Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
CONTRACT NASI -20048
The followinginformationhas been determined to be exempt from disclosureand has been deleted from the contract:
Section B.6.C.,systems maintenance dollaramounts, page 3;
Section H.2, names of key personnel, page 14;
Section H.16.A.,CSC fiscalyear, indirectcost pool,ceilingpercentage andallocationbase, pages 20 and 21;
Section H.17, B and C, paragraphs concerning advance agreement oncertaincost elements, pages 21 and 22;
Section H.18, the conversion schedule, page 22;
Section H.19.A, system maintenance dollaramounts, page 23;
Appendix A - allunitprices,page 72-98;
ExhibitE (Subcontracting Plan): Business methodologies and goals forthebasic levelof effortand the additionallevelof effort;names, dutiesand titlesof personnel administeringthe plan;and planned services and supplies.
The deleted materialisexempt from disclosureunder 14 C.F.R. 1206.300 (b)(4)which covers trade secrets and commercial or financialinformationobtainedfrom a person and privileged or confidential.Ithas been held thatcommercialor financialmatter is“confidential”forpurposes of thisexemption ifitsdisclosurewould be likelyto have eitherofthe followingeffects:(1)impairtheGovernment’s abilityto obtain necessary informationinthe future;or (2)causesubstantialharm to the competitivepositionofthe person from whom theinformationwas obtained, National Parks and Conservation v. Morton, 498 F2d765 (D.C. Cir.1974).
Regarding the names of key personnel withheldfrom the contract,disclosureofsuch information,which was submitted to the Government inconfidence, wouldallow potentialcompetitors to benefitfrom the company’s effortsto buildup ahighlysuccessful management team which possesses unique experience andexpertise. Such informationisnot readilyavailableupon request by a thirdparty.
Disclosure of the financialinformationcould cause substantialcompetitive harmto the contractorby providingitscompetitors insightintothe company’s costingpracticesand management approaches. Furthermore, disclosurewoulddiscourage other companies from participatinginfuturecompetitiveprocurements, thereby impairingthe Government’s abilityto obtain completeand accurate cost data,and inturn,frustratingthe mandate to obtain maximumcompetition in negotiated procurements.
Disclosure of the unitpricesinthe contractwould revealthe company’s pricingand discount strategy,andwould aidcompetitors inestimating futurebids of thesubmitter. Therefore, thisinformationisbeing withheld under exemption 4.See Sperry Univac Div.v. Baldriae,3 GDS 83,265 at 84,052 (E.D.Va 1982).
Disclosure of the informationinthe Subcontracting Plan would discouragefuturesubmission of detaileddata concerning the company’s implementation oftheirSubcontracting Plan and impairthe Government’s abilityto obtainnecessary informationinthe futureas wellas cause substantialharm to thecompetitive positionof the company.
UM8 Control Number 2700-0042AWARD/COfUTRACT 1 THIS CONTRACT IS ARATEOOROER
UNOER OPX [15 CFR 2S01“*”N= 00-C9 ‘*”i “ v=& ij
2. CONTRACT {Pros. l“, t ldcmt. ] ?+0. EFFE T co T’NA51-20048 3“9/li9Y A k 1’‘Yt”’s’~iO&f”ft&’YE‘EQUE’’’PR*”’”‘“
I !5, l’stJEo s-v 6. AOUINISTEREOBY (IfOtkr ha Itims)
COOE [ CODE I
17.NAM EANOAOORESSOF CONTRACTOR (No..gwt. ede.eoume.$hr.~d~IPCti)
Computer Sciences CorporationApplied Technology Division6565 Arlington BoulevardP. O. Box 2247Falls Church, VA 22042-0227
4COOE lFACILl~COOE11.SHiP TO/MARU FOR
COOE 112.PAvMCNT WILLB
B. OELIVE~V
Q F08 ORIGIN ~ OTHER (**brlolu)9.OISCOL!NTFOQPROMPTPAVMENT
N/A
10.SU8MITINVOICES [ITEMf4eOPk#Mn&m Othr.
wmsprclfkd) TO THE‘-P’
: G.4AOORESS .SNOWN IN.MADE BV
Cou
See F.4 and F.6 Financial Management Division, WS 175
..—.—— —. —-_——-— —.13. ~t$N~OnlTV FOR USING OTHER Tt4ANFULL ANO0’ENCOW’ETl.
