20

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal
Page 2: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

DCMA LOS ANGELES

PO BOX 9608

MISSION HILLS CA 91346-9608

SEE SCHEDULE

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

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

30-105-04EXCEPTION TO SF 30

APPROVED BY OIRM 11-84STANDARD FORM 30 (Rev. 10-83)

Prescribed by GSA

FAR (48 CFR) 53.243

The purpose of this modif ication is to update the PWS; to revise the DD254; to update clauses 52.222-50, 52.244-2, 52.219-28,

252.232-7006, 5252.247-9505, 5252.201-9500 and 5252.201-9502; and to increase the total cost threshold of CLIN 0002.

1. CONTRACT ID CODE PAGE OF PAGES

U 1 19

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

16C. DATE SIGNED

BY 29-May-2015

16B. UNITED STATES OF AMERICA15C. DATE SIGNED15B. CONTRACTOR/OFFEROR

(Signature of Contracting Officer)(Signature of person authorized to sign)

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code)

9B. DATED (SEE ITEM 11)

X N68936-15-C-0006

10B. DATED (SEE ITEM 13)

X

9A. AMENDMENT OF SOLICITATION NO.

23-Feb-2015

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 Offer is extended, is not extended.

Offer 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 copies 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 ACKNOWLEDGMENT 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 Schedule

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.

X

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 THECONTRACT 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:

By the agreement of both parties.

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor is not, X is required to sign this document and return 1 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matterwhere feasible.)

10A. MOD. OF CONTRACT/ORDER NO.

P00001

2. AMENDMENT/MODIFICATION NO. 5. PROJECT NO.(If applicable)

6. ISSUED BY

3. EFFECTIVE DATE

29-May-2015

CODE N68936 7. ADMINISTERED BY (If other than item 6)

4. REQUISITION/PURCHASE REQ. NO.

CODE S0512A

GBL SYSTEMS CORPORATION

JAMES BUSCEMI

760 PASEO CAMARILLO STE 401

CAMARILLO CA 93010-5933

FACILITY CODE0LV19CODE

EMAIL:TEL:

Modification Control Number: barrosb151515

Page 3: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 2 of 19

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

The following items are applicable to this modification:

SUMMARY OF CHANGES

SUMMARY OF CHANGES

SECTION A - SOLICITATION/CONTRACT FORM

SECTION B - SUPPLIES OR SERVICES AND PRICES

CLIN 0002

SUBCLIN 000203 is added as follows:

ITEM NO SUPPLIES/SERVICES AMOUNT

000203 For Navy Accounting Purposes Only

CIN: 130050018700001 ACRN AC

PURCHASE REQUEST NUMBER: 1300500187

SECTION C - DESCRIPTIONS AND SPECIFICATIONS

The following have been modified:

Statement of Work

Airborne Electronic Attack (AEA) Electronic Warfare (EW)

Collaborative Electronic Attack (CEA)

4 May 2015

1.0 INTRODUCTION

1.1 BACKGROUND

This effort is a result of a proposal received in response to the Broad Agency Announcement N68936-13-R-

0063 with two areas of interest including: 1) weapons and aerospace technologies which directly support naval

Page 4: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 3 of 19

science and technology requirements for joint strike warfare involving air superiority and precision attack, and

air and surface battle space requirements of joint littoral aircraft involving aircraft, naval surface fire support

and ship self-defense and 2) applied research and advance technology development aligned with current and

future naval capability gaps and innovative naval prototypes in enhanced weapons systems, future naval

capabilities, high-speed weapons technology, or high-density reactive materials. This procurement addresses the

air warfare and naval weapons applications focus on Future Naval Capability (FNC) gaps associated with

Collaborative Electronic Attack (CEA). The approach includes conducting Applied Research associated with

the Enabling Capability (EC) of the Office of Naval Research (ONR) STK-FY14-03 Intelligent Cooperative

Engagement (ICE) FNC program to increase the survivability of naval strike aircraft and weapons systems by

enabling more effective stand-in/escort Electronic Warfare (EW).

1.2 TECHNICAL OBJECTIVES

GBL will attempt to advance the state of the art of the CEA system by developing a CEA System prototype to

increase strike platform survivability by providing net-enabled escort EA. The CEA system prototype includes

an adaptive framework that enables diverse tactical platforms to conduct dynamic collaborative EW operations

based on asset capabilities and the perceived environment. The CEA system prototype will enable unmanned

physically dispersed EW assets to automatically collaborate on high-level mission objectives (Commander’s

Intent) in the highly contested Anti-Access / Area Denial (A2/AD) Surface Action Group (SAG) environments.

The CEA system prototype will receive SA information from the strike weapon(s) and share the data between

peer CEA assets. The CEA enabled assets will coordinate their behaviors with assigned strike assets and

associated peer CEA assets to employ collaborative EW techniques while minimizing resources including

weapon salvo size.

GBL will develop of the EW Cognitive Engine Product that will extract and integrate salient sensor and

operational EW information from multi-platform communication. The agents to be developed will address

command & control (C2), adaptable mission prioritization, real-time situational awareness (SA), target

ambiguity resolution/classification algorithms, target/spectrum de-confliction and management, and real-time

EA mission effectiveness optimization. The EW Cognitive Engine Product components can be logically

separated into the areas of Collaborative Reasoning Agents, Knowledge Base Reasoning Agents, and Dynamic

Task Allocation Agents. These collections of agents operate on an Advanced CEA Knowledge Base that is

continuously updated and maintained with current SA information.

