordering Status Report shall be completed by the contractor. The Material Ordering StatusReport shall include a clear description of the item ordered, the ordering date, estimated delivery date, actual date ofreceipt of materials, cost per each item, total cost of all items and total number of items. The Contractor shallinform the Government when 75% of the funds in a Technical Instruction expect to be spent within the next 60days. In addition, all tasks shall be closed out within 3 months after job completion or the contractor shall informthe Government what outstanding items are preventing closing the Technical Instruction. Technical Instructionsstill open after 3 months after job completion shall be closed at the soonest possible time.

C.3.3 Task B—Design and Prototype Engineering and Construction

The contractor shall provide systems and design engineering support to assist in the effective application of scientificand engineering efforts to transform validated operational needs into designs through a documented process ofrequirements definition, functional analysis, synthesis, optimization, design, testing, evaluation, and logistics in

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 28 of 132

FINAL

support of watercraft. In addition, the contractor shall provide for the construction of models or prototypes to aid inthe validation of current and future designs. Any prototype developed by the contractor in performance of this order,specifications, drawings, and related technical data resulting from the development of the prototype will becomeGovernment property.

C.3.3.1 Prototype Design and Fabrication - The contractor shall provide the services, equipment and incidentalmaterials necessary to fabricate, and assemble breadboards, prototypes, engineering-development models, andadvanced development models as required to support CCD tasks. This will include the ordering and inventory oftechnical materials and supplies used. Prototypes will be used to determine feasibility or provide proof of concept,validate watercraft design and producibility. These systems will be evaluated to form the basis for production designdecisions. This effort could also include the construction of prototype watercraft.

C.3.3.2 Prototype Installation - The contractor shall provide for all aspects of prototype installations. A prototypeinstallation, as defined herein, is an alteration providing a capability during evaluation in support of research,development, test and evaluation, or other requirements. Prototypes will be used to determine feasibility or provideproof of concept, validate watercraft design and producbility. The purpose of this effort is for the contractor to partnerand/or team with the Government to correct, improve or otherwise validate the installation safety and technicaladequacy of the design.

The contractor is to perform the installation per the technical instruction and provide feedback comments, input,marked-up technical information, marked-up drawings such that future installations will result in best value to theGovernment. The team shall notify the Government should problems exist prior to performing the installation wherethe direction will result in costly mistakes.

C.3.3.3 Material - The contractor shall provide necessary support to provide incidental material, transport and storematerial in support of prototyping or other efforts. Stored material shall be tagged for specific job and part numberassociated with installation drawings and shall be stored separately from other task materials.

C.3.4 Task C—Design Development Engineering

The contractor shall provide systems and design engineering support to assist in the effective application of scientificand engineering efforts to transform validated operational needs into thoroughly defined system configurationsthrough a documented process of requirements definition, functional analysis, synthesis, optimization, design, andevaluation in support of watercraft acquisition under the Defense Acquisition System DoD 5000 Model.

C.3.4.1 Systems Engineering - The contractor shall provide support within any element of the systems engineeringdiscipline. This includes specialty-engineering expertise as required. Specialty engineering may include:

• Quality

• Logistics

• Testability

• Producibility

• System Safety

• Transportability

• Standardization

• Human Factors

• Manning Analysis

• Value Engineering

• Computer Modeling

• System Certification

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 29 of 132

FINAL

• Environmental Effects

• Survivability/Hardness

• Computer Software/Systems

• Systems Requirements Analysis

• Operational Performance Analyses

• Reliability, Maintainability, Availability

• Electromagnetic Compatibility/Interference

C.3.4.1.1 Feasibility Studies - The contractor shall perform feasibility studies for current or new technologiesapplicable to watercraft and maritime technologies. This may include the identification of possible solutions to meeta need, the screening of alternatives, the selection of a preferred approach, assessing system performancecharacteristics (modeling and physical test and evaluation), and/or designing possible alternatives (modeling,breadboards, prototypes, engineering development models, etc.). The contractor shall evaluate alternatives usingfactors such as technical performance, reliability and maintainability, cost, schedule, and supportability.

C.3.4.1.2 Industry Surveys - The contractor shall conduct industry surveys, gathering data on watercraft andequipment/systems characteristics, suppliers’ capabilities and the business practices that surround them. It includesthe analysis of that data to aid the Government in acquisition decisions. The contractor shall report the results of theindustry survey such that the Government can use the information in support of acquisition efforts.

C.3.4.2 Design - The contractor shall be expected to perform design functions as well as performing independentverification and validation of products developed by other activities. The contractor shall provide technical supportthat includes a mix of marine engineering disciplines including naval architecture, mechanical engineering,electrical/electronic engineering, and related engineering. The contractor shall perform design efforts normallyassociated with marine engineering tasks needed to accomplish watercraft design, developmental test, andevaluation. These efforts may include engineering calculations and analyses, computer modeling, theoretical design,operational requirements documentation, drawing development (concept, contract, and construction), design historydevelopment, two and three dimensional computer aided design (specifically AutoCAD, Solidworks, AutodeskInventor, and Anvil Express), specification development (performance and detailed), test and evaluation plans,developmental test plans, technical information/data packages, etc. Information systems support and experimentalequipment support services may also be required. The contractor shall provide technical and operational supportfrom a total systems approach. Systems support shall be organized in depth, contain mutually supporting elements,and be coordinated to prevent gap or overlap in responsibilities and performance.

C.3.4.2.1 Naval Architect Design - The contractor shall provide services to support hull design, hydrodynamics,stability, mass properties, arrangements, and structures for watercraft.

C.3.4.2.2 Mechanical Design - The contractor shall provide services to support marine propulsion and auxiliaryequipment and systems integration design, thermodynamics, fluidics, mechanics of mechanisms and structures,failure analysis, systems dynamics, and properties of materials.

C.3.4.2.3 Electrical/Electronic Design - The contractor shall provide services to support marine electrical andelectronic equipment and systems integration design; power generation, conversion, and distribution; illumination;interior/exterior communications; navigation; control systems; networks; and other electronics.

C.3.4.2.4 Related Engineering Design - The contractor shall perform functions related to marine engineeringincluding development of functional and reliability block diagrams, reliability, availability, and maintainabilityallocations and predictions, human factors engineering, safety engineering, environmental analysis, engineeringeconomics, logistics, etc. The contractor shall analyze overall systems design and prepare system and componentspecifications, and define quantitatively and qualitative parameters.

C.3.5 Task D— Systems and Design Engineering for New Equipment and Watercraft

The contractor shall provide systems and design engineering support for the Government acquisition and

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 30 of 132

FINAL

construction of new equipment and watercraft. This is to take place throughout the design and construction phases ofthe task order that the new equipment or watercraft is built to.

The services require necessary and careful monitoring of the vendor or production yard performing the constructionor testing to ensure that task order specifications are adhered to, that cost is carefully controlled, and that schedule ismaintained. The contractor shall provide independent surveys, assessments, and analyses that include assistance inspecification and change development, and final testing of equipment or watercraft.

The contractor shall provide production and/or construction support for efforts contracted by CCD or other activitiesassociated with CCD. This support may include assisting the Government with hardware/software contractor sitesurveys, reviewing hardware/software , contractor quality assurance and production capabilities, identifying potentialvendor/contractor sources, engineering analysis and design reviews, on-site inspections and surveys, documentationsubmissions and reviewing/observing acceptance and qualification of final products. Develop, collect, validate andcoordinate submission for logistic reviews and accomplish other logistic support items as tasked.

C.3.6 Task E—In-Service Engineering and Life Cycle Management

The contractor shall provide systems and design engineering support to assist in the effective application of scientificand engineering efforts to transform validated performance improvement and ownership cost reduction efforts intothoroughly defined system modifications/alterations through a documented process of requirements definition,functional analysis, synthesis, optimization, design, and evaluation in support of watercraft In-Service Engineering.The contractor shall also support the CCD role of NAVSEA 05 Technical Authority representative, watercraftPlanning Yard (PY), In-Service Engineering Agent (ISEA), fleet support, and communicate with Program Managers,Type Commander Representatives, Regional Maintenance Center Representatives, Supervisor of ShipbuildingRepresentatives, Master Ship Repair (MSR) and Agreement for Boat Repair (ABR), user activity personnel, areaprogram representatives, CCD personnel and others to facilitate completion of assigned tasks.

C.3.6.1 General - An alteration is any change in the configuration of a system, equipment, machinery, hull or fittingof a watercraft. This includes any change in design, type of material, quantity, location, or the relationship ofcomponent parts of an assembly regardless of whether it is undertaken separately from, incidental to, or inconjunction with repairs.

An Alteration Installation Team (AIT), as defined herein, is a group of personnel that is trained, equipped, taskedand funded to accomplish specific alterations on specific watercraft. The team may consist of any combination ofmilitary, civilian, or contractor personnel.

Fleet support includes: craft surveys, craft inspections, troubleshooting problems, investigating problems, distancesupport, reviewing drawings, respond to CASREPs, engineering analysis, and general fleet support of watercraft andtheir Hull, Mechanical, Electrical and Electronic systems including: hull structure, foundations, power distribution,power protection, bilge systems, engine systems, HVAC systems, navigation systems, radio systems, controlsystems, hydraulic systems, waterjet systems, steering systems, transporter systems, computer systems, fuelsystems and generating systems. Sustainment systems engineering and design includes: calculations, design,drawing development, parts validation, weight and moment analysis, quality assurance of technical data, watercraftrepair, overhaul and rehabilitation engineering, alteration development, research, prototype development, and testand evaluation. Collect, validate and coordinate submission for logistic reviews and accomplish other logisticsupport items as tasked.

C.3.6.2 Alteration Development - The contractor shall perform design and management efforts normally associatedwith marine engineering tasks (previously defined under Paragraph C.3.5) needed to effect change in watercraftperformance (improved or new/different capability) and-or reduction in ownership cost through thoroughly definedsystem modifications/alteration packages. Alteration packages may consist of Liaison Action Records (LAR),Justification/Cost Forms, Boat/Craft/Ship Alteration Records (BOATALT, CRAFTALT, SHIPALT), EngineeringChange Packages, Modification Work Orders, technical documents, installation drawings, calculations andassociated design histories. The contractor shall provide marine engineering design capabilities in support ofalteration development similar to the design services listed under Paragraph C.3.5 above. The contractor shallprovide systems and design engineering support and associated project management support to assist in the designand engineering required to alter watercraft. The Contractor shall develop specifications and design modifications,and perform watercraft checks. The contractor shall perform the work required for the mechanical, electrical, and navalarchitecture disciplines to support the design and engineering efforts necessary to complete the task. The contractor

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 31 of 132

FINAL

shall perform ship check on prototype boats and follow-on boats and develop sketches to correct design deficiencies.The contractor shall develop LARs, design sketches, and drawings as required to complete the design packageand/or specification development. The contractor shall develop and prepare material tracking documents, as requiredfor long-lead material and other material. The contractor shall validate quality fabrication and assembly ofcomponents by the contractor. The contractor shall participate in the watercraft check validation/verification to verifyfinal design drawings and other technical documentation as required. Provide logistics collection, input, validationand other logistics support as tasked.

The contractor shall include calculations, testing and evaluation requirements in all alteration documentation for themodified systems/components. This may include the following items:

Electrical/Electronic

· Proper continuity in cables and correctness of electrical hookup;

· Proper bonding, grounding, and shielding of cables and equipment;

· Proper input and output voltage levels;

· Proper insulation resistance of each cable;

· Proper polarity/rotation of motors;

· Proper use of cable/wiring installation methods;

· Ensuring kick pipes and stuffing tubes used for all penetrations of decks and watertight bulkheads maintainappropriate integrity of damage control boundary

· Inspection for chafing at penetrations of non-watertight bulkheads

· Navigation, Communication and other electronic system operational validation

Hull

· Air test, water test and chalk testing of water tight accesses or compartment closures

· Non-destructive testing of weld joints

· Validity of gas free certificate prior to welding

· Proper isolation of dissimilar metals

Mechanical

· Hydrostatic pressure test of piping and pressure vessels

· Alignment of rotational components (e.g., shaft alignment)

· Unobstructed flow verification of piping systems

· Static and dynamic testing of deck machinery and weight handling equipment

· Flow rate of air and ventilation systems

· System operational tests (e.g., cooling and heating systems, propulsion trials, etc.)

C.3.6.3 Alteration Installation

C.3.6.3.1 The contractor shall provide the necessary facilities, equipment, tools and personnel skills to accomplishprototype and production level hull, mechanical, electronic and electrical alteration installations. These installationsshall include all systems, equipment, and components of watercraft or other items as identified.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 32 of 132

FINAL

C.3.6.3.2 The contractor shall conduct pre-alteration site surveys, as tasked in the technical instruction, identifyingsituational impediments between the general technical documentation and the specific physical and environmentalconditions prior to alteration commencement. (Note: CCD will arrange and coordinate all such visits.) Necessaryinformation obtained during the site survey shall be provided in adapting the technical documentation to the specificwork. The Contractor shall provide expertise in support of pre-alteration site surveys.

C.3.6.3.3 The contractor shall meet with the CCD installation manager in accordance with the technical instructionschedule prior to an installation. The contractor shall prepare a draft schedule depicting progress of daily installationand cost expenditures prior to the meeting. The contractor shall be prepared to discuss all aspects of installationincluding material status, shipping schedule, funding status, installation requirements, quality assurance and safetyconcerns.

C.3.6.3.4 The contractor shall provide the necessary facilities to pre-fabricate parts and components, assemble, kit,stage, and distribute material to the job site. All tooling required for pre-fabrication or installation shall be provided.The contractor shall also provide for the towing of craft to the facility where the work is to be performed if required.

C.3.6.3.5 The contractor shall provide logistic feedback, changes, red-lined drawings and updates from theinstallation as applicable.

C.3.6.3.6 The contractor shall provide the necessary equipment to allow fabrication, installation and testing ofstructural, mechanical, electrical and electronic alterations. The contractor shall provide the necessary tools,equipment and maintenance required in accomplishing the task.

C.3.6.3.7 The contractor shall rehabilitate spaces disturbed by the installation to original or equivalent condition,which includes cleaning, preparing, priming and painting new and/or disturbed surfaces to match surrounding areas;and replacing all deck coverings, insulation or lagging damage incidental to installation. Replacement material shallmatch existing styles, colors and grades unless otherwise specified in the technical instruction.

C.3.6.3.8 The contractor shall prepare and install applicable labels/tags for all HM&E systems installed.Identification marking of individual parts within the systems, equipment, assemblies, subassemblies, components,groups, sets, or kits, and of spare and repair parts shall be done in accordance with applicable specifications anddrawings as identified under individual technical instructions. To the extent identification marking of such parts isnot specified, markings shall be in accordance with generally accepted Government or commercial practice.

C.3.6.3.9 Material - The contractor shall provide necessary support to deliver and store material in support of AITefforts. Stored material shall be tagged for specific job and part number associated with installation drawings andshall be stored separately from other task materials.

C.3.6.10 Watercraft Rehabilitation Engineering Support - The rehabilitation/overhaul of equipment and watercraftrequire necessary and careful monitoring of the vendor or production yard performing the overhaul, repair, or testingto ensure that task order specifications are adhered to, that cost is carefully controlled, and that schedule ismaintained. The contractor shall provide on-site support to oversee watercraft rehabilitation/overhaul performance.The contractor shall provide the necessary personnel skills to accomplish hull, mechanical, and electrical systemrehabilitation inspections and surveys including: pre-overhaul, in-process, and testing/trials. The contractor shalldevelop inspection reports, work specifications, test procedures, test reports, and progress reports. The contractorshall attend all meetings, testing and trial events to support watercraft acceptance. The contractor shall also providepersonnel and facilities to accomplish the repair, overhaul, and testing of equipment and watercraft. The personneland facilities shall conform to the requirements in paragraph C.3.6.3, Alteration Installation.

C.3.7 Boat Inventory Management and Integrated Logistics Support

Provide Boat Inventory Management (BIM) and Integrated Logistics Support (ILS), program management, andadministrative support services for various watercraft systems in support of Government acquisition and in-serviceILS and BIM program requirements.

C.3.7.1 Boat Inventory Management (BIM) support services

C.3.7.1.1 General - Boat Inventory Management (BIM) program comprises technical and program management ofall property assets classified as Navy boats and craft, including ancillary system equipment. The Navy BoatInventory Manager is the Accountable Property Officer (APO) of the assets. BIM program efforts include managing

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 33 of 132

FINAL

watercraft disposition and allowances, including initial issue to fill an allowance, custody transfer, turn in andultimately disposal of the boat. Available boats are matched to validated needs/requirements. Technical supportincludes performance of Post-Delivery Inspections on all watercraft in a contract, ensuring the craft is Ready ForIssue (RFI) prior to fielding and fleet introduction services. The BIM program performs detailed tracking ofindividual watercraft from contract award, acceptance into inventory, fielding and service life through disposal andpost-disposal actions, maintaining boat life cycle record data relating to each craft’s acceptance, its custodyassignment, configuration management, condition history and inventory status throughout its useful life through itsultimate removal from the Navy inventory. The contractor shall provide inventory management technical supportand associated project management support services to the watercraft program in support of Inventory Managementprogram efforts, including wholesale stock point operations and management. The contractor shall communicatewith watercraft custodians, watercraft inspectors, watercraft builders, watercraft builder’s representatives, typecommander representatives, shipbuilder and Supervisor of Shipbuilding representatives, operators of watercraftstorage facilities, operators of Defense Logistics Agency (DLA) Disposition Services sites, General ServicesAdministration (GSA) representatives, NAVSEA headquarters personnel, Program Executive Officer, Ships (PEOShips) personnel, CCD personnel and others involved in watercraft matters to facilitate determination andtransformation of validated watercraft operational needs into fulfilled fleet requirements.

C.3.7.1.2 The contractor shall provide services for watercraft inventory management of watercraft inventory assetsto facilitate best use of watercraft assets. Provide inventory management of watercraft for the remainder of their servicein the inventory through post disposal management services, including preparing Quasi-Title and Certificate ofBuild documentation. Manage overall watercraft location and validate watercraft in-service throughout the world,afloat and ashore, including discrepancy reporting and inventory account updates in authoritative data sources forindividual craft custody assignment, configuration management, condition history and inventory status throughoutits useful life through its ultimate removal from the Navy inventory. Assist in the analysis and continuous trackingof articulated fleet watercraft needs and chain of command endorsement of the needs to establish validatedrequirements. Analyze used watercraft availability for re-use to suit validated requirements and facilitate brokeringbest use of existing watercraft assets. Update and maintain the authoritative data sources and related data associatedwith management of the watercraft inventory.