-—.-. —INGANO APPROPRIATION OATA
1 See attached.10 U SC. 2304ie)f ) 41 US. C.253[C)( )
15A. ITEM NO. ] 1S6. SUPPLIEYSERVICES I 15C. OUANTITY [150. uNITl f5E uNITPRIcEl ISF AMOUNT.
Scientific Computing Operations,Maintenance, and Communications(SCOMAC) Services
Initial1st Option2nd Option7 Yr. Total3rd - 8th O tionsOptional LO!Svstems Maintenance
Est. Cost
$28,045,00031,041,000
!~
49 994 000
8:742:000$ 26,419,050Price Pool
Fee TotalS1,780,000 $ 29,825,000$1,988,000 $ 33,029,0003,207 000 S 53 201 000
%uuu mmmuuu$ ‘516:000 $ 9,258,000$1,704,113
t28,123,16335,000,000.
1~.TOTAL ~OPCOMTRACT ➤l$188,436,16- dI&TABLEOFCONTENTS
u) IsEC. I DESCRIPTION lPAGE(Sl~u} jsEc I DESCRIPTION ]PAGEISIPART I -lwEsCt-tEO”LE I DARTII -CO?4TRACTCLAUSES
XIA SOLICITATION/CONTRACT FORM 1 1 I }CONTRAC7CLAU5ES I 26SUFPLIESORSE RvICESANO+RICE!MCOSTS ? I PARTIII -
; i:
LISTOF OOCUMENTS. EXMIBITSANO OTI-KRATTACH.
DESCRIPTION/SPECS NORK STATEMENT I J I LISTOF ATTACHMENTS I 55x o PAcKAGINGANO MARKING 4 PART IV - REPaESENTaTIONS ANOtNSTRUCTIONS
x E Iinspection ANOACCEPTANC~ K REPRESENTATIONS. CERTIFICATIONS AND
x F OELIVERIESOR Performance 6 OTHER STATEMENT% OF OFFERORS
x G CONTRACT ADMINISTRATION OATA L INSTRS.CC4UOS .ANONOTICES TOOFFERORS
H SPECIAL CONTRACT REQUIREMENTS 14 M [EVALUATION FACTORS FOR AWARO
CONTRACTING OFFICER WIIL COMPLETEI TEN 170R18ASAPPL ICA8LE—
,7. U CONTRAC70~% NEGOTIATE AG*CEMENT ,Con-te u =- I 10. U AWA RO tCoatmttcx Ls WI mqu,ti (O ,8#w ttuwdOeMmrwt. J VoU@
20A. NAME OF CONTRACTING OFFICER
WILLIAM R. KIVETT
ACCOIJNTING ~APPROPRIATION ~
1150.2503 M1790 992-16-04-04 $ 287,373 (Complete)1140.1504 M2000 992-14-04-11 $ 48,000 (Complete)1140.1504 M2053 992-14-04-01 $ 60,000 (Complete)1140.1504 R18179 509-10-41-50 $ 144,000 (Complete)1140.1504 A2332 023-10-03-01 $ 50,000 (Complete)1100.2501 M2086 992-16-03-06 ~955,000 (Partial)
$1,544,373
TABLE OF CONTENTS
SOLICITATION/CONTRACT FORM... . . . . . . . . . . . . . . . . . . . . . .
PART I - THE SCHEDULE . . . . . . . . . . . . . . . . . . . . . . . . . . . .
SECTIONB.1B.2B.3B.4B.5B.6
SECTIONC.1
SECTIOND.1
SECTIONE.1
E.2
E.3
E.4
SECTIONF.1F.2
F.3F.4F.5F.6
SECTIONG.1G.2G.3G.4
G.5
G.6
G.7G.8G.9G.1O
B- SUPPLIES OR SERVICES AND PRICE/COSTS . . . . . . . . . . . . . .SCOPEOFWORK. . . . . . . . . . . . . . . . . . . . . . . . . . . .LEVEL-OF-EFFORT. . . . . . . . . . . . . . . . . . . . . . . . . . .ESTIMATED COST, AWARD FEE AND FIXED FEE . . . . . . . . . . . . . . .SPECIFIED OTHER DIRECT COSTSCONTRACT FUNDING (NASA 18-52.2i2~8i) .(iUN i9~Oj : : : : : : : : : : :ADMINISTRA~ION OF CONTRACT FUNDING (LaRC 52.232-100) (OCT 1992) . . .
c - DESCRIPTIONISPECIFICATIONS/WORK STATEMENT . . . . . . . . . . . .STATEMENTOFWORK. . . . . . . . . . . . . . . . . . . . . . . . . .
