Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
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
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
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.
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).
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.
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
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)
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)
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)
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
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
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
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 ---.
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*
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):
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.
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;
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)
N68936-15-C-0006
P00001
Page 19 of 19