59
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 30 07-Jun-2012 See Section G N/A 6. ISSUED BY CODE N00178 7. ADMINISTERED BY (If other than Item 6) CODE S2101A NSWC, DAHLGREN DIVISION 17632 Dahlgren Road Suite 157 Dahlgren VA 22448-5110 DCMA Baltimore 217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD 21202-5299 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4042-0022 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 01-Aug-2011 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 in accordance with FAR 52.232-22 Limitation of Funds. E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Michelle L Briscoe, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Michelle L Briscoe 07-Jun-2012 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by 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 ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

  

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

30 07-Jun-2012 See Section G N/A6.  ISSUED BY CODE N00178 7.  ADMINISTERED BY (If other than Item 6) CODE S2101A

NSWC, DAHLGREN DIVISION

17632 Dahlgren Road Suite 157

Dahlgren VA 22448-5110

 

DCMA Baltimore

217 EAST REDWOOD STREET, SUITE 1800

BALTIMORE MD 21202-5299

 

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

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

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4042-0022    10B.  DATED (SEE ITEM 13)

CAGE CODE 34157 FACILITY CODE   01-Aug-201111.  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 in accordance with FAR 52.232-22 Limitation of Funds.

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

SEE PAGE 2 

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

      Michelle L Briscoe, Contracting Officer

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

          

BY /s/Michelle L Briscoe 07-Jun-2012 

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

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

                   1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

Page 2: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

GENERAL INFORMATION

2.  The Section G clause FUNDING PROFILE is revised as follows:

3.  The Section H clause 5252.232-9104 ALLOTMENT OF FUNDS has been revised as follows:

The purpose of this modification is to provide an increment of funds. Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order is attached to this modification for informational purposes only.

1. The Line of Accounting information is hereby changed as follows:

400093      1300274966-00001       18000.00               LLA : DS 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001229191 Base Period Labor Funding for TI 10 SSDS   MOD 30 Funding 18000.00 Cumulative Funding 2993949.55 

The total amount of funds obligated to the task is hereby increased from $2,975,949.55 by $18,000.00 to $2,993,949.55.

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

400093 O&MN,N 0.00 18,000.00 18,000.00

The total value of the order is hereby increased from $5,190,534.00 by $0.00 to $5,190,534.00.

FUNDING PROFILE

It is estimated that these incremental funds will provide for the number of hours of labor stated below.  The following details funding to date:

Base Period Ceiling Funding Hours Hours Funded Unfunded Balance

4000 $4,329,584 $2,847,325.55 $1,482,258.45

4001 $73,000 $     73,000.00 $0.00

4002 $19,500 $19,500.00 $0.00

6000 $768,450 $54,124.00     $714,326.00

TOTAL $5,190,534 $2,993,949.55 $2,196,584.45

NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)

(a)  This contract is incrementally funded with respect to both cost and fee.  The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below.  The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below.  As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 2 of 3  FINAL

 

Page 3: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

52.232-22), the CLINs/SLINs covered thereby, and the period of performance for which it is estimated the allotted amount(s) will cover are as follows:

 

(b)  The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. 

(c)  CLINs/SLINs 4001, 4002 are fully funded and performance under these CLINs/SLINs is subject to the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20).

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

Distribution:

ITEMALLOTTED TO COST

ALLOTTED TO FIXED FEE

ALLOTTED TO AWARD FEE

CPFF M/HS EST. POP

4000 2,847,325.5508/01/2011 -06/30/2012

6000 54,124.0008/01/2011 -06/30/2012

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 3 of 3  FINAL

 

Page 4: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES   For Cost Type Items:  Item   Supplies/Services       Qty Unit       Est. Cost        Fixed Fee           CPFF ------ ----------------- --------- ---- ---------------  --------------- --------------   4000   System Safety         LH      $4,329,584.00        Engineering                             Support (Base                           Period) (TBD)                     400001 Incremental                  funding for TI #1        (O&MN,N)           400002 Incremental                  funding for TI #2        (RDT&E)            400003 Incremental                  funding for TI #4        (O&MN,N)           400005 Incremental                  funding for TI #3        (OPN)              400006 Incremental                  funding for TI #3        (O&MN,N)           400007 Incremental                  funding for TI           #10 (SCN)          400008 Incremental                  funding for TI #5        (RDDA)             400009 Incremental                  funding for TI           #14 (WCF)          400010 Incremental                  funding for TI           #15 (O&MN,N)       400011 Incremental                  funding for TI           #15 (O&MN,N)       400012 Incremental                  funding for TI#8         (SCN)              400013 Incremental                  funding for TI#11        (RDDA)             400014 Incremental           

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 1 of 56  FINAL

 

Page 5: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

       funding for TI#3         (SCN)              400015 Incremental                  funding for TI#3         (O&MN,N)           400016 Incremental                  funding for TI#5         (RDDA)             400017 Incremental                  funding for TI#7         (RDT&E)            400018 Incremental                  funding for TI#8         (O&MN,N)           400019 Incremental                  funding for TI#8         (O&MN,N)           400020 Incremental                  funding for TI#10        (O&MN,N)           400021 Incremental                  funding for TI#10        (SCN)              400022 Incremental                  funding for TI#10        (O&MN,N)           400023 Incremental                  funding for TI#10        (SCN)              400024 Incremental                  funding for TI#10        (SCN)              400025 Incremental                  funding for TI#10        (RDT&E)            400026 Incremental                  funding for TI#10        (SCN)              400027 Incremental                  funding for TI#10        (SCN)              400028 Incremental                  funding for TI#10        (SCN)              400029 Incremental                  funding for TI#10        (SCN)              400030 Incremental           

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 2 of 56  FINAL

 

Page 6: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

       funding for TI#10        (SCN)              400031 Incremental                  funding for TI#10        (OPN)              400032 Incremental                  funding for TI#10        (SCN)              400033 Incremental                  funding for TI#10        (O&MN,R)           400034 Incremental                  funding for TI#10        (O&MN,N)           400035 Incremental                  funding for TI#11        (RDDA)             400036 Incremental                  funding for TI#11        (RDDA)             400037 Incremental                  funding for TI#11        (RDDA)             400038 Incremental                  funding for TI#16        (RDT&E)            400039 Incremental                  funding for TI#16        (RDT&E)            400040 Incremental                  funding for TI#17        (PMC)              400041 Incremental                  funding for TI#1         (O&MN,N)           400042 Incremental                  funding for TI#1         (O&MN,N)           400043 Incremental                  funding for TI#6         (OTHER)            400044 Incremental                  funding for TI#7         (SCN)              400045 Incremental                  funding for TI#5         (RDDA)             400046 Incremental           

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 3 of 56  FINAL

 

Page 7: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

       funding for TI#5         (WCF)              400047 Incremental                  funding for TI#11        (TBD)              400048 Incremental                  funding for TI#5         (TBD)              400049 Incremental                  funding for TI#14        (TBD)              400050 Incremental                  funding for TI#5         (TBD)              400051 Incremental                  funding for TI#2         (TBD)              400052 Incremental                  funding for TI#3         (TBD)              400053 Incremental                  funding for TI#5         (TBD)              400055 Incremental                  funding for TI#8         (TBD)              400056 Incremental                  funding for TI#3         (TBD)              400057 Incremental                  funding for TI#3         (TBD)              400058 Incremental                  funding for TI#3         (TBD)              400059 Incremental                  funding for TI#3         (TBD)              400060 Incremental                  funding for TI#3         (TBD)              400061 Incremental                  funding for TI#4         (O&MN,N)           400062 Incremental                  funding for TI#10        (RDT&E)            400063 Incremental           

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 4 of 56  FINAL

 

Page 8: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

       funding for TI#19        (TBD)              400064 Incremental                  funding for TI#6         (TBD)              400065 Incremental                  funding for TI#3         (O&MN,N)           400066 Incremental                  funding for TI#3         (WPN)              400067 Incremental                  funding for TI#3         (WPN)              400068 Incremental                  funding for TI#3         (OPN)              400069 Incremental                  funding for TI#21        (OPN)              400070 Incremental                  funding for TI#21        (OPN)              400071 Incremental                  funding for TI#4         (O&MN,N)           400072 Incremental                  funding for TI#23        (PMC)              400073 Incremental                  funding for TI#2         (RDT&E)            400074 Incremental                  funding for TI#3         (O&MN,N)           400075 Incremental                  funding for TI#3         (WPN)              400076 Incremental                  funding for TI#3         (O&MN,N)           400077 Incremental                  funding for TI#3         (OTHER)            400078 Incremental                  funding for TI#19        (RDT&E)            400079 Incremental           

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 5 of 56  FINAL

 

Page 9: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

       funding for TI#7         (RDT&E)            400080 Incremental                  funding for TI#2         (RDT&E)            400081 Incremental                  funding for TI#6         (RDT&E)            400082 Incremental                  funding for TI#3         (SCN)              400083 Incremental                  funding for TI#3         (SCN)              400084 Incremental                  funding for TI#21        (RDT&E)            400085 Incremental                  funding for TI#22        (OPN)              400086 Incremental                  funding for TI#2         (RDT&E)            400087 Incremental                  funding for TI#2         (RDT&E)            400088 Incremental                  funding for TI#18        (RDT&E)            400089 Incremental                  funding for TI#3         (PANMC)            400090 Incremental                  funding for TI#4         (O&MN,N)           400091 Incremental                  funding for TI#4         (O&MN,N)           400092 Incremental                  funding for TI#15        (RDT&E)            400093 Incremental                  funding for TI#10        (O&MN,N)           4001   Systems Safety          $73,000.00        Engineering                             Support                                 (FMS Case #AT-P-L                       CQ)                              

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 6 of 56  FINAL

 

Page 10: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

 400101 Incremental                  funding for TI           #12 (FMS)          400102 Incremental                  funding for TI           #12 (FMS)          400103 Incremental                  funding for TI           #12 (FMS)          400104 Incremental                  funding for TI #3        (FMS)              4002   Systems Safety             $19,500.00        Engineering                             Support                                 (FMS Case #JA-P-L                       WA)                               400201 Incremental                  funding for TI           #13 (FMS)          400202 Incremental                  funding for TI           #13 (FMS)          4100   System Safety          $4,535,881.00        Engineering                             Support (Option                         Period 1) (TBD)                         Option                            4200   System Safety          $4,652,154.00        Engineering                             Support (Option                         Period 2) (TBD)                         Option                             For ODC Items:  Item   Supplies/Services       Qty Unit       Est. Cost                                 ------ ----------------- --------- ---- ----------------                                  6000   ODCs for CLIN           1.0  LO      $768,450.00        4000 (Base                              Period) (TBD)                     600001 Incremental                  funding for TI#1         (O&MN,N)           600002 Incremental                  funding for TI#2         (RDT&E)            600003 Incremental                  funding for TI#3         (O&MN,N)          

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 7 of 56  FINAL

 

Page 11: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

 600005 Incremental                  funding for TI #3        (OPN)              600006 Incremental                  funding for TI           #11 (RDDA)         600007 Incremental                  funding for TI           #10 (SCN)          600008 Incremental                  funding for TI           #10 (OPN)          600009 Incremental                  funding for TI           #11 (RDDA)         600010 Incremental                  funding for TI           #16 (RDT&E)        600011 Incremental                  funding for TI #1        (O&MN,N)           600012 Incremental                  funding for TI #1        (O&MN,N)           600013 Incremental                  funding for TI#2         (TBD)              600014 Incremental                  funding for TI#6         (TBD)              600015 Incremental                  funding for TI#10        (RDT&E)            600016 Incremental                  funding for TI#3         (OPN)              600017 Incremental                  funding for TI#21        (OPN)              600018 Incremental                  funding for TI#4         (O&MN,N)           600019 Incremental                  funding for TI#21        (RDT&E)            600020 Incremental                  funding for TI#22        (OPN)             

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 8 of 56  FINAL

 

Page 12: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

 6100   ODCs for CLIN           1.0  LO      $778,710.00        4100 (Option                            Period 1) (TBD)                         Option                            6200   ODCs for CLIN           1.0  LO      $789,379.00        4200 (Option                            Period 2) (TBD)                         Option                            

B.1 USE WHOLE DOLLARS ONLY

All proposals shall be rounded to the nearest dollar. B.2 TYPE OF ORDER This is a term (Level of Effort) type order

Items in the  4xxx series are cost plus fixed fee typeItems in the 6xxx series are cost only, excluding fee. B.3 ADDITIONAL CLINS Additional CLINs may be unilaterally created by the Contracting Officer during the performance of this Task Order to accommodate the multiple types of funds that may be used under this Order.  These modifications will not change the overall level of effort, estimated cost or fixed fee of the Task Order.