D- PACKAGING AND MARKING. . . . . . . . . . . . . . . . . . . . . .There are no clauses in this section. . . . . . . . . . . . . . . . .
E- INSPECTION ANDACIEPTANCE . . . . . . . . . . . . . . . . . . . .INSPECTION OF SUPPLIES - COST-REIM6URsEt4ENT (FAR 52.246-3)(ApR 1984)INSPECTION O; iEiViC&*- “C(iS+-liEiMi.J&iMiN+ tFiR”5i.;4& “ “ “ “ “ “(APR 1984)MATERIAL INS;E~T~ON iN6 ~E~E~v~NG &EbORT. (NA~A”18-j212~6~7;)” . . “ “(OCT 1988)FINAL Inspection.ANO”AiC;piANC; ~L;ft~ ;212;6~9~)”(6c+ i99zj I 1 I 1 1
-DELIVERIES OR PERFORMANCE.. . . . . . . . . . . . . . . . . . .!TOP-WORK ORDER (FAR 52.212-13) (AUG 1989) ALTERNATE I (APR 1984) . .F.O.B. DESTINATION, WITHIN cONSIGNEE’S PREMISES (FAR 52.247-35)(Apft 1984)PERIOO OF PERFtiRkNC~ ~N~S~ i8~5;.hi-;4j ~OiC”l;ti). : : : : : : : :PLACEOFOELIVERY. . . . . . . . . . . . . . . . . . . . . . . . . .PLACES OF PERFORMANCE (LaRC 52.212-98) (OCT 1992) . . . . . . . . . .REPORTS ANO DOCUMENTATION DELIVERY . . . . . . . . . . . . . . . . .
G - CONTRACT ADMINISTRATION OATAREPORT ON NASA SUBCONTRACTS (NASA i8~5~.~04-joj ~N6v”1;9;)” I I I I IPAYMENT OF FIXED FEE (NASA 18-52.216-75) (OEC 1988) . . . . . . . . .AWARO FEE (NASA 18-52.216-76) (OEC 1991)DESIGNATION OF NEU TECHNOLOGY REPRESENTATI~E.ANO.P~T~N+ . “ . “ . “ .REPRESENTATIVE (NASA 18-52.227-72) (APR 1984) . . . . . . . . . . . .ACQUISITION OF CENTRALLIf REPORTABLE EQuIPMENT (NASA 18-52.245-70)(MAR 1989)FINANCIAL RE;ORT~N& OF.G6V~RNMEN+-0UNE6/iONT~AtT6R~H;L6 SRtiP~RfY. “ .(NASA 18-52.245-73) (t4AR 1989)SUBMISSION OF VOUCHERS FOR PAYMENT. (NA~A.li-;2:2i6~8;) .(bEt i9~j : :WORK ORDERS (LaRC 52.212-101) (OCT 1991)AWARD FEE EVALIJATIONS (LaRC 52.216-92) (JUN i990j : : : : : : : : : :CONTRACT CLOSEOUT (LaRC 52.242-90) (JUN 1988) . . . . . . . . . . . .
PAGE
1
2
;
:333
44
:
4
4
5
66
66
777
;
8899
9
10
1011121213
NAS1-20048
TABLE OF CONTENTS PAGE
SECTION H - SpEcIAL CONTRACT REQUIREMENTS . . . . . . . . . . . . . . . . . . 14H.1H.2
H.3
H.4
H.5
H.6H.7H.8
H.9
H.1O
H.11H.12H.13H.14H.15
H.16H.17H.18H.19H.20
H-21
RIGHTS TO PROPOSAL DATA ”(TECHNICAL) (FAR 52.227-23) (JUN 1987) . . . 14KEY PERSONNEL AND FACILITIES (NASA 18-52.235-71)(MAR 1989) 14STATEMENT OF”EQu~V~L;Nf RA+E< FOR ;EDERAL lIRE< iF~R”5;.~2Z-~2j “ “ “(MAy 1989) 15
LIST OF GOVE~NMENT~F~RNI~H;D”PROPERT; ~N~5~ i8~5~.~4;-;6j “ “ “ “ “ “(OCT 1988) 16
LIST OF INSTiLLA+10N~pR0~16E6 ~RtiP;R;Y”AND”sER~ItE~ “ “ “ “ “ “ “ “ “(NASA 18-52.245-77) (MAR 1989) . . . . . . 16
LIST OF GOVERNMENT-FURNISHED ITEMS” : : : : : : : : : : : 0 . 0 “ o “ 18PROCUREMEI+T AUTHORITY (201-39.5202-3) (OCT 90 FIRMR) 18CONTRACTOR EMPLOYEE’S SECURITY CLEARANCE (LaRC 52.204-;Oj “ “ “ “ “ “(OCT 1992) 18AUTOMATED IN;06M~T~0~ ;E~u~I+Y” (AI;)”P~OGR~MjEtiPLO~E;tiAi16NAL” “ “ “AGENCY CHECK (NAC) AND USER AGREEFIENT EXECUTION (LaRC 52.239-90)(t+iAY1991) 18OBSERVATION OF”R;GtiLiT~ONS”ANO” IDENT~F~C~T~ON 6F”C6N+R~Cf0R’~ “ “ “ “EMPLOYEES (LaRC 52.212-104) (MAR 1992) 19InCOrpOratiOn OF SECTION KOF THE PR0P0S~L”13;~E~E~ENC~ 1 I I I I 1 1 19SUBCONTRACTING PLAN. . . . . . . . . . . . . . . . . . . . . . . . .EVIDENCE OF INSURANCE. . . . . . . . . . . . . . . . . . . . “ ● “ “ ;:VIRGINIA AND LOCAL SALES TAXES (LaRC 52.229-92) (APR 1992) . . . . . 20WAGEC)ETERMINATIONSAND FRINGE BENEFITS (LaRC 52.237-90)(NOV 1990) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20.———— -,ADVANCEADVANCEADVANCEOPTIONSSYSTEMSOF WORKPENSION