The technical objective of the proposed project is to mature collaborative electronic attack technologies for the

CEA System prototype to provide an adaptive system that enables diverse tactical platforms to conduct dynamic

collaborative EW operations based on asset capabilities and the perceived environment. The CEA System

prototype will enable unmanned physically dispersed EW assets to automatically collaborate on high-level

mission objectives in the highly contested Anti-Access/Area Denial (A2/AD) Surface Action Group (SAG)

environments. The primary elements that will be developed and integrated by the CEA System prototype are a

CEA EW Cognitive Engine Product and a CEA Universal EW Module.

The primary elements that will be developed and integrated by the CEA System prototype are:

1) CEA EW Cognitive Engine Product - Adaptive EW reasoning software agent framework providing

command and control, adaptable mission prioritization, real-time situational awareness, target ambiguity

resolution/classification algorithms, target/spectrum de-confliction, and real-time EA mission effectiveness

optimization.

2) CEA Universal EW Module - An open architecture net-enabled modular hardware payload design

providing rapid technology insertion – reprogramming and upgrading capabilities.

Page 5: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 4 of 19

2.0 APPLICABLE DOCUMENTS

DoD 5220.22-M National Industrial Security Program Operating Manual (NISPOM)

28 Feb 2006

DoDM 5200.01 Information Security Program Manual

Volume 4

13 June 2011

DoD 5400.7-R Freedom of Information Act Regulation

Sept 1998

DoD 5200.02 DoD Personnel Security Program

9 Sept 2014

SECNAV M-5510.30 Department of the Navy (DoN) Personnel Security Program Manual

June 2006

SECNAV M-5510.36 Navy Information Security Program Manual

June 2006

OPNAVINST 3432.1A Operations Security

4 Aug 2011

OPNAVINST 5530.14E Navy Physical Security and Law Enforcement Program

Chp 1

23 Sept 2014

NAVAIRINST 5510.38 Naval Air Systems Command (NAVAIR) National Security Program

7 Feb 2013

NAWCWDINST 5500.1 Command Security Program Regulations

13 Feb 2012

Naval Base Ventura County (NBVC) Physical Security Plan

12 December 2011 Collaborative Electronic Attack Demonstration (CEAD) for ONR

Advanced Decision Aids Technology for E-18G (ADATE)

3.0 REQUIREMENTS

CEA system prototype will consist of four major Phases:

Phase 1: CEA System Requirements and Design (Technology Readiness Level (TRL) 3/4)

Phase 2: CEA System Development (TRL 4/5)

Phase 3: CEA System Development, Integration, and Test (TRL 5)

Phase 4: CEA System Flight Demonstrations (TRL 6)

3.1 Phase 1 CEA System Requirements and Design

The contractor shall conduct mission level analysis through analytical and laboratory studies to physically

validate the analytical predictions of separate elements of the technology required for the CEA System

prototype and conduct TRL 3/4 programmatic review. The Contractor shall submit monthly and quarterly

Progress Reports (CDRL A005).

Page 6: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 5 of 19

3.1.1 Task 1.1: Refine Mission Objectives.

The contractor shall refine mission objectives through development of formal use cases to document the

functional and performance requirements for the CEA System prototype, including specific performance

requirements for adaptive EW algorithms. (CDRLs A001, A002)

The contractor shall recommend updates to the existing Functional Requirements Document (FRD) based on

findings during refinement of mission objectives and development of formal use cases. (CDRL A003)

The contractor shall recommend updates to the existing Concept of Operations Document (ConOps) based on

findings during refinement of mission objectives and development of formal use cases. (CDRL A003)

3.1.2 Task 1.2: Trade and Size, Weight, and Power (SWAP) Studies.

The contractor shall perform Trade and SWAP Studies for the CEA system prototype: 1) Conduct research and

assessment of available commercial or government simulation tools that can define threat models and CEA

models employed in the use cases. 2) Report on baseline results to determine any increases in mission

effectiveness. 3) Research and evaluate potential coherent multi-node EA techniques including: Cooperative

Jamming, Side-lobe Attack, Multiple Off Axis Targets, and Coherent False Target Projection. 4) Identify data

elements for the CEA Knowledge base that can currently be provided by mission planning systems and also

identify any new mission planning requirements for additional data that is determined to be needed. 5) Research

and assessment of employing Modeling and Simulation (M&S) to determine appropriate decision making

algorithms. (CDRL A002)

Assess Other FNC and EW Technologies. The contractor shall assess and mature other FNC and EW

technologies and capabilities identified by the NAWCWD customer.

Deliver Initial System Segment Specification. The contractor shall develop and deliver the preliminary CEA

System Segment Specification. This version will be distributed for review and comments by the Government

sponsors. (CDRL A004)

Develop Trade and SWAP Studies Analysis Report. The contractor shall develop and deliver the Trade and

SWAP Studies Reports. (CDRL A002)

3.1.3 Task 1.3: Develop CEA System Architecture.

The contractor shall define and develop the CEA System architecture.