B.4  FEE RATE

The following table reflects the hourly rate to be billed in accordance with HQ B-2-0015 PAYMENT OF FEE(S) (LEVEL OF EFFORT-ALTERNATE 1).

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

Base

Option 1  

Option 2  

 

HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA)(DEC 1995)

(a)  As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout.  The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded.  For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law.  

(b)  This agreement to waive entitlement to residual dollar amounts has been considered by both parties.  It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 9 of 56  FINAL

 

Page 13: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

HQ B-2-0007  LIMITATION OF COST OR LIMITATION OF FUNDS LANGUAGE

The clause entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF FUNDS" (FAR 52.232-22), as appropriate, shall apply separately and independently to each separately identified estimated cost.

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

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

(b)  The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable.  Such payments shall be submitted by and payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid at the hourly rate(s) specified above per man-hour performed and invoiced.  Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract.  In no event shall the Government be required to pay the Contractor any amount in excess of the funds obligated under this contract.

HQ B-2-0020  TRAVEL COSTS - ALTERNATE  (NAVSEA) (DEC 2005)

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

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

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

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

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

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

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

HQ B-2-0021  CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (NAVSEA) (FEB 1997)

This entire task order is cost type.  The CLINs for the base labor requirements are Cost Plus Fixed Fee (CPFF), and the ODC CLINs are Costs Only. 

 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 10 of 56  FINAL

 

Page 14: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

SECTION C DESCRIPTIONS AND SPECIFICATIONS

                                        PERFORMANCE WORK STATEMENT (PWS)                                        SYSTEM SAFETY ENGINEERING SUPPORT

1           Background

The Government requires support to provide systems engineering analyses and technical and management services in the project areas of system safety and risk assessment, including but not limited to weapon system safety, explosives safety, environmental safety, and related safety engineering for the Naval Surface Warfare Center, Dahlgren Division (NSWCDD).  These efforts include safety risk assessment studies for a variety of ordnance and weapon related systems and operations and in various aspects of system, explosives, and environmental safety as defined in the following sections.

The following paragraphs describe each of the areas in detail. These tasks require technical and management support in the areas of system safety (including hardware, software, personnel, environmental, and explosives), risk assessment, systems engineering, and vulnerability assessment of Navy, Marine Corps, and other joint/international weapon systems.  As advances in technologies and systems are integrated into each level of complexity, such as, (weapon system to combat system to platform system to battle force systems) the overall complexity and criticality of the safety of the system increases.

1.1      Scope

The Contractor shall perform MIL-STD-882 type weapon system safety assessments to assist the Contracting Officer's representative (COR), located in NSWCDD, Code G70 on assigned projects to determine the level of risk associated with systems. These safety assessments shall include reviews of historical data, analyses of system designs and associated equipment and their interfaces to personnel, and safety assessments and safety evaluations of the environmental safety issues and sociological and political considerations, etc. as appropriate for program development. Risk assessment will be reported in the form of a Safety Assessment Report (SAR), System Safety Engineering Report, System Safety Hazard Analysis Report, Mishap Assessment Report (MAR), or as otherwise assigned in Technical Instructions (TIs). These assessments may require performance of specific MIL-STD-882 system safety engineering analyses inherent in the risk assessment process. The safety assessments may be incorporated into a risk assessment report, in technical data packages for the Weapon SystemExplosives Safety Review Board (WSESRB) or Software Systems Safety Technical Review Panel (SSSTRP), or as separate documents.

1.2      Objectives

The objective of this task is to provide System Safety Engineering to Codes G71, G72, and G73, which includes weapon system safety, explosives safety, environmental safety, platform system safety, human engineering safety, and related safety engineering.

1.3      References    

            The following references in Table 1-1 were used while developing this Statement of Work (SOW) for Systems Safety Engineering.

Table 1-1.  References    

Document Number Document Title DoD Directive 5000.1 The Defense Acquisition SystemDoD Instruction 5000.02 Operation of the Defense Acquisition System

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 11 of 56  FINAL

 

Page 15: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

MIL-STD-882 D Standard Practice for System SafetyNAVSEAINST 8020.6E Navy Weapon System Safety ProgramOPNAVINST 5100.24 B Navy System Safety Program

2           Work Description Requirements

                The contractor shall accomplish the work requirements of this task order by providing system safety engineering support as listed in the following paragraphs. 

2.1      Technical Instruction

A Technical Instruction (TI) will be assigned to each work area in the form of a number.  A TI is used to identify safety projects for the Navy and other military services or work for other customers where appropriate.  TIs are effective upon issuance. 

2.2      System Safety Analysis

The Contractor shall conduct safety analyses of hardware (e.g., electrical, mechanical and hydraulic) and software (e.g., fire control, weapon control, and command and decision systems) in various weapons and related systems.  The analyses shall be performed in accordance with the applicable tasks of MIL-STD-882 series, or as otherwise specified in the TI  Analyses shall be prepared and reported in accordance with Contract Data Requirements List (CDRL) Item A005 and as modified in the individual TIs.

2.3      Technical Safety Review and Documentation

Analysis techniques required under this task order may include, but not be limited to, Fault Tree Analyses, Failure Modes and Hazardous Effects Analyses, Inadvertent Launch Analyses, and other techniques as required in individual TIs.

Safety and Risk Assessment Reports, WSESRB, SSSTRP and Laser Safety Review Board Technical Data Packages and Presentation Materials.   The Contractor shall employ his/her knowledge, experience and technical expertise in the review and analysis of safety programs, safety analyses, accident and incident data, investigation reports, safety test plans and results, and other related data in the preparation of risk assessment reports, safety assessment reports, and technical data packages and presentation materials for the WSESRB, SSSTRP, and the LSRB.  The risk assessment reports, SARs, and technical data packages and presentation materials will be prepared to support requests for safety approvals at various stages of the program development cycle. Safety and risk assessment reports, and WSESRB and SSSTRP technical data packages shall be prepared in accordance with CDRL item A008.  Presentation material shall be prepared in accordance with CDRL item A009.

2.4      System Safety Program Plan

The Contractor shall prepare and/or modify System Safety Program Plans (SSPPs) and System Safety Management Plans (SSMPs). The SSPPs and SSMPs shall be prepared in accordance with CDRL Item A004 as modified in the individual TIs.

2.5      Hardware and Software Change Requests

The Contractor may be requested to conduct or review safety assessments of Engineering Change Proposals (ECPS), Software Trouble Reports (STRs), Problem Reports (PRs), Specification Change Notices (SCNs), Computer Program Problem Reports (CPPRs), Computer Program Change Requests (CPCRs), Advance Change Notices (ACNs) and waiver, exemption requests, and problem/change documents for various systems.  Assessments of ECPs, SCNs, CPCRs and waiver or exemption requests shall determine whether the change,

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 12 of 56  FINAL

 

Page 16: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

waiver, or exemption will introduce new hazards to the system or personnel or increase the risk of existing hazards associated with the system. Assessments of STRs, PRs, CPPRs and related reports will determine whether a safety risk is presented by the reported problem. These analyses shall be documented in accordance with CDRL Item A007 or as specified in the individual tasks.

2.6      Safety Test Plan

The Contractor shall develop safety test plans that comply with the appropriate DoD, Navy, and guidance for systems under development or review.  Test plans shall be prepared in accordance with CDRL Item A010 or as assigned in the individual tasks, on hardware, explosives, and software. The Contractor shall also assess system test documentation for incorporation of safety related testing to verify safety requirements.

2.7      Operations Analysis

The contractor shall perform operational analyses and studies to identify potential deficiencies in weapon operating procedures, ordnance handling procedures, stowage or other logistics phases involving ordnance, safety procedures, etc. and make specific recommendations for their resolution. Trend studies shall be reported in accordance with CDRL A005 and CDRL A007 or as specified in the individual TIs.

2.8      Environmental Safety

The contractor shall perform environmental safety assessments on weapons and related systems as part of the system safety engineering tasks above. Environmental safety analyses and assessments include, but are not limited to, Programmatic Environment Safety and Occupational Health Evaluations (PESHE), determination of compliance with the National Environmental Protection Act (NEPA), Environmental Analyses, and Environmental Assessments. These analyses shall ensure that the programs comply with applicable Navy, DoD, and federal environmental safety criteria. The environmental safety assessments shall include all aspects of the system life cycle from prototype development through production, manufacturing waste disposal, operational use and maintenance and demilitarization and disposal.  Environmental analyses and assessment shall be in accordance with CDRL Item A006 and as modified in the individual TIs.

2.9      WSESRB and SSSTRP

Provide support to the WSESRB and its SSSTRP. Support includes, but is not limited to evaluation of technical data packages, preparation of executive summaries, participation in reviews for safety approval and recommendations, providing support for meetings, drafting WSESRB or SSSTRP reporting letters, and other tasks as identified in the TIs.  Provide support in the development and maintenance of joint service, Navy, Naval Sea Systems Command, Naval Ordnance Center, and Naval Surface Warfare Center technical documents. Support includes, but is not limited to, providing expert technical assistance in the preparation of document text, expert technical review of documents, review, correlation and adjudication of comments received on technical documents, and preparation of final drafts of these documents for publication.  Provide support in the production of materials and presentations.  Materials may include development of workbooks, presentation materials, tests, and study guides. 

Deliverables shall be in accordance with CDRL Item A001 or as specified in the individual TIs.

2.10  Weekly and Monthly Status Reports

The Contractor shall prepare summary and status reports to show the progress of the contract and individual TIs.  The summary reports will be used in estimating performance and will aid in workload estimates.  Status reports are used to determine usage of resources and planning of future workloads.  Summaries and Status Reports shall be prepared in accordance with CDRLs A002 and A003 and as specified in Table 3-1.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 13 of 56  FINAL

 

Page 17: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

3           Delivery

3.1      Contract Data Requirements List

The following is a list of the Contract Data Requirements List (CDRL) items applicable to this contract listed below in Table 3-1.

Table 3-1. Deliverable CDRLS

CDRL Number CDRL Title CDRL Description Frequency

A001 Technical Report-Study/Services

Technical Report-Study/Services include reviews of on-going tasks (e.g., technical committee support efforts, safety program summary reports, safety program management support efforts) and are to be brief descriptions of projects or tasks detailing the status of the task, accomplishments to date, anticipated or actual problems and proposed resolutions, expected efforts for the next 90 days, and other pertinent information regarding the task as assigned in the individual TIs.