C.3.7.1.2 The contractor shall provide services for stock point inventory management, including technical supportfor inventory management to support stock boat operations. The contractor shall provide inventory management ofwatercraft from pre-acceptance through disposal. Support on-site stock facility watercraft receipt acceptanceinspection, including shortage and discrepancy reporting, and general technical support services for the wholesalestock points. Effort includes watercraft on arrival at wholesale stock points. The contractor shall provide supportservices to accomplish on-going warehouse activities (e.g.; damage reports, watercraft asset monitoring andreporting, evaluating systems condition of watercraft in storage, minor repair/discrepancy correction, etc. Facilitatecleanliness, security and environmental (fire and watercraft related potential Hazardous Material (HAZMAT)) safety ofwatercraft and related storage areas. Prepare watercraft for shipment from wholesale stock points (including properpreparation for shipment, safe handling, proper loading and security on the shipping vehicle). Coordinate destinationand required delivery date management. Update and maintain the authoritative data sources and related dataassociated with stock point activities.

C.3.7.1.3 The contractor shall provide services for watercraft inventory management of new watercraft includingwatercraft pre-delivery inspection at builder’s facilities, fleet introduction and technical support to facilitate best useof Navy watercraft assets. For new purchase watercraft, provide inventory management of new watercraft frompre-delivery through fleet introduction. Prepare data and reports in support of inventory management for newwatercraft procurement and fielding. Assist in the analysis, continuous tracking and future projections of articulatedfleet watercraft needs and chain of command endorsement of the needs to establish validated requirements. Analyzeavailability/delivery timeframe of new construction watercraft to facilitate brokering best use of inbound newwatercraft assets. Maintain emergent fleet watercraft needs/requirements tracking. Update and maintain theauthoritative data sources and related data associated with management of new watercraft inventory.

C.3.7.1.4 The contractor shall provide services for watercraft inventory management of new watercraft forShipbuilding programs, including watercraft pre-delivery inspection at builder’s facilities, fleet introduction andtechnical support to facilitate best use of Navy watercraft assets. Prepare data and reports in support of inventorymanagement for new watercraft procurement and fielding for watercraft provided as Government Furnished Equipment(GFE) to Shipbuilding programs. Analyze availability/delivery timeframe of new watercraft to ensure watercraftassets are delivered in accordance with requirements, including ‘Ship’s Project Directive (SPD)’ requirements forShip’s watercraft.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 34 of 132

FINAL

C.3.7.1.5 The contractor shall provide on-site support for watercraft wholesale stock points necessary to supportstock operations and management. This includes determining requirements for and management of permanent,semi-permanent, or temporary real property assets required to support stock operations, including conducting studiesto define facilities or facility improvements, locations, space needs, utilities, environmental requirements, and realestate requirements. Facilities efforts are a function of overall management of the wholesale inventory control point.

C.3.7.1.6 The contractor shall provide support to define and document the requirements, resources, processes,procedures, design considerations, environmental considerations, and methods necessary to ensure that stockinventory watercraft and associated systems, equipment, and support items are preserved, packaged, handled, andtransported properly. For stock inventory accomplish watercraft receiving and storage activities (including safehandling and storage), packaging watercraft support items, spare parts, technical data, etc., providing protectivecovers, preservation, de-preservation and reactivation instructions, and watercraft preparation for issue.

C.3.7.1.7 The contractor shall provide support for the equipment (mobile or fixed) required to support watercraftstock inventory operations and management. For stock inventory provide support for the equipment (mobile orfixed) required to support stock operations and management. This includes ground handling and maintenanceequipment, tools, equipment, and test equipment.

C.3.7.1.8 The contractor shall provide inventory management technical support and associated projectmanagement support for the transformation of validated operational needs into fulfilled fleet requirements through adocumented process of requirements definition, market research and production technical support for the purchase ofwatercraft. For new watercraft, support CCD market survey efforts including maintaining up to date GSA FederalSupply Schedules (FSS) vendor information of prospective providers of watercraft and marine equipment. Provideanalysis of alternatives documentation and presentation material for specific watercraft requirements to facilitatepresentation of alternatives prior to the program office (PEO Ships, PMS 325) and fleet team making a best valuedetermination for watercraft construction. During construction provide production technical support includingassisting CCD with contractor site surveys, production progress assessment and pre-delivery inspections.

C.3.7.1.9 The contractor shall support the receipt, tracking, content documentation, and technical review oftechnical data supplied by builder during the purchase of watercraft. Receipt and review processing of the buildersupplied technical data is an inventory management effort which facilitates the development of logistics supportproducts for fleet use and life cycle support. For new watercraft, receive and process watercraft builder suppliedtechnical data, including tracking receipt and review of draft and final builder technical data submittals. Review andcatalog the content of final technical data submittals.

C.3.7.1.10 The Contractor shall maintain, augment and provide support for the authoritative data sources forindividual craft custody assignment, configuration management, condition history and inventory to supportarticulating validated operational needs and tracking the fulfillment of fleet requirements for the existing inventory ofwatercraft..

C.3.7.2 Integrated Logistics Support (ILS)

The contractor shall provide all aspects of Integrated Logistics Support (ILS) for a variety of multi-service watercraftprograms and technology insertion projects. This support shall include the analysis, development, review,maintenance, and tracking of system and equipment logistics support. The contractor shall provide development andlife cycle support for technical manuals, provisioning, Planned Maintenance System (PMS) documentation, NavyTraining System Plan (NTSP), configuration data support, as well as associated program management support toassist in the timely and economical development, implementation and fielding of ILS products. It should be notedthat terminology used in the section below is typically US Navy terminology (i.e., APL, PMS, BOATALT), wherethe specific product required for another government or non-government customer may take other forms (i.e., ECP,RPSTL, BII), as specified by the Government. The contractor shall participate in logistics associated conferencesand meetings to present concerns, making recommendations and gathering additional data as required. Typicalmeetings include, but are not limited to:

• Program Reviews

• Integrated Logistics Support Management Team (ILSMT) Meetings

• In-process Reviews (IPRs)

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 35 of 132

FINAL

• Quarterly Program Reviews (QPRs)

• Technical Interface Meetings (TIMS)

C.3.7.2.1 The contractor shall provide provisioning and other supply support services. The contractor shallevaluate data packages submitted by boat builders, or presented as GFE, and select maintenance-worthy items todevelop a Provisionable Items List (PIL). The Contractor shall develop Provisioning Technical Documentation(PTD), utilizing government specified software, and shall develop Data for Provisioning (DFP), as required. Thecontractor shall submit developed PTD and DFP, as directed, for allowance documentation development. Thecontractor shall monitor allowance documentation development to ensure that the final allowance documentationcorrectly reflects the input PTD. The supply support documentation developed or maintained under this task in theacquisition phase consists of initial development of the supply support documentation, and maintenance of thatdocumentation during the fielding phase of the procurement contract’s execution. The supply support documentationdeveloped or maintained under this task in the Life-Cycle Sustainment phase consists of development of supplysupport documentation for boats that have transitioned from, or have been tasked to the Government by, otherservices (i.e., COMNAVSPECWARCOM, U.S. Army, etc.), resulting from alteration, or other boats not havingsupply support documentation developed for other reasons, as well as maintenance of developed allowancedocumentation.

C.3.7.2.2 The contractor shall develop and/or maintain maintenance documentation as directed by theGovernment. These products will vary between services in the range/ depth, format and implementation required toachieve adequate support. Where applicable, the contractor shall provide personnel with current, documented,Reliability Centered Maintenance (RCM) Level II certification to provide Planned Maintenance development andmaintenance support. The contractor shall evaluate data packages submitted by boat builders, and shall utilize theresultant data to develop Planned Maintenance System (PMS) documentation in accordance with MIL-STD-3064.Where similar documentation is already developed, the contractor will support the submission of a request forwaiver to NAVSEA 04M1 to allow utilization of the existing maintenance procedure. The contractor, uponGovernment approval, shall support the submission of the RCM analysis, developed as a result of MIL-STD-3034requirements, to the appropriate PMS Commodity Specialist, shall monitor the development of the PMS, and shallreview the final PMS to ensure that it correctly reflects the input data. The contractor shall monitor the inclusion ofthe resultant PMS in the next PMS Force Revision (FR). The maintenance documentation developed or maintainedunder this task in the acquisition phase consists of initial development of the maintenance documentation, andmaintenance of that documentation during the fielding phase of the procurement contract’s execution. Themaintenance documentation developed or maintained under this task in the Life-Cycle Sustainment phase consists ofdevelopment of maintenance for boats that have transitioned from other services (i.e., COMNAVSPECWARCOM,U.S. Army, etc.) to US Navy cognizance, resulting from alteration, or other boats not having maintenancedeveloped for other reasons (boats previously bought not under PMS325 cognizance; for example) as well asmaintenance of developed maintenance.

C.3.7.2.3 The contractor shall provide both in-house and out-of-house technical manual development andmaintenance support. The contractor shall evaluate data packages submitted by boat builders, and shall utilize theresultant data to develop technical manuals in accordance with guidance documentation provided by the government.The contractor shall provide Quality Assurance review and validation of the developed manuals prior to submissionto the Government. The contractor shall incorporate changes resulting from government review. The contractor willalso provide services and support to make changes to existing manuals, as directed, resulting from deficiencyreports. The technical documentation developed or maintained under this task in the Life-Cycle Sustainment phaseconsists of the development of technical documentation for boats that have transitioned from other services (i.e.,COMNAVSPECWARCOM, U.S. Army, etc.) to US Navy cognizance, resulting from alteration, or other boats nothaving technical documentation developed for other reasons, as well as maintenance of developed technicalpublications.

C.3.7.2.4 The contractor shall provide configuration data accounting services via Configuration Data ManagersDatabase - Open Architecture CDMD-OA to update the Ship’s Configuration Logistics Support Information System(SCLSIS) to support craft configuration data maintenance. The Contractor shall develop CDMD-OA work files, asrequired, to ensure that upon boat issue, transfer, or retirement, the SCLSIS accurately reflects the current boatconfiguration onboard. This process will be prompted by the issuance of a letter from NSWCCD DET Norfolk’sBoat Inventory Manager, describing the transfer. SCLSIS update and maintenance in the acquisition phase consistsof building a CDMD-OA work file for each boat configuration to be issued, with identification and inclusion of boatconfiguration data to be deleted from the receiving command, and transmission of the resultant work file to the

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 36 of 132

FINAL

appropriate platform Configuration Data Manager (CDM). SCLSIS update and maintenance in the Life-CycleSustainment phase consists of building a CDMD-OA work file for each boat configuration to be issued, transferred,or retired from service, with identification and inclusion of boat configuration data to be deleted from the receivingcommand, transferring command, and transmission of the resultant work file to the appropriate platformConfiguration Data Manager (CDM). Specific SCLSIS updates resulting from BOATALT will also require work filedevelopment. United States Coast Guard (USCG) tasking may support Fleet Logistics System (FLS) systemupdate either acquisition or life-cycle sustainment phase support, as indicated by USCG tasking to CCD.

C.3.7.2.5 The contractor shall provide program management support services. The contractor shall providescheduling, tracking, monitoring, and estimating of projects assigned. The contractor shall provide support fordevelopment of program documentation, and assist with identifying logistics requirements and constraints. Thecontractor shall prepare required documentation for assigned logistics support elements in support of the ILSdevelopment and maintenance efforts. The contractor shall identify requirements, plan for, and resource material,facilities, personnel, and services for assigned logistics support elements. The contractor shall support theLife-Cycle Sustainment phase by updating documentation, reviewing the adequacy of the support, and proposingnecessary changes in ILS resources or infrastructure. The contractor shall schedule, prioritize and track all ILSprojects, and report any discrepancies or conflicts to the designated government representative for resolution.

C.3.7.2.6 The contractor shall provide training support services. The contractor shall develop Navy TrainingSystem Plans (NTSPs) in accordance with OPNAVINST 1500.76, and shall update developed NTSPs. Thecontractor shall conduct analysis and develop Job Duty Task Analysis (JDTA), Front End Analysis (FEA)/TrainingPlanning Process Methodology (TRPPM), and Navy Training System Plan (NTSP). The contractor shall conductmanpower analysis to determine requirements for operating crew, maintenance personnel, and associated support anddevelop Manpower Estimate Report. The contractor shall conduct analysis and develop system CrewFamiliarization (Initial Training), system Original Equipment Manufacturer (OEM) training (Initial Training),develop curricula and/or training aids in electronic or other formats, as required. The contractor shall scheduletraining, perform training, track attendance, and review course evaluations, as required. In the Life-CycleSustainment phase, the contractor shall develop curricula and/or training aids in electronic or other formats, asrequired, and shall update the curricula and/or training aids as required. The Contractor shall schedule training,perform training, track attendance, and review course evaluations, as required.

C.3.7.2.7 The contractor shall provide data analysis services. The contractor shall obtain and verify data fromauthoritative data sources (i.e., OMMS-NG, OARS, SCLSIS, CBSS, manufacturer’s data) to develop trend analysisand/or Reliability, Availability and Maintainability (RAM) analysis for boats and boat systems and equipment. Thecontractor shall provide other data analysis, as required, to support development of specialized kits or mission-driven sparing. The analysis will access manufacturer’s data and historical data for similar equipment, systems, orboat platform, to determine the Operational Availability (Ao) of the designated equipment, system or boat platform.During the Life–Cycle Sustainment phase, the analysis will access manufacturer’s data and historical data for similarequipment, systems, or boat platform, and shall utilize current failure reporting from the designated equipment,system or boat platform, to determine the Operational Availability (Ao) of the designated equipment, system or boatplatform, or to identify failure trends and associated costs.

C.3.7.2.8 The contractor shall perform validation of parts onboard boats. The contractor shall perform validationof parts onboard boats, as specified by the Government. The Contractor shall perform physical validation ofequipment configuration on boats after acceptance by the Government, either at the boat builder, at the Governmentstorage facility, or at the custodial activity. During the Life-Cycle Sustainment phase, the contractor shall performphysical validation of equipment configuration on boats at various activities or commercial yards.

C.3.7.2.9 The contractor shall provide Packing, Handling, Storage and Transportation (PHS&T) services asspecified by the Government. The items requiring PHS&T services shall be outfit or repair parts, manuals,drawings, CD-ROMs. In the Life-Cycle Sustainment phase the items requiring PHS&T services shall supportalteration or CASREP requirements or documentation maintenance, in the form of parts, manuals, drawings,CD-ROMs. This may include kitting to support alteration packages.

C.3.7.2.10 The contractor shall provide Facility Analysis support. The contractor shall conduct a FacilitiesAnalysis to determine requirements for modification of existing facilities or new construction including maintenancefacilities, warehousing, piers, and support facilities and develop Facility Analysis Report.

C.4 QUALITY CONTROL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 37 of 132

FINAL

C.4.1 Quality Control (QC) Program – The contractor shall conduct all work in accordance with a formal anddocumented quality control program applicable to all types and phases of engineering, AIT, ILS and BIM servicescovered in this task order.

The quality of all services rendered in execution of this SOW shall conform to the highest standards in the relevantprofession, trade, or field of endeavor. All services shall be rendered by or supervised directly by individuals fullyqualified in the relevant profession, trade or field, and holding all licenses required by law. For alterationinstallation, all material and workmanship shall be subject to inspection during the performance of the work todetermine quality and suitability for the purpose intended, and compliance with the task order. All installationsshall be tested and documentation of accepted completion provided to prove operability, safety and properinstallation even when a specific test is not called out.

C.4.2 Quality Inspections - The contractor shall be responsible for Quality Inspection and documentation of thoseinspections for all work performed. The Government will perform inspections as needed to validate the QualityInspections and documentation. The contractor shall have a formal feedback process to ensure lessons learned arereviewed and incorporated into the process as necessary.

C.4.3 Tank Entry - In accordance with S6470-AA-SAF-010; 2-8. d. 1. - 2-8. d. 2.F, where contractors areperforming maritime operations subject to 29 CFR 1915, and choose to provide competent person services to navalmaritime facility personnel, the aformentioned provisions shall be observed if the Government is to perform work inthe tank. It should be noted that if naval maritime facility personnel enter a space solely for the purpose ofinspecting or monitoring task order performance, the written agreement mentioned below is not required.

C.4.3.1 Upon notification from the COR that approval has been received from the Commanding Officer at the sitewhere work shall be performed, and if the contractor agrees, naval maritime facility personnel may enter a confinedspace and poorly ventilated enclosed space for purposes of inspection, cleaning, or cold work under a contractorcompetent person record of tests and inspections issued under the provisions of 29 CFR 1915. The Government isnot required to use such services but have the discretion to do so when using such services is advantageous to theGovernment (e.g., necessary or financially prudent).

C.4.3.2 Contractor personnel shall be pre-qualified to perform work in confined spaces. The contractor shall providetraining and the COR, upon approval of the Commanding Officer, shall ensure employees who may enter confinedspaces and poorly ventilated enclosed spaces under this subparagraph are trained in accordance with 29 CFR 1915and the contractor's confined space certification procedures (including understanding contractor record of tests andinspections) and that employees comply with confined space and poorly ventilated enclosed space entry procedures.The provision of contractor competent person services in no way relieves the Government of its obligations underany law or regulation to ensure, among other things, a safe and healthful workplace for its employees and that thecontractor competent person is qualified to perform such services. The provision of contractor competent personservices to the naval maritime facility shall be implemented through an appropriate written agreement (e.g., taskorder modification or Memorandum of Agreement) and such written agreement shall set forth the terms andconditions defining the provision of such services and incorporate section 2-8 of this manual. If naval maritimefacility personnel enter a space solely for the purpose of inspecting or monitoring task order performance, the writtenagreement mentioned above is not required.

C.4.3.3 Where Navy personnel and contractor personnel are to occupy the same certified space, the Navy confinedspace certificate and or contractor competent person record of tests and inspections issued for that space must indicatethe concurrent Navy and contractor work operations in that space to ensure conflicting operations do not occur and toensure that the competent person(s) issuing the confined space certificate and/or the record of tests and inspectionsare fully aware of all work operations to be performed in that space.

C.4.3.4 In all cases involving contractor operations within naval maritime facilities, the contractor's competentperson shall be adequately qualified and that all operations are to be conducted in accordance with the provisions of29 CFR 1915.