Develop Final System Segment Specification. The contractor shall develop and deliver the final CEA System

Segment Specification incorporating Government review and comments. (CDRL A004)

3.1.4 Task 1.4: CEA EW Cognitive Engine Product Architecture.

The contractor shall define and develop the CEA EW Cognitive Engine Product architecture.

Conduct Phase 1 Mid-Year Review. The contractor shall conduct a Phase 1 Mid-Year technical and

programmatic review. (CDRL A001)

Conduct End of Phase 1 (TRL 3/4) Review. The contractor shall conduct a Phase 1 End-of-Year technical and

programmatic review including a Phase 1 Final Report. (CDRLs A001, A006)

3.1.5 Task 1.5: CEA Open Net-Enabled Universal EW Module Architecture.

The contractor shall define and develop the CEA Open Net-Enabled Universal EW Module architecture.

Page 7: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 6 of 19

Conduct Phase 1 Mid-Year Review. The contractor shall conduct a Phase 1 Mid-Year technical and

programmatic review. (CDRL A001)

Conduct End of Phase 1 (TRL 3/4) Review. The contractor shall conduct a Phase 1 End-of-Year technical and

programmatic review including a Phase 1 Final Report. (CDRLs A001, A006)

3.2 Phase 2 CEA System Development

In phase 2 the contractor shall develop and implement the low fidelity CEA System prototype consisting of the

Universal EW Module and the EW Cognitive Engine Products consisting of CEA reasoning agents and adaptive

EW algorithms to integrate basic technological components to establish that they will work together and

conduct TRL 4/5 programmatic review. The Contractor shall submit monthly and quarterly Progress Reports

(CDRL A005).

3.2.1 Task 2.1: Develop EW Cognitive Engine Product with Initial Set of New Adaptable EW Algorithms.

The contractor shall develop the initial set of new adaptable EW algorithms for use by the EW Cognitive

Engine Product. (CDRL A002)

CEA Software Development. The contractor shall follow an agile scrum development process to code, test,

assess, and iterate appropriate approved CEA cognitive algorithms. The contractor shall produce two

prototype CEA systems during Phase 2. (CDRL A007)

Assess Other FNC and EW Technologies. The contractor shall assess and mature Other FNC and EW

technologies and capabilities identified by the NAWCWD customer.

Conduct Phase 2 Mid-Year Review. The contractor shall conduct a Phase 2 initial CEA System Mid-Year

technical and programmatic review. (CDRL A001)

Conduct Phase 2 End of Year Review. The contractor shall conduct a Phase 2 initial CEA System End-of-Year

technical and programmatic review. (CDRL A001)

3.2.2 Task 2.2: Develop Initial Open Net-Enabled Universal EW Module.

The contractor shall develop the initial open net-enabled Universal EW Module, including CEA System

hardware and software development. (CDRL A002)

CEA Hardware Development. The contractor shall establish, develop, and test prototype Universal EW Module

hardware. (CDRLs A007)

Conduct Phase 2 Mid-Year 1 Review. The contractor shall conduct a Phase 2 initial CEA System Mid-Year

technical and programmatic review. (CDRL A001)

Conduct Phase 2 End of Year 1 Review. The contractor shall conduct a Phase 2 initial CEA System End-of-

Year technical and programmatic review. (CDRL A001)

3.2.3 Task 2.3: Develop EW Cognitive Engine Product with Final Set of New Adaptable EW Algorithms.

The contractor shall develop the final set of new adaptable EW algorithms for use by the EW Cognitive Engine

Product.

Develop CEA SW & Modify Models for System Level Simulation Test. The contractor shall develop and

deliver a CEA system level simulation capability. (CDRL A001)

Assess Other FNC and EW Technologies. The contractor shall assess and mature Other FNC and EW

Page 8: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 7 of 19

technologies and capabilities identified by the NAWCWD customer. (CDRL A001)

Conduct Phase 2 Mid-Year 2 Review. The contractor shall conduct a Phase 2 final CEA System Mid-Year

technical and programmatic review.

Conduct Phase 2 End-of-Phase (TRL 4/5) Review. The contractor shall conduct a Phase 2 final CEA System

End-of-Phase technical and programmatic review.

3.2.4 Task 2.4: Develop Final Open Net-Enabled Universal EW Module.

The contractor shall develop prototype of an open net-enabled Universal EW Module, including CEA System

hardware and software development. (CDRL A002)

Develop CEA HW & Modify Models for System Level Simulation Test. The contractor shall develop and

deliver a CEA system level simulation capability. (CDRL A007)

Conduct Phase 2 Mid-Year Review. The contractor shall conduct a Phase 2 final CEA System Mid-Year

technical and programmatic review. (CDRL A001)

Conduct End of Phase 2 (TRL 4/5) Review. The contractor shall conduct a Phase 2 final CEA System End-of-

Year technical and programmatic review (TRL 4/5) including a Phase 2 Final Report. (CDRLs A001, A002)

3.3 Phase 3 CEA System Development, Integration, and Test

In Phase 3 the contractor will develop, integrate, and test the high fidelity CEA System prototype in a

simulation environment and then a hardware-in-the-loop environment for testing and refinement based on

operationally representative environments and conduct TRL 5 programmatic review. The Contractor shall

submit monthly and quarterly Progress Reports as well as Integration and Test Activity Reports (CDRL A005,

A00A).