As Applicable

A002 Project Status Report The contractor shall prepare a monthly Project Status Report for the task order and for each Technical Instruction. It shall provide an estimate of the efforts required and a Plan of Action and Milestones (POA&M) on how the contractor will accomplish the task. The report shall detail the efforts accomplished to date and compare them to the POA&M. The report shall identify potential problems, an estimate of the potential impact, and shall provide recommended solutions to the problems. Where government action is required to resolve the problem, the contractor shall specifically identify the action required.  A graph showing the anticipated expenditure rate in both dollars and work hours for the task and the actual expenditure rate shall be included. The period of performance for the task shall be shown on the horizontal axis and the dollar amount and hours on the vertical axis. Reporting Format shall be provided which shows the personnel assigned (by name and their labor category) and the number of hours expended on the task for each person and direct costs associated with the Technical Instruction. The matrix shall include the hours and costs expended during the current and previous invoice period as well as the hours expended during the period of performance for the Technical Instruction.

Weekly and Monthly

A003 Contract Funds Status Report

A chart showing the personnel assigned (by name), their labor category, and the number of hours expended for each task under the contract. The matrix shall include the hours expended during the current invoice period, the previous invoice period, and the period of performance for the Technical Instruction. The matrix shall also include other direct costs associated with each Technical Instruction.

Weekly and Monthly

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 14 of 56  FINAL

 

Page 18: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

Note that the contractor may drop TIs from the chart two months after completion of the task.

A chart showing the cumulative number of hours by labor category, labor rate for the category, and cost for the current invoice period and the full period of performance of the contract.  The chart shall also include other direct costs associated with the conduct of the contract. The contractor shall attach Individual Project Status Reports to the summary report.  The Contract Funds Status Report shall be delivered to the Contracting Officer's Representative and the Contract Specialist.

A004 System Safety Program Plan (SSPP), DI-SAFT-80100, as modified in individual Technical

Instruction

The contractor shall prepare and/or modify a SSPP that details the task and activities of system safety management and system safety engineering required to identify, evaluate, and eliminate or control hazards throughout the system life cycle.  The purpose of this plan is to provide a basis of understanding between the contractor and the managing activity to ensure that adequate consideration is given to safety during the life cycle phases of the program and to establish a formal, disciplined program to achieve the system safety objectives.

As Applicable

A005 System Safety Hazard Analysis Report

(SSHAR), DI-SAFT-80101, as modified in individual Technical

Instruction

The contractor shall prepare and/or modify a system safety hazard analysis report that is used to systematically identify and evaluate hazards, both real and potential, for their elimination or control.  Reports include a Preliminary Hazard List (PHL), Preliminary Hazard Analysis (PHA), Safety Requirement/Criteria Analysis (SR/CA), System Hazard Analysis (SHA), Subsystem Hazard Analysis (SSHA), Operating and Support Hazard Analysis (O&SHA), and a Health Hazard Analysis (HHA).

As Applicable

A006 Environmental Assessment Report,

NAS-411, as modified in individual Technical

Instruction

The contractor shall prepare and/or modify environmental safety assessments on weapons and related systems as part of the system safety engineering tasks above. Environmental safety analyses and assessments include, but are not limited to, PESHEs, determination of compliance with the NEPA, Environmental Analyses, and Environmental Assessments

As Applicable

A007 Waiver of Deviation System Safety Report (WDSSR), DI-SAFT-

80104B, as modified in individual Technical

Instruction

The contractor shall prepare and/or modify the results of analysis, test, and tradeoff studies as they relate to a request for waiver and deviation.  This analysis will identify the risk assessment, mishap potential, and justification associated with results of each waiver or deviation request received throughout the system life cycle.

As Applicable

A008 Safety Assessment Report (SAR), DI-SAFT-80102, as modified in individual Technical

Instruction

The contractor shall prepare and/or modify a SAR that is a comprehensive evaluation of the safety risks being assumed prior to test or operation of the system or at contract completion.  This report identifies all safety features of the system, design, and procedural hazards that may be present in the system being acquired, and specific procedural controls and precautions that should be followed.

As Applicable

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 15 of 56  FINAL

 

Page 19: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

A009 Presentation Materials, DI-ADMN-81373, as modified in individual Technical Instruction

Specific instructions regarding the format and content of the WSESRB and SSSTRP Technical Data Package (TDP) will be as identified in the individual TIs.  NAVSEAINST 8020.6E provides guidance as to the technical content for the data package and presentation; however, not all items listed will be required for every program or for every presentation.  Distribution of the WSESRB data packages will include 25 to 30 copies of the final and 8 to 10 copies of SSSTRP technical data packages unless otherwise stated in the Technical Instruction. Presentation materials will consist of viewgraph slides or PowerPoint® unless otherwise identified in the Technical Instruction.  Paper copies (as described in individual TIs) of presentation materials are required for handout at the WSESRB meeting.  WSESRB and SSSTRP data packages may be delivered in electronic format, either via CD/ROM, or via e-mail.  The format will be specified in individual TIs.

As Applicable

A010 Safety Test Plans, DI-NDTI-80566, as modified

in individual Technical Instruction

The contractor shall prepare and/or modify safety test plans that comply with the appropriate DoD, Navy, and guidance for systems under development or review.

As Applicable

A011 Self-Assessment in accordance with QASP

The contractor shall complete a self-assessment of the performance provided during the period.

Annually

4         Government Furnished Property

Each Technical Instruction will identify the material available as Government Furnished Equipment (GFE) or Government Furnished Information (GFI). 

4.1      Travel Requirements

Travel is required for many tasks associated with System Safety support.  Travel is required for both inside the United States (local and distant) and abroad.  Each individual Technical Instruction will identify the estimated travel required to support the system.

4.2      Security

The Contractor's facility must be cleared at the SECRET level for handling of documentation.  All individuals must possess a SECRET clearance. 

4.3      Plan of Action and Milestones  (POA&M)

 The contractor shall develop a POA&M for each Technical Instruction.  The POA&M shall be provided electronically to the Contract Specialist, the COR, and the appropriate Government Technical Point of Contact (TPOC) within twenty-one (21) calendar days after issuance of the TI or revision.  While contractor format is acceptable, with Government's approval, the following information, as a minimum, shall appear in each POA&M.

a.   Date POA&M prepared/revised

b.   Technical Instruction (number and title)

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 16 of 56  FINAL

 

Page 20: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

4.4      Facility for WSESRB and SSSTRP meetings

● A single room with seating capability for 80 people ● Center table(s) with seating room around the table(s) for 16 WSESRB Members ● Moveable podium ● Facilities capable of holding classified meetings up to the SECRET level. ● A dedicated PC, projector system, and screen, capable of projecting MS PowerPoint presentations on the screen.  The

screen shall be big enough to view the presentation when standing in the back of the room. ● Microphone system

c.   Revision number if applicable

d.   Contract and Order Number

e.   TI Period Of Performance

f.    Contractor Interfaces/Points Of Contact (technical area)

g.   Government Interfaces/POC

h.   Estimated labor hours and total cost (including fee)

i.    Work summary - to include tasking for the year

j.    Subcontractors identified by name

k.   Travel 

l.    Data items to be delivered 

m.  List of individuals who are assigned to work under the TI

The Contractor shall provide facilities, materials, qualified personnel, and administrative support necessary to conduct WSESRB review meetings. The Contractor's facilities are required to be available during core hours which are from 7:00 AM to 5:00 PM and must be located within a 30 mile radius of NSWCDD, Virginia.  Required is a main WSESRB conference room with seating for 80, a WSESRB Caucus room with seating for 25, a location for visitors to congregate during check-in, and restroom facilities for use before, during and after WSESRB reviews.  Administrative support is required for reproduction of WSESRB findings and other documents as required.  This administrative support shall be provided through a non-key labor category identified as WSERSB Management Support.

WSESRB meetings will be 3 to 5 days in duration each month, held during the second full week of each month, unless there is a holiday during that week. For those weeks, the WSESRB will schedule the meetings on either side of the affected week. Technical data packages and technical presentations to the WSESRB are usually unclassified but may be either Confidential or Secret, depending on the material presented. The Contractor facilities for WSESRB meetings will comply with the requirements of DOD 5220.22-M (Industrial Security Manual).  WSESRB meetings will we attended by up to 80 people that includes 25 WSESRB members and up to 55 support attendees and presenters.  The Contractor shall control access to the meeting room during WSESRB reviews, including, ensure that all people admitted to the WSESRB conference room have an up to date security clearance on file, issuing badges, and providing appropriate support.

Main WSESRB conference room requirements include;

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 17 of 56  FINAL

 

Page 21: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

● A desk for use by the Court Reporter ● Teleconferencing capability ● Heating and air conditioning ● Room lighting with dimming capability

● A single room with seating capability for up to 25 people, separate from the main WSESRB conference room. ● Two tables with seating capability for six (6) or more individuals each  ● A projector system, and screen, capable of projecting and viewing MS PowerPoint presentations when standing in the

back of the room. ● Heating and air conditioning ● Room lighting with dimming capability

The Caucus room requirements include;

4.5      Place of Performance

The task order will be performed at the contractor’s facility only.  Performance of contract will not occur at the government location at NSWCDD.  The contractor is required to be available during core hours which are from 7:00 AM to 5:00 PM.  The key personnel must be assigned to a regular work site that is located within a 50 mile radius of NSWCDD, Virginia.

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

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

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

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

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

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

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

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 18 of 56  FINAL

 

Page 22: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

(e) The Contractor further agrees that, during the performance of this contract and for a period of three years after completion of performance of this contract, the Contractor, any affiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or with which it may subsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to the United States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractor or subcontractor, any system, component or services which is the subject of the work to be performed under this contract. This exclusion does not apply to any recompetition for those systems, components or services furnished pursuant to this contract. As provided in FAR 9.505-2, if the Government procures the system, component, or services on the basis of work statements growing out of the effort performed under this contract, from a source other than the contractor, subcontractor, affiliate, or assign of either, during the course of performance of this contract or before the three year period following completion of this contract has lapsed, the Contractor may, with the authorization of the cognizant Contracting Officer, participate in a subsequent procurement for the same system, component, or service. In other words, the Contractor may be authorized to compete for procurement(s) for systems, components or services subsequent to an intervening procurement.

(f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, it shall make immediate and full disclosure in writing to the Contracting Officer. The notification shall include a description of the actual or potential organizational conflict of interest, a description of the action, which the Contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant information that would assist the Contracting Officer in making a determination on this matter. Notwithstanding this notification, the Government may terminate the order for the convenience of the Government if determined to be in the best interest of the Government. (g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of an organizational conflict of interest prior to the award of this order or becomes, or should become, aware of an organizational conflict of interest after award of this order and does not make an immediate and full disclosure in writing to the Contracting Officer, the Government may terminate this order for default. (h) If the Contractor takes any action prohibited by this requirement or fails to take action required by this requirement, the Government may terminate this order for default. (i) The Contracting Officer's decision as to the existence or nonexistence of an actual or potential organizational conflict of interest shall be final. (j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to the United States Government its product lines in existence on the effective date of this order; nor, shall this requirement preclude the Contractor from participating in any research and development or delivering any design development model or prototype of any such equipment. Additionally, sale of catalog or standard commercial items are exempt from this requirement. (k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate or advise the Government concerning its own products or activities or those of a competitor in order to ensure proper safeguards exist to guarantee objectivity and to protect the Government's interest. (l) The Contractor shall include this requirement in subcontracts of any tier which involve access to information or situations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor" where appropriate. (m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remedies provided by law or elsewhere included in this order. (n) Compliance with this requirement is a material requirement of this order.

HAZARDOUS MATERIALS (JAN 1992) (NAVSUP)

(a) Packaging, Packing, Marking and Labeling Hazardous materials to be shipped by any mode or combination of transportation modes shall be prepared (properly classed, described, packaged, marked, labeled, transport vehicle placarded, etc.) for shipment in accordance with MIL-STD 129-1 and all applicable government and carrier regulations in effect at time of shipment.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 19 of 56  FINAL

 

Page 23: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

(b) In the event of a conflict between specific requirements in the contract or order and existing applicable regulations, the regulations take precedence. Under no circumstances shall the contractor knowingly use materials, markings or procedures that are not in accordance with laws and regulations applicable to the mode of transportation employed.