C.5 STANDARDS/SPECIFICATIONS/REFERENCES

Standards and specifications controlling individual tasks will be identified and provided in each technical instructionand may include the following:

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 38 of 132

FINAL

· DoD 5000.1 The Defense Acquisition System

· DoD 5000.2 Operation of the Defense Acquisition System

· American Bureau of Shipping Codes, Guides and Practices

· United States Code of Federal Regulations Title 46 Shipping

· American Boat and Yacht Council Recommended Practices and Standards

· Institute of Electrical and Electronic Engineers

· American Society of Mechanical Engineers Codes and Standards

· American Society of Heating, Refrigerating and Air Conditioning Engineers Handbook of Fundamentals

· Society of Automotive Engineers

· American Institute of Steel Construction

· American Society for Testing and Materials Specifications

· American Welding Society

· United States Coast Guard Pamphlet CG 169 Navigation Rules, International Inland 72 COLREGS

· NAVSEA Standard work items

· Standard Specifications for U.S. Navy Craft

· Naval Ships Technical Manual (NSTM) series

· NAVSEA Fleet Modernization Program Management and Operations Manual

· DOD-STD-2003 (NAVY) Electrical Plant Installation Standard Methods for Surface Ships and Submarines

· MIL-STD-461 Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems

and Equipment

· MIL-STD-1310 Shipboard Bonding, Grounding, and Other Techniques for Electromagnetic Compatibility

and Safety

· MIL-STD-22 Welded Joint Design

· MIL-STD-1689, Fabrication, Welding and Inspection of Ships Structure

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 39 of 132

FINAL

· NAVSEA T9008-B4-MAN-010 Inspection and Repair Manual for Fiber Reinforced Plastic Boats and Craft

· NAVSEA 0900-LP-060-4010 Fabrication, Welding and Inspection of Metal Boat and Craft Hulls

· NAVSEA TO300-AU-SPN-010 Fabrication, Welding and Inspection of Small Boats and Craft, Aluminum

Hulls

· United States Army Regulation AR 70-38 Research, Development, Test and Evaluation of Material For

Extreme Climatic Conditions

· MIL-HDBK-1222C Guide to the General Style and Format of US Army Work Package Technical Manuals

· MIL-STD-40051-1 Preparation of Digital Technical Information for Interactive Electronic Technical Manuals

(IETMs)

· MIL-STD-40051-2 Preparation of Digital Technical Information for Page-Based Technical Manuals

· MIL-PRF-32216 Evaluation of Commercial Off-the-Shelf (COTS) Manuals and Preparation of Supplemental

Data

· MIL-PRF-49506 Logistics Management Information (LMI)

· MIL-STD-3034 Reliability-Centered Maintenance (RCM) Process

· Watercraft Construction Drawings (as-built)

· Watercraft Alteration Drawings

· BOATALT, CRAFTALT or SHIPALT Record or Liaison Action Record (LAR) for Alteration Installation

Teams

· NAVSEA Standard Items

· NAVSEA S6470-AA-SAF-010 NAVAL MARITIME CONFINED SPACE PROGRAM

· Applicable Code of Federal Regulations

· Other documents not listed above may also be invoked, as required.

C.6 PERSONNEL QUALIFICATIONS

C.6.1 General

The contractor shall be responsible for employing technically qualified personnel to perform the tasks to be orderedhereunder. The contractor shall maintain the personnel, organization, and administrative control necessary to ensurethat the work delivered meets the task order specification requirements. The work history of each employee mustcontain experience directly related to the task and functions he/she intends to perform under this task order. When

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 40 of 132

FINAL

requested, the contractor must provide resumes to document employee competencies.

C.6.2. Management, Engineering, Logistics and Office Personnel.

C.6.2.1 Management, Engineering, Logistics and Office Personnel - *Key Personnel

The following labor categories are designated *Key Personnel for this Task Order. Resumes are required to besubmitted for each individual proposed for a Key Personnel labor category.

The following represents the Government’s target education and technical experience for the labor categories requiredto support the Statement of Work (SOW) tasking. The target specialized experience included as part of the desiredqualification should have been obtained in the fields of endeavor indicated by the applicable labor categories listedbelow and may have been gained concurrently unless otherwise specified.

1. Program Manager*: The Program Manager should have a Bachelor's degree from an accredited institution in anengineering or managerial field and 10 years of combined general, related, and specialized experience. This combinedexperience should include experience working with US Government organizations and five years of specializedexperience as a successful manager of a team of skilled professional, technical and support personnel. (Two (2)resumes required.)

2. Senior Project Engineer*: The Senior Project Engineer should have a Bachelor’s degree in engineering from anaccredited college or university and 10 years of experience in the operation, maintenance, design, or testing ofwatercraft and watercraft systems and equipment similar to or directly related to this Statement of Work (SOW). - AProfessional Engineer's (PE) License may be used to substitute for the Bachelor’s Degree. A Master’s degree may beused to substitute for five years of overall experience. (Two (2) resumes required.)

3. Senior Naval Architect*: The Senior Naval Architect should have a Bachelor’s degree in Naval Architecture froman accredited college or university and 10 years of experience in the design, operation, maintenance or testing ofwatercraft similar to or directly related to this Statement of Work (SOW). An expertise in materials (i.e., steel,aluminum, fiber reinforced plastic (FRP) and wood) is also desired. This experience should include workingexperience with United States Coast Guard (USCG), American Boat and Yacht Council (ABYC), American Bureauof Shipping (ABS), and Department of Defense (DoD) standards for watercraft. A target of three years supervisoryexperience is desired. A Professional Engineer's (PE) License may be used to substitute for the Bachelor’s Degree. AMaster’s degree may be used to substitute for 5 years of experience. (Two (2) resumes required.)

4. Senior Mechanical Engineer*: The Senior Mechanical Engineer should have a Bachelor’s degree inMechanical/Marine Engineering from an accredited college or university and 10 years of experience in the design,operation, maintenance or testing of watercraft mechanical equipment and systems equipment similar to or directlyrelated to this Statement of Work (SOW). This experience should include working experience with United StatesCoast Guard (USCG), American Boat and Yacht Council (ABYC), American Bureau of Shipping (ABS), andDepartment of Defense (DoD) standards for watercraft. A target of three years supervisory experience is desired. AProfessional Engineer's (PE) License may be used to substitute for the Bachelor’s Degree. A Master’s degree may beused to substitute for 5 years of experience. (Two (2) resumes required.)

5. Senior Electrical Engineer*: The Senior Electrical Engineer should have a Bachelor’s degree in ElectricalEngineering from an accredited college or university and 10 years of experience in the design, operation, maintenanceor testing of watercraft electrical equipment and systems equipment similar to or directly related to this Statement ofWork (SOW). This experience should include a working experience with United States Coast Guard (USCG),American Boat and Yacht Council (ABYC), American Bureau of Shipping (ABS), and Department of Defense (DoD)standards for watercraft. A target of three years supervisory experience is desired. A Professional Engineer's (PE)License may be used to substitute for the Bachelor’s Degree. A Master’s degree may be used to substitute for 5years of experience. (Two (2) resumes required)

C.6.2.1 Management, Engineering, Logistics and Office Personnel – Non-Key Personnel

The following labor categories are designated non-Key Personnel for this Task Order. Although offerors are notrequired to submit resumes for non-key personnel labor categories, the offeror must certify that all proposedpersonnel meet the prescribed minimum requirements.

1. Naval Architect: A Bachelor’s degree in Naval Architecture from an accredited college or university and four years

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 41 of 132

FINAL

of experience in the design, operation, maintenance or testing of watercraft, to include a working experience withUnited States Coast Guard (USCG), American Boat and Yacht Council (ABYC), American Bureau of Shipping(ABS), and Department of Defense (DoD) standards for watercraft. A Professional Engineer's (PE) License may beused to substitute for the Bachelor’s Degree.

2. Junior Naval Architect: A Bachelor’s degree in Naval Architecture from an accredited college or university or aProfessional Engineer's (PE) License.

3. Mechanical Engineer: A Bachelor’s degree in Mechanical/Marine Engineering from an accredited college oruniversity and four years of experience in the design, operation, maintenance or testing of watercraft mechanicalequipment and systems, to include a working experience with United States Coast Guard (USCG), American Boatand Yacht Council (ABYC), American Bureau of Shipping (ABS), and Department of Defense (DoD) standards forwatercraft. A Professional Engineer's (PE) License may be used to substitute for the Bachelor’s Degree.

4. Junior Mechanical Engineer: A Bachelor’s degree in Mechanical/Marine Engineering from an accredited collegeor university or a Professional Engineer's (PE) License.

5. Electrical Engineer: A Bachelor’s degree in Electrical Engineering from an accredited college or university andfour years of experience in the design, operation, maintenance or testing of watercraft electrical equipment andsystems, to include a working experience with United States Coast Guard (USCG), American Boat and YachtCouncil (ABYC), American Bureau of Shipping (ABS), and Department of Defense (DoD) standards for watercraft.A Professional Engineer's (PE) License may be used to substitute for the Bachelor’s Degree.

6. Junior Electrical Engineer: The Junior Electrical Engineer shall have a Bachelor’s degree in Electrical Engineeringfrom an accredited college or university or a Professional Engineer's (PE) License.

7. Senior Naval Architect/Engineering Technician: A two-year Associate of Science degree and 5 years ofnaval/marine design experience or a high school diploma and completion of an apprentice program in a marine-related hull/mechanical/electrical trade and 5 years of experience in a naval/marine design environment. Four yearsof military experience in a related hull/mechanical/electrical trade may be substituted for completion of an apprenticeprogram.

8. Naval Architect/Engineering Technician: A two-year Associate of Science degree and 3 years of naval/marinedesign experience, or a high school diploma and completion of an apprentice program in a marine-relatedhull/mechanical/electrical trade and two years of experience in a naval/marine design environment . Four years ofmilitary experience in a related hull/mechanical/electrical trade may be substituted for completion of an apprenticeprogram.

9. Junior Naval Architect/Engineering Technician: A two-year Associate of Science degree and 2 years ofnaval/marine design experience, or a high school diploma and completion of an apprentice program in a marine-related hull/mechanical/electrical trade and two years of experience in a naval/marine design environment. Fouryears of military experience in a related hull/mechanical/electrical trade may be substituted for completion of anapprentice program.

10. Senior Mechanical Engineering Technician: A two-year Associate of Science degree and 5 years of naval/marinedesign experience, or a high school diploma and completion of an apprentice program in a marine-relatedhull/mechanical/electrical trade and two years of experience in a naval/marine design environment. Four years ofmilitary experience in a related hull/mechanical/electrical trade may be substituted for completion of an apprenticeprogram.

11. Mechanical Engineering Technician: A two-year Associate of Science degree and 3 years of naval/marine designexperience, or a high school diploma and completion of an apprentice program in a marine-related hull/mechanical/electrical trade and two years of experience in a naval/marine design environment. Four years of military experiencein a related hull/mechanical/electrical trade may be substituted for completion of an apprentice program.

12. Junior Mechanical Engineering Technician: A two-year Associate of Science degree and 2 years of naval/marinedesign experience, or a high school diploma and completion of an apprentice program in a marine-relatedhull/mechanical/electrical trade and two years of experience in a naval/marine design environment. Four years ofmilitary experience in a related hull/mechanical/electrical trade may be substituted for completion of an apprenticeprogram.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 42 of 132

FINAL

13. Senior Electrical Engineering Technician: A two-year Associate of Science degree and 5 years of naval/marinedesign experience, or a high school diploma and completion of an apprentice program in a marine-relatedhull/mechanical/electrical trade and two years of experience in a naval/marine design environment. Four years ofmilitary experience in a related hull/mechanical/electrical trade may be substituted for completion of an apprenticeprogram.

14. Electrical Engineering Technician: A two-year Associate of Science degree and 3 years of naval/marine designexperience, or a high school diploma and completion of an apprentice program in a marine-related hull/mechanical/electrical trade and two years of experience in a naval/marine design environment. Four years of military experiencein a related hull/mechanical/electrical trade may be substituted for completion of an apprentice program.

15. Junior Electrical Engineering Technician: A two-year Associate of Science degree and 2 years of naval/marinedesign experience, or a high school diploma and completion of an apprentice program in a marine-relatedhull/mechanical/electrical trade and two years of experience in a naval/marine design environment. Four years ofmilitary experience in a related hull/mechanical/electrical trade may be substituted for completion of an apprenticeprogram.

16. Senior Draftsman: An Associate’s degree and 5 years of experience in the development of engineering andconstruction drawings with a demonstrated ability to utilize computer aided drawing software packages such asAutoCAD, Mechanical Desktop, or ANVIL with at least half of the required experience being in the marine/navalindustry. A high school diploma and an additional four years of experience may be used to substitute for theAssociates degree.

17. Draftsman: An Associate’s degree and 3 years of experience in the development of engineering and constructiondrawings with a demonstrated ability to utilize computer aided drawing software packages such as AutoCAD,Mechanical Desktop, or ANVIL, with at least half of the required experience being in the marine/naval industry. Ahigh school diploma and an additional four years of experience may be used to substitute for the Associates degree.

18. Junior Draftsman: An Associate’s degree with experience in the development of engineering and constructiondrawings with a demonstrated ability to utilize computer aided drawing software packages such as AutoCAD,Mechanical Desktop, or ANVIL. A high school diploma and two years of practical experience may be used tosubstitute for the Associates degree.

19. Senior Logistician: A Bachelor’s of Science degree from an accredited college or university with 5 yearsexperience in the development of Integrated Logistics Support of systems and equipment directly related to watercraftsystems/equipment design, development, acquisition, testing, and in-service sustainment with four years ofexperience having included usage of Interactive Computer Aided Provisioning System (ICAPS). Graduation from amilitary school program which provided an in-depth knowledge of naval shipboard systems maintenance andoperation may be used to substitute for the Bachelor’s degree.

20. Logistician: An Associate of Science degree from an accredited college or university with four years of experiencein the development of Integrated Logistics Support of systems and equipment directly related to watercraftsystems/equipment design, development, testing, and in-service sustainment with two years of experience directlyrelated to supply support. Graduation from a military school program which provided and in-depth knowledge ofnaval shipboard systems maintenance and operation may be used to substitute for the Associate’s degree.

21. Junior Logistician: An Associate of Science degree from an accredited college or university or graduation from amilitary school program which provided and in-depth knowledge of naval shipboard systems maintenance andoperation.

22. Training Support Specialist: An Associate’s degree from an accredited college or university, and three years ofexperience which demonstrates the ability to gather, analyze, edit, and prepare system/course training information,conduct necessary research and ensure the use of proper systems and documentation standards, and evaluatecurriculum requirements and user needs ensuring operational requirements are met. Graduation from a militaryschool program which provided an in-depth knowledge of training techniques and curriculum development.

23. Senior Analyst: A Bachelor of Arts (BA) or Bachelor of Science (BS) degree with 5 years experience in thecollection, maintenance and verification of data from diverse sources and in the structuring of fairly complex data

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 43 of 132

FINAL

analysis plans. Experience must demonstrate the preparation and delivering of presentations dealing with the statusof projects, technical or management systems, and/or management and technical problems and proposed solutions.Advanced technical training and minimum of 3 years of additional related experience may be substituted for the BAor BS degree.

24. Analyst: A Bachelor's degree (BA or BS) with four years experience in the collection, maintenance andverification of data in accordance with plans developed by others, including data from diverse sources and thatfrequently requires interpretation. Experience must demonstrate the analysis of data to identify trends and potentialtechnical and management problems. Advanced technical training and six years of additional related experience maybe substituted for the BA or BS degree.

25. Junior Analyst: An Associate Degree and working experience supporting technical and program objectives bycollecting data from readily available sources and reporting it in predetermined formats, including verification ofadequacy/accuracy of information noting variations which may require further investigation or effort. Advancedtechnical training and six years of related experience may be substituted for the Associate Degree.

29. Senior Technical Writer: A Bachelor’s Degree (BA or BS) from an accredited college or university and 5 yearsof experience performing technical writing functions for DoD assets in preparing and editing technical documentssuch as technical information/repair/operations manuals, technical reports, project plans, and strategic plans , threeyears of experience using computer graphics and publishing tools and software. An Associate’s degree and anadditional three years of experience may be substituted for the Bachelor’s degree.

30. Technical Writer: Bachelor’s degree (BS or BA) from an accredited college or university, with three years ofexperience performing technical writing functions for DoD assets in preparing and editing technical documents suchas technical information/repair/operations manuals, technical reports, project plans, and strategic plans thatdemonstrates the use of computer graphics and publishing tools and software. An Associate’s degree and anadditional three years of experience may be substituted for the Bachelor’s degree.

31. Graphics Illustrator: An Associate’s degree from an accredited college or university and three years of experiencein preparing and editing graphics, pictures, and other forms of artwork, with two years of experience in use ofcomputer graphics and publishing tools and software.

32. Clerk/Typist: High School diploma and three years of experience providing a broad range of administrativesupport and program or project specific support including experience organizing program/project information,finalizing proposals and estimates, tracking and documenting information, preparing schedules, developingpresentations, developing plans, developing spreadsheets, assisting during reviews and other miscellaneous programand project related activities.

33. Typist/Data Processor: High School diploma and experience providing program and project specific supportincluding data entry, typing, spreadsheet entries, power point entries, and general filing in support of program andproject related activities.

34. Quality Specialist: An Associate’s degree from an accredited college or university and five years of experience indeveloping and documenting production processes and procedures demonstrating knowledge of and success inimplementing military and commercial quality programs and directives.

C.6.2.2 Craftsmen - The following trades/positions may be required in support of watercraft industrial efforts, andshall be at the journeyman or equivalent level of competence:

1. Machinist

2. Welder

3. Electrician

4. Electronics Technician

5. Engineman/Mechanic

6. Pipefitter

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 44 of 132

FINAL

7. Shipfitter

8. Cabinet Maker/GRP Fabricator

9. Sheetmetal Worker

10. Painter

11. Laborer

12. Rigger

13. Boat Operator

14. Surveyor

15. Sandblaster

16. Quality Assurance Inspector

17. Project Coordinator

18. Specialty Technical Representative

Welders shall carry their certifications with them at all times. If at any time the Government questions thequalifications of an individual performing a task, the Government can ask for and the contractor shall provide thequalifications of the craftsman in question. If the Government, without further input or discussion, finds thecraftsman qualifications do not support the work being performed, the craftsman shall be removed fromaccomplishing further efforts on the task and the contractor is responsible for obtaining a qualified workman to verifyand/or correct the work accomplished by the un-qualified workman without additional cost to the Government.

If the Contracting Officer or COR questions the qualifications or competence of any person performing under the taskorder, the burden of proof to sustain that the person is qualified as prescribed herein shall be upon the contractor.

C.7 DELIVERABLES (DATA REQUIREMENTS)

C.7.1 The contractor shall provide the following deliverables associated with this tasking effort:

a. Expenditures Report - The contractor shall track and report on each funding account (individual Governmentjob order numbers) separately to maintain strict control of the multiple sponsor tasks and types of accounting thatwill be used to incrementally fund this Task Order. A weekly report detailing the expenditures (number ofman-hours in each labor category; material, services and supplies purchased, travel expenses, etc.) accrued againsteach funding account as well as the Period of Performance (i.e., funds expiration dates) for each Government joborder shall be provided to the Government. The report shall show expenditures for the current reporting period;cumulative expenditures to date; funds remaining for each account; projection of date when current fund incrementwill be expended; and total expenditures for the technical instruction.

b. Project Status Report - The contractor shall provide monthly status reports describing the work accomplishedunder each task during the period, any difficulties encountered, any problems, and provide any associatedrecommendations.

c. The Burn Rate Analysis Report is a summary report that captures the rate at which the money is expended. This report shall be attached in Wide Area Workflow Receipts and Acceptance (WAWF-RA), beginning 30 daysafter award and every 30 days thereafter. A template of this report is provided as an attachment.

d. The Incurred Costs Report is a report that captures a summary of all costs incurred to date. This report shallbe attached in Wide Area Workflow Receipts and Acceptance (WAWF-RA), beginning 30 days after award and every30 days thereafter. A template of this report is provided as an attachment.

e. Contractor Manpower Reporting Application (CMRA): The contractor shall report contractor labor hours(including subcontractor labor hours) required for performance of services provided under this task order via a secure

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 45 of 132

FINAL

data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). Theexcluded PSCs are:(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) S, Utilities ONLY;

(5) V, Freight and Shipping ONLY.