3.3.1 Task 3.1: Integrate with System Level Modeling and Simulation.

The contractor shall plan and integrate CEA system components with System Level Modeling and Simulation.

3.3.2 Task 3.2: Evaluate CEA with other Collaborative Science & Technology (S&T) Projects across DoD.

The contractor shall evaluate CEA with other collaborative S&T projects across DoD. (CDRL A002)

Assess Other FNC and EW Technologies. The contractor shall assess and mature Other FNC and EW

technologies and capabilities identified by the NAWCWD customer.

3.3.3 Task 3.3: Execute Simulation Environment Assessments.

The contractor shall conduct simulation environment assessments, including: 1) Planning, scheduling, and

coordination activities to conduct the Simulation Environment Assessments. 2) Executing CEA EW Cognitive

Engine Product algorithms to determine weapon / EA behavior. 3) Analysis and reporting on simulation

environment assessment. (CDRLs A007, A008, and A009)

Conduct CEA System Simulated Environment Demonstration. The contractor shall coordinate with NAWCWD

to conduct a Hardware in the Loop Environment (HWIL) demonstration event via computer simulation.

(CDRLs A008, A009)

Conduct Phase 3 Mid-Year Review. The contractor shall conduct a Phase 3 CEA System Mid-Year technical

and programmatic review. (CDRL A001)

Page 9: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 8 of 19

3.3.4 Task 3.4: Execute Hardware in The Loop Environment Assessments.

The contractor shall conduct Hardware in the Loop Environment assessments, including: 1) Planning,

scheduling, and coordination activities to conduct Hardware in the Loop Environment Assessments. 2)

Executing CEA EW Cognitive Engine Product algorithms to determine weapon / EA behavior. 3) Analysis and

reporting on simulation environment assessment.

Conduct CEA System Hardware in the Loop Environment Demonstration. The contractor shall conduct a

Hardware in the Loop Environment demonstration event at the HWIL Government Facility. (CDRLs A008,

A009)

Conduct End of Phase 3 (TRL 5) Review. The contractor shall conduct a Phase 3 CEA System End-of-Year

technical and programmatic review (TRL 5) including a Phase 3 Final Report. (CDRLs A001, A006)

3.4 Phase 4 CEA System Flight Demonstrations

In Phase 4 the contractor shall develop, integrate, and test the high fidelity CEA System prototype; as a

configuration item in terms of performance, weight, and volume suitable for flight testing. Multiple flight

demonstrations will be planned, conducted, and reported on single and multiple CEA System prototypes to

refine implemented technology using live flight assets conducting operationally representative missions and

conduct TRL 6 programmatic review. The Contractor shall submit monthly and quarterly Progress Reports

(CDRL A005).

3.4.1 Task 4.1: Execute Single CEA System Flight Assessments.

The contractor shall coordinate with NAWCWD to plan, schedule (through certification reviews), and

coordinate Single CEA System flight demonstration(s).

Assess Other FNC and EW Technologies. The contractor shall assess and mature Other FNC and EW

technologies and capabilities identified by the NAWCWD customer.

The contractor shall conduct single CEA system flight demonstration and coordinate with NAWCWD to

execute the Single CEA System flight demonstration(s).

Conduct Phase 4 Mid Year Review. The contractor shall conduct a Phase 4 CEA System Mid-Year technical

and programmatic review reporting on results of the Single CEA System flight demonstration(s). (CDRL A001)

Activity Reports. The contractor shall submit Single CEA System Flight Demonstration Activity Reports

(CDRL A00A).

3.4.2 Task 4.2: Execute Multiple CEA Systems Flight Assessments.

The contractor shall coordinate with NAWCWD to plan, schedule (through certification reviews), and

coordinate Multiple CEA Systems flight demonstration(s).

Assess Other FNC and EW Technologies. The contractor shall assess and mature Other FNC and EW

technologies and capabilities identified by the NAWCWD customer.

The contractor shall conduct multiple CEA systems flight demonstrations and coordinate with NAWCWD to

execute the Multiple CEA Systems flight demonstration.

Conduct End of Phase 4 (TRL 6) Review. The contractor shall conduct a Phase 4 CEA Systems Final technical

and programmatic review reporting on results of the Multiple CEA System flight demonstrations (TRL 6)

including a Phase 4 Final Report. (CDRLs A001, A006)

Page 10: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 9 of 19

Activity Reports. The contractor shall submit Multiple CEA Systems Flight Demonstration Activity Reports

(CDRL A00A).

4.0 DELIVERABLES

The Statement of Work (SOW) deliverables for each phase are identified below.