DIGITAL DELIVERY OF DATA

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

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

USE OF INFORMATION SYSTEM (IS) RESOURCES

Contractor Provision of IS Resources

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

Contractor Use of NSWCDD IS Resources

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

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

Connections Between NSWCDD and Contractor Facilities

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

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

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

(End of Text)

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 20 of 56  FINAL

 

Page 24: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

SECTION D PACKAGING AND MARKING

HQ D-1-0001  DATA PACKAGING LANGUAGE

All unclassified data shall be prepared for shipment in accordance with best commercial practice.  Classified reports, data, and documentation shall be prepared for shipment in accordance with National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated 28 February 2006.

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 cover of the report: (1) name and business address of the Contractor ; (2) contract number; (3) contract dollar amount; (4) whether the contract was competitively or non competitively awarded; (5) sponsor: Naval Surface Warfare Center, Dahlgren Division, Dahlgren, VA.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 21 of 56  FINAL

 

Page 25: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

SECTION E INSPECTION AND ACCEPTANCE

Inspection and Acceptance shall be performed at NSWCDD, Dahlgren, VA by the COR designated herein.

PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURES

(a) This is a performance-based task order as defined in FAR Part 37.6. Contractor performance will be reviewed on annual basis in accordance with the Quality Assurance Surveillance Plan (QASP).

(b) The review and acceptance will become part of the annual Contractor Performance Assessment Reporting System (CPARS). The contractor may obtain more information regarding the CPARS process at the following Internet site: http://cpars.navy.mil

QUALITY ASSURANCE SURVEILLANCE PLAN

1           Purpose

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

This Task Order provides support to Naval Surface Warfare Center Dahlgren Division (NSWCDD) in system safety engineering.  The resulting performance based order will have cost plus fixed fee Labor CLINS, and cost only Other Direct Cost (ODC) CLINS.  The order will be for a base year with two one-year options.  A properly executed QASP will assist the Government in achieving the overall objectives of this procurement.

1.1       Authority

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

1.2       Scope

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

The Contractor’s performance on this task order will be evaluated by the Government as described below.  The first evaluation will cover the period ending eight months after date of task order award with successive evaluations being performed for each twelve-month period thereafter until the Contractor completes performance under this task order.  For the first period and each subsequent twelve-month period, the Government will evaluate the Contractor’s performance.  The evaluation will encompass all work performed by the Contractor at any time during the twelve-month period but will not include cumulative information from prior reports.  For each period, the Contractor will complete a self- assessment of the performance provided, to be delivered to the COR and Contract Specialist.  The first assessment shall be submitted nine months after the start of performance with annual reports submitted thereafter for each option exercised.  The self-assessment shall cover all areas of the Government QASP.  Based on the evaluation results, the Contracting Officer will assign an overall performance rating.  If the Contracting Officer assigns an “Unsatisfactory” performance rating for the period evaluated, the next option period will not be exercised.

1.3       Government Resources and Responsibilities

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

Contracting Officer – The Contracting Officer ensures performance of all necessary actions for effective contracting, ensures compliance with the terms of the contract and safeguards the interests of the United States in the contractual relationship.  It is the Contracting Officer that assures the Contractor receives impartial, fair and equitable treatment under the contract.  The Contracting Officer is ultimately responsible for the final determination of the adequacy of the Contractor’s performance. The PCO for this contract is identified in Section G.

Contract Specialist– An individual assigned by the PCO to assist in the daily administration of the contract.  The Specialist also provides input to the PCO and the COR as to the quality of performance for areas addressed in this QASP.  The Contract

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 22 of 56  FINAL

 

Page 26: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

Specialist for this contract is identified in Section G.

Contracting Officer’s Representative (COR) –The COR is responsible for technical administration of the contract and assures proper Government surveillance of the contractor’s performance.  The COR is not empowered to make any contractual commitments or to authorize any changes on the Government’s behalf.  Any changes that the Contractor deems may affect contract price, terms, or conditions shall be referred to the Contracting Officer for action.

Government Technical Assistant (TA) – The COR designates one or more individuals as Government TAs to assist in administering specific projects under the order.  The Government TAs are responsible for assisting in administering specific projects under the order.  A Government TA cannot, in any manner, alter the scope of the order, make commitments or authorize any changes on the Government’s behalf.

1.4       Methods of QA Surveillance

            a. QASP - The below listed methods of surveillance shall be used by the COR in the technical administration and the PCO/Contract Specialist in non-technical administration of this QASP.  The QASP will be the prime determinant in exercising the option.

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

1.5       Documentation

In addition to providing annual reports to the Contracting Officer, the COR will maintain a complete Quality Assurance file.  The file will contain copies of all reports, evaluations, recommendations, and any actions related to the Government’s performance of the quality assurance function.  The COR shall forward these records to the Contracting Officer at termination or completion of the order.

1.6       Surveillance

The tables below set forth the performance ratings, standards, outcome and surveillance methods to document the results of the surveillance on an annual basis as well as interim and informal reviews (i.e., IPRs) on a more frequent basis.

            (a) Performance Ratings: The Government will evaluate the Contractor’s performance of the Performance Work Statement (PWS) and the Contracting Officer will assign one of the following ratings:

                        (1) Excellent

                        (2) Satisfactory

                        (3) Unsatisfactory

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

TABLE 1: OVERALL PERFORMANCE RATINGS

OVERALL

PERFORMANCE

RATING

STANDARD

Excellent “Excellent” ratings for all performance evaluation criteria.

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

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

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 23 of 56  FINAL

 

Page 27: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

            (b) Objectives / Determination:

                        1. Interim/Informal – Interim/informal performance evaluations will be provided to assess performance at each IPR.

2. Annual – The Contracting Officer will make a performance determination at the end of each evaluation period.  The determination will be based upon the COR’s recommendations, the Contractor’s comments including any Self-Evaluation Report, and any other information deemed relevant by the Contracting Officer.  The Contracting Officer shall resolve disagreements between the COR’S recommendations and the Contractor’s comments/report regarding the evaluation.  The Contracting Officer’s performance determination is unilateral and final. The Contracting Officer will document the determination and provide a copy to the contractor within 30 days of receipt of the Contractors’ self-assessment.

TABLE 2: OBJECTIVES

Assessment Period

Acceptable Performance Definition

How Measured Incentives

 

Base Period

 

All measurement areas rated at least "Satisfactory".

After the first nine months using the QASP evaluation ratings; annually using the CPARS system covering the previous 12 months.

(+) Meet the acceptable performance definition as a condition for exercise of option 1.*

(-) Does not meet the acceptable performance definition as a condition for exercise of an option 1.*

 

Option I

 

All measurement areas rated at least "Satisfactory".

Annually using the QASP evaluation ratings; annually using the CPARS system covering the previous 12 months.

(+) Meet the acceptable performance definition as a condition for exercise of an option. 2.*

(-) Does not meet the acceptable performance definition as a condition for exercise of an option. 2.*

 

Option II

All measurement areas rated at least "Satisfactory". Two or more areas rated "Excellent".  See Below. 

Annually using the QASP evaluation ratings; annually using the CPARS system covering the previous 12 months.

Final CPARS ratings.

The Government will not exercise the next option year term unless the contractor meets the acceptable performance definition.

            (c) Performance Evaluation Criteria. The Contractor’s performance will be evaluated using the criteria and standards provided for each objective, and identified in Tables 3 through 5 of this contract clause.

            (d) Organization. The performance evaluation organization consists of the Contracting Officer, who will serve as the Determining Official, and the COR.  In some instances, TAs will be assigned to the contract or task order in addition to a COR.

            (e) This performance evaluation does not replace any other requirement for evaluating contractor performance that may be required by this task order such as a Contractor Performance Assessment Reporting System (CPARS) report, or a Task Order Performance Evaluation (TOPE) report.

TABLE 3:  TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT Task Performance Work product fails to meet

Acceptable Quality Levels (AQLs) defined in Performance Requirements Summary Table,  Table 4

Work product routinely meets Acceptable Quality Levels (AQLs) defined in Performance Requirements Summary Table, Table 4

Work product frequently exceeds Acceptable Quality Levels (AQLs) defined in Performance Requirements Summary Table, Table 4

Staffing Contractor provides marginally qualified or unqualified personnel. Lapses in coverage occur

Contractor provides qualified personnel. Lapses in coverage may occasionally occur and are managed per

Contractor provides highly qualified personnel. Contractor reassigns personnel to ensure proper

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 24 of 56  FINAL

 

Page 28: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

regularly. task order policy. coverage. Actual lapses in coverage occur very rarely, if ever, and are managed per task order policy. Contractor ensures staff training remains current.

Timeliness Contractor frequently misses deadlines, schedules, or is slow to respond to government requests or is non-responsive to government requests.

Contractor routinely meets deadlines, schedules, and responds quickly to government requests.

Contractor always meets deadlines, schedules, and responds immediately to government requests.

Customer Satisfaction Fails to meet customer expectations

Meets customer expectations.

Exceeds customer expectations.

TABLE 4: PERFORMANCE REQUIREMENTS SUMMARY TABLE

Work Area/ PBWS Reference

Performance Objective Performance Standard Acceptable Quality Level (AQL)

QASP Typical Monitoring Method

 

2.2

 

Develop and/or update documentation in accordance with (IAW) the applicable tasks of MIL-STD-882 series, or otherwise specified in the Technical Instruction.

Documents are technically accurate and grammatically correct.  Documents and revisions are delivered IAW agreed upon schedules.

Technical documentation, reports and analysis,   should meet acceptance 95% completed by due date.

Government oversight, monitoring and acceptance through use of review, comment, and approval process.

2.3 Develop and/or update safety risk assessment reports, technical data packages, and presentation materials for the WSESRB and SSSTRP.

Reports, presentations, and documents are technically accurate and grammatically correct.  Documents and revisions are delivered IAW agreed upon schedules.

Technical documentation, reports and analysis,   should meet acceptance 100% completed by due date.

Government oversight, monitoring and acceptance through use of review, comment, and approval process.

2.4 Prepare and/or modify System Safety Program and Management Plans.

Documents are technically accurate and grammatically correct.  Documents and revisions are delivered IAW agreed upon schedules.

Technical documentation, reports and analysis,   should meet acceptance 95% completed by due date.

Government oversight, monitoring and acceptance through use of review, comment, and approval process.

2.5 Review and provide safety assessments of ECPs, STRs, SCNs, CPPRs, and CPCRs.

Documents are technically accurate and grammatically correct.  Documents and revisions are delivered IAW agreed upon schedules.

Technical documentation, reports and analysis,   should meet acceptance 95% completed by due date.

Government oversight, monitoring and acceptance through use of review, comment, and approval process.

2.6 Develop and/or update safety test plans that comply with the appropriate DoD and Navy guidelines.

Documents are technically accurate and grammatically correct.  Documents and revisions are delivered IAW agreed upon schedules.

Technical documentation, reports and analysis,   should meet acceptance 95% completed by due date.

Government oversight, monitoring and acceptance through use of review, comment, and approval process.

2.7 Perform and document operational safety analysis to identify potential deficiencies in weapon procedures, ordinance handling, stowage or other logistics phases. 

Documents are technically accurate and grammatically correct.  Documents and revisions are delivered IAW agreed upon schedules.

Technical documentation, reports and analysis,   should meet acceptance 95% completed by due date.

Government oversight, monitoring and acceptance through use of review, comment, and approval process.

2.8 Perform and document environmental safety analysis.

Documents are technically accurate and grammatically correct.  Documents and revisions are delivered IAW agreed

Technical documentation, reports and analysis,   should meet acceptance 95% completed by due date.