The contractor is required to completely fill in all required data fields using the following web addresshttps://doncmra.nmci.navy.mil.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year(FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all datashall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk,linked at https://doncmra.nmci.navy.mil.

C.7.2 Presentation and presentation materials will be provided as necessary or described in any individual TechnicalInstruction. Presentation material includes slides, photographs, brochures, posters, DVDs, etc.

C.8 TECHNICAL CONFERENCES/REVIEW MEETINGS

Contractor and Government representatives shall meet monthly or as required by the Government, for the duration ofthe task order to review the contractor’s performance in providing services under this task order.

Contractor personnel shall be available for informational meetings with technical personnel to discuss the direction,progress, results, and/or problems that occur during the performance of each technical instruction placed under thistask order.

C.9 GOVERNMENT FURNISHED INFORMATION (GFI) AND MATERIAL (GFM)

Any required Government Furnished Information will be identified in individually placed Technical Instructions andby modification to the Task Order.

Due to the sensitive nature of some technical and financial information required to accomplish some of these tasks,the contractor’s employees will be required to sign non-disclosure agreements prior to exposure to task relateddocuments and information.

The Government may furnish some material under this task order Any GFM to be furnished will be identified inindividually placed Technical Instructions and by modification to the Task Order.

C.10 SECURITY

C.10.1 The Department of Defense Contract Security Classification, DD Form 254 (Attachment 4), itemizes thesecurity classification requirements for this task order. The work to be performed under this task order shall involveaccess to, and handling of, classified material up to and including SECRET.

Accordingly, the contractor shall have or have the ability to obtain a Facility Security Clearance, and obtain securityclearances on all key personnel, and other personnel performing under the task order as required.

The contractor shall provide visit request information data to NSWCCDDN prior to performance. Data to includelist of all contractor personnel supporting the task, social security numbers, addresses, citizenship, and level ofclearance.

C.10.2 Contractor Personnel Identification – In the performance of this task order, contractor employees shallidentify themselves as contractor personnel by introducing themselves or being introduced as contractor personneland by displaying distinguishing badges or other visible identification for meetings with Government personnel.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 46 of 132

FINAL

Contractor personnel shall appropriately identify themselves as contractor employees in telephone conversations andformal and informal written correspondence including email.

C.10.3 Information Technology Security

The contractor IT networks/computers shall comply with Department of Defense and Department of the NavyInformation Assurance polices.

Furthermore, per Directive-Type Memorandum (DTM) 08-027, Security of Unclassified DoD Information onNon-DoD Information Systems, and subsequent DoD 8500 series issuances, the contractor shall provide adequatesecurity for all unclassified DoD information on non-DoD information systems, where DoD information is anyinformation that has not been cleared for public release in accordance with DoD Directive 5230.09 and is providedby the Department of Defense to a non-DoD entity (contractor), or is collected, developed, received, transmitted,used, or stored by a non-DoD entity is support of an official DoD activity.

DTM 08-027, Attachment 2, provides basic guidelines (information safeguards) to protect unclassified DoDinformation on non-DoD information systems. In particular, the contractor shall encrypt all information that hasbeen identified as controlled unclassified information (CUI) when in transit or stored on mobile computing devicessuch as laptops and personal digital assistants. Email, text messages, and similar communications should providethe best level of privacy available, given facilities, conditions, and environment, for example, the use of publickey-enabled encryption and Transport Layer Security (TLS).

The contractor is required to address how applicable information safeguards from DTM 08-027, Attachment 2,2.(a)-(k) will be implemented to protect DoD information at the contractor facilities. DTM 08-027 is available athttp://www.dtic.mil/whs/directives/corres/pdf/DTM-08-027.pdf (See Performance Table).

C.11 CONTRACTOR FACILITIES

The Contractor shall provide Facility, Shop and Office support to facilitate all aspects of boat and craft supportidentified herein. The shop shall be capable to perform the indicated functions herein in an efficient cost effectivemanner.

The contractor shall have a functioning office, warehouse, laboratory, and shop facilities within a reasonablecommuting distance, defined as forty (40) miles or less, from the Joint Expeditionary Base Little Creek-Fort Story,VA that enables timely and efficient routine visits between contractor personnel and Government personnel forliaison with appropriate officials and performance of work. All facilities shall be lockable, fenced, and have daily24-hour security. The level of security for all facilities must be capable of being increased to conform to the increaseof threat conditions in accordance with NAVSEA Standard Item 009-72.

Each East and West Coast facilities shall include as a minimum:

a. Warehouse space shall be secure, lockable, segregated, and clean with storage area for small and large items, andwith entryway sized to accommodate shipping and receiving of these items with mechanically-powered rollingtransporters.

b. Laboratory space with environmentally controlled (HVAC) climate and nominal Electrical Power requirement of240-Vac, 60-Hz, 100-amperes service with distribution for 240-Vac and 120Vac loads.

c. Indoor shop facility with typical shop fabrication and installation equipment, lighting and electrical service,compressed air, and water supply sufficient for operating engines. The shop shall also be capable of accepting atrailered watercraft up to 11 meters in length. In addition, the facility shall be capable of accepting a traileredwatercraft with a minimum width of 14’ and a minimum height of 14’. The shop shall be equipped to accomplishhull, mechanical, electrical and electronic industrial effort for watercraft including having equipment to performshipfitting, sheet metal, welding, pipefitting, machining, electrical, electronic, and composite work. The shop shallbe capable of working on three 7 meter Rigid Inflatable Boats (RIBs) and three 11 meter RIBs simultaneously undercover. The shop shall also have a minimum of 240-Vac, 60-Hz, 100-amperes service with distribution for 240-Vacand 120Vac loads.

d. Lifting equipment and/or fork lift to allow movement of material, boats, and removal of items from boats (e.g.,engines, marine gear, arches…).

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 47 of 132

FINAL

e. The contractor shall provide portable workshops as required to support industrial effort when away from the localfacility. A portable workshop is considered to be any temporary structure that can be placed near the place of workperformance, which provides space, storage and equipment necessary to accomplish the task.

f. The contractor shall provide for the launching of watercraft to perform waterborne trials after industrial work.

C.12. OVERTIME

Overtime may be required to support tasks with schedule restrictions, troubleshooting events, equipment upgradesand testing. Overtime hours must be authorized by the COR or the Contracting Officer prior to incurring overtimehours.

C.13 CONTRACTING OFFICER’S REPRESENTATIVE (COR)

CAR-C02 ON-SITE ENVIRONMENTAL AWARENESS (AUG 2009)

(a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations,Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements.

(b) The contractor shall ensure that each contractor employee reads the document entitled, “Carderock DivisionEnvironmental Policy and Commitment” within 30 days of commencing performance at NSWCCD-SSES. Thisdocument is available at

https://crbewebappdev.dt.navy.mil/intranet/documents/policy/Environmental Policy.pdf

(c) The contractor shall ensure that each contractor employee who will be resident at NSWCCD-SSES completesthe Environmental Management System (EMS) Awareness training within 30 days of commencing performance atNSWCCD-SSES. This document is available at

https://crbewebappdev.dt.navy.mil/intranet/esh/documents/Contractor EMS Awareness Training.doc

(d) The Contractor shall certify by e-mail to that on-siteemployees have read the “Carderock Division Environmental Policy and Commitment” and taken theEnvironmental Management System (EMS) Awareness training within 30 days of commencing performance atNSWCCD-SSES. The e-mail shall include the employee name, work site, and contract number. CAR-C03 ON-SITE SAFETY AWARENESS (AUG 2009)

(a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations,Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements. (b) The contractor shall ensure that each contractor employee reads the document entitled, “Carderock DivisionOccupational Safety and Health Policy Statement” within 30 days of commencing performance at NSWCCD-SSES. This document is available at: https://crbewebappdev.dt.navy.mil/intranet/documents/policy/OccupationalSafety.pdf (c) The contractor shall ensure that each contractor employee who will be resident at NSWCCD-SSES completesthe Voluntary Protection Program (VPP) Awareness Training within 30 days of commencing performance atNSWCCD-SSES. This document is available at:https://crbewebappdev.dt.navy.mil/intranet/esh/documents/VPP Awareness Training for Contractors.doc

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 48 of 132

FINAL

(d) The Contractor shall certify by e-mail to that employees haveread the “Carderock Division Occupational Safety and Health Policy Statement” and taken the Voluntary ProtectionProgram (VPP) awareness training within 30 days of commencing performance at NSWCCD-SSES. The e-mailshall include the employees name, work site, and contract number. (e) The contractor shall submit their OSHA 300 Logs (injury/illness rates) within 30 days of commencingperformance at NSWCCD-SSES for review by the Safety Office (Code 022). If a contractor’s injury/illness rates areabove the Bureau of Labor Statistics industry standards, a safety assessment will be performed by Code 022 todetermine if any administrative or engineering controls can be utilized to prevent further injuries/illnesses, or if anyadditional PPE or training will be required. (f) The contractor shall post their OSHA 300 Logs in a conspicuous place where employee notices are customarilyposted immediately upon commencing performance at NSWCCD-SSES. (g) Applicable contractors shall submit Total Case Incident Rate (TCIR) and Days Away, Restricted and Transfer(DART) rates for the past three years within 30 days of commencing performance at NSWCCD-SSES for review bythe Safety Office (Code 022). A contractor meets the definition of applicable if its employees worked 1,000 hours ormore in any calendar quarter on site and were not directly supervised in day-to-day activities by the command. (h) The contractor shall report all work-related injuries/illnesses that occurred while working at NSWCCD-SSES tothe Safety Office (Code 022). (i) The contractor shall ensure that all contractor work at NSWCCD-SSES is in accordance with the OccupationalSafety and Health (OSH) Program Manual (NAVSSESINST 5100.14). The OSH Program Manual is available at:https://crbewebappdev.dt.navy.mil/intranet/instr/s5100-14g.htm

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

NOTE: THIS CLAUSE WILL BE INVOKED IN DIFFERENT VARIATIONS AT THE TASK ORDERLEVEL, notwithstanding other language in this contract that gives this contract precedence when it conflicts withtask orders, the task order version of organizational conflict of interest clause, if any, shall take precedence.

(a) (1) "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'sobjectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitiveadvantage. "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and other businessenterprises.

(2) “Contractor” as used in this clause includes any affiliate, subcontractor, consultant or employee of theContractor, as well as any joint venture involving the Contractor, any entity into or with which it may subsequentlymerge or affiliate, or any other successor or assignee of the Contractor. All references to the “Contractor” ascontained in this clause shall apply with equal force to all of these included.

(3) “Contract” and “task order” shall be used as applicable to the level at which this clause is being invoked.

(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in thecontract, 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 task order may create a potentialorganizational conflict of interest on the instant contract or on a present or future acquisition. In order to avoid thispotential conflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the rightof the Contractor to participate in future procurement of equipment and/or services that are the subject of any workunder this contract shall be limited as described below and in accordance with the requirements of FAR 9.5.

(d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result indisclosure to any party outside the Government any information provided to the Contractor by the Governmentduring or as a result of performance of this task order. Such information includes, but is not limited to, informationsubmitted to the Government on a confidential basis by other persons. Further, the prohibition against release of

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 49 of 132

FINAL

Government provided information extends to cover such information whether or not in its original form, e.g., wherethe information has been included in Contractor generated work or where it is discernible from materialsincorporating or based upon such information. This prohibition shall not expire after a given period of time.

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

(e) (1) The Contractor further agrees that, during the performance of this task order and for a period of three years aftercompletion of performance of this task 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 whichit may subsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to theUnited States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractoror subcontractor, any equipment or services that is the subject of the work to be performed under this task order.

(2) This exclusion does not apply to any recompetition for equipment or services furnished pursuant to this taskorder.

(3) As provided in FAR 9.505-2, notwithstanding the three-year bar set provided for in paragraph (e)(1), if theGovernment uses, as a basis for the procurement of any equipment or services work statements or other acquisitionrelated documents growing out of the effort performed under this task order from a source other than the contractor,subcontractor, affiliate, or assign of either, during the course of performance of this task order or before the three- yearperiod following completion of this task order has lapsed, the Contractor may, with the authorization of theContracting Officer, participate in a subsequent procurement for the same system, component, or service. In otherwords, the Contractor may be authorized to compete for procurement(s) for equipment or services subsequent to anintervening procurement.

(f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, itshall make immediate and full disclosure in writing to the SeaPort/Task Order Contracting Officer. The notificationshall include a description of the actual or potential organizational conflict of interest, a description of the action thatthe Contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevantinformation that would assist the SeaPort/Task Order Contracting Officer in making a determination on this matter.This notification requirement shall also apply to any release of information in contravention of paragraph (d).Notwithstanding this notification, the Government may terminate the contract/Task Orders for the convenience of theGovernment if determined to be in the best interest of the Government.

(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of an organizationalconflict of interest prior to the award of this contract or becomes, or should become, aware of an organizationalconflict of interest after award of this contract and does not make an immediate and full disclosure in writing to theSeaPort/Task Order Contracting Officer, the Government may terminate this contract/task orders for default.

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

(i) The SeaPort/Task Order’s Contracting Officer's decision as to the existence or nonexistence of an actual orpotential 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 otherprogram offices, PEO’s or Government agencies its equipment or services if the requirement of the other programoffice, PEO or agency for the equipment or services is unrelated to any work performed under this contract/task order.Additionally, this requirement shall not preclude a Contractor involved in preparing a statement of work pursuant toits development and design work on a piece of equipment from participating in a procurement for that equipment.

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

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

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 50 of 132

FINAL

(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remediesprovided by law, including those set forth at FAR Part 9.5, or elsewhere included in this contract.

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

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 51 of 132

FINAL

SECTION D PACKAGING AND MARKING

HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)

All reports delivered by the Contractor to the Government under this contract shall prominently show on the coverof the report:

(1) name and business address of the Contractor

(2) contract number

(3) task order number

(4) sponsor: (To be specified on each individual Technical Instruction)

(Name of Individual Sponsor)

(To be specified on each individual Technical Instruction)

(Name of Requiring Activity)

(To be specified on each individual Technical Instruction)

(City and State)

All Deliverables shall be packaged and marked IAW Best Commerical Practices.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 52 of 132

FINAL

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be performed by NSWCCD Code 83 Personnel.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 53 of 132

FINAL

SECTION F DELIVERABLES OR PERFORMANCE

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

CLIN - DELIVERIES OR PERFORMANCE

Services to be performed hereunder will be provided to:

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 54 of 132

FINAL

SECTION G CONTRACT ADMINISTRATION DATA

(a) The Contracting Officer's Representative (COR) for this contract is:

The Contractor shall forward a copy of all invoices to the Contracting Officer's Representative.

(a) Definitions. As used in this clause—

“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies aunit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation in Wide AreaWorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when payment certification isdone external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requestsand receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests andReceiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall—

(1) Have a designated electronic business point of contact in the Central Contractor Registration at

https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures forself-registration available at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-BasedTraining Course and use the Practice Training Site before submitting payment requests through WAWF. Both canbe accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic DataInterchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submittingpayment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

Cost Voucher (Cost Reimbursable, T&M, LH or FPI)

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptancelocation(s) in WAWF, as specified by the contracting officer.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 55 of 132

FINAL

Destination

(3) Document routing. The Contractor shall use the information in the Routing Data Table below onlyto fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWFPay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s)

(4) Payment request and supporting documentation. The Contractor shall ensure a paymentrequest includes appropriate contract line item and subline item descriptions of the work performed or suppliesdelivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARSAppendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the“Send Additional Email Notifications” field of WAWF once a document is submitted in the system.

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the followingcontracting activity’s WAWF point of contact.

Alternate POC:

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)

HQ G-2-0009, Supplemental Instructions Regarding Electronic Invoicing (NAVSEA) (SEP 2012)

(a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at thelowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract lineitem number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurredat that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries ofwork charged during the period covered as well as overall cumulative summaries by individual labor categories,rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs(ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors,subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime)invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may beencrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 56 of 132

FINAL

encryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting costinformation directly to the CO and COR; or other method as agreed to by the CO.

(b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic DataInterchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the CORand CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does notprovide the COR and CO email notification as required herein.

PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS

(a) This requirement includes support for multiple programs with independent budgets and funding lines. Thesefunding lines are NOT interchangeable and it is critical that the Paying Office pay in accordance with the accountingclassification reference numbers (ACRNs) noted on the contractor's invoices. To do otherwise could result in amisappropriation of funds.(b) The Payment Office shall ensure that each payment under this contract is made in accordance with the specificACRNs shown on each individual invoice, including attached data.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 57 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 58 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 59 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 60 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 61 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 62 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 63 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 64 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 65 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 66 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 67 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 68 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 69 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 70 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 71 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 72 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 73 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 74 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 75 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 76 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 77 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 78 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 79 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 80 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 81 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 82 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 83 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 84 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 85 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 86 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 87 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 88 of 132

FINAL

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 89 of 132

FINAL

SECTION H SPECIAL CONTRACT REQUIREMENTS

H-5 Task Order Process.

Ombudsman Description.

The Local Warfare Center Site Deputy for Small Business has been designated as the NAVSEA and related ProgramExecutive Offices Ombudsman for this contract. The NSWCCD Ombudsman will review complaints from thecontractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with theprocedures in the contract. Complaints to the NSWCCD Ombudsman must be forwarded to:

SEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the workdescribed in Sections B and C of this contract. The total level of effort for the performance of this contract shall be582,356 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specificallyidentified in the Contractor's proposal as having hours included in the proposed level of effort.

(b) Of the total man-hours of direct labor set forth above, it is estimated that 0 man-hours are uncompensated effort.Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additionalcompensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in thefirst sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillmentof the level of effort obligations under this contract.

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

(d) The level of effort for this contract shall be expended at an average rate of approximately 5,600 hours per week. Itis understood and agreed that the rate of man hours per month may fluctuate in pursuit of the technical objective,provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the termhereof, except as provided in the following paragraph.

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

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

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

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 90 of 132

FINAL

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

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

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

(i) Within 45 days after completion of the work under each separately identified period of performance hereunder, theContractor shall submit the following information in writing to the Contracting Officer with copies to the cognizantContract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number ofman-hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the numberof man-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown ofother costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for theperiod. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, inthe case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recoverexcess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of theappropriate fee reduction in accordance with this clause. All submissions shall include subcontractor information.