AGREEMENT ON INDIRECT RATES . . . . . . . . . . . . . . . . . ::AGREEMENT ON CERTAIN COST ELEMENTSAGREEMENT ON SYSTEMS MAINTENANCE PRI~E; : : : : : : : : : : :
;:
MA~N+ENANC~ ;R~c~ ;06L”F6R”S~C+16N”C:4”0~ +H~ ~TATeM~N+ “ “ “. . . . . . 26
;O~T~BiLiT;: : : : : : : : : : : : : : : : : : : . . . . “ ● 26-
PART 11 -CONTRACT CLAUSES . . .“. . . . . . . . . . . . . . . . . “ . “ “ ● 26
SECTION I -CONTRACT CLAUSES . . . . . . . . . . . . . . . . . . 0 “ “ “ “ o 26
PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS . . . . . . . . 55
SECTION J -LIST OF ATTACHMENTS. . . . . . . . . . . . . . . . 0 . “ “ “ ● o 55
NAS1-20048
PART I - THE SCHEDULE
SECTION ~= SUPPLIES USERVICES ~PRICE/COSTS
B.1 SCOPE OF WORK
A. The Contractor shall, except as otherwise specified herein, furnish allpersonnel, facilities, services, equipment, supplies, and materials necessary forperformance of Scientific Computing Operations, Maintenance, and CommunicationsServices as described in Exhibit A, Statement of Work (SOW), dated July 27, 1993.
B. Specific detailed performance requirements within the Statement of Work forSection C.6, LaRCllistributed Computing and Data Reduction Support will be directedby the Government in accordance with the procedures outlined in G.8, Work Orders.
B.2 LEVEL-OF-EFFORT
A. In performing work under Section C, Description/Specifications/WorkStatement (excluding Section C.4) the Contractor is obligated to provide 641,370
“ direct productive labor hours as defined below.
B. Direct productive level-of-effort hours are defined as those hoursactually worked (including overtime) by personnel in the performance of the workset forth in Section C, except for C.4, Central Scientific Computing Complex(CSCC) Systems Maintenance. First-line supervision of the work performed insupport of the Statement of Work is considered to be direct and all correspondinghours are considered as direct productive level-of-effort hours.
c. Productive non-level-of-effort hours are defined as those hours expendedby personnel such as the Contract Manager, Deputy Contract Manager, TechnicalManagers, financial, clerical, and procurement personnel in managing oradministering the work.
D. All paid absences (vacation, holidays, sick, etc.) are considered non-productive hours.
B.3 ESTIMATED COST, AWARD FEE AND FIXED FEE
A. The estimated cost of this contract is $28,045,000, exclusive of theaward fee of $1,780,000 and fixed fee* of $0. The total estimated cost, awardfee, and fixed fee is $29,825,000.
B. The award fee available for each evaluation period is as follows:
Period Available Award ~
9/1/93 - 2/28/94 $445,0003/1/94 - 8/31/94 $445,0009/1/94 - 2/28/95 $445,0003/1/95 - 8/31/95 $445,000
*A fixed fee amount will be inserted if the Government exercises any of theone-month options to extend the period of performance as set forth in Section H.