Government oversight, monitoring and acceptance through use of review, comment, and

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 25 of 56  FINAL

 

Page 29: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

upon schedules. approval process.2.9 Provide system safety

support to the WSESRB and SSSTRP with development of technical data packages and training materials.

 

Documents are technically accurate and grammatically correct.  Documents and revisions are delivered IAW agreed upon schedules.

Technical documentation, reports and analysis,   should meet acceptance 100% completed by due date.

Government oversight, monitoring and acceptance through use of review, comment, and approval process.

2.10 Provide summary and status reports estimating performance and workloads.

Documents are technically accurate and grammatically correct.  Documents and revisions are delivered IAW agreed upon schedules.

Technical documentation, reports and analysis,   should meet acceptance 95% completed by due date.

Government oversight, monitoring and acceptance through use of review, comment, and approval process.

 TABLE 5: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT Problem Resolution Problems are unresolved,

repetitive, or take excessive government effort to resolve.

Problems are resolved quickly with minimal government involvement.

Problems are non-existent or the contractor takes corrective action without government involvement.

Responsiveness Contractor’s management is unresponsive to government requests and concerns.

Contractor’s management is responsive to government requests and concerns.

Contractor’s management takes proactive approach in dealing with government representatives and anticipates Government concerns.

Communications Contractor often fails to communicate with government in an effective and timely manner.

Contractor routinely communicates with government in an effective and timely manner.

Contractor takes a proactive approach such that communications are almost always clear, effective and timely.

TABLE 6: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

Cost Management

Contractor routinely fails to complete the effort within the originally agreed to estimated cost, i.e. cost overruns frequently occur.

Contractor routinely completes the effort within the originally agreed to estimated cost. Contractor provides measures for controlling all costs at estimated costs. Funds and resources are generally used in a cost-effective manner. No major resource management problems are apparent.

Reductions in direct costs to the Government below contract estimated costs are noteworthy. Contractor provides detailed cost analysis and recommendations to Government for resolution of problems identified. Funds and resources are optimally used to provide the maximum benefit for the funds and resources available. Documented savings are apparent.

Cost ReportingReports are generally late, inaccurate incomplete or unclear.

Reports are timely, accurate, complete and clearly written. Problems and/or trends are addressed, and an analysis is also submitted.

Reports are clear, accurate, and pro-active. Problems and/or trends are addressed thoroughly, and the contractor’s recommendations and/or corrective plans are implemented and effective.

 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 26 of 56  FINAL

 

Page 30: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

SECTION F DELIVERABLES OR PERFORMANCE

Services to be performed hereunder will be provided at the contractor's location.

CLIN - DELIVERIES OR PERFORMANCE

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

   

4000 8/1/2011 - 6/30/2012

4001 8/1/2011 - 6/30/2012

4002 8/1/2011 - 6/30/2012

6000 8/1/2011 - 6/30/2012

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

   

4100 7/1/2012 - 6/30/2013

4200 7/1/2013 - 6/30/2014

6100 7/1/2012 - 6/30/2013

6200 7/1/2013 - 6/30/2014

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 27 of 56  FINAL

 

Page 31: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

SECTION G CONTRACT ADMINISTRATION DATA

ACCOUNTING DATA

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

SPECIAL INVOICE INSTRUCTIONS

In an effort to utilize funds prior to cancellation and to ensure that funds are expensed in accordance with expenditure benchmarks for the multiple program funding the Task Order effort, the contractor shall coordinate invoicing of funds with the COR/ACOR, and the Paying Office shall disburse funds in accordance with the contractor's invoice.

252.204-0003 Line Item Specific:  Contracting Officer Specified ACRN Order.  (SEP 2009)

The payment office shall make payment within the line item in the sequence ACRN order specified below, exhausting all funds in the previous ACRN before paying from the next ACRN.

The Payment Office make payment in accordance with the specific ACRNs and SLINs shown on each individual invoice. This requirement includes support for multiple programs with independent budgets and funding lines.  These funding lines are NOT interchangeable and it is critical that the Paying Office pay in accordance with the ACRNs and SLINs noted on the contractor's invoices.  To do otherwise could result in a misappropriation of funds. 

Ddl-G10 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES

  Procuring Contracting Officer (PCO):

 (a)           Name:           or any NSWCDD CXS warranted Contracting Officer                Code:            CXS11-10                                  Address:        Naval Surface Warfare Center, Dahlgren Division                                     17632 Dahlgren Road, Suite 157                                     Dahlgren, Virginia 22448-5110                 Phone:           - -                 FAX:             - -                 Email:           

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

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 28 of 56  FINAL

 

Page 32: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

 Contract Specialist:

 (a)           Name:                           Code:           CXS11-3                Address:       Naval Surface Warfare Center, Dahlgren Division                                    17632 Dahlgren Road, Suite 157                                    Dahlgren, Virginia 22448-5110                Phone:           - -                FAX:              - -                E-mail:         

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

 Administrative Contracting Officer (ACO)

 (a)                           DCMA Baltimore                            Address:  217 E. Redwood St, Suite 1800                                Baltimore MD 21202-5299                         Phone:     410-962-9800                            E-mail:     410-962-3319      

(b)  The Administrative Contracting Officer (ACO) of the cognizant Defense Contract Management Agency (DCMA) is designated as the authorized representative of the Contracting Officer for purposes of administering this Task Order in accordance with FAR 42.3.  However, in view of the technical nature of the supplies and services to be furnished, technical cognizance is retained by the Naval Surface Warfare Center, Dahlgren Division.

 Contracting Officers Representative (COR):

 (a)           Name:                      Code:      G73                      Address:  Naval Surface Warfare Center, Dahlgren Division                                5375 Marple Rd, Ste 154                                Dahlgren VA 22448-5155                Phone:       - -                          E-mail:      l        

(b)  The COR  is the PCO’s appointed representative for technical matters.  The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the Task Order or to otherwise change any Task Order requirements.  A copy of the COR appointment letter which provides a delineation of COR authority and responsibilities is provided as an attachment to this Task Order. 

Ddl-G12 POST AWARD MEETING

(a) A Kick-Off Meeting with the successful offeror will be conducted within 15 working days after award of the contract.

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

(c) The requirement for a Kick-Off meeting shall, in no event, constitute grounds for excusable delay by

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 29 of 56  FINAL

 

Page 33: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

the Contractor in performance of any provisions of the Task Order.

FUNDING PROFILE

It is estimated that these incremental funds will provide for the number of hours of labor stated below.  The following details funding to date:

HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)

Base Period Ceiling Funding Hours Hours Funded Unfunded Balance

4000 $4,329,584 $2,847,325.55 $1,482,258.45

4001 $73,000 $     73,000.00 $0.00

4002 $19,500 $19,500.00 $0.00

6000 $768,450 $54,124.00     $714,326.00

TOTAL $5,190,534 $2,993,949.55 $2,196,584.45

 (a) In accordance with the clause of this contract entitled “ELECTRONICSUBMISSION OF PAYMENT REQUESTS” (DFARS 252.232-7003), the Naval SeaSystems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt andAcceptance (WAWF) system to accept supplies/services delivered under this contract.This web-based system located at https://wawf.eb.mil provides the technology forgovernment contractors and authorized Department of Defense (DoD) personnel togenerate, capture and process receipt and payment-related documentation in a paperlessenvironment. Invoices for supplies/services rendered under this contract shall besubmitted electronically through WAWF. Submission of hard copy DD250/invoices mayno longer be accepted for payment. ((b) It is recommended that the person in your company designated as the CentralContractor Registration (CCR) Electronic Business (EB) Point of Contact and anyoneresponsible for the submission of invoices, use the online training system for WAWF athttp://wawftraining.com. The Vendor, Group Administrator (GAM), and sectionsmarked with an asterisk in the training system should be reviewed. Vendordocumentation is available under Resources at http://wawftraining.com. (c) The designated CCR EB point of contact is responsible for activating the company’sCAGE code on WAWF by calling 1-866-618-5988. Once the company is activated, theCCR EB point of contact will self-register under the company’s CAGE code on WAWFand follow the instructions for a group administrator. After the company is set-up onWAWF, any additional persons responsible for submitting invoices must self-registerunder the company’s CAGE code at https://wawf.eb.mil.  (d) The contractor shall use the following document types, DODAAC codes andinspection and acceptance locations when submitting invoices in WAWF: 

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

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

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 30 of 56  FINAL

 

Page 34: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

Receiving Report (FFP, DD250 Only) 

DODAAC Codes and Inspection and Acceptance Locations (contracting officercomplete appropriate information as applicable) 

Issue DODAAC                    N00178 

Admin DODAAC                   S2101A 

Pay Office DODAAC             HQ0338  

Inspector DODAAC                N/A 

Service Acceptor DODAAC     N/A 

Service Approver DODAAC    N00178 

Ship To DODAAC                    N/A 

DCAA Auditor DODAAC        HAA211  

LPO DODAAC                        N/A 

Inspection Location            Destination 

Acceptance Location          Destination Attachments created in any Microsoft Office product may be attached to the WAWFinvoice, e.g., backup documentation, timesheets, etc. Maximum limit for size of each fileis 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes.  (e) The Contractor agrees to segregate costs incurred under this task order at the lowestlevel of performance, either task or subtask, rather than on a total task order basis, and tosubmit invoices reflecting costs incurred at that level. Supporting documentation inWAWF for invoices shall include summaries of work charged during the period coveredas 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 ODCs(materials and travel), by line item task or subtask. Subcontractors are also required toprovide labor categories, rates, and hours (both straight time and overtime) invoiced; aswell as, a cost breakdown of ODCs, materials, and travel invoiced. Supportingdocumentation may be encrypted before submission to the prime contractor for WAWFinvoice submittal. Subcontractors may email encryption code information directly to theContracting Officer and Contracting Officer Representative. Should the subcontractorlack encryption capability, the subcontractor may also email detailed supporting costinformation directly to the Contracting Officer and Contracting Officer Representative; orother method as agreed to by the Contracting Officer. (f) Before closing out of an invoice session in WAWF, but after submitting thedocument(s), you will be prompted to send additional email notifications. Click on“Send More Email Notification” and add the acceptor/receiver email addresses notedbelow in the first email address block, and add any other additional email addressesdesired in the following blocks. This additional notification to the government isimportant to ensure that the acceptor/receiver is aware that the invoice documents havebeen submitted into WAWF. Send Additional Email Notification To:

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 31 of 56  FINAL

 

Page 35: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

 (g) The contractor shall submit invoices/cost vouchers for payment per contract termsand the government shall process invoices/cost vouchers for payment per contract terms.Contractors approved by DCAA for direct billing will submit cost vouchers directly toDFAS via WAWF. Final voucher submission will be approved by the ACO. (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk atthe above 1-866 number or the NAVSEA WAWF point of contact Margaret Morgan at(202) 781-4815 or [email protected].

CONSENT TO SUBCONTRACT

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

        The following subcontractors are approved on this Task Order:

        

Ddl-G40 PAYMENT, SELECTED ITEMS OF COST REIMBURSEMENT CONTRACTS

(a) Travel costs

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

(b) Training

The Government will not allow costs, nor reimburse costs associated with the contractor for training employees in an effort to attain and/or maintain minimum personnel qualification requirements of this contract.  Other training may be approved on a case-by-case basis by the Contracting Officer.  Advance approval is required.  Attendance at workshops or symposiums is considered training for purposes of this clause. The contractor is encouraged to suggest a cost-sharing arrangement that addresses registration/tuition, travel and labor costs.

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

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

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 32 of 56  FINAL

 

Page 36: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

services (including support services), and related resources for both unclassified and classified applications.