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

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

(End of Text)

SEA 5252.232-9104 ALLOTMENT OF FUNDS – ALTERNATE I (JAN 2008)

(a) This contract is incrementally funded with respect to both cost and fee. The Amounts presently available andallotted to this contract for payment of base fee, if any, and award fee are set forth below. Base fee amount is subjectto the clause entitled "FIXED FEE"(FAR 52.216-8). Award fee amount is subject to the requirements delineated in.The amount(s) presently available and allotted to this contract for payment of cost for incrementally fundedCLINs/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 theallotted amount(s) will cover are as follows:

ITEM(S) EST COST FEE ESTIMATED PERIOD OF PERFORMANCESee Section B See Section F

(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time forthe incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 91 of 132

FINAL

separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and theperiod of performance which the amount(s) are expected to cover.

(c) CLINs/SLINs are fully funded and performance under these CLINs/SLINs is subject to the clause of this contractentitled "LIMITATION OF COST" (FAR 52.232-20).

(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs ofperformance of fully funded CLINs/SLINs.

(End of Text)

CAR-H09 Performance-Based Acquisition Evaluation Procedures for a SeaPort e Task Order (JUL 2012)(NSWCCD)

(a) Introduction: The contractor’s performance on this task order will be evaluated by the Government, in accordancewith this task order clause. The first evaluation will cover the period ending twelve months after the date of taskorder award with successive evaluations being performed for each twelve-month period thereafter until the contractorcompletes performance under the task order. Based on the evaluation results, the PCO will assign an overallperformance rating in accordance with paragraph (b) of this clause. The purpose of the evaluation is to determineremedies that may be invoked due to “Unsatisfactory” performance. If the PCO assigns an "Unsatisfactory"performance rating for the period evaluated, the PCO may take unilateral action, in accordance with clause 52.246-5entitled “Inspection of Services-Cost Reimbursement”, dated Apr 1984, in Section E of the base contract, to providefor a fee reduction covering the performance period evaluated. This clause provides the basis for evaluation of thecontractor’s performance and for determining if the fee amount should be reduced due to “Unsatisfactory”performance.

(b) Performance Ratings: The Government will evaluate the contractor’s performance of the Statement of Work underthe task order for each twelve month period of performance, using the measurable performance standards set forth inthe Performance Requirements Summary Table in the SOW, or elsewhere in the task order, and the PCO will assignone of the following ratings:

(1) Excellent

(2) Very Good

(3) Satisfactory

(4) Unsatisfactory

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

Table 1: Overall Performance Ratings

For The Evaluation Period

OverallPerformanceRating

Standard

Excellent “Excellent” ratings for all performance evaluationcriteria.

Very GoodA combination of “Excellent” and “Satisfactory”ratings determined by the PCO to exceedSatisfactory” overall.

Satisfactory A minimum of “Satisfactory” ratings for allperformance evaluation criteria.

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

(c) Evaluation Objective: The purpose of the evaluation and the inclusion of a remedy to the Government for

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 92 of 132

FINAL

unsatisfactory contractor performance under this task order is to ensure that the Government receives at least“Satisfactory” overall performance.

(d) Performance Evaluation Criteria: The contractor’s performance will be evaluated on an annual basis using thecriteria and standards provided for each task objective in the Performance Requirements Summary Table, andconsidering the criterion in Tables 2 through 4 of this task order clause.

(e) Organization: The performance evaluation organization consists of the Procuring Contracting Officer (PCO), whowill serve as the Evaluation Official, and the Contracting Officer's Representative (COR).

(1) Contracting Officer's Representative (COR): The COR will provide ongoing performance monitoring, evaluatetask performance based on the task order Performance Requirements Summary, prepare the evaluation report,including a recommended overall performance rating, and submit the report to the PCO for final decision withinthirty days after the end of the evaluation period. The COR will maintain the written records of the contractor’sperformance so that a fair and accurate evaluation is made.

(2) Procuring Contracting Officer (PCO): The PCO is responsible for properly administering the performanceevaluation process, maintaining the official performance evaluation file, and making the decision about the overallperformance rating and whether to reduce the fee if performance is rated as unsatisfactory.

(f) Evaluation Schedule: Each performance evaluation will cover the previous twelve months of performance. TheGovernment will evaluate all work under the task order performed by the contractor during the twelve-month period.Following each evaluation period, the PCO (or Contract Specialist if so designated by the PCO) and the COR willhold a meeting with the contractor’s Senior Technical Representative to review performance under the task orderduring the previous twelve months, including overall trends, specific problem areas, if any, and their resolution.Other Government and contractor personnel may also participate as deemed appropriate.

(g) Contractor’s Self-Evaluation: The contractor may also submit a Self-Evaluation Report for consideration. Thereport must include an overall performance rating for the task order, covering the evaluation period, and may includewhatever information the contractor deems relevant to support that rating. The report shall not exceed two (2) pagesin length.

(h) Performance Evaluation: The PCO will make the decision on the overall performance rating for the workperformed under the task order within thirty days after receipt of the evaluation report from the COR. The decisionwill be based upon the COR’s recommendations, the contractor’s comments, including any Self-Evaluation Report,and any other information deemed relevant by the PCO. The PCO shall resolve disagreements between the COR’srecommendations and the contractor’s comments/report regarding the evaluation. The PCO will provide a copy ofthe evaluation report, including the overall rating, to the contractor within five working days after completion of theevaluation.

(i) Contractor’s Review of the Evaluation Report: Contractors shall be given a minimum of 15 calendar days tosubmit comments, rebut statements, or provide additional information. The PCO shall consider the contractor’ssubmission and respond as appropriate. Although the PCO will consider the contractor’s comments, rebuttals, oradditional information, the PCO may, or may not, change the overall rating. The decision to change the ratingbased on contractor input at this stage is solely at the discretion of the PCO.

(j) This performance evaluation does not replace any other requirement for evaluating contractor performance thatmay be required by the base contract, such as a Contractor Performance Assessment Reporting System (CPARS)report, or a Task Order Performance Evaluation (TOPE).

TABLE 2: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS

Criterion UNSATISFACTORY SATISFACTORY EXCELLENT

TaskPerformance

Work product fails to meetAcceptable Quality Levels(AQLs) defined inPerfor-manceRequirements SummaryTable (see SOW or

Work product routinelymeets Acceptable QualityLevels (AQLs) defined inPerformanceRequire-ments SummaryTable(see SOW or

Work product frequentlyexceeds AcceptableQuality Levels (AQLs)defined in PerformanceRequirements SummaryTable (see SOW or

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 93 of 132

FINAL

elsewhere in the TaskOrder).

elsewhere in the TaskOrder).

elsewhere in the TaskOrder).

Staffing

Contractor providesmarginally qualified orunqualified personnel.Lapses in coverage occurregularly.

Contractor providesqualified personnel.Lapses in coverage mayoccasionally occur and aremanaged per individualtask order policy.

Contractor provideshighly qualifiedpersonnel. Contractorreassigns personnel toensure proper coverage.Actual lapsesin coverageoccur very rarely, if ever,and are managed perindividual task orderpolicy. Contractorensures staff trainingremains current.

Timeliness

Contractor frequentlymisses deadlines,schedules, or is slow torespond to governmentrequests or isnon-responsive togovernment requests.

Contractor routinelymeets deadlines,schedules, and respondsquickly to governmentrequests.

Contractor alwaysmeetsdeadlines,schedules, and respondsimmediately togovernment requests.

CustomerSatisfaction

Fails to meet customerexpectations

Meets customerexpectations.

Exceeds customerexpectations.

TABLE 3: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

ProblemResolution

Problems are unresolved,repetitive, or takeexcessive governmenteffort to resolve.

Problems are resolvedquickly with minimalgovernmentinvolvement.

Problems arenon-existent or thecontractor takescorrective actionwithout governmentinvolvement.

Responsiveness

Contractor’s managementis unresponsive togovernment requests andconcerns.

Contractor’smanagement isresponsive togovernment requests andconcerns.

Contractor’smanagement takesproactive approach indealing withgovernmentrepresentatives andanticipates Governmentconcerns.

Communications

Contractor often fails tocommunicate withgovernment in an effectiveand timely manner.

Contractor routinelycommunicates withgovernment in aneffective and timelymanner.

Contractor takes aproactive approach suchthat communications arealmost always clear,effective, and timely.

TABLE 4: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

CostManagement

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

Contractor routinelycompletes the effortwithin the originallyagreed to estimated cost.Contractor providesmeasures for controlling

Reductions in directcosts to the Governmentbelow contract estimatedcosts are noteworthy.Contractor providesdetailed cost analysis

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 94 of 132

FINAL

all costs at estimatedcosts. Funds andresources are generallyused in a cost-effectivemanner. No majorresource managementproblems are apparent.

and recommendations toGovernment forresolution of problemsidentified. Funds andresources are optimallyused to provide themaximum benefit for thefunds and resourcesavailable. Documentedsavings are apparent.

CostReportingReports are generally late,inaccurate incomplete orunclear.

Reports are timely,accurate, complete andclearly written. Problemsand/or trends areaddressed, and ananalysis is alsosubmitted.

Reports are clear,accurate, and pro-active.Problems and/or trendsare addressedthoroughly, and thecontractor’srecommendations and/orcorrective plans areimplemented andeffective.

See Attachment CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE

CAR H11 – CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (MAR 2014)

a. In accordance with SECNAV M-5510.30 Chapters 5 and 6, all Contractor personnel that require access toDepartment of Navy (DON) information systems and/or work on-site are designated Non-Critical Sensitive/IT-IIpositions, which require an open investigation or favorable adjudicated National Agency Check (NACLC) by theIndustrial Security Clearance Office (DISCO). Investigations should be completed using the SF- 86 Form and theSF-87 finger print card. An interim clearance can be granted by the company Security Officer and recorded in theJoint Personnel Adjudication System (JPAS). An open or closed investigation with a favorable adjudication isrequired prior to issuance of a badge providing access to NSWCCD sites and buildings. If an unfavorableadjudication is determined by DISCO all access will terminated. For Common Access Card (CAC) card you musthave a favorably adjudicated investigation, or a final security clearance. A CAC Card will not be issued tocontractors who have an interim security clearance.

b. Within 30 days after contract award, the Contractor shall submit a list of all Contractor personnel, includingsubcontractor employees, who will have access to DON information systems and/or work on-site at one of theNSWCCD sites. The Contractor shall e-mail [email protected] to obtain the excel file that outlinesthe required format and content of the list. The Contractor will provide each employee's first name, last name,contract number, the NSWCCD technical code, work location, whether or not the employee has a CAC card and/orswipe card, the systems the employee can access (i.e., NMCI, RDT&E), and the name of the Contractor's localpoint of contact, phone number and email address. The excel file shall be submitted via email [email protected] and the Contracting Officer's Representative (COR) or Task Order Manager(TOM). Throughout the period of performance of the contract, the Contractor shall immediately provide an updatedspreadsheet to [email protected] and the COR/TOM when any Contractor personnel changes occur.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 95 of 132

FINAL

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE:

52.245-1 "GOVERNMENT PROPERTY (APR 2012)"

09RA 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2008)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days priorto completion of the base period; provided that the Government gives the Contractor a preliminary written notice ofits intent to extend at least 60 days before the contract expires. The preliminary notice does not commit theGovernment to an extension.

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

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed fiveyears.

CAR-I18 TECHNICAL INSTRUCTIONS (DEC 2001)

(a) Performance of the work hereunder may be subject to written technical instructions signed by the Task OrderManager. As used herein, technical instructions are defined to include the following:

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

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

(b) Technical instructions must be within the general scope of work stated in the task order. Technical instructionsmay not be used to :

(1) assign additional work under the task order;

(2) direct a change as defined in the “Changes” clause of the base contract;

(3) increase or decrease the contract price or estimated amount (including fee), as applicable,

the level of effort, or the time required for task order performance; or

(4) change any of the terms, conditions or specifications of the task order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order

or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10)working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by thetechnical instruction unless and until the Contracting Officer notifies the Contractor that the technical instruction iswithin the scope of this task order.

(d) Nothing in the paragraph (c) of this clause shall be construed to excuse the Contractor from performing thatportion of the task order statement of work which is not affected by the disputed technical instruction.

(End of Clause)

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

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

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 96 of 132

FINAL

1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns ofproduction equipment, or occasional production bottlenecks of a sporadic nature;

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

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

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

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

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

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

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

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

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

The following clauses are hereby incorporated:

52.228-3 – WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT)

As prescribed in 28.309(a), insert the following clause:

WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT) (JUL 2014)

(a) The Contractor shall--

(1) Before commencing performance under this contract, establish provisions to providefor the payment of disability compensation and medical benefits to covered employeesand death benefits to their eligible survivors, by purchasing workers’ compensationinsurance or qualifying as a self-insurer under the Longshore and Harbor Workers’Compensation Act (33 U.S.C. 932) as extended by the Defense Base Act (42 U.S.C. 1651,et seq.), and continue to maintain provisions to provide such Defense Base Act benefitsuntil contract performance is completed;

(2) Within ten days of an employee’s injury or death or from the date the Contractor hasknowledge of the injury or death, submit Form LS-202 (Employee’s First Report of Injuryor Occupational Illness) to the Department of Labor in accordance with the Longshoreand Harbor Workers’ Compensation Act (33 U.S.C. 930(a), 20 CFR 702.201 to 702.203);

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 97 of 132

FINAL

(3) Pay all compensation due for disability or death within the time frames required bythe Longshore and Harbor Workers’ Compensation Act (33 U.S.C. 914, 20 CFR 702.231and 703.232);

(4) Provide for medical care as required by the Longshore and Harbor Workers’Compensation Act (33 U.S.C. 907, 20 CFR 702.402 and 702.419);

(5) If controverting the right to compensation, submit Form LS-207 (Notice ofControversion of Right to Compensation) to the Department of Labor in accordance withthe Longshore and Harbor Workers’ Compensation Act (33 U.S.C. 914(d), 20 CFR702.251);

(6) Immediately upon making the first payment of compensation in any case, submitForm LS-206 (Payment of Compensation Without Award) to the Department of Labor inaccordance with the Longshore and Harbor Workers’ Compensation Act (33 U.S.C. 914(c),20 CFR 702.234);

(7) When payments are suspended or when making the final payment, submit FormLS-208 (Notice of Final Payment or Suspension of Compensation Payments) to theDepartment of Labor in accordance with the Longshore and Harbor Workers’Compensation Act (33 U.S.C. 914 (c) and (g), 20 CFR 702.234 and 702.235); and

(8) Adhere to all other provisions of the Longshore and Harbor Workers’ CompensationAct as extended by the Defense Base Act, and Department of Labor regulations at 20 CFRParts 701 to 704.

(b) For additional information on the Longshore and Harbor Workers’ Compensation Actrequirements see http://www.dol.gov/owcp/dlhwc/lsdba.htm.

(c) The Contractor shall insert the substance of this clause including this paragraph (c),in all subcontracts to which the Defense Base Act applies.

(End of Clause)

252.225-7995 C CONTRACTOR PERSONNEL PERFORMING IN THE UNITEDSTATES CENTRAL COMMAND AREA OF RESPONSIBILITY

(DEVIATION 2014-O0018) (JUN 2014)

(a) Definitions. As used in this clause—

“Combatant Commander” means the Commander of the United States CentralCommand Area of Responsibility.

“Contractors authorized to accompany the Force,” or “CAAF,” means contractorpersonnel, including all tiers of subcontractor personnel, who are authorized toaccompany U.S. Armed Forces in applicable operations and have been afforded CAAF

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 98 of 132

FINAL

status through a letter of authorization. CAAF generally include all U.S. citizen andthird-country national employees not normally residing within the operational areawhose area of performance is in the direct vicinity of U.S. Armed Forces and whoroutinely are collocated with the U.S. Armed Forces (especially in non-permissiveenvironments). Personnel collocated with U.S. Armed Forces shall be afforded CAAFstatus through a letter of authorization. In some cases, Combatant Commandersubordinate commanders may designate mission-essential host nation or local nationalcontractor employees (e.g., interpreters) as CAAF. CAAF includes contractors previouslyidentified as contractors deploying with the U.S. Armed Forces. CAAF status does notapply to contractor personnel in support of applicable operations within the boundariesand territories of the United States.

“Designated reception site” means the designated place for the reception, staging,integration, and onward movement of contractors deploying during a contingency. Thedesignated reception site includes assigned joint reception centers and other Service orprivate reception sites.

“Law of war” means that part of international law that regulates the conduct ofarmed hostilities. The law of war encompasses all international law for the conduct ofhostilities binding on the United States or its individual citizens, including treaties andinternational agreements to which the United States is a party, and applicable customaryinternational law.

“Non-CAAF” means personnel who are not designated as CAAF, such as local national(LN) employees and non-LN employees who are permanent residents in the operationalarea or third-country nationals not routinely residing with U.S. Armed Forces (and third-country national expatriates who are permanent residents in the operational area) whoperform support functions away from the close proximity of, and do not reside with, U.S.Armed Forces. Government-furnished support to non-CAAF is typically limited to forceprotection, emergency medical care, and basic human needs (e.g., bottled water, latrinefacilities, security, and food when necessary) when performing their jobs in the directvicinity of U.S. Armed Forces. Non-CAAF status does not apply to contractor personnel insupport of applicable operations within the boundaries and territories of the UnitedStates.

“Subordinate joint force commander” means a sub-unified commander or joint taskforce commander.

(b) General.

(1) This clause applies to both CAAF and non-CAAF when performing in theUnited States Central Command (USCENTCOM) Area of Responsibility (AOR)

(2) Contract performance in USCENTCOM AOR may require work in dangerousor austere conditions. Except as otherwise provided in the contract, the Contractor accepts therisks associated with required contract performance in such operations.

(3) When authorized in accordance with paragraph (j) of this clause to carry armsfor personal protection, Contractor personnel are only authorized to use force for individual

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 99 of 132

FINAL

self-defense.

(4) Unless immune from host nation jurisdiction by virtue of an internationalagreement or international law, inappropriate use of force by contractor personnel authorizedto accompany the U.S. Armed Forces can subject such personnel to United States or hostnation prosecution and civil liability (see paragraphs (d) and (j)(3) of this clause).

(5) Service performed by Contractor personnel subject to this clause is not activeduty or service under 38 U.S.C. 106 note.

(c) Support.

(1)(i) The Combatant Commander will develop a security plan for protection ofContractor personnel in locations where there is not sufficient or legitimate civilauthority, when the Combatant Commander decides it is in the interests of theGovernment to provide security because—

(A) The Contractor cannot obtain effective security services;

(B) Effective security services are unavailable at a reasonable cost; or

(C) Threat conditions necessitate security through military means.

(ii) In appropriate cases, the Combatant Commander may provide securitythrough military means, commensurate with the level of security provided DoD civilians.