NAS1-20048
c. The cost for CSCC Systems Maintenance Services is includedestimated cost set forth above. The monthly charge for performing s:maintenance services are set forth in Appendix A of Exhibit A. The <cost for systems maintenance reflected in Appendix A is
8.4 SPECIFIED OTHER DIRECT COSTS
The estimated cost of this contract includes the following estmaterial, equipment, software, travel, training, and fixed-price spe(services such as commercialized available graphics and publications,
3
in thestemsotal contract
mates forializedand board
repair, required for performance of the Statement of Work except Section C.4.
Initial First - Second Third Fourth Fifth Sixth Seventh Eighthperiod QQ2!2 w !212t@ QQQJ2!2 Q@Q!! !l121.@ ODtion QJ&.Q!
$4,450,000 $5,224,000 $8,599,000 $255,700 $255,700 $255,700 $255,700 $255,700 $255,700
These costs are the Government’s best estimate of what the actuals will be.There will be no adjustment in the fee(s) of the contract should the actuals bedifferent than these estimates.
B.5 CONTRACT FUNDING (NASA 18-52.232-81) (JUN 1990)
(a) For purposes of payment of cost, exclusive of fee, in accordance withthe Limitation of Funds clause, the total amount allotted by the Government tothis contract is $1,452,215 and covers the following estimated period ofperformance: July 21, 1993, through September 30, 1993.
(b) An additional amount of $92,158 is obligated under this contract forpayment of fee.
B.6 ADMINISTRATION OF CONTRACT FUNDING (LaRC 52.232-100) (OCT 1992)
A. The Contractor agrees that all future incremental funding sha’accomplished by Administrative Change Modification and that the fundingshall in no way change the Contractor’s notification obligations as setthe “Limitation of Funds” clause.
B. In addition to the requirements of the “Limitation of Funds” (
1 beprocedureforth in
lause, theContractor shall notify the Contracting Officer in writing if, at any time, theContractor has reason to believe that the total cost to the Government for thecomplete performance of this contract will be greater or substantially less thanthe then total estimated cost of”the contract. Such notification shall give arevised estimate of the total cost for the performance of this contract.
NAS1-20048
SECTION ~= DESCRIPTION/SPECIFICATIONS/’WORK STATEMENT
C.1 STATEMENT OF WORK
The Contractor shall perform the effort specified in Exhibit A, Statement ofWork entitled, “Scientific Computing Operations, Maintenance, and CommunicationsServices.”
~ECTION ~= PACKAGING ~MARKING
0.1 There are no clauses in this section.
SECTION ~= INSPECTION ~ACCEPTANCE
E.1 INSPECTION OF SUPPLIES - COST-REIMBURSEMENT (FAR 52.246-3)(ApR 1984)
(a) Definitions. “Contractor’s managerial personnel,” as used in this clause,means any of the Contractor’s directors, officers, managers, superintendents, or
“ equivalent representatives who have supervision or afrection of--(1) All or substantially all of the Contractor’s business;(2) All or substantially all of the Contractor’s operation at a plant or
separate location at which the contract is being performed; or(3) A separate and complete major industrial operation connected with
performing this contract.“Supplies,” as used in this clause, includes but is not limited to raw
materials, components, intermediate assemblies, end products, lots of supplies,and, when the contract does not include the Warranty of Data clause, data.(b) The Contractor shall provide and maintain an inspection system acceptable tothe Government covering the supplies, fabricating methods, and special toolingunder this contract. Complete records of all inspection work performed by theContractor shall be maintained and made available to the Government duringcontract performance and for as long afterwards as the contract requires.(c) The Government has the right to inspect and test the contract supplies, tothe extent practicable at all places and times, including the period ofmanufacture, and in any event before acceptance. The Government may also inspectthe plant or plants of the Contractor or any subcontractor engaged in the contractperformance. The Government shall perform inspections and tests in a manner thatwill not unduly delay the work.(d) If the Government performs inspection or test on the premises of theContractor or a subcontractor, the Contractor shall furnish and shall requiresubcontractors to furnish all reasonable facilities and assistance for the safeand convenient performance of these duties.(e) Unless othemise specified in the contract, the Government shall acceptsupplies as promptly as practicable after delivery, and supplies shall be deemedaccepted 60 days after delivery, unless accepted earlier.(f) At any time during contract performance, but no later than 6 months (or suchother time as may be specified in the contract) after acceptance of the suppliesto be delivered under the contract, the Government may require the Contractor toreplace or correct any supplies that are nonconforming at time of delivery,Supplies are nonconforming when they are defective in material or workmanship orare otherwise not in conformity with contract requirements. Except as otherwiseprovided in paragraph (h) below, the cost of replacement or correction shall be
NAS1-20048
included in allowable costPayment clause, but no addtender for acceptance suppdisclosing the former requ
determined as provided in thetional fee shall be paid. Theies required to be replaced orrement for replacement or correction, and, When
5
Allowable Cost andContractor shall notcorrected without
required, -shall disclose the corrective action taken.