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

 EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES

 When a Government facility is closed and/or early dismissal of Federal employees is directed due to severe weather, a security threat, or a facility related problem that prevents personnel from working, on-site contractor personnel regularly assigned to work at that facility should follow the same reporting and/or departure directions given to Government personnel.  The contractor shall not direct charge to the contract for time off, but shall follow parent company policies regarding taking leave (administrative or other).  Non-essential contractor personnel, who are not required to remain at or report to the facility, shall follow their parent company policy regarding whether they should go/stay home or report to another company facility.  Subsequent to an early dismissal and during periods of inclement weather, on-site contractors should monitor radio and television announcements before departing for work to determine if the facility is closed or operating on a delayed arrival basis. When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, a security threat, or a facility related problem), on-site contractors will continue working established work hours or take leave in accordance with parent company policy.  Those contractors who take leave shall not direct charge the nonworking hours to the task order.  Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayed openings, or closings in accordance with the FAR, applicable cost accounting standards, and company policy.  Contractors shall follow their disclosed charging practices during the task order period of performance, and shall not follow any verbal directions to the contrary.  The Contracting Officer will make the determination of cost  allowability for time lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor’s established accounting policy.

Accounting DataSLINID PR Number Amount -------- ---------------------- --------------------- 400001 1187317A LLA : AA 1711804 8B2B 252 68963 0 050120 2D 000000 A00000764757  Standard Number: N0002411RX02069:AA Funding for TI #1  600001 1187318A  LLA : AA 1711804 8B2B 252 68963 0 050120 2D 000000 A00000764757  Standard Number: N0002411RX02069:AA Incremental funding for TI #1   BASE Funding Cumulative Funding  MOD 01  400002 1203302C LLA : AB 1701319 14KB 253 SASHP 0 068342 2D 009510 10119000CON0  Standard Number: N0002411WX10990: AA Incremental Funding for TI #2  400003 1209145A

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 33 of 56  FINAL

 

Page 37: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

LLA : AC 1711804 8D4D 252 WS030 0 050120 2D 000000 A10000779220  Standard Number: N00002411RX02237:AB Incremental Funding for TI #4  600002 1203302C  LLA : AB 1701319 14KB 253 SASHP 0 068342 2D 009510 10119000CON0  Standard Number: N0002411WX10990:AA Incremental Funding for TI #2  600003 1209011A LLA : AC 1711804 8D4D 252 WS030 0 050120 2D 000000 A10000779220  Standard Number: N0002411RX02237:AB Incremental Funding for TI#4   MOD 01 Funding Cumulative Funding  MOD 02  400005 1209146A LLA : AD 97X4930 NH1E 000 77777 0 000178 2F 000000 21G3D11P1ASF  Incremental funding for TI #3  400006 1208308A LLA : AE 97X4930 NH1E 000 77777 0 000178 2F 000000 21G2111MPFS5  Incremental funding for TI #3  600005 1209469A  LLA : AD 97X4930 NH1E 000 77777 0 000178 2F 000000 21G3D11P1ASF  Incremental funding for TI #3   MOD 02 Funding Cumulative Funding  MOD 03  400007 1214438C LLA : AF 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611SF781  Incremental funding for TI #10   MOD 03 Funding Cumulative Funding  MOD 04  400008 1223213C LLA : AG 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBD1151CSU  Labor funding for TI #5  400009 1221401A LLA : AH 97X4930 NH1E 000 77777 0 000178 2F 000000 2FGRR11WFDEV  Labor funding for TI #14  400101 1224393C LLA : AJ 97-11X8242 2884 000 74842 0 065916 2D PAT044 113980180LCQ   Standard Number: N0002411RX00885:AA Labor funding for TI #12. Only work uniquely and specifically identifiable to FMS Case AT-P-LCQ is chargeable to this SLIN. Common support costs which benefit other  customers may not be charged ot this SLIN.  400102 1224392C LLA : AK 97-11X8242 8NAS 252 X3400 0 068342 2D CCXT01 044PUESS101Z  

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 34 of 56  FINAL

 

Page 38: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

Standard Number: N0002409RX51497:AA Labor funding for TI #12. Only work uniquely and specifically identifiable to FMS Case AT-P-LCQ is chargeable to this SLIN. Common support costs which benefit other  customers may not be charged ot this SLIN.   MOD 04 Funding Cumulative Funding  MOD 05  400010 1215294C LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX111USG21  Labor funding for TI #15  400011 1215295C LLA : AL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX111USG21  Labor funding for TI #15  400201 1228440C LLA : AM 97-11X8242 8WJU 252 4Q452 0 068342 2D CCXT07 H44HHESS107Z   Standard Number: N0002409RX50530:AA Labor Funding for TI #13   MOD 05 Funding Cumulative Funding  MOD 06  400012 1237191C LLA : AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA511SQ721  Incremental funding for TI #8  400013 1229167C LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBR11MISS4  Incremental funding for TI #11  400014 1236030A LLA : AQ 1751811 1224 252 YFWMW 0 068342 2D 000000 55688900703M  Standard Number: N0002411RX22291:AA Incremental funding for TI #3  400202 1229105C LLA : AM 97-11X8242 8WJU 252 4Q452 0 068342 2D CCXT07 H44HHESS107Z   Standard Number: N002409RX50530:AA Incremental funding for TI #13  600006 1229167C LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBR11MISS4  Incremental funding for TI #11   MOD 06 Funding Cumulative Funding  MOD 07  400015 1236031A LLA : AR 97X4930 NH1E 000 77777 0 000178 2F 000000 21G5311MK1T8  Labor funding for TI #3  400016 1243134C LLA : AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBD1141URS  Labor funding for TI #5  

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 35 of 56  FINAL

 

Page 39: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

400017 1238297C LLA : AT 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250  Standard Number: N0002411RX01131:AA Labor funding for TI #7  400018 1237090C  LLA : AU 1711804 8B2B 252 WS010 0 050120 2D 000000 A00000646208  Standard Number: N0002411RX00966:AB Labor funding for TI #8  400019 1244342C  LLA : AV 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111JB721  Labor funding for TI #8  400020 1244445C  LLA : AW 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611SFAC1  Labor funding TI #10  400021 1244060C  LLA : AX 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT61171SE1  Labor funding TI #10  400022 1244078C LLA : AY 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611AMSF1  Labor funding TI #10  400023 1244079C LLA : AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT61126SE1  Labor funding for TI #10  400024 1244056C LLA : AX 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT61171SE1  Labor funding for TI #10  400025 1244055C LLA : BA 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611FGSA1  Labor funding for TI #10  400026 1241336C LLA : BB 1711611 6212 251 CV312 0 050120 2D 000000 A00000845630  Standard Number: N0002411RX02860:AA Labor funding for TI #10  400027 1241337C LLA : BC 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT61172SF1  Labor funding for TI #10  400028 1241332C LLA : BD 1711611 6210 253 CV378 0 050120 2D 000000 A00000785623  Standard Number: N0002411RX02279:AA Labor funding for TI #10  400029 1241338C LLA : BE 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611SA722  Labor funding for TI #10  400030 1241333C LLA : BF 1711611 6210 252 CV378 0 050120 2D 000000 A00000760988  Standard Number: N0002411RX02042:AA Labor funding for TI #10  400031 1243018A

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 36 of 56  FINAL

 

Page 40: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

LLA : BG 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q611109N12  Labor funding for TI #10  400032 1244451C LLA : BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCA11CSST1  Labor funding for TI #10  400033 1244446C LLA : BJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611TRSA2  Labor funding for TI #10  400034 1246322C LLA : BK 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611B1PF1  Labor funding for TI #10  400035 1242420C LLA : BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBD11AASSF  Labor funding for TI #11  400036 1243179C LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBR11MISS4  Labor funding for TI #11  400037 1243178C LLA : BM 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBR11MISS3  Labor funding for TI #11  400038 1243017A LLA : BN 97X4930 NH1E 000 77777 0 000178 2F 000000 21G8511RBPF1  Labor funding for TI #16  400039 1236476A LLA : BN 97X4930 NH1E 000 77777 0 000178 2F 000000 21G8511RBPF1  Labor funding for TI #16  400040 1242454A LLA : BP 97X4930 NH1E 000 77777 0 000178 2F 000000 21G4711HLSAF  Labor funding for TI #17  400041 1236057A LLA : BQ 1711804 12TA 250 48143 A 068892 2D XA0505 481431ANDIXQ  Standard Number: N4814311WXA0505:AA Labor funding for TI #1  400042 1236056A LLA : BR 1711804 8B2B 253 68963 0 050120 2D 000000 A00000764757  Standard Number: N0002411RX02069:AA Labor funding for TI #1  600007 1241333C LLA : BF 1711611 6210 252 CV378 0 050120 2D 000000 A00000760988  Standard Number: N0002411RX02042:AA ODC funding for TI #10  600008 1243019A LLA : BG 97X4930 NH1E 000 77777 0 000178 2F 000000 21Q611109N12  ODC funding for TI #10  600009 1243179C LLA : AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBR11MISS4  ODC funding for TI #11 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 37 of 56  FINAL

 

Page 41: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

 600010 1236476A LLA : BN 97X4930 NH1E 000 77777 0 000178 2F 000000 21G8511RBPF1  ODC funding for TI #16  600011 1236495A LLA : BR 1711804 8B2B 253 68963 0 050120 2D 000000 A00000764757  Standard Number: N0002411RX02069:AA ODC funding for TI #1  600012 1236496A LLA : BQ 1711804 12TA 250 48143 A 068892 2D XA0505 481431ANDIXQ  Standard Number: N4814311WXA0505:AA ODC funding for TI #1   MOD 07 Funding Cumulative Funding  MOD 08  400043 1224438A LLA : BS 97X4930 NH1E 000 77777 0 000178 2F 000000 21G1311D9321  Labor funding for TI #6   MOD 08 Funding Cumulative Funding  MOD 09 Funding Cumulative Funding  MOD 10 Funding Cumulative Funding  MOD 11  400044 1244361C LLA : BT 1711611 1224 252 SH400 0 050120 2D 000000 A00000789402  Standard Number: N00002411RX02314:AA Incremental funding for TI #7   MOD 11 Funding Cumulative Funding  MOD 12  400045 13226225  LLA : BU 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBD1241SAF  Labor funding for TI#5   MOD 12 Funding Cumulative Funding  MOD 13 Funding Cumulative Funding  MOD 14  400046 LLA : BV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000985438 Labor Funding for TI #5 AEGIS BMD   MOD 14 Funding Cumulative Funding  

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 38 of 56  FINAL

 

Page 42: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

MOD 15  400047 LLA : BW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001003436 Labor funding for TI 11 SM3  400048 LLA : BX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000996615 Labor funding for TI 5 BMD  400049 LLA : BY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001007205 Labor funding for TI 14 SES Sustainment  400050 LLA : BZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000999454 Labor funding for TI 5 BMD  400051 LLA : CA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000972329 Labor funding for TI 2 LCS Seaframe  400103 LLA : CB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001001229 Labor funding for TI 12 AWD (Australian)  600013 LLA : CA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00000972329 ODC funding for TI 2 LCS Seaframe   MOD 15 Funding Cumulative Funding  MOD 16  400052 1300247823-00002   LLA : CC 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001042749 Labor funding for TI 3 GUNS  400053 1300244810-00001 LLA : CD 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001020314 Labor funding for TI 5 BMD  400055 1300247823-00001   LLA : CC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001042749 Labor funding for TI 18 GMM  600014 1300247218-00001   LLA : CE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001038134 ODC funding for TI 6 WMSL   MOD 16 Funding Cumulative Funding  MOD 17  400056 1300247552-00001   LLA : CU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001040235 Labor funding for TI 3 GUNS  400057 1300247154-00001 LLA : 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 39 of 56  FINAL

 