(2)(i) Generally, CAAF will be afforded emergency medical and dental care if injuredwhile supporting applicable operations. Additionally, non-CAAF employees who areinjured while in the vicinity of U. S. Armed Forces will normally receive emergencymedical and dental care. Emergency medical and dental care includes medical caresituations in which life, limb, or eyesight is jeopardized. Examples of emergency medicaland dental care include examination and initial treatment of victims of sexual assault;refills of prescriptions for life-dependent drugs; repair of broken bones, lacerations,infections; and traumatic injuries to the dentition. Hospitalization will be limited tostabilization and short-term medical treatment with an emphasis on return to duty orplacement in the patient movement system.

(ii) When the Government provides medical treatment or transportation ofContractor personnel to a selected civilian facility, the Contractor shall ensure that theGovernment is reimbursed for any costs associated with such treatment or transportation.

(iii) Medical or dental care beyond this standard is not authorized.

(3) Contractor personnel must have a Synchronized Predeployment and OperationalTracker (SPOT)-generated letter of authorization signed by the Contracting Officer in orderto process through a deployment center or to travel to, from, or within the USCENTCOM

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 100 of 132

FINAL

AOR. The letter of authorization also will identify any additional authorizations, privileges,or Government support that Contractor personnel are entitled to under this contract. Contractor personnel who are issued a letter of authorization shall carry it with them at alltimes while deployed.

(4) Unless specified elsewhere in this contract, the Contractor is responsible for all othersupport required for its personnel engaged in the USCENTCOM AOR under this contract.

(d) Compliance with laws and regulations.

(1) The Contractor shall comply with, and shall ensure that its personnelperforming in the USCENTCOM AOR are familiar with and comply with, allapplicable—

(i) United States, host country, and third country national laws;

(ii) Provisions of the law of war, as well as any other applicable treaties andinternational agreements;

(iii) United States regulations, directives, instructions, policies, andprocedures; and

(iv) Orders, directives, and instructions issued by the CombatantCommander, including those relating to force protection, security, health, safety, orrelations and interaction with local nationals.

(2) The Contractor shall institute and implement an effective program to preventviolations of the law of war by its employees and subcontractors, including law of wartraining in accordance with paragraph (e)(1)(vii) of this clause.

(3) The Contractor shall ensure that CAAF and non-CAAF are aware—

(i) Of the DoD definition of “sexual assault” in DoDD 6495.01, SexualAssault Prevention and Response Program;

(ii) That the offenses addressed by the definition are covered under theUniform Code of Military Justice (see paragraph (e)(2)(iv) of this clause). Other sexualmisconduct may constitute offenses under the Uniform Code of Military Justice, Federallaw, such as the Military Extraterritorial Jurisdiction Act, or host nation laws; and

(iii) That the offenses not covered by the Uniform Code of Military Justicemay nevertheless have consequences to the contractor employees (see paragraph (h)(1) ofthis clause).

(4) The Contractor shall report to the appropriate investigative authorities,identified in paragraph (d)(6) of this clause, any alleged offenses under—

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 101 of 132

FINAL

(i) The Uniform Code of Military Justice (chapter 47 of title 10, UnitedStates Code) (applicable to contractors serving with or accompanying an armed force inthe field during a declared war or contingency operations); or

(ii) The Military Extraterritorial Jurisdiction Act (chapter 212 of title 18,United States Code).

(5) The Contractor shall provide to all contractor personnel who will performwork on a contract in the deployed area, before beginning such work, information on thefollowing:

(i) How and where to report an alleged crime described in paragraph (d)(4) ofthis clause.

(ii) Where to seek victim and witness protection and assistance available tocontractor personnel in connection with an alleged offense described in paragraph (d)(4)of this clause.

(iii) This section does not create any rights or privileges that are notauthorized by law or DoD policy.

(6) The appropriate investigative authorities to which suspected crimes shall bereported include the following—

(i) US Army Criminal Investigation Command at http://www.cid.army.mil/reportacrime.html;

(ii) Air Force Office of Special Investigations athttp://www.osi.andrews.af.mil/library/factsheets/factsheet.asp?id=14522;

(iii) Navy Criminal Investigative Service at http://www.ncis.navy.mil/Pages/publicdefault.aspx;

(iv) Defense Criminal Investigative Service at http://www.dodig.mil/HOTLINE/index.html;

(v) To any command of any supported military element or the command ofany base.

(7) Personnel seeking whistleblower protection from reprisals for reportingcriminal acts shall seek guidance through the DoD Inspector General hotline at800-424-9098 or www.dodig.mil/HOTLINE/index.html. Personnel seeking other forms ofvictim or witness protections should contact the nearest military law enforcement office.

(8) The Contractor shall ensure that Contractor employees supporting the U.S.Armed Forces deployed outside the United States are aware of their rights to—

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 102 of 132

FINAL

(A) Hold their own identity or immigration documents, such as passport ordriver’s license;

(B) Receive agreed upon wages on time;

(C) Take lunch and work-breaks;

(D) Elect to terminate employment at any time;

(E) Identify grievances without fear of reprisal;

(F) Have a copy of their employment contract in a language they understand;

(G) Receive wages that are not below the legal in-country minimum wage;

(H) Be notified of their rights, wages, and prohibited activities prior to signingtheir employment contract; and

(I) If housing is provided, live in housing that meets host-country housing andsafety standards.

(e) Preliminary personnel requirements.

(1) The Contractor shall ensure that the following requirements are met prior todeploying CAAF specific requirements for each category will be specified in the statement ofwork or elsewhere in the contract):

(i) All required security and background checks are complete andacceptable.

(ii) All CAAF deploying in support of an applicable operation—

(A) Are medically, dentally, and psychologically fit for deployment andperformance of their contracted duties;

(B) Meet the minimum medical screening requirements, including theater-specific medical qualifications as established by the geographic Combatant Commander (asposted to the Geographic Combatant Commander’s website or other venue); and

(C) Have received all required immunizations as specified in the contract.

(1) During predeployment processing, the Government will provide, at nocost to the Contractor, any military-specific immunizations and/or medications not availableto the general public.

(2) All other immunizations shall be obtained prior to arrival at thedeployment center.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 103 of 132

FINAL

(3) All CAAF and selected non-CAAF, as specified in the statement ofwork, shall bring to the USCENTCOM AOR a copy of the Public Health Service Form791, “International Certificate of Vaccination” that shows vaccinations are current.

(iii) Deploying personnel have all necessary passports, visas, and other documentsrequired to enter and exit the USCENTCOM AOR and have a Geneva Conventionsidentification card, or other appropriate DoD identity credential, from the deploymentcenter.

(iv) Special area, country, and theater clearance is obtained for all personneldeploying. Clearance requirements are in DoD Directive 4500.54E, DoD Foreign ClearanceProgram. For this purpose, CAAF are considered non-DoD contractor personnel travelingunder DoD sponsorship.

(v) All deploying personnel have received personal security training. At aminimum, the training shall—

(vi) All personnel have received isolated personnel training, if specified inthe contract, in accordance with DoD Instruction 1300.23, Isolated Personnel Training forDoD Civilian and Contractors.

(vii) Personnel have received law of war training as follows:

(A) Basic training is required for all CAAF deployed outside the UnitedStates. The basic training will be provided through—

(1) A military-run training center; or

(2) A web-based source, if specified in the contract or approved bythe Contracting Officer.

(B) Advanced training, commensurate with their duties andresponsibilities, may be required for some Contractor personnel as specified in thecontract.

(2) The Contractor shall notify all personnel who are not a host countrynational, or who are not ordinarily resident in the host country, that—

(i) Such employees, and dependents residing with such employees, whoengage in conduct outside the United States that would constitute an offense punishableby imprisonment for more than one year if the conduct had been engaged in within thespecial maritime and territorial jurisdiction of the United States, may potentially besubject to the criminal jurisdiction of the United States in accordance with the MilitaryExtraterritorial Jurisdiction Act of 2000 (18 U.S.C. 3621, et seq.);

(ii) Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 104 of 132

FINAL

jurisdiction also extends to conduct that is determined to constitute a war crime whencommitted by a civilian national of the United States;

(iii) Other laws may provide for prosecution of U.S. nationals who commitoffenses on the premises of U.S. diplomatic, consular, military or other U.S. Governmentmissions outside the United States (18 U.S.C. 7(9)); and

(iv) In time of declared war or a contingency operation, CAAF are subject to thejurisdiction of the Uniform Code of Military Justice under 10 U.S.C. 802(a)(10).

(v) Such employees are required to report offenses alleged to have beencommitted by or against Contractor personnel to appropriate investigative authorities.

(vi) Such employees will be provided victim and witness protection andassistance.

(f) Processing and departure points. CAAF personnel shall—

(1) Process through the deployment center designated in the contract, or asotherwise directed by the Contracting Officer, prior to deploying. The deployment centerwill conduct deployment processing to ensure visibility and accountability of Contractorpersonnel and to ensure that all deployment requirements are met, including therequirements specified in paragraph (e)(1) of this clause;

(2) Use the point of departure and transportation mode directed by theContracting Officer; and

(3) Process through a designated reception site (DRS) upon arrival at thedeployed location. The DRS will validate personnel accountability, ensure that specificUSCENTCOM AOR entrance requirements are met, and brief Contractor personnel ontheater-specific policies and procedures.

(g) Personnel data.

(1) The Contractor shall use the Synchronized Predeployment and OperationalTracker (SPOT) web-based system to enter and maintain data for all Contractoremployees covered by this clause, following the procedures in paragraph (g)(3) of thisclause.

(2) Upon becoming an employee under this contract, the Contractor shall enter intoSPOT, and shall continue to use SPOT web-based system to maintain accurate,up-to-date information throughout the employment in the AOR. Changes to status ofindividual Contractor personnel relating to their in-theater arrival date and their dutylocation, to include closing out the employment in the AOR with their proper status (e.g.,mission complete, killed, wounded) shall be annotated within the SPOT database inaccordance with the timelines established in the SPOT business rules.[1]

(i) In all circumstances, this includes any personnel performing private security

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 105 of 132

FINAL

functions.

(ii) For personnel other than those performing private security functions, thisrequirement excludes anyone —

(A) Hired under contracts valued below the simplified acquisition threshold;

(B) Who will be performing in the CENTCOM AOR less than 30 continuous days; or

(C) Who, while afloat, are tracked by the Diary message Reporting System.

(3) Follow these steps to register in and use SPOT:

(i) SPOT registration requires one of the following login methods:

(A) A Common Access Card (CAC) or a SPOT-approved digital certificate; or

(B) A Government-sponsored SPOT user ID and password. This type of log-in method isonly allowed for those individuals who are not authorized to obtain a CAC or an externaldigital certificate, and requires SPOT Program Management Office approval.

(ii) To register in SPOT:

(A) Contractor company administrators should register for a SPOT account athttps://spot.dmdc.mil; and

(B) The customer support team must validate user need. This process may take twobusiness days. Company supervisors will be contacted to validate Contractor companyadministrator account requests and determine the appropriate level of user access.

(iii) Upon approval, all users will access SPOT at https://spot.dmdc.mil/ .

(iv)(A) Refer SPOT application assistance questions to the Customer Support Team at—

(1) Phone: 703-578-5407, DSN 312-698-5407; or

(2) Email: [email protected].

(B) Refer to the SPOT OSD Program Support website at http://www.acq.osd.mil/log/PS/spot.html for additional training resources and documentation regarding registration forand use of SPOT.

(h) Contractor personnel.

(1) The Contracting Officer may direct the Contractor, at its own expense, toremove and replace any Contractor personnel who jeopardize or interfere with missionaccomplishment or who fail to comply with or violate applicable requirements of thiscontract. Such action may be taken at the Government’s discretion without prejudice to

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 106 of 132

FINAL

its rights under any other provision of this contract, including the Termination forDefault clause.

(2) The Contractor shall identify all personnel who occupy a position designated asmission essential and ensure the continuity of essential Contractor services duringdesignated operations, unless, after consultation with the Contracting Officer,Contracting Officer’s representative, or local commander, the Contracting Officer directswithdrawal due to security conditions.

(3) The Contractor shall ensure that Contractor personnel follow the guidance atparagraph (e)(2)(v) of this clause and any specific Combatant Commander guidance onreporting offenses alleged to have been committed by or against Contractor personnel toappropriate investigative authorities.

(4) Contractor personnel shall return all U.S. Government-issued identification, toinclude the Common Access Card, to appropriate U.S. Government authorities at the end oftheir deployment (or, for non-CAAF, at the end of their employment under this contract).

(i) Military clothing and protective equipment.

(1) Contractor personnel are prohibited from wearing military clothing unlessspecifically authorized in writing by the Combatant Commander. If authorized to wearmilitary clothing, Contractor personnel must—

(i) Wear distinctive patches, arm bands, nametags, or headgear, in order to bedistinguishable from military personnel, consistent with force protection measures; and

(ii) Carry the written authorization with them at all times.

(2) Contractor personnel may wear military-unique organizational clothing andindividual equipment (OCIE) required for safety and security, such as ballistic, nuclear,biological, or chemical protective equipment.

(3) The deployment center, or the Combatant Commander, shall issue OCIE andshall provide training, if necessary, to ensure the safety and security of Contractorpersonnel.

(4) The Contractor shall ensure that all issued OCIE is returned to the point ofissue, unless otherwise directed by the Contracting Officer.

(j) Weapons.

(1) If the Contractor requests that its personnel performing in the USCENTCOMAOR be authorized to carry weapons for individual self-defense, the request shall be madethrough the Contracting Officer to the Combatant Commander, in accordance with DoDInstruction 3020.41. The Combatant Commander will determine whether to authorize

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 107 of 132

FINAL

in-theater Contractor personnel to carry weapons and what weapons and ammunition will beallowed.

(2) If Contractor personnel are authorized to carry weapons in accordance withparagraph (j)(1) of this clause, the Contracting Officer will notify the Contractor whatweapons and ammunition are authorized.

(3) The Contractor shall ensure that its personnel who are authorized to carryweapons—

(i) Are adequately trained to carry and use them—

(A) Safely;

(B) With full understanding of, and adherence to, the rules of the useof force issued by the Combatant Commander; and

(C) In compliance with applicable agency policies, agreements, rules,regulations, and other applicable law;

(ii) Are not barred from possession of a firearm by 18 U.S.C. 922; (iii) Adhere to all guidance and orders issued by the Combatant Commanderregarding possession, use, safety, and accountability of weapons and ammunition;

(iv) Comply with applicable Combatant Commander and local commanderforce-protection policies; and

(v) Understand that the inappropriate use of force could subject them to U.S.or host-nation prosecution and civil liability.

(4) Whether or not weapons are Government-furnished, all liability for the useof any weapon by Contractor personnel rests solely with the Contractor and theContractor employee using such weapon.

(5) Upon redeployment or revocation by the Combatant Commander of theContractor’s authorization to issue firearms, the Contractor shall ensure that allGovernment-issued weapons and unexpended ammunition are returned as directed by theContracting Officer.

(k) Vehicle or equipment licenses. Contractor personnel shall possess the requiredlicenses to operate all vehicles or equipment necessary to perform the contract in theUSCENTCOM AOR.

(l) Purchase of scarce goods and services. If the Combatant Commander hasestablished an organization for the USCENTCOM AOR whose function is to determinethat certain items are scarce goods or services, the Contractor shall coordinate with thatorganization local purchases of goods and services designated as scarce, in accordance

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 108 of 132

FINAL

with instructions provided by the Contracting Officer.

(m) Evacuation.

(1) If the Combatant Commander orders a mandatory evacuation of some or allpersonnel, the Government will provide assistance, to the extent available, to UnitedStates and third country national Contractor personnel.

(2) In the event of a non-mandatory evacuation order, unless authorized inwriting by the Contracting Officer, the Contractor shall maintain personnel on locationsufficient to meet obligations under this contract.

(n) Next of kin notification and personnel recovery.

(1) The Contractor shall be responsible for notification of the employee-designated next of kin in the event an employee dies, requires evacuation due to aninjury, or is isolated, missing, detained, captured, or abducted.

(2) In the case of isolated, missing, detained, captured, or abducted Contractorpersonnel, the Government will assist in personnel recovery actions in accordance withDoD Directive 3002.01E, Personnel Recovery in the Department of Defense.

(o) Mortuary affairs. Contractor personnel who die while in support of the U.S. ArmedForces shall be covered by the DoD mortuary affairs program as described in DoD Directive1300.22, Mortuary Affairs Policy, and DoD Instruction 3020.41, Operational ContractorSupport.

(p) Changes. In addition to the changes otherwise authorized by the Changes clauseof this contract, the Contracting Officer may, at any time, by written order identified as achange order, make changes in the place of performance or Government-furnishedfacilities, equipment, material, services, or site. Any change order issued in accordancewith this paragraph (p) shall be subject to the provisions of the Changes clause of thiscontract.

(q) Subcontracts. The Contractor shall incorporate the substance of this clause,including this paragraph (q), in all subcontracts when subcontractor personnel areperforming in the USCENTCOM AOR.

(End of clause)

CONTRACTOR DEMOBILIZATION

(DEVIATION 2013-O0017) (AUGUST 2013)

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 109 of 132

FINAL

(a) Generally, the Contractor is responsible for demobilizing all of its personnel andequipment from the Afghanistan Combined Joint Operations Area (CJOA).

(b) Demobilization plan. The Contractor shall submit a demobilization plan to theContracting Officer for approval a minimum of 120 calendar days prior to the end of thecurrent contract performance period or as otherwise directed by the Contracting Officer. Upon acceptance of the demobilization plan by the Contracting Officer, thedemobilization plan becomes a material part of the contract and the Contractor agrees tofully perform its demobilization in accordance with that plan. The demobilization planshall address the items specified in this clause and must demonstrate the Contractor’splans and ability to remove its personnel and equipment from the CJOA and to returnGovernment property no later than 30 days after the expiration of the current period ofperformance.

(c) Demobilization plan implementation. Every 30 calendar days after incorporation ofthe plan into the contract, or as otherwise directed by the Contracting Officer, theContractor shall provide written information to the Contracting Officer and ContractingOfficer Representative that addresses the Contractor’s progress in implementing theplan. The Contractor shall continue to provide the information in the preceding sentenceuntil the Contractor has completely and properly demobilized. If the Contracting Officeror Contracting Officer Representative identifies deficiencies with the plan, as approved,or with the implementation of that plan, the Contractor shall submit a corrective actionplan (CAP) to those officials within five calendar days to remedy those deficiencies. TheContracting Officer shall review the CAP within five calendar days to determine whetherthe CAP is acceptable. Upon approval by the Contracting Officer, the CAP becomes amaterial part of the demobilization plan.

(d) Plan contents

(1) The plan shall identify the method of transportation (air, ground) the Contractorintends to use to remove its personnel and equipment from the CJOA and whether thatmethod of transportation is Government or Contractor-furnished. If Government-furnished transportation is authorized, the plan must identify the contract

term or condition which authorizes Government transportation of the personnel andequipment associated with this contract.