(!3) (1) If the Contractor fails to proceed with reasonable promptness to performrequired replacement or correction, the Government may--
(i) By contract or otherwise, perform the replacement or correction andcharge to the Contractor any increased cost or make an equitable reduction in anyfixed fee paid or payable under the contract;
(ii) Require delivery of undelivered supplies at an equitablereduction in any fixed fee paid or payable under the contract; or
(iii) Terminate the contract for default.(2) Failure to agree on the amount of increased cost to be charged to theContractor or to the reduction in the fixed fee shall be a dispute.(h) Notwithstanding paragraphs (f) and (g) above, the Government may at any timerequire the Contractor to correct or replace, without cost to the Government,nonconforming supplies, if the nonconformances are due to (1) fraud, lack of goodfaith, or willful misconduct on the part of the Contractor’s managerial personnel“~r (2) the conduct of one or more of the Contractor’s employees selected orretained by the Contractor after any of the Contractor’s managerial personnel hasreasonable grounds to believe that the employee is habitually careless orunqualified.(i) This clause applies in the same manner to corrected or replacement suppliesas to supplies originally delivered.(J) The Contractor shall have no obligation or liability under this contract toreplace supplies that were nonconforming at the time of delivery, except asprovided in this clause or as may be otherwise provided in the contract.(k) Except as otherwise specified in the contract, the Contractor’s obligation tocorrect or replace Government-furnished property shall be governed by the clausepertaining to Government property.
E.2 INSPECTION OF SERVICES - COST-REIMBURSEMENT (FAR 52.246-5)(APR 1984)
(a) Definition. “Services,” as used in this clause, includes services Performed#workmanship, and material furnished or used in performing services.(b) The Contractor shall provide and maintain an inspection system acceptable tothe Government covering the services under this contract. Complete records of allinspection work performed by the Contractor shall be maintained and made available
to the Government during contract performance and for as long afterwards as thecontract reauires.;;:
thewil’(d)thecon:
The Gotiernment has the right to inspect and test all services called for bycontract, to the extent practicable at all places and times during the term ofcontract. The Government shall perform inspections and tests in a manner thatnot unduly delay the work.If any of the services performed do not conform with contract requirements,
Government may require the Contractor to perform the services again inonnity with contract requirements, for no additional fee. When the defects in
services ~annot be.corrected by reperformance, the Government may (1) require theContractor to take necessary action to ensure that future performance conforms tocontract requirements and (2) reduce any fee payable Under the contract to reflectthe reduced value of the services performed.
NAS1-20048
(e) If the Contractor fails to promptly performaction necessary to ensure future performance inrequirements, the Government may (1) by contractservices and reduce any fee payable by an amount
6
the services again or take theconformity with contractor otherwise, perform thethat is equitable under the
circumstances or (2) terminate-the cofitract for default. ‘
E.3 MATERIAL INSPECTION ANO RECEIVING REPORT (NASA 18-52.246-72)(OCT 1988)
(a) At the time of each delivery under this contract, the Contractor shallfurnish to the Ciovernment a Material Inspection and Receiving Report (00 Form 250series) prepared in three copies, an original and two copies.
(b) The Contract~r shal1 prepare the 00 Form 250 in accordance with NASA FARSupplement 18-46.672-1. The Contractor shall enclose the copies of the 00 Form250 in the package or seal them in a waterproof envelope which shall be securelyattached to the exterior of the package in the most protected location.
(c) Mhen more than one package is involved in a shipment, the Contractor shalllist on the 00 Form 250, as additional information, the quantitj iofpackages andthe package numbers. The Contractor shall forward the 00 Form 250 with the lowestnumbered package of the shipment and print the words “CONTAINS 00 FORM 250” on thepackage.