Page 43: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

CF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001037584 Labor funding for TI 3 GUNS  400058 1300249134-00001 LLA : CG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001051749 Labor funding for TI 3 GUNS  400059 1300249139-00001 LLA : CH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001052165 Labor funding for TI 3 GUNS  400060 1300249139-00002 LLA : CJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001052165 Labor funding for TI 3 GUNS   MOD 17 Funding Cumulative Funding  MOD 18 Funding Cumulative Funding  MOD 19  400061 1300249274-00001 LLA : CK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001052752 Labor funding for TI 4 CIWS   MOD 19 Funding Cumulative Funding  MOD 20  400062 1300248846-00001 LLA : CL 1721319 A5XZ 252 WS010 0 050120 2D 000000 A00001049550 Standard Number: N0002412WX01819 Labor funding for TI 10 SSDS  600015 1300248846-00001 LLA : CL 1721319 A5XZ 252 WS010 0 050120 2D 000000 A00001049550 Standard Number: N0002412WX01819 ODC funding for TI 10 SSDS   MOD 20 Funding Cumulative Funding  MOD 21 Funding Cumulative Funding  MOD 22  400063 1300251774-00001 LLA : CM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001070018 Labor Funding for TI 19 G72  400064 1300252856-00001 LLA : CN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001078132 Labor funding for TI 6 WMSL   MOD 22 Funding Cumulative Funding  MOD 23  400065 1300247555-00001

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 40 of 56  FINAL

 

Page 44: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

LLA : CP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001040475 Labor funding for TI 3 GUNS  400066 1300254451-00001 LLA : CQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001089573 Labor funding for TI 3 GUNS  400067 1300254451-00002 LLA : CQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001089573 Labor funding for TI 3 GUNS  400068 1300255455-00001 LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001096418 Labor funding for TI 3 GUNS  400069 1300255455-00002 LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001096418 Labor funding for TI 21 AN/SLQ 32  400070 1300255455-00003 LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001096418 Labor funding for TI 21 AN/SLQ-32   400071 1300256533-00001 LLA : CS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001103379 Labor funding for TI 4 CIWS  600016 1300255455-00001 LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001096418 ODC funding for TI 3 GUNS  600017 1300255455-00003 LLA : CR 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001096418 ODC funding for TI 21 AN/SLQ-32   600018 1300256533-00001 LLA : CS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001103379 ODC funding for TI 4 CIWS   MOD 23 Funding Cumulative Funding  MOD 24  400072 1300257296-00001 LLA : CT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001108419 Labor Funding for TI 23 ESSM   MOD 24 Funding Cumulative Funding  MOD 25  400073 1300259576-00001   LLA : CV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001124416 Labor funding for TI 2 LCS  400074 1300259588-00001 LLA : CW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001124987 Labor funding for TI 3 GUNS  

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 41 of 56  FINAL

 

Page 45: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

400075 1300259588-00002 LLA : CX 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001124987 Labor funding for TI 3 GUNS  400076 1300259588-00003 LLA : CY 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001124987 Labor funding for TI 3 GUNS  400077 1300259588-00004 LLA : CZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001124987 Labor funding for TI 3 GUNS  400078 1300258630-00001   LLA : DA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001117595 Labor funding for TI 19 G72 New Technology  400104 1300259588-00005 LLA : DB 97X4930 NH1E 255 77777 0 050120 2F 000000 A40001124987 Labor funding for TI 3 GUNS   MOD 25 Funding Cumulative Funding  MOD 26  400079 1300257209-00001   LLA : DC 1721319 A5XB 255 WS010 0 050120 2D 000000 A00001107729 Standard Number: N0002412WX04976 Base Period labor funding for TI 7 AEGIS B/L  400080 1300259294-00001   LLA : DD 1721319 C4KB 252 24VCS 0 050120 2D 000000 A00001122615 Standard Number: N0002412WX04999-AA  Base Period Labor Funding TI 2 LCS   MOD 26 Funding Cumulative Funding  MOD 27  400081 1300262784-00001   LLA : DE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001147925 Base Period Labor funding for TI 6 WMSL  400082 1300263514-00001   LLA : DF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001151971 Base Period Labor funding for TI3 GUNS  400083 1300263514-00002   LLA : DG 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001151971 Base Period Labor funding for TI3 GUNS  400084 1300263514-00003   LLA : DH 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001151971 Base Period Labor funding TI21 AN/SLQ32  400085 1300263514-00004   LLA : DJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001151971 Base Period Labor funding for TI22 NULKA  400086 1300264204-00001 LLA : 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 42 of 56  FINAL

 

Page 46: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

DK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001156615 Base Period Labor funding TI2 LCS  600019 1300263514 LLA : DH 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001151971 Base Period ODC funding for TI21 AN/SLQ32  600020 1300263514-00004   LLA : DJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A30001151971 Base Period ODC funding for TI22 NULKA   MOD 27 Funding Cumulative Funding  MOD 28  400087 1300266961-00001 LLA : DL 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001174274 Base Period Labor Funding TI 2 LCS  400088 1300263514-00005 LLA : DM 97X4930 NH1E 255 77777 0 050120 2F 000000 A40001151971 Base Period Labor funding TI 18 GMM   MOD 28 Funding 85000.00 Cumulative Funding 2888749.55  MOD 29  400049  LLA : BY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001007205 Labor funding for TI 14 SES Sustainment  400089 1300272292-00001 LLA : DN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001211681 Labor Funding for TI 3 GUNS  400090 1300272950-00001 LLA : DP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001216640 Labor funding for TI 4 CIWS  400091 1300270478-00001   LLA : DQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001200168 Labor Funding for TI 4 CIWS  400092 1300266800-00001 LLA : DR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001173783 Labor funding for TI 15 CEC   MOD 29 Funding Cumulative Funding  MOD 30  400093 1300274966-00001 LLA : DS 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001229191 Base Period Labor Funding for TI 10 SSDS   MOD 30 Funding Cumulative Funding

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 43 of 56  FINAL

 

Page 47: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

SECTION H SPECIAL CONTRACT REQUIREMENTS

Section H clauses are in accordance with Section H of the IDIQ contract and otherwise as incorporated below.

TASK ORDER LABOR CATEGORY QUALIFICATIONS

To perform the requirements of the PWS, the Government desires Key Personnel with the appropriate experience and professional development qualifications.   Key Personnel qualification levels are considered to be "desired" for those individuals whose resumes are submitted for evaluation with the proposal.   Resumes for any replacement personnel that are submitted following award shall be equal to or better than the individuals initially proposed as required by the clause entitled SUBSTITUTION OF PERSONNEL in this Section H.   Following award, the qualification levels are considered to be minimums for any growth beyond those individuals initially proposed or in labor categories where no resumes were required for proposal purposes. 

(a) Experience Definitions:

    General Experience is defined as experience in Department of Defense (DOD), other Government agencies, and other Government systems and programs in the areas of engineering, warfare and systems analysis, specific weapons systems and/or performance assessments related to weapons development, program management, and program documentation.     Specialized experience is defined as experience described under "general experience" above in relation to the requirements identified in paragraph 2.0 of the Performance Work Statement.

(b) Professional Development - Professional development includes honors, degrees, publications, professional licenses and certifications and similar evidence of professional accomplishments that directly impact the offerors' ability to perform the order. The years of experience listed below are inaddition to appropriate professional development.  It is incumbent upon the offeror to demonstrate that the proposed personnel have appropriate credentials to perform the work.

(c) Accumulation Of Qualifying Experience - Categories of experience may be accumulated concurrently.

QUALIFICATIONS BY LABOR CATEGORY FOR WHICH KEY RESUMES ARE REQUIRED

1.1     Program Manager Program Manager (PM) Experience: ·    Indepth understanding of DoD policies, guidance, and best practices regarding system safety ·    Management of tasks focused on maintaining the appropriate level of manpower needed to perform the contract tasks ·    Knowledge of DoD security policies and procedures ·    Management of information systems engineering or systems integration projects ·    Technical writing ·    Knowledge of Microsoft Office products for creating products using MS Word, PowerPoint, and Excel and assisting contracting staff when assistance is required ·    Knowledge and skills associated with customer service oriented practices Desired Experience:  7 Years

1.2     Senior System Safety Engineer 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 44 of 56  FINAL

 

Page 48: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

Senior System Safety Engineer Experience:

·    Indepth understanding of DoD policies, guidance, and best practices regarding system safety·    Knowledge and application of system safety principles and methods in the design, development, maintenance, and operation of Naval programs through various safety analyses and testing.  Areas of analysis include hardware, software, human, and firmware.·    Preparation of system safety analysis documentation in accordance with MIIL-STD-882 series. ·    Coordination and execution of comprehensive technical data packages, Safety Assessment Reports (SARs), and presentations to support SSSTRP and WSESRB.·    Subject Matter Expert (SME) system safety support to system development activities such as integrated products teams, working group meetings, documentation reviews, design reviews, test events, or related functions·    Identification, documentation, and tracking of resolutions of safety anomalies and issues.·    Interface with the Principal for Safety (PFS) regarding system safety issues and resolutions.

Desired Experience: 5 Years

1.3     System Safety Engineer 

System Safety Engineer Experience:·    Indepth understanding of DoD policies, guidance, and best practices regarding system safety·    Knowledge and application of system safety principles and methods in the design, development, maintenance, and operation of Naval programs through various safety analyses and testing.  Areas of analysis include hardware, software, human, and firmware.·    Preparation of system safety analysis documentation in accordance with MIIL-STD-882 series. ·    Coordination and execution of comprehensive technical data packages, Safety Assessment Reports (SARs), and presentations to support SSSTRP and WSESRB.·    System safety support to system development activities such as integrated products teams, working group meetings, documentation reviews, design reviews, test events, or related functions·    Identification, documentation, and tracking resolutions of safety anomalies and issues.·    Interface with the Principal for Safety (PFS) regarding system safety issues and resolutions.

Desired Experience: 2 Years

1.4     Junior System Safety Engineer Junior Safety Engineer Experience:

·    Understanding of DoD policies, guidance, and best practices regarding system safety·    Application of system safety principals and methods in the design, development, maintenance, and operation of Naval programs through various safety analyses and testing.  Areas of analysis include hardware, software, human, and firmware.·    Preparation of system safety analysis documentation in accordance with MIIL-STD-882 series. ·    Coordination and execution of comprehensive technical data packages, Safety Assessment Reports (SARs), and presentations to support SSSTRP and WSESRB.·    System safety support to system development activities such as integrated products teams, working group meetings, documentation reviews, design reviews, test events, or related functions·    Identification, documentation, and tracking resolutions of safety anomalies and issues.·    Interface with the Principal for Safety (PFS) regarding system safety issues and resolutions.

Desired Experience: 1 Year

1.5     Software System Safety Engineer 

Software System Safety Engineer Experience:

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 45 of 56  FINAL

 

Page 49: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

·    Proficient understanding of DoD policies, guidance, and best practices regarding system safety·    Preparation of software system safety analysis documentation in accordance with the Joint Software Systems Safety Engineering Handbook.·    Application of system safety principals and methods in the design, development, maintenance, and operation of Naval programs through various safety analyses and testing.  Areas of analysis include hardware, software, human, and firmware.·    Preparation of system safety analysis documentation in accordance with MIIL-STD-882 series. ·    Coordination and execution of comprehensive technical data packages, Safety Assessment Reports (SARs), and presentations to support SSSTRP and WSESRB.·    Understanding of Information Assurance (IA) architectures. ·    End to end systems engineering lifecycle.·    Knowledge Messaging/data delivery frameworks.·    Service Oriented Architecture (SOA).·    Java, J2EE, JavaScript development.·    Provide maintenance to total systems engineering perspective.·    Provide maintenance to legacy infrastructure components.·    Use of coding methods in specific programming languages to initiate or enhance program execution and functionality by performing code analysis. ·    Evaluation, recommendation, and selection of hardware and software solutions. ·    Research/analyze data processing functions, methods and procedures. ·    Full Information Technology (IT) lifecycle, which includes requirements, development, testing, and production implementation. ·    Computer hardware, operating system software and desktop applications with a specific concentration in one or more areas.·    One or more structured programming languages.·    Hardware or software design methods and processes.·    Design principles and applications.·    Design principles and applications related to integrated plant, aircraft, ship and/or weapons systems (Naval architecture only).·    Knowledge of application development tools.·    C, C++, UNIX/Linux.