(2) The plan shall identify the number of Contractor personnel to be demobilized bycategory (U.S. citizens, Third Country Nationals (TCN), Local Nationals (LN)) and, forU.S. and TCN personnel, identify the point of origin or home country to which they willbe transported and the timeline for accomplishing that objective. If U.S. or TCNemployees have authorization to remain in the CJOA after completion of demobilization,the plan shall identify the name each individual, their nationality, their location in the

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 110 of 132

FINAL

CJOA, and provide a copy of the authorization. The plan shall also identify whether theContractor needs the Contracting Officer to extend the Letters of Authorization (LOA)for any Contractor personnel to execute the demobilization plan.

(3) The plan shall identify all Contractor equipment and the timeline foraccomplishing its demobilization. The Contractor shall identify all equipment, whetheror not it is covered by CJTSCC Acquisition Instruction Clause “Inbound / OutboundCargo and Contractor Equipment Census.” The plan shall also specify whether theContractor intends to leave any equipment in the CJOA, a list of all such equipment,including its location, and the reason(s) therefor.

(4) The plan shall identify all Government property provided or made available to theContractor under this contract or through any separate agreement or arrangement (e.g.,Installation Mayors, Garrison Commanders). The plan shall also identify the timelinefor vacating or returning that property to the Government, including proposed dates forconducting joint inspections.

(e) Demobilization requirements:

(1) The Contractor shall demobilize and return its personnel to their point of originor home country according to the approved demobilization plan.

(2) The Contractor is not authorized to use Government-furnished transportationunless specifically authorized in this contract.

(3) The Contractor may request an extension of the LOAs only for those Contractorpersonnel whose presence is required to execute the approved demobilization plan. TheContractor shall submit its request no later than 30 calendar days prior to the expirationof the current period of performance. LOAs may only be extended for a period up to 30calendar days after expiration of the current performance period. The request shallcontain the following information:

(i) The names of each individual requiring an extension.

(ii) The required extension period.

(iii) The justification for each extension (e.g., the specific function(s) the individualwill perform during the demobilization period). The Contractor is not entitled to anyadditional compensation if LOAs are extended.

(4) The Contractor shall close out their employees deployments with the properstatus entered into the Synchronized Pre-Deployment Operational Tracker (SPOT)database (e.g. active, redeployed, no-shows, killed, injured) within 72 hours of theiremployee’s re-deployment and, if applicable, release their personnel in SPOT.

(5) All Contractor equipment that is lost, abandoned or unclaimed personal property

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 111 of 132

FINAL

that comes into the custody or control of the Government after the demobilization periodhas ended may be sold or otherwise disposed of in accordance with 10 U.S.C. section2575. Notwithstanding the previous sentence and the Government’s authority under 10U.S.C. section 2575, the Government may exercise any other contractual rights for theContractor’s failure to perform in accordance with its demobilization plan.

(6) If the Contractor waives its interest to all lost, abandoned or unclaimed personalproperty, the Contractor may still be liable for all costs incurred by the Government toremove or dispose of the abandoned property.

(7) The Government may dispose of any and all lost, unclaimed, or abandonedpersonal property in accordance with 10 U.S.C. section 2575.

(8) The Contractor shall return all Government property provided or made availableunder this contract or through any separate agreement. The Contractor shall report alllost or damaged Government property in accordance with DFARS 52.245-1(h) unless otherprocedures are identified in the contract or separate agreement. If the Governmentinspects the property and finds that damages or deficiencies have not been reported by theend of the demobilization period, the Government may reduce payments under thecontract by the amounts required to correct the damages or deficiencies or replace theloss.

(9) The Contractor is liable for all cleanup, clearing, and/or environmentalremediation expenses incurred by the Government in returning a Government facility toits original condition. If damages or deficiencies are discovered during the inspection ofsaid facility, the Contractor shall make the necessary repairs or corrections and thennotify the Installation Mayor, Garrison Commander, or their designees to arrange for are-inspection of the facility. If the Installation Mayor or Garrison Commander inspectsthe facility and finds that damages or deficiencies have not been repaired or corrected bythe end of the demobilization period, the Government may reduce payments under thecontract by the amounts required to correct the damages or deficiencies.

(10) The Contractor shall ensure that all employees, including all subcontractoremployees at all tiers, return installation and/or access badges to the local Access ControlBadging Office for de-activation and destruction according to the approved demobilizationplan. The Contractor shall submit a Badge Termination Report to ensure each record isflagged and the badge is revoked. If an employee’s badge is not returned, the Contractorshall submit a Lost, Stolen or Unrecovered Badge Report to the appropriate AccessControl Badging Office. Contractor employees in possession of a Common Access Card(CAC) shall be responsible for turning in the CAC upon re-deployment through aCONUS Replacement Center in the United States. Failure to comply with theserequirements may result in delay of final payment.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 112 of 132

FINAL

(f) Subcontracts. The Contractor shall include the substance of this clause, including thisparagraph (f), in all subcontracts.

(End of Clause)

252.232-7003 - ELECTRONIC SUBMISSION OF PAYMENT REQUESTS ANDRECEIVING REPORTS (JUN 2012)

(a) Definitions. As used in this clause—

(1) “Contract financing payment” and “invoice payment” have the meanings given insection 32.001 of the Federal Acquisition Regulation.

(2) “Electronic form” means any automated system that transmits informationelectronically from the initiating system to all affected systems. Facsimile, e-mail, andscanned documents are not acceptable electronic forms for submission of paymentrequests. However, scanned documents are acceptable when they are part of a submissionof a payment request made using Wide Area WorkFlow (WAWF) or another electronicform authorized by the Contracting Officer.

(3) “Payment request” means any request for contract financing payment or invoicepayment submitted by the Contractor under this contract.

(4) “Receiving report” means the data required by the clause at 252.246-7000, MaterialInspection and Receiving Report.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submitpayment requests and receiving reports using WAWF, in one of the following electronicformats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol,or World Wide Web input. Information regarding WAWF is available on the Internet athttps://wawf.eb.mil/.

(c) The Contractor may submit a payment request and receiving report using other thanWAWF only when—

(1) The Contracting Officer administering the contract for payment has determined, inwriting, that electronic submission would be unduly burdensome to the Contractor. Insuch cases, the Contractor shall include a copy of the Contracting Officer’sdetermination with each request for payment;

(2) DoD makes payment for commercial transportation services provided under aGovernment rate tender or a contract for transportation services using a DoD-approved

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 113 of 132

FINAL

electronic third party payment system or other exempted vendor payment/invoicingsystem (e.g., PowerTrack, Transportation Financial Management System, and Cargo andBilling System);

(3) DoD makes payment for rendered health care services using the TRICARE EncounterData System (TEDS) as the electronic format; or

(4) When the Government-wide commercial purchase card is used as the method ofpayment, only submission of the receiving report in electronic form is required.

(d) The Contractor shall submit any non-electronic payment requests using the methodor methods specified in Section G of the contract.

(e) In addition to the requirements of this clause, the Contractor shall meet therequirements of the appropriate payment clauses in this contract when submittingpayment requests.

(End of clause)

252.246-7004 – SAFETY OF FACILITIES, INFRASTRUCTURE AND EQUIPMENT FORMILITARY OPERATIONS (OCT 2010)

(a) Definition. “Discipline Working Group,” as used in this clause, meansrepresentatives from the DoD Components, as defined in MIL-STD-3007F, who areresponsible for the unification and maintenance of the Unified Facilities Criteria (UFC)documents for a particular discipline area.

(b) The Contractor shall ensure, consistent with the requirements of the applicableinspection clause in this contract, that the facilities, infrastructure, and equipmentacquired, constructed, installed, repaired, maintained, or operated under this contractcomply with Unified Facilities Criteria (UFC) 1-200-01 for—

(1) Fire protection;

(2) Structural integrity;

(3) Electrical systems;

(4) Plumbing;

(5) Water treatment;

(6) Waste disposal; and

(7) Telecommunications networks.

(c) The Contractor may apply a standard equivalent to or more stringent than UFC

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 114 of 132

FINAL

1-200-01 upon a written determination of the acceptability of the standard by theContracting Officer with the concurrence of the relevant Discipline Working Group.

(End of Clause)

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 115 of 132

FINAL

5152.222-5900

PROHIBITION AGAINST HUMAN TRAFFICKING, INHUMANE LIVINGCONDITIONS,

AND WITHHOLDING OF EMPLOYEE PASSPORTS

(MAR 2014)

(a) All contractors (“contractors” refers to both prime contractors and all subcontractorsat all tiers) are reminded of the prohibition contained in Title 18, United States Code,Section 1592, against knowingly destroying, concealing, removing, confiscating, orpossessing any actual or purported passport or other immigration document, or any otheractual or purported government identification document, of another person, to prevent orrestrict or to attempt to prevent or restrict, without lawful authority, the person’s libertyto move or travel, in order to maintain the labor or services of that person.

(b) Contractors are also required to comply with the following provisions:

(1) Contractors shall only hold employee passports and other identification documentsdiscussed above for the shortest period of time reasonable for administrative processingpurposes.

(2) Contractors shall provide all employees with a signed copy of their employmentcontract, in English as well as the employee’s native language, that defines the terms oftheir employment/compensation.

(3) Contractors shall not utilize unlicensed recruiting firms or firms that charge illegalrecruiting fees.

(4) Contractors shall be required to provide adequate living conditions (sanitation, health,safety, living space) for their employees. Fifty square feet is the minimum acceptablesquare footage of personal living space per employee for Contractor furnished livingspace. Upon contractor’s written request, Contracting Officers may grant a waiver inwriting in cases where the existing contractor provided square footage is within 20% ofthe minimum, and the overall conditions are determined by the Contracting Officer to beacceptable. A copy of the waiver approval shall be maintained at the respective lifesupport area. Government furnished facilities will be provided in accordance with theapplicable installation/base billeting standards, with contractor personnel afforded, at aminimum, square footage equivalent to an E1.

(5) Contractors shall incorporate checks of life support areas to ensure compliance withthe requirements of this Trafficking in Persons Prohibition into their Quality Control

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 116 of 132

FINAL

program, which will be reviewed within the Government’s Quality Assurance process.

(6) Contractors shall comply with International and Host Nation laws regardingtransit/exit/entry procedures and the requirements for visas and work permits.

(c) Contractors have an affirmative duty to advise the Contracting Officer if they learn oftheir employees violating the human trafficking and inhumane living conditionsprovisions contained herein. Contractors are advised that Contracting Officers and/ortheir representatives will conduct random checks to ensure contractors andsubcontractors at all tiers are adhering to the law on human trafficking, humane livingconditions and withholding of passports.

(d) The contractor agrees to incorporate the substance of this clause, including thisparagraph, in all subcontracts under his contract.

(End of Clause)

5152.225-5902

FITNESS FOR DUTY AND MEDICAL/DENTAL CARE LIMITATIONS

(JUN 2014)

(a) The contractor shall ensure the individuals they deploy are in compliance with thecurrent USCENTCOM Individual Protection and Individual/Unit Deployment Policy,including TAB A, Amplification of the Minimal Standards of Fitness for Deployment tothe CENTCOM AOR, unless a waiver is obtained in accordance with TAB C, CENTCOMWaiver Request. The current guidance is located at http://www2.centcom.mil/sites/contracts/Pages/GCP.aspx.

(b) The contractor shall perform the requirements of this contract notwithstanding thefitness for duty of deployed employees, the provisions for care offered under this section,and redeployment of individuals determined to be unfit.

(c) Contractor personnel who deploy for multiple tours, which exceed 12 months in total,must be re-evaluated for fitness to deploy every 12 months IAW the currentUSCENTCOM Individual Protection and Individual/Unit Deployment Policy standards. An examination will remain valid for 15 months from the date of the physical. Thisallows an examination to be valid up to 90 days prior to deployment. Once a deploymentbegins, the examination will only be good for a maximum of 12 months. Any medicalwaivers received will be valid for a maximum of 12 months. Failure to obtain an updatedmedical waiver before the expiration of the current waiver renders the employee unfit

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 117 of 132

FINAL

and subject to redeployment.

(d) The contractor bears the responsibility for ensuring all employees are aware of theconditions and medical treatment available at the performance location. The contractorshall include this information in all subcontracts with performance in the theater ofoperations.

(e) In accordance with military directives (DoDI 3020.41, DoDI 6000.11, CFC FRAGO09-1038, DoD Federal Acquisition Regulation Supplement (DFARS) PGI 225.74),resuscitative care, stabilization, hospitalization at Level/Role III (emergency) militarytreatment facilities (MTF) and assistance with patient movement in emergencies whereloss of life, limb or eyesight could occur will be provided. Hospitalization will be limitedto emergency stabilization and short-term medical treatment with an emphasis on returnto duty or placement in the patient movement system. Subject to availability at the timeof need, a medical treatment facility may provide reimbursable treatment for emergencymedical or dental care such as broken bones, lacerations, broken teeth or lost fillings.

(f) Routine and primary medical care is not authorized. Pharmaceutical services are notauthorized for known or routine prescription drug needs of the individual. Routine dentalcare, examinations and cleanings are not authorized

(g) Notwithstanding any other provision of the contract, the contractor shall be liable forany and all medically-related services or transportation rendered. To view reimbursementrates that will be charged for services at all DoD deployed medical facilities please go tothe following website: http://comptroller.defense.gov/FinancialManagement/Reports/rates2014.aspx.

(End of Clause)

5152.225-5903 COMPLIANCE WITH LAWS AND REGULATIONS (DEC 2011)

(a) The Contractor shall comply with, and shall ensure that its employees and itssubcontractors and their employees, at all tiers, are aware of and obey all U.S. and HostNation laws, Federal or DoD regulations, and US Central Command orders and directivesas applicable to personnel in Iraq and Afghanistan, including but not limited toUSCENTCOM, Multi-National Force and Multi-National Corps or Chief of Missionoperations and fragmentary orders, instructions, policies and directives.

(b) Contractor employees shall particularly note all laws, regulations, policies, and ordersrestricting authority to carry firearms, rules for the use of force, and prohibiting sexualor aggravated assault.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 118 of 132

FINAL

(1) Afghanistan – Contractor employees are subject to General Orders Number 1, asmodified from time to time, including without limitation, their prohibition on privatelyowned firearms, alcohol, drugs, war souvenirs, pornography and photographing detainees,human casualties or military security measures.

(2) Iraq – Contractor employees are not subject to General Order 1. Contractoremployees will follow the policies or directives of the Office of Security Cooperation-Iraq(OSC-I) Installation Managers or Chief of Mission policies and directives regardingconsumption of alcohol or any prohibited items for sites that they are assigned.

(c) Contractor employees may be ordered removed from the US Embassy, Chief ofMission sites, OSC-I sites, secure military installations or the theater of operations byorder of the Chief of Mission (Iraq) or senior military commander of the battle space(Afghanistan) for acts that disrupt good order and discipline or violate applicable laws,regulations, orders, instructions, policies, or directives. Contractors shall immediatelycomply with any such order to remove its contractor employee.

(d) Contractor employees performing in Iraq or the USCENTCOM Area of Responsibility(AOR) may be subject to the jurisdiction of overlapping criminal codes, including, but notlimited to, the Military Extraterritorial Jurisdiction Act (18 U.S.C. Sec. 3261, et al)(MEJA), the Uniform Code of Military Justice (10 U.S.C. Sec. 801, et al)(UCMJ), and thelaws of the Host Nation. Non-US citizens may also be subject to the laws of their homecountry while performing in Iraq or the USCENTCOM AOR. Contractor employeestatus in these overlapping criminal jurisdictions may be modified from time to time bythe United States, the Host Nation, or by applicable status of forces agreements.

(e) Under MEJA, a person who engages in felony misconduct outside the United Stateswhile employed by or accompanying the Armed Forces is subject to arrest, removal andprosecution in United States federal courts. Under the UCMJ, a person serving with oraccompanying the Armed Forces in the field during a declared war or contingencyoperation may be disciplined for a criminal offense, including by referral of charges to aGeneral Court Martial. Contractor employees may be ordered into confinement orplaced under conditions that restrict movement in Iraq or within the AOR oradministratively attached to a military command pending resolution of a criminalinvestigation.

(f) Contractors shall immediately notify the BDOC (Iraq) or military law enforcement(Afghanistan) and the Contracting Officer if they suspect an employee has committed anoffense. Contractors shall take any and all reasonable and necessary measures to securethe presence of an employee suspected of a serious felony offense. Contractors shall notknowingly facilitate the departure of an employee suspected of a serious felony offense orviolating the Rules for the Use of Force to depart Iraq or Afghanistan without approvalfrom the Chief of Mission (Iraq) or the senior U.S. commander (Afghanistan).

(End of Clause)

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 119 of 132

FINAL

5152.225-5904

MONTHLY CONTRACTOR CENSUS REPORTING

(AUG 2011)

Contractor shall provide monthly employee census information to the ContractingOfficer, by province, for this contract. Information shall be submitted eitherelectronically or by hard-copy. Information shall be current as of the 25th day of eachmonth and received by the Contracting Officer no later than the first day of the followingmonth. The following information shall be provided for each province in which work wasperformed:

(1) The total number (prime and subcontractors at all tiers) employees.

(2) The total number (prime and subcontractors at all tiers) of U.S. citizens.

(3) The total number (prime and subcontractors at all tiers) of local nationals (LN).

(4) The total number (prime and subcontractors at all tiers) of third-country nationals(TCN).

(5) Name of province in which the work was performed.

(6) The names of all company employees who enter and update employee data in theSynchronized Pre-deployment & Operational Tracker (SPOT) IAW DFARS 252.225-7040or DFARS DOD class deviation 2011-O0004.

(End of Clause)

5152.225-5907 MEDICAL SCREENING AND VACCINATION REQUIREMENTS FORCONTRACTOR EMPLOYEES OPERATING IN THE CENTCOM AREA OFRESPONSIBILITY (AOR)(JUN 2014)

(a) All contractor employees are required to be medically, dentally, and psychologically fitfor deployment and performance of their contracted duties as outlined in the DefenseFederal Acquisition Regulation Supplement (DFARS) clause 252.225-7040, ContractorPersonnel Supporting U.S. Armed Forces Deployed Outside the United States. Thisclause requires all contractor personnel to meet the theater specific medicalqualifications established by the Geographic Combatant Commander before deploying to,being granted installation access, or performing work under the resultant contract. In

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 120 of 132

FINAL

the USCENTCOM Area of Operation (AOR), the required medical screening,immunizations, and vaccinations are specified in the current USCENTCOM individualProtection and Individual Unit Deployment Policy and DoD Instruction (DODI) 3020.41,Operational Contract Support (OCS). Current medical screening, immunization, andvaccination requirements are available at http://www2.centcom.mil/sites/contracts/Pages/GCP.aspx. The current DODI is available at http://www.dtic.mil/whs/directives/corres/ins1.html. The current list of immunization and vaccination requirements are availableat http://www.vaccines.mil.