4.1 Phase 1

4.1.1 Kick-off CEA System Presentation (CDRL A001)

4.1.2 CEA System Use Cases Draft and Final (incorporates Government review comments) (CDRL

A002)

4.1.3 Updated Functional Requirements Document Draft and Final (incorporates Government review

comments) (CDRL A003)

4.1.4 Updated Concept of Operations Document Draft and Final (incorporates Government review

comments) (CDRL A003)

4.1.5 CEA System Trade and SWAP Studies Document Draft and Final (incorporates Government

review comments) (CDRL A002)

4.1.6 CEA System Segment Specification (CDRL A004)

4.1.7 CEA System Monthly and Quarterly Progress Reports (CDRL A005)

4.1.8 CEA System Mid-Year Review Presentation and data (CDRL A001)

4.1.9 CEA System End-of-Phase Review Presentation and data (CDRL A001)

4.1.10 CEA System Phase 1 Final Report (CDRL A006)

4.2 Phase 2

4.2.1 CEA System EW Cognitive Engine Product initial set of adaptive EW algorithms (CDRL A002)

4.2.2 CEA System EW Cognitive Engine Product final set of adaptive EW algorithms (CDRL A002)

4.2.3 CEA System Universal EW Module initial prototype (CDRL A007)

4.2.4 CEA System Universal EW Module final prototype (CDRL A007)

4.2.5 CEA System Monthly and Quarterly Progress Reports (CDRL A005)

4.2.6 CEA System Mid-Year Review Presentation and data (CDRL A001)

4.2.7 CEA System End-of-Phase Review Presentation and data (CDRL A001)

4.2.8 CEA System Phase 2 Final Report (CDRL A006)

4.3 Phase 3

4.3.1 CEA System initial prototype Integration and Test Plan and Report (CDRLs A008, A009)

Page 11: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 10 of 19

4.3.2 CEA System final prototype Integration and Test Plan and Report (CDRLs A008, A009)

4.3.3 CEA System Integration and Test Activity Reports (CDRL A00A)

4.3.4 CEA System Monthly and Quarterly Progress Reports (CDRL A005)

4.3.5 CEA System Mid-Year Review Presentation and data (CDRL A001)

4.3.6 CEA System End-of-Phase Review Presentation and data (CDRL A001)

4.3.7 CEA System Phase 3 Final Report (CDRL A006)

4.4 Phase 4

4.4.1 Single CEA System Flight Demonstration Plan and Report (CDRLs A008, A009)

4.4.2 Single CEA System Flight Demonstration Activity Reports (CDRL A00A)

4.4.3 Multiple CEA Systems Flight Demonstration Plan and Report (CDRLs A008, A009)

4.4.4 Multiple CEA Systems Flight Demonstration Activity Reports (CDRL A00A)

4.4.5 CEA System Monthly and Quarterly Progress Reports (CDRL A005)

4.4.6 CEA System Mid-Year Review Presentation and data (CDRL A001)

4.4.7 CEA System End-of-Project Review Presentation and data (CDRL A001)

4.4.8 CEA System Project Phase 4 Final Report (CDRL A006)

5.0 MATERIAL PURCHASES

The contractor shall manage material and equipment at levels to meet mission requirements. The contractor

must obtain prior approval from the TPOC for any purchases valued over ---. All TPOC-approved purchases

shall be documented. The contractor must obtain prior approval from the Contracting Officer for any purchases

valued over ---. To receive approval for the purchases, the contractor shall submit a consent package providing

a description, price, evidence of adequate price competition, or if unavailable, a justification for use of a single

source and a determination that the price is fair and reasonable. These requirements apply to all contractor

purchases.

6.0 DATA RIGHTS

The Contractor shall provide non-proprietary solutions. The Government will have unlimited rights in all

deliverables under this contract.

7.0 GENERAL SECURITY

The Contractor shall provide personnel with the appropriate security clearance levels for the work to be performed

under this contract. Access to SECRET information is required in the performance of this contract. The Contractor

shall implement and maintain security procedures and controls to prevent unauthorized disclosure of controlled

unclassified and classified information and to control distribution of controlled unclassified and classified

information in accordance with the DoD 5220.22-M National Industrial Security Program Operating Manual

(NISPOM) latest version and DoDM 5200.01, Information Security Program Manual. The DoD Contract Security

Page 12: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 11 of 19

Classification Specification, DD Form 254 (attached to this contract), defines program specific security

requirements. All controlled unclassified technical information shall be appropriately identified and marked as For

Official Use Only in accordance with DoDM 5200.01 (Information Security Program Manual) (Volume 4) and DoD

5400.7-R (Freedom of Information Act Regulation) (Chapter 3). As applicable, all Contractor facilities shall

provide an appropriate means of storage for controlled unclassified and classified documents, equipment, and

materials in accordance with Operational Security (OPSEC) requirements.

7.1 FOR OFFICIAL USE ONLY (FOUO)

FOUO information generated and/or provided under this contract shall be marked and safeguarded as specified in

DoDM 5200.01, Information Security Program Manual (Volume 4) available at

http://www.dtic.mil/whs/directives/corres/pdf/520001_vol4.pdf and DoD 5400.7-R, Freedom of Information

Program Chapter 3 (pages 31-42) available at http://www.dtic.mil/whs/directives/corres/pdf/540007r.pdf.

All controlled unclassified technical information shall be appropriately identified and marked with the following

distribution statement(s):

Distribution Statement D: Distribution authorized to the Department of Defense and U.S. DoD contractors only,

Critical Technology, 12 November 2014. Other requests shall be referred to Naval Air Warfare Center Weapons

Division, Code 45P200E, 575 I Ave, Suite 1, Point Mugu, CA 93042.