Desired Experience: 3 Years

NAVSEA 5252.237-9106 SUBSTITUTION OF PERSONNEL (SEP 1990)

 (a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed.  Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted with the proposal necessary to fulfill the requirements of the contract. No substitution shall be made without prior notification to and concurrence of the Contracting Officer in accordance with this requirement. (b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to be replaced. The Contracting Officer shall be notified in writing of any proposed substitution at least forty-five (45) days, or ninety (90) days if a security clearance is to be obtained, in advance of the proposed substitution. Such notification shall include: (1) an explanation of the circumstances necessitating the substitution; (2) a complete resume of the proposed substitute; and (3) any other information requested by the Contracting Officer to enable him/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided the partial basis for award. 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 46 of 56  FINAL

 

Page 50: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

Ddl-H13 POST AWARD CONTRACTOR PERSONNEL APPROVAL

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

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

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

Ddl-H16 RESUME FORMAT AND CONTENT REQUIREMENTS

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

(a) COMPLETE NAME

(b) CONTRACT LABOR CATEGORY

(c) CONTRACTOR'S LABOR CATEGORY

(d) CURRENT EMPLOYER

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

(f) LEVEL OF SECURITY CLEARANCE

(g) CURRENT WORK LOCATION

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

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

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

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

All military experience claimed shall be described such that each tour is treated as a separate employer. Time frames/titles/ responsibilities shall be provided at the level of detail prescribed by above. Military

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 47 of 56  FINAL

 

Page 51: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

experience not documented in this manner may not be considered.

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

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

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

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

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

Employee Signature and Date Contractor Signature and Date

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

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

NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)

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

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

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

(b) Technical instructions must be within the general scope of work stated in the order. Technical instructions may not be used to: (1) assign additional work under the order; (2) direct a change as defined in the "CHANGES" clause of the basic contract; (3) increase or decrease the estimated order 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 order.

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

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

NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 48 of 56  FINAL

 

Page 52: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level of effort.  The table below and information for blanks in paragraph (b) and (d) are to be completed by the Offeror.

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

 

(b)  The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. 

(c)  CLINs/SLINs 4001, 4002 are fully funded and performance under these CLINs/SLINs is subject to the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20).

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

ITEMALLOTTED TO COST

ALLOTTED TO FIXED FEE

ALLOTTED TO AWARD FEE

CPFF M/HS EST. POP

400008/01/2011 -06/30/2012

6000 0.00 0.00 0.00 0.0008/01/2011 -06/30/2012

INSTRUCTIONS REGARDING INVOICING OF FIXED FEE DURING PERFORMANCE

(a) The clause entitled "ALLOTMENT OF FUNDS" in this Section provides the cumulative amount funded.  Separate amounts are provided for Estimated Cost and Fixed Fee.  The funded fixed fee is based on the ratio of negotiated Fixed Fee to Estimated Cost in Section B (including Facilities Capital Cost of Money) for the applicable Task Order period.  When obligating labor funds, the SeaPort-e software computes, for the Government, separate cumulative cost and fee amounts.  These amounts are then used by the Government to complete the "ALLOTMENT OF FUNDS" clause. The contractor is not authorized to invoice in excess of the funded fee dollars shown in the ALLOTMENT OF FUNDS" clause for each Labor CLIN.

NAVSEA 5252.216-9122  LEVEL OF EFFORT – ALTERNATE 1 (MAY 2010)

(a)  The Contractor agrees to provide the total level of effort specified below in performance of the work described in Sections B and C of this contract.  The total level of effort for the performance of this contract shall be 

219189.00

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 49 of 56  FINAL

 

Page 53: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

 Total Labor Hours

Compensated Uncompensated

Base Period (CLIN 4000 and 4001)

      0

Option 1 (CLIN 4100)       0Option 2 (CLIN 4200)       0

(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 additional compensation for such excess work.  All other effort is defined as compensated effort.  If no effort is indicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract.

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

(d)  The level of effort for this contract shall be expended at an average rate of approximately 1,442.03 hours per week.  It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the term hereof, except as provided in the following paragraph.

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

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

(g)  The Contractor shall provide and maintain an accounting system, acceptable to the Administrative

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 50 of 56  FINAL

 

Page 54: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

Contracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of this contract.  The Contractor shall indicate on each invoice the total level of effort claimed during the period covered by the invoice, separately identifying compensated effort and uncompensated effort, if any.

(h)  Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit the following information in writing to the Contracting Officer with copies to the cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted:  (1) the total number of man-hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the number of man-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for the period.  Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recover excess funds.  All submissions shall include subcontractor information.

(i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contract performance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractor has 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 a geographically convenient office setting as an alternative to an employee’s main office. The Government reserves the right to review the Contractor’s alternative worksite plan. In the event performance becomes unacceptable, the Contractor will be prohibited from counting the hours performed at the alternative worksite in fulfilling the total level of effort obligations of the contract. Regardless of work location, all contract terms and conditions, including security requirements and labor laws, remain in effect.  The Government shall not incur any additional cost nor provide additional equipment for contract performance as a result of the Contractor’s election to implement an alternative worksite plan.

(j) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OF FUNDS or LIMITATION OF COST clauses, as applicable, the period of performance may be extended and the estimated cost may be increased in order to permit the Contractor to provide all of the man-hours listed in paragraph (a) above.  The contractor shall continue to be paid fee for each man-hour performed in accordance with the terms of the contract.

SAVINGS INITIATIVE

In accordance with the contractor's proposal, the contractor shall provide the following savings initiatives to the Government in performance of this task order.

    Fixed Fee:   on prime direct labor costs.    Pass-Thru Rate:  maximum on subcontractor labor costs.     Annual Labor Escalation:  on prime and subcontractor direct labor.    Rate Caps: composite burden cap (multiplier) of on prime labor costs.                      composite burden cap (multiplier) of on subcontract costs.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 51 of 56  FINAL

 

Page 55: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE:

52.224-1            Privacy Act Notification (Apr 1984)

52.224-2            Privacy Act (Apr 1984)

252.239-7001     Information Assurance Contractor Training and Certification (Jan 2008)

CLAUSES INCORPORATED BY FULL TEXT:

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (NAVSEA VARIATION) (SEP 2009)

(a) The Government may extend the term of this contract by written notice(s) to the Contractor within the periods specified below. If more than one option exists the Government has the right to unilaterally exercise any such option whether or not it has exercised other options.

ITEM(S)                                 LATEST OPTION EXERCISE DATE

4100 Option 1 Labor            7/1/20126100 Option 1 ODC             7/1/20124200 Option 2 Labor           7/1/20136200 Option 2 ODC            7/1/2013

(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 option(s) under this clause, shall not exceed three (3) years, however, in accordance with paragraph (g) of the requirement of this contract entitled "LEVEL OF EFFORT" (NAVSEA 5252.216-9122), if the total manhours delineated in paragraph (a) of the LEVEL OF EFFORT requirement, have not been expended within the period specified above, the Government may require the Contractor to continue to perform the work until the total number of manhours specified in paragraph (a) of the aforementioned requirement have been expended.

(End of Clause)

52.244-2 SUBCONTRACTS (JUN 2007); ALTERNATE 1 (JUN 2007)  (a) Definitions. As used in this clause--

Approved purchasing system means a Contractor's purchasing system that has been reviewed and approved in accordance with Part 44 of the Federal Acquisition Regulation (FAR).

Consent to subcontract means the Contracting Officer's written consent for the Contractor to enter into a particular subcontract.

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

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 52 of 56  FINAL

 

Page 56: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

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

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

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

(2) Is fixed-price and exceeds—

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

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

(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer’s written consent before placing the following subcontracts:

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

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

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

(iii) Identification of the proposed subcontractor.

(iv) The proposed subcontract price.

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

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

(vii) A negotiation memorandum reflecting—

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

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

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

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

(E) The extent to which it was recognized in the negotiation that the subcontractor’s cost or pricing data were not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any such defective data on the total price negotiated;

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

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 53 of 56  FINAL

 

Page 57: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

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

(2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract for which consent is not required under paragraph (c), (d), or (e) of this clause.

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

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

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

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

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

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

(i) The Government reserves the right to review the Contractor’s purchasing system as set forth in FAR Subpart 44.3.

(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated during negotiations:

Alternate I (Jun 2007).

(f)(2) If the Contractor has an approved purchasing system and consent is not required under paragraph (d), or (e) of this clause, the Contractor nevertheless shall notify the Contracting Officer reasonably in advance of entering into any (i) cost-plus-fixed-fee subcontract, or (ii) fixed-price subcontract that exceeds either the simplified acquisition threshold or 5 percent of the total estimated cost of this contract. The notification shall include the information required by paragraphs (f)(1)(i) through (f)(1)(iv) of this clause. SUBCONTRACTORS/CONSULTANTS (a) In addition to the information required by FAR 52.244-2(f)(1)(vii) above, and in accordance with the provisions of the contractor's SeaPort-e contract, the contractor shall include the following information in requests to add subcontractors or consultants during performance, regardless of subcontract type or pricing arrangement.  These requirements apply to all subcontracts/consulting agreements where labor hour performed will be counted against the requirements of the Level of Effort clause in Section G of the Task Order.  Further, this documentation should be submitted for each subcontract increase in scope or CPFF/price.

    (1) Sole Source justification (if applicable)

    (2) A copy of the proposed subcontractor's cost or price proposal.

    (3) Documentation establishing that the negotiated price is fair and reasonable.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 54 of 56  FINAL

 

Page 58: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

    (4) The results of negotiations to incorporate rate caps no higher than the lower of (i) SeaPort-e rate caps for the prime contractor, or in the case where the proposed subcontractor is also a SeaPort-e prime, (ii) rate caps that are no higher than the subcontractor's prime SeaPort-e contract.    (5) Detailed justifications to include second-tier subcontracting to other subcontractors or consultants to include a rationale why these additional firms or consultants could not be obtained by subcontracts or consulting agreements with the prime contractor.   (b) The Government strongly discourages T&M or Labor Hour pricing arrangements because the contractor has little incentive to manage their labor force effectively or to control ODC costs.  However, this type of pricing arrngement is permitted.  In these instances, the contractor shall provide specific justification for negotiating subcontracts with this pricing arrangement.  The prime contractor is strongly encouraged to ensure that any fee rate incorporated into the negotiated labor rate(s) does not exceed SeaPort-e limitations.  In the case of subcontracts with T&M or Labor Hour pricing arrangements, also identify specific additional surveillance/controls to be employed by the prime contractor to ensure that efficient performance methods are being employed.  

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 55 of 56  FINAL

 

Page 59: € 1.€CONTRACT ID CODE PAGE OF PAGES ...€€€€€€€(SCN)€€€€€€€€€€€€€ € 400029€Incremental€€€€€€€€€€€ €€€€€€€funding€for€TI#10€

SECTION J LIST OF ATTACHMENTS

Attachment J.1 Contract Security Classification Specification, DD Form 254

Attachment J.2 Contracting Officer's Representative (COR) Appointment -Revised

Attachment J.3 ACRN/TI Table

Attachment J.4 Technical Instructions

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 0022  AMENDMENT/MODIFICATION NO.

 30  PAGE

 56 of 56  FINAL