(b) The USCENTCOM policy requires contractors to ensure adequate healthmanagement is available for Tuberculosis (TB) screening, diagnosis, treatment, andisolation during the life of the contract. This includes management and compliance withall prescribed public health actions regarding TB and the responsibility to ensureadequate health management is available at the Contractor’s medical provider or localeconomy provider’s location for all contractor and subcontractor employees throughoutthe life of the contract. The contractor shall maintain medical screening documentation,in English, and make it available to the Contracting Officer, military public healthpersonnel, or Base Operations Center installation access badging personnel uponrequest.

(1) U.S. Citizens are considered Small-Risk Nationals (SRNs) as the U.S. has less than25 TB cases per 100,000 persons. A TB testing method of either a TB skin test (TST) orInterferon Gamma Release Assay (IGRA) may be used for pre-deployment and annualre-screening of all U.S. Citizens employed under the contract. For a contactinvestigation, all personnel with a positive TST or IGRA will be evaluated for potentialactive TB with a symptom screen, exposure history and CXR. A physical copy of all TST,IGRA, and/or CXRs and radiographic interpretation must be provided at the deploymentcenter designated in the contract, or as otherwise directed by the Contracting Officer,prior to deployment and prior to installation access badge renewal.

(2) Other Country Nationals (OCNs) and Local Nationals (LNs) shall havepre-deployment/employment testing for TB using a Chest x-ray (CXR) and a symptomsurvey completed within 3 months prior to the start of deployment/employment, withannual re-screening prior to installation access badge renewal. This is the only way toverify interval changes should an active case of TB occur. When conducting annualre-screening, the Contractor’s medical provider or local economy provider will look forinterval changes from prior CXR’s and review any changes in the symptom survey. Aphysical copy of the CXR film with radiographic interpretation showing negative TBresults must be provided to the Base Operations Center prior to the start ofdeployment/employment, with annual re-screening prior to installation access badgerenewal.

(3) After arrival in the USCENTCOM AOR, all cases of suspected or confirmed active TBmust be reported to the theater Preventive Medicine (PM) Physician and/or TB

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 121 of 132

FINAL

Consultant within 24 hours. Contact tracing, and medical coding, have specificrequirements. After consultation with the Theater PM or TB Consultant, all contractor(and sub-contractor) personnel with suspected or confirmed TB are required to medicallyevacuated (MEDEVAC’d) to the closest commercial medical treatment facility fortreatment. The contractor is responsible for management and compliance with allprescribed public health actions. Personnel shall be immediately transported out oftheater once they have documentation of at least 3 consecutive negative sputum smears.

(c) In addition, all employees involved in food service, water and/or ice productionfacilities must be pre-screened prior to deployment and re-screened annually for signsand symptoms of infectious diseases. This includes a stool sample test for ova andparasites. It also includes contractors and subcontractors documentation that eachindividual employee of these entities have completed: (1) the full series ofimmunizations for Typhoid and Hepatitis “A” (full series) immunizations as containedin the Centers for Disease Control and Prevention guidelines (e.g. typhoid vaccinationbooster is required every 2 years), (2) the required TB tests, and (3) screening forHepatitis B and C.

(d) Proof of all contractor and sub-contractor employee pre-deployment and deploymentmedical screening, immunizations, and vaccinations (in English) shall be made availableto the designated Government representative throughout the life of the contract, andprovided at the Contracting Officer, for a minimum of six (6) years and (3) months fromthe date of final payment under the contract.

(End of Clause)

5152.225-5908

GOVERNMENT FURNISHED CONTRACTOR SUPPORT

(MAY 2012)

The following is a summary of the type of support the Government will provide thecontractor. Services will be provided to contractors at the same level as they are providedto military and DoD civilian personnel. In the event of any discrepancy between thissummary and the description of services in the Statement of Work, this clause will takeprecedence. These services are only provided at the following locations: (Contractingofficer must enter the names of the operating locations of the contractor that therequiring activity has properly coordinated with the respective Forward Operating Base(FOB) Mayor). When contractor employees are in transit all checked blocks areconsidered authorized.

U.S. Citizens

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 122 of 132

FINAL

APO/MPO/DPO/Postal Service DFACs**** Mil Issue Equip

Authorized Weapon Excess Baggage MILAIR (inter/intra theater)

Billeting*** Fuel Authorized MWR CAAF* Govt Furnished Meals**** ResuscitativeCare

Controlled Access Card (CAC) Military Banking Transportation

Badge Military Clothing All

Commissary Military Exchange None

Embassy Services Kabul**

Third-Country National (TCN) Employees

N/A DFACs**** Mil Issue Equip

Authorized Weapon Excess Baggage MILAIR (inter/intra theater)

Billeting*** Fuel Authorized MWR

CAAF* Govt Furnished Meals**** Resuscitative Care

Controlled Access Card (CAC) Military Banking Transportation

Badge Military Clothing All

Commissary Military Exchange None

Local National (LN) Employees

N/A DFACs**** Mil Issue Equip

Authorized Weapon Excess Baggage MILAIR (intra theater)

Billeting*** Fuel Authorized MWR

CAAF* Govt Furnished Meals**** Resuscitative Care

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 123 of 132

FINAL

Controlled Access Card (CAC) Military Banking Transportation

Badge Military Clothing All

Commissary Military Exchange None

* CAAF is defined as Contractors Authorized to Accompany Forces.

** Applies to US Embassy Life Support in Afghanistan only. See special note belowregarding Embassy support.

*** Afghanistan Life Support. Due to the drawdown of base life support facilitiesthroughout the country, standards will be lowering to an “expeditionary” environment. Expeditionary standards will be base specific, and may include down grading frompermanent housing (b-huts, hardened buildings) to temporary tents or other facilities.

****Due to drawdown efforts DFACS may not be fully operational. Hot meals may dropfrom three per day to one or none per day. MREs may be substituted for DFAC-providedmeals; however, contractors will receive the same meal standards as provided to militaryand DoD civilian personnel.

SPECIAL NOTE – US Embassy Afghanistan Life Support: The type and amount ofsupport that the U.S. Embassy Mission in Kabul, Afghanistan, provides to contractors, ifany, must be coordinated in advance between the U.S. Mission and the contracting agencyin accordance with Department of State Foreign Affairs Handbook, 2-FAH-2. Contractorsare not authorized to deploy personnel requiring US Mission support prior to receivingclearance from the Contracting Officer.

SPECIAL NOTE ON MILAIR – MILAIR is allowed for the transportation of DoDcontractor personnel (US, TCN, LN) as required by their contract and as approved inwriting by the Contracting Officer or Contracting Officer Representative. Transportation is also allowed for contractor equipment required to perform the contractwhen that equipment travels with the contractor employee (e.g., special radio testequipment, when the contractor is responsible for radio testing or repair)

(End of Clause)

5152.225-5910 CONTRACTOR HEALTH AND SAFETY (DEC 2011)

(a) Contractors shall comply with National Electrical Code (NEC) 2008 for repairs andupgrades to existing construction and NEC 2011 standards shall apply for newconstruction, contract specifications, and MIL Standards/Regulations. All infrastructureto include, but not limited to, living quarters, showers, and restrooms shall be installed

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 124 of 132

FINAL

and maintained in compliance with these standards and must be properly supported andstaffed to ensure perpetual Code compliance, prevent hazards and to quickly correct anyhazards to maximize safety of those who use or work at the infrastructure.

(b) For existing employee living quarters the contractor shall provide maintenance,conduct repairs, and perform upgrades in compliance with NEC 2008 standards. For newemployee living quarters, the contractor shall provide maintenance, conduct repairs, andmake upgrades in compliance with NEC 2011 standards. The government has theauthority to enter and inspect contractor employee living quarters at any time to ensurethe prime contractor is complying with safety compliance standards.

(c) The contractor shall correct all deficiencies within a reasonable amount of time ofbecoming aware of the deficiency either by notice from the government or a third party,or by self discovery of the deficiency by the contractor. Further guidance can be found on:

UFC: http://www.wbdg.org/ccb.browse_cat.php?o=29&c=4

NFPA 70: http://www.nfpa.org

NESC: http://www.standards.ieee.org/nesc

(End of Clause)

5152.225-5914 COMMODITY SHIPPING INSTRUCTIONS (AUG 2011)

(a) USFOR-A FRAGO 10-200. United States Forces Afghanistan (USFOR-A) hasdirected that all shipments into and out of the Combined Joint Operations Area -

Afghanistan (CJOA-A) be coordinated through the Defense Transportation System(DTS) in order to expedite the customs clearance process and facilitate the use of

in-transit visibility for all cargo in the CJOA-

(b) Information regarding the Defense Transportation System (DTS). For instructionson shipping commodity items via commercial means using DTS, see the followingwebsites:

1. Defense Transportation Regulation – Part II Cargo Movement - Shipper,

Trans-shipper, and Receiver Requirements and Procedures:

http://www.transcom.mil/dtr/part-ii/dtr_part_ii_203.pdf

2. Defense Transportation Regulation – Part II 4 Cargo Movement – Cargo

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 125 of 132

FINAL

Routing and Movement: http://www.transcom.mil/dtr/part-ii/dtr_part_ii_202.pdf

3. Defense Transportation Regulation – Part V - Department of Defense Customs andBorder Clearance Policies and Procedures: http://www.transcom.mil/dtr/part-v/dtr_part_v_512.pdf

(c) Responsibilities of the vendor carrier representative, shipping expediter, and/orcustoms broker:

1. Afghanistan Import Customs Clearance Request Procedures: The carrier,shipping expediter, and/or customs broker is responsible for being knowledgeable aboutthe Afghan Customs Clearance Procedures.

2. Status of Customs Clearance Requests: All inquiries regarding the status of acustoms clearance request prior to its submission to Department of Defense (DoD)Customs and after its return to the carrier representative or shipping expediter should bedirected to the carrier or shipping agent.

3. Customs Required Documents: The carrier representative or shipping expediteris required to provide the DoD Contracting Officer Representative (COR) with alldocumentation that will satisfy the requirements of the Government of the IslamicRepublic of Afghanistan (GIRoA).

(d) Required Customs Documents: Documents must be originals (or copies with acompany stamp). Electronic copies or photocopied documents will not be accepted byGIRoA. The carrier is responsible for checking the current requirements fordocumentation with the Afghanistan Customs Department (ACD) as specified by the U.S.Embassy Afghanistan’s SOP for Customs Clearance Requests Operations(http://trade.gov/static/AFGCustomsSOP.pdf) and paragraph 4 below.

1. The U.S Ambassador Afghanistan diplomatic note guarantees that the U.S.Government (USG) shipments are exempt from Afghanistan Customs duties and taxes.USG shipments do not provide commercial carriers with the authority to unnecessarilydelay shipments or holdover shipments in commercial storage lots and warehouses whileen route to its final destination. The U.S. Embassy expects that shipments will beexpedited as soon as customs clearance paperwork is received from the respective GIRoAofficials.

2. Imports: Documentation must list the year, make, model, and color of thecommodity, the commodity Identification Number (if applicable) and for vehicles, theEngine Block Number. The following documentation is required for all importshipments:

a. An original Customs Clearance Request (CCR) prepared by the COR in accordancewith Afghanistan customs guidance referenced in paragraph 4 below.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 126 of 132

FINAL

b. Bills of Lading (for shipments by sea), Airway Bills (for shipments by air) orCommodity Movement Request (CMRs) (for overland shipments). In the consignee block,type in “US Military”. This will help the Afghan Customs officials to recognize that theshipment belongs to the US Military and, therefore, the shipment is subject to taxexemption provisions as specified under the current Diplomatic Note or MilitaryTechnical Agreement (MTA).

c. Shipping Invoices.

d. Packing Lists. Required only if the shipping invoice does not list the cargo.

e. An Afghan Government Tax Exemption Form (Muaffi Nama) purchased from theDepartment of Customs and Revenue and prepared in the local language by the carrierrepresentative, shipping agent, or customs broker.

f. A Diplomatic Note, prepared by DoD Customs, to the Ministry of Foreign Affairsrequesting the initiation of customs formalities with the Ministry of Finance,Department of Customs and Exemptions. Please note that DoD Customs is notresponsible for registering vehicles.

g. Commercially-owned equipment such as vehicles, construction machinery orgenerators that are leased and imported to Afghanistan for the performance of a USGcontract may be subject to taxes and duties as determined by GIRoA. Ifcommercially-owned equipment is imported into Afghanistan in a duty-free status, thatduty-free status only applies as long as the equipment is under the exclusive use of theUSG contract. If the equipment is released at the end of the contract, applicable GIRoAduties and taxes will apply to the owner if the equipment is not exported fromAfghanistan or transferred to another USG contract.

h. USG-owned vehicles must be exported at the conclusion of the project period ortransferred to another USG entity. Under certain conditions, the USG may transferequipment or vehicles to GIRoA.

3. Exports: The following documentation is required for all export shipments:

a. An original CCR prepared by the COR. If COR is not available, the ContractingOfficer (KO) will prepare the CCR.

b. Invoices.

c. Packing Lists. Required only if the shipping invoice does not list the cargo.

d. A Diplomatic Note, prepared by the DoD Customs Cell, to the Ministry of ForeignAffairs requesting the initiation of customs formalities with the Ministry of Finance,Department of Customs and Exemptions.

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 127 of 132

FINAL

4. Customs requirements from the GIRoA may change with little notice. For currentdetailed instructions on customs guidelines in Afghanistan, refer to “The Instruction forCustoms Clearance Request (Import/Export) Operations.” In all cases, the carrier isrequired to obtain a copy of this document, found at the following link: http://trade.gov/static/AFGCustomsSOP.pdf

(e) Point of contact (POC) for customs issues is the USFOR-A Joint Security Office(JSO) J3 at DSN: 318-449-0306 or 449-0302. Commercial to DSN conversion from theUnited States is (732) 327-5130, choose option #1, and then dial 88-318 followed by yourseven-digit DSN number.

(End of Clause)

5152.225-5915 CONTRACTOR ACCOUNTABILITY AND PERSONNEL RECOVERY

(JUN 2014)

(a) Contract performance may require work in dangerous or austere conditions. Exceptas otherwise provided in the contract, the contractor accepts the risks associated withrequired contract performance in such operations.

(1) Unaccounted Personnel: It is the expectation of the USG that any contractorbrought into Afghanistan for the sole purposes of performance of work on a USG contractmust be accounted for at all times by their respective employers. Additionally,contractors who maintain living quarters on a USG base shall verify the location of eachof its employees’ living quarters a minimum of once a month. If a DoD contractedemployee becomes missing and evidence does not indicate foul play, a PersonnelRecovery (PR) event is NOT automatically triggered. Such an event will be treated as anaccountability battle drill by the employer’s chain of command or civilian equivalent.

(2) Contractor Responsibilities: The contractor is responsible to take all necessarysteps to locate and investigate the unaccounted for employee(s) whereabouts to themaximum extent practicable. To assist in this process, contractors may use theOperational Contracting Support Drawdown Cell as a resource to track or researchemployee’s last known location and/or to view LOA’s. All missing personnel will beimmediately reported to the installation division Personnel Recovery Officer (PRO),Mayor’s cell, Military Police Station and/or the Criminal Investigative Division, and theBase Defense Operations Center (BDOC).

(3) Contractor Provided Information: If it is determined that a potential criminal acthas occurred, the USD PRO (or USFOR-A Personnel Recovery Division (PRD) with priorcoordination) will attempt to validate the missing person’s identity through theemployer. The contractor shall provide the information to PRD within 12 hours of

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 128 of 132

FINAL

request. The required information the contractor should keep on file includes but is notlimited to: copy of the individuals Letter of Authorization generated by the SynchronizedPre-deployment and Operational Tracker System (SPOT), copy of passport and visas,housing information of where the individual resides such as room number and location,DD Form 93, Record of Emergency Data, copy of badging, and contact information forknown friends or associates.

(b) If USFOR-A PRD determines through investigation that the unaccounted personnelhave voluntarily left the installation either seeking employment with another contractoror other non-mission related reasons, PRD will notify the contractor. The contractorshall ensure that all government-related documents such as LOA’s, visas, etc. areterminated/reconciled appropriately within 24 hours of notification by PRD in accordancewith subparagraph (a)(8) of DFARS clause 252.225-7997 entitled “ContractorDemobilization”. Contractors who fail to account for their personnel or whoseemployees create PR events will be held in breach of their contract and face all remediesavailable to the Contracting Officer.

(c) Contractors shall notify the Contracting Officer, as soon as practicable, wheneveremployee kidnappings, serious injuries or deaths occur. Report the followinginformation:

Contract Number

Contract Description & Location

Company Name

Reporting party:

Name

Phone number

e-mail address

Victim:

Name

Gender (Male/Female)

Age

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 129 of 132

FINAL

Nationality

Country of permanent residence

Incident:

Description

Location

Date and time

Other Pertinent Information

(End of Clause)

5152.236-5900

ELECTRICAL AND STRUCTURAL BUILDING STANDARDS FOR CONSTRUCTIONPROJECTS

(DEC 2011)

(a) The standards set forth herein are the minimum requirements for the contract. Thesestandards must be followed unless a more stringent standard is specifically included. Insuch case the most stringent standard shall be required for contract acceptance.

(b) The contractor, in coordination with the Contracting Officer, Base Camp Mayor,Base/Unit Engineers, and requiring activity shall evaluate, upgrade, build, and/orrefurbish buildings to a safe and livable condition. This work may include refurbishment,construction, alterations, and upgrades. All work shall be in accordance with acceptedstandards of quality.

(c) As dictated by the Unified Facilities Criteria (UFC) the contract shall meet:

(1) “the minimum requirements of United States’ National Fire ProtectionAssociation (NFPA) 70,

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 130 of 132

FINAL

(2) 2011 National Electrical Code (NEC) for new construction

(3) 2008 National Electrical Code (NEC) for repairs and upgrades to existingconstruction

(4) American National Standards Institute (ANSI) C2, and

(5) United States’ National Electrical Safety Code (NESC).

(d) These standards must be met when it is reasonable to do so with available materials.When conditions dictate deviation apply British Standard (BS 7671, Edition 17 defactostandard for 50 HZ installations). Any deviations from the above necessary to reflectmarket conditions, shall receive prior written approval from a qualified engineer and theContracting Officer.

(e) The following internet links provide access to some of these standards:

UFC: http://www.wbdg.org/ccb/browse_cat.php?o=29&c=4

NFPA 70: http://www.nfpa.org

NESC: http://www.standards.ieee.org/nesc

(End of Clause)

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 131 of 132

FINAL

SECTION J LIST OF ATTACHMENTS

Attachment 1-Direct Labor Rate Substantiation Table

Attachment 2-Burn Rate Analysis Report

Attachment 3-Incurred Cost Report

Attachment 4-DD254

Attachment 5-CAR H10 Performance Summary Table

Attachment 6-Cost Summary Table

Attachment 7-SeaPort-e Standard Ratings Definitions

Attachment 8-Protecting FOUO Info

CONTRACT NO. N00178-04-D-4027

DELIVERY ORDER NO. EHP5

AMENDMENT/MODIFICATION NO. 21

PAGE 132 of 132

FINAL