7.2 PUBLIC RELEASE

Any controlled unclassified information pertaining to this contract shall not be released for public dissemination,

including posting to any social media sites such as Facebook or Twitter, unless it has been approved for public

release by appropriate U.S. Government authority. Proposed public releases shall be submitted for approval prior to

release through Commander, Code 4L0000D, Naval Air Warfare Center Weapons Division

(NAVAIRWARCENWPNDIV), 1 Administration Circle STOP 6305, China Lake, CA 93555-6100.

7.3 OPSEC

While performing aboard NAVAIRWARCENWPNDIV, the contractor shall comply with the provisions of

OPNAVINST 3432.1A, NAWCWDINST 5500.1 Command Security Program Regulation, as well as any

procedures identified in program specific operations security plans and program protection plans (PPP) as

applicable. At all other sites the contractor shall comply with local command and/or program OPSEC.

7.4 OTHER SECURITY

For all work performed aboard NAVAIRWARCENWPNDIV, the contractor shall comply with the provisions of the

Department of the Navy Information Security Program Manual (SECNAV M-5510.36), Department of the Navy

Personnel Security Program Manual (SECNAV M-5510.30), Department of Defense Personnel Security Program

(DoDI 5200.02), Department of Defense Information Security Program Manual (DoD M-5200.01), Naval Air

Systems Command National Security Program (NAVAIRINST 5510.38), NAWCWD Command Security Program

Regulation (NAWCWDINST 5500.01), NBVC Physical Security Plan (Annex M to AT OPORD 3300-13), and

Navy Physical Security and Law Enforcement Program (OPNAVINST 5530.14E CH-1). In addition, the contractor

shall comply with DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM) (latest

issue). If contractor employees will be co-located in NAVAIRWARCENWPNDIV spaces during anytime within

the full spectrum of this contract, they shall comply with security requirements provided by the activity security

coordinator (as appropriate). All other sites, the contractor shall comply with the local command regulations.

The contractor shall comply with all Information Assurance security requirements for accessing any U.S.

Government information technology systems and/or networks and will have the appropriate background

investigation and security clearance in accordance with personnel security guidelines. Contractors requiring a

Common Access Card (CAC) must meet the Office of Personnel Management credentialing standards. A favorably

adjudicated National Agency Check with Inquiries (NACI) is the minimum investigation required for final

credentialing determination for CAC. An interim credentialing determination can be made based on the results of a

Page 13: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 12 of 19

completed National Agency Check or an Federal Bureau of Investigation National Criminal History Check

(fingerprint check), and submission of a request for investigation (NACI or greater). Contractors assigned to critical

sensitive Information Technology (IT) Level I (Privileged Access) duties will require a favorably completed and

adjudicated SSBI or SSBI-PR. Contractors assigned to a Noncritical-Sensitive (NCS) IT Level II (Limited

Privilege, Sensitive Information Access) duties will require a favorably completed and adjudicated National Agency

Check with Local Agency and Credit Checks (NACLC). The contractor shall adhere to the Department of the

Navy's Information Assurance program prescribed methodologies for the protection of information to support DoN

missions and will comply with local service/component command information assurance security directives,

regulations, and standard operating procedures. If applicable, all contractor owned/operated classified information

systems or networks will be certified/accredited/operated in accordance with the NISPOM (latest issue).

Contractors requiring access to federal installations shall obtain the appropriate base identification for all contractor

personnel who make frequent visits to or perform work at government sites. Contractor personnel are required to

wear or prominently display installation identification badges or contractor-furnished identification badges while

visiting or performing work on the installation(s) with the exception of contractors working with aircraft or

dangerous equipment when the identification could present a safety hazard. In this case, these contractors shall have

the proper identification in their possession at all times. The contractor shall be responsible for obtaining required

identification for newly assigned personnel and for prompt return of credentials, CACs and any other secondary area

access badges/identification for any employee who no longer requires access to the work site(s). Upon separation,

resignation, firing, completion or termination of the contract or expiration of base identification, the contractor shall

ensure that all base identification passes to include CACs and any other secondary area access badges/identification

issued to contractor employees are returned to the appropriate component issuing office.

Contractor employees shall comply with local base procedures for entry into navy controlled and restricted areas. If

contractor employees require unescorted entry to controlled or restricted areas, the contractor shall comply with the

federal installations command physical security plan and DoD Personnel Security Program, DoD 5200.02.

The contractor shall notify the NAVAIRWARCENWPNDIV Command Security Manager (CSM) upon notification

of on-site contractor support service personnel receiving a no determination made, revocation or denial of an interim

Personnel Security Clearance, or a final denial of security clearance eligibility. Contractor personnel who are

determined to be ineligible for Classified Material Information (CMI) access or whose access is suspended or

interim clearance is revoked shall be removed immediately from sensitive duties and shall not be permitted to have

access to CMI or any Controlled Unclassified Information (CUI). Contractor personnel who lose their eligibility for

CMI or CUI access shall have their IT user accounts disabled immediately for IT systems that process CUI or CMI

and will not have access to any NAWCWD restricted areas, facilities or IT systems.