E.4 FINAL INSPECTION ANO ACCEPTANCE (LaRC 52.246-94) (OCT 1992)
Final inspection and acceptance of all items specified for delivery underthis contract shall be accomplished by the Contracting Officer or his dulyauthorized representative at destination.
~L~OELIVERIES OR pERFORMANCE
F.1 STOP-WORKORDER (FAR 52.212-13) (AUG 1989) ALTERNATE I (APR 1984)
(a) The Contracting Officer may, at any time, by written order to the Contractor,require the Contractor to stop all, or any part, of the work called for by thiscontract for a period of 90 days after the order is delivered to the Contractor,and for any further period to which the parties may agree. The order shall bespecifically identified as a stop-work order issued under this clause. Uponreceipt of the order, the Contractor shall immediately comply with its terms andtake all reasonable steps to minimize the incurrence of costs allocable to thework covered by the order during the period of work stoppage. Within a period of90 days after a stop-work order is delivered to the Contractor, or within anyextension of that period to which the parties shall have agreed, the ContractingOfficer shalleither -
(1) Cancel the stop-work order; or(2) Terminate the work covered by the order as provided in the Termination
clause of this contract.(b) If a stop-wark order issued under this clause is canceled or the period ofthe order or any extension thereof expires, the Contractor shall resume Work. Thecontracting Officer shall make an equitable adjustment in the delivery schedule,the estimated cost, the fee, or a combination thereof, and in any other terms of
l’4ASl-20048
7
the contract that may be affected,accordingly, if -
(1) The stop-work order resu”
and the contract shall be modified, in writing,
ts in an increase in the time required for, orin the Contractors cost properly allocable to, the performance of any part ofthis contract; and
(2) The Contractor asserts its right to the adjustment within 30 days afterthe end of the period of work stoppage; provided, that, if the Contracting Officerdecides the facts Justify the action, the Contracting Officer may receive and actupon the claim submitted at any time before final payment under this contract.(c) If a stop-work order is not canceled and the work covered by the order isterminated for the convenience of the Government, the Contracting Officer shallallow reasonable costs resulting from the stop-work order in arriving at thetermination settlement.(d) If a stop-work order is not canceled and the work covered by the order isterminated for default, the Contracting Officer shall allow, by equitableadjustment or otherwise, reasonable costs resulting from the stop-work order.
F.2 F.O.B. DESTINATION, WITHIN CONSIGNEE’S PREMISES (FAR 52.247-35)(APR 1984) (APPLICABLE ONLY TO CSCC SYSTEMS MAINTENANCE, SECTION C.4 OFTHE SOW)
(a) The term “F.O.6. destination, within consicmee’s premises,” as used in thisclause, means free of expense to the Government-delivered and laid downdoors of the consignee’s premises, including delivery to specific roomsbuilding if so specified.(b) [~y C~~jractor shall -
Pack and mark the shipment to comply with contract specor
(ii) In the absence of specifications, prepare the shipmentconformance with carrier requirements;
(2) Prepare and distribute commercial bills of lading;(3) Deliver the shipment in good order and condition to the point
delivery specified in the contract:
within thewithin a
fications;
n
of
(4) Be responsible for any loss of and/ordamageto the goods occurringbefore receipt of the shipment by the consignee at the delivery point specified inthe contract;
(5) Furnish a delivery schedule and designate the mode of deliveringcarrier; and
(6) pay and bear all charges to the specified point of delivery.
F.3 PERIOOOF PERFORMANCE (NASA 18-52.212-74) (oEc 1988)
The period of performance of this contract shall be September 1, 1993,through August 31, 1995.
F.4 PLACE OF OELIVERY
Delivery of all items hereunder shall be f.o.b. Langley Research Center.
F.5 PLACES OF PERFORMANCE (LaRC 52.212-98) (OCT 19’32)
The places of performance shall be the Contractor’s facility and NASALangley Research Center (LaRC), Hampton, Virginia 23681-0001.
NAS1-20048
8
F.6 REPORTS AND DOCUMENTATION C)ELIVERY
The Contractor shall provide to the Government all reports and items ofdocumentation as required by the SOW, Section I (Contract Clauses), and Exhibit B(Contract Documentation Requirements).
SECTION ~= CONTRACT ADMINISTRATION QATJ
G.1 REPORT ON NASA SUECONTRACTS (NASA 18-52.204-70) (NOV 1992)
(a) The Contractor shall submit information on NASA Form667 to the NationalAeronautics and Space Administration (Code HM), Washington, DC 20546,substantially as follows with respect to each subcontract or subcontractmodification exceeding $2S,000 within 10 working days after its execution:
(1) The name and address of the prime Contractor and the NASA prime contractnumber.