Contractor personnel working on a federal installation in support of this contract shall report to the

NAVAIRWARCENWPNDIV CSM any adverse information or circumstances of which they are aware pose a threat

to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information.

On-site contractor support service personnel shall cooperate with any preliminary inquiries conducted by

NAVAIRWARCENWPNDIV CSM regarding loss, compromise, or suspected compromise of classified information

or inquiry into significant command security weaknesses. NAVAIRWARCENWPNDIV CSM will notify the

appropriate company Facility Security Officer and/or program manager if a contractor or subcontractor is involved

in an inquiry and questioning from the contractor employee is required.

7.0 TRAVEL

Travel is anticipated as follows:

Locations Estimated # of Trips

Per Year

Estimated # of

personnel per trip

Estimated # of days

per trip From To

Camarillo, CA Washington, DC 4 2 3

Camarillo, CA Baltimore, MD 3 2 3

Camarillo, CA New Jersey 2 2 3

Page 14: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 13 of 19

Camarillo, CA Tucson, AZ 2 2 3

Camarillo, CA Goleta, CA 2 2 2

Camarillo, CA Ridgecrest, CA 3 2 2

The contractor shall submit a request for travel in support of this contract. Each request shall be submitted in

advance (a minimum of one week) to the Government Technical Point of Contact (TPOC) for approval. The TPOC

approval shall be obtained prior to incurring any travel cost. Each travel request shall consist of date of request,

employee(s), date, destination, duration, purpose of travel, and cost estimate.

SECTION F - DELIVERIES OR PERFORMANCE

The following have been modified:

5252.247-9505 TECHNICAL DATA AND INFORMATION (NAVAIR) (FEB 1995)

Technical Data and Information shall be delivered in accordance with the requirements of the Contract Data

Requirements List, DD Form 1423, Exhibit A, attached hereto, and the following:

(a) The contractor shall concurrently deliver technical data and information per DD Form 1423, Blocks 12 and 13

(date of first/subsequent submission) to all activities listed in Block 14 of the DD Form 1423 (distribution and

addresses) for each item. Complete addresses for the abbreviations in Block 14 are shown in paragraph (g) below.

Additionally, the technical data shall be delivered to the following cognizant codes, who are listed in Block 6 of the

DD Form 1423.

(b) Partial delivery of data is not acceptable unless specifically authorized on the DD Form 1423, or unless

approved in writing by the PCO.

(c) The Government review period provided on the DD Form 1423 for each item commences upon receipt of all

required data by the technical activity designated in Block 6.

(d) A copy of all other correspondence addressed to the Contracting Officer relating to data item requirements

(i.e., status of delivery) shall also be provided to the codes reflected above and the technical activity responsible for

the data item per Block 6, if not one of the activities listed above.

(e) The PCO reserves the right to issue unilateral modifications to change the destination codes and addresses for

all technical data and information at no additional cost to the Government.

(f) Unless otherwise specified in writing, rejected data items shall be resubmitted within thirty (30) days after

receipt of notice of rejection.

(g) DD Form 1423, Block 14 Mailing Addresses:

SECTION G - CONTRACT ADMINISTRATION DATA

Accounting and Appropriation

Summary for the Payment Office

As a result of this modification, the total funded amount for this document was increased by --- from --- to ---.

Page 15: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 14 of 19

SUBCLIN 000203:

Funding on SUBCLIN 000203 is initiated as follows:

ACRN: AC

CIN: 130050018700001

Acctng Data: 97X4930 NH2C 255 77777 0 050120 2F 000000

Increase: ---

Total: ---

Cost Code: A00002886371

The following have been modified:

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. as used in this clause--

"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit,

activity, or organization.

"Document type" means the type of payment request or receiving report available for creation in Wide Area

WorkFlow (WAWF).

"Local processing office (LPO)" is the office responsible for payment certification when payment certification is

done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and

receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and

Receiving Reports.

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

(1) Have a designated electronic business point of contact in the System for Award Management at

https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-

registration available at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training

Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be

accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data

Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment

requests and receiving reports in WAWF for this contract/order:

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

___________________________________combo____________________________________

(Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not

supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone)

document type may be used instead.)

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s)

in WAWF, as specified by the contracting officer.

__________________________________N/A______________________________________

(Contracting Officer: Insert inspection and acceptance locations or "Not applicable.")

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in

applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Page 16: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 15 of 19

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC: ________HQ0339___________

Issue By DoDAAC: ________N68936___________

Admin DoDAAC: ________S0512A___________

Inspect By DoDAAC: ________N68936___________

Ship To Code: ________N/A______________

Ship From Code: ________N/A______________

Mark For Code: ________N/A______________

Service Approver (DoDAAC): ________N68936___________

Service Acceptor (DoDAAC): ________N68936___________

Accept at Other DoDAAC: ________N/A______________

LPO DoDAAC: ________N/A______________

DCAA Auditor DoDAAC: ________N/A______________

Other DoDAAC(s): ________N/A______________

(*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance

locations apply, or "Not applicable.")

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes

appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit

price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,

(e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send

Additional Email Notifications" field of WAWF once a document is submitted in the system.

(Contracting Officer: Insert applicable email addresses or "Not applicable.")

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the

following contracting activity's WAWF point of contact. For Navy WAWF questions call DFAS Customer Care 1-

800-756-4571 option 6

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

5252.201-9500 TECHNICAL POINT OF CONTACT (TPOC)(NAVAIR)(SEP 2012)

(a) The Technical Point of Contact (TPOC) for this contract is:

.

(b) This individual is not a Contracting Officer nor a Contracting Officer's Representative (COR)/Task Order

COR (TOCOR) and has no authority to make changes, verbally or otherwise, to the existing contract or order.

Further, no authority has been delegated to this individual by the Procuring Contracting Officer (PCO).

(c) The contractor may use this technical POC for technical questions related to the existing contract or order.

Also, as a representative of the requiring activity, the TPOC may perform or assist in such areas as: base access

forms, security related issues, IT access requirements, Contractor Performance Assessment Reporting System

(CPARS), clarification of technical requirements, and statement of work inquires.

(d) The contractor shall immediately notify the Procuring Contracting Officer in writing if the contractor

interprets any action by the TPOC to be a change to the existing contract.

5252.201-9502 CONTRACTOR’S AUTHORIZED CONTRACT COORDINATOR AND TECHNICAL

LIAISON (NAVAIR)(OCT 2005)

(a) The contractor shall state below the name and telephone numbers of the contractor’s employees responsible for

coordination of contract functions/liaison with the Contracting Officer and/or Contract administrator, and providing

technical assistance as required regarding product specifications, functionality, etc.

CONTRACT COORDINATOR: NAME:

PHONE (BUS):

PHONE (AFTER HOURS):

Page 17: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 16 of 19

ALTERNATE: NAME:

PHONE (BUS):

PHONE (AFTER HOURS):

(b) The contractor shall notify the Contracting Officer and/or Contract Administrator in advance, in writing, of

any changes in the above listed personnel.

SECTION I - CONTRACT CLAUSES

The following have been modified:

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)

(a) Definitions. As used in this clause--

Long-term contract means a contract of more than five years in duration, including options. However, the term

does not include contracts that exceed five years in duration because the period of performance has been extended

for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other

appropriate authority.

Small business concern means a concern, including its affiliates, that is independently owned and operated, not

dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business

under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is “not

dominant in its field of operation” when it does not exercise a controlling or major influence on a national basis in a

kind of business activity in which a number of business concerns are primarily engaged. In determining whether

dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of

employees, financial resources, competitive status or position, ownership or control of materials, processes, patents,

license agreements, facilities, sales territory, and nature of business activity.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor

shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause,

upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract

to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after

modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this

clause in the contract.

(3) For long-term contracts--

(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this

rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to

this contract. The small business size standard corresponding to this NAICS code can be found at

http://www.sba.gov/content/table-small-business-size-standards/ .

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for

a contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by

paragraph (b) of this clause by validating or updating all its representations and Certification section of the System

for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's

current status. The Contractor shall notify the contracting office in writing within the timeframes specified in

paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or

update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the

Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

Page 18: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 17 of 19

(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in

SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following

rerepresentation and submit it to the contracting office, along with the contract number and the date on which the

rerepresentation was completed:

The Contractor represents that it [ X ] is, [ ] is not a small business concern under NAICS Code 541712 assigned

to contract number N68936-15-C-0006.

[Contractor to sign and date and insert authorized signer's name and title].

SEE RFP RESPONSE FOR SIGNATURE 2/23/15

Signature Date

CFO

Signer’s Printed Name Signer’s Title

52.244-2 SUBCONTRACTS (OCT 2010)

(a) Definitions. As used in this clause--

“Approved purchasing system” means a Contractor's purchasing system that has been reviewed and approved in

accordance with Part 44 of the Federal Acquisition Regulation (FAR).

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

particular subcontract.

“Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish

supplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to,

purchase orders, and changes and modifications to purchase orders.

(b) 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: None subcontracts which exceed ---

(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 certified cost or pricing data and Certificate of Current

Certified 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;

Page 19: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 18 of 19

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

(C) The reason certified 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 certified 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 certified cost or pricing

data were not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect

of any such defective data on the total price negotiated;

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

negotiated; and

(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation

shall identify each critical performance element, management decisions used to quantify each incentive element,

reasons for the incentives, and a summary of all trade-off possibilities considered.

(2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract

for which consent is not required under paragraph (b), (c), or (d) 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:

N/A Intelligent Automation Inc. for Rfnest

The following included by reference have been revised:

52.222-50 Combating Trafficking in Persons MAR 2015

SECTION J - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

Table of Contents has been revised

Exhibit/Attachment Table of Contents

DOCUMENT DESCRIPTION PAGES DATE

Exhibit A CDRLs 10 23 Jan 2015

Attachment 1 DD 254 – Rev. 001 4 18 Mar 2015

Attachment 2 Incurred Cost Reporting Spreadsheet 10

(End of Summary of Changes)

Page 20: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT · 2017. 5. 11. · 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 23-Feb-2015 ... This effort is a result of a proposal

N68936-15-C-0006

P00001

Page 19 of 19