(2) The name and address of the subcontractor.(3) whether the subcontractor is a large or small business concern and/or a
minorit business concern.(4Y Whether the type of effort being performed involves research and -
development.(5) A brief description of the subcontract work.(6) The amount of the subcontract.(7) The principal location where the subcontract work is to be performed, if
known.(b) The Contractor and its subcontractors shal1 submit negative reports annually,if applicable, on each prime contract and first-tier subcontract subject to thisreporting requirement. These negative reports shall be submitted not later thanOctober 31 for the 12-month period ending September 30th of each year. Thenegative reporting shall be continued until the contract or subcontract has beenphysically completed and the National Aeronautics and Space Administration (CodeHM), Washington, DC 20546, so notified by the Contractor or subcontractor.(c) “Subcontract,” as used in this clause, means procurement in excess of $25,000by the Contractor or first-tier subcontractor of articles, materia?s, or servicesfor performing this contract (including facility leases), except purchases,regardless of amount, of stock items, materials, or services that cannot bespecifically identified with this contract.(d) “Research and development,” as used in this clause, means basic and appliedresearch, and design and development of prototypes and processes to (I) pursue aplanned search for new knowledge, with or without reference to a specific ~application, (2) apply existing knowledge in the creation of new products orprocesses, or (3) apply existing knowledge in the improvement or modification ofpresent products and processes. It excludes subcontracts for the purchase ofstandard commercial items and services.(e) The Contractor shall --
(1) Insert the provisions of paragraphs (a), (b), (c), and (d) of thisclause in each subcontract over $100,000;
(2) Instruct its subcontractors to submit their reports directly to theNational Aeronautics and space Administration (code HM), Washington, DC 20546;and
(3) provide its subcontractors with the number of the NASA prime contract.
NAS1-20048
I
9
G.2 PAYMENT OF FIXEO FEE (NASA 18-52.216-75) (OEC 1988)
The fixed fee shall be paid in monthly installments based upon thepercentage of completion of work as determined by the Contracting Officer
G.3 AWARD FEE (NASA 18-52.216-76) (DEC 1991)
(a) The Government shall pay the Contractor for performing this contractbase fee, if any, and such additional fee as may be awarded, as providedSchedule.
suchn the
(b) Payment of the base fee and award fee shall be made as specified in theSchedule; provided that, after payment of 85 percent of the base fee and potentialaward fee, the Cent-ratting Officer may withhold further payment of the base feeand award fee until a reserve is set aside in an amount that the ContractingOfficer considers necessary to protect the Government’s interest. This reserveshall not exceed 15 percent of the total base fee and potential award fee or$100,000, whichever is less.(c) Award fee determinations made by the Government under this contract are notsubject to the Disputes ~lause.
G.4 DESIGNATION OF NEW TECHNOLOGY REPRESENTATIVE ANO PATENTREPRESENTATIVE (NASA 18-52.227-72) (APR 1984)
(a) For purposes of administration of the clause of this contract entitled “NewTechnology” or “Patent Rights - Retention by the Contractor (Short Form)”,whichever is included, the following named representatives are hereby designatedby the Contracting Officer to administer such clause:
Title Office Code Address (includina ziD code)
New Technology 200 NASA, Langley Research CenterRepresentative Hampton, VA 23681-0001
Patent 143 NASA, Langley Research CenterRepresentative Hampton, VA 23681-0001
(b) Reports of reportable items, and disclosure of subject inventions, interimreports, final reports, utilization reports, and other reports required by theclause, as well as any correspondence with respect to such matters, should bedirected to the New Technology Representative unless transmitted in response tocorrespondence or request from the Patent Representative. Inquiries or requestsregarding disposition of rights, election of rights, or related matters should bedirected to the Patent Representative. This clause shall be included in anysubcontract hereunder requiring a “New Technology” clause or “Patent Rights -Retention by the Contractor (Short Form)” clause, unless othemise authorized ordirected by the Contracting Officer. The respective responsibilities andauthorities of the above-named representatives are set forth in 18-27.375-3 of theNASA FAR Supplement.
NAS1-20048
10
G.5 ACQUISITION OF CENTRALLY REPORTABLE EQuIPFtENT (NASA 18-52.245-70)(MAR 1989)
(a) “Centrally reportable equipment, ” as used in this clause, means Plantequipment, special test equipment (including components), special too~lng and nOn-flight space property (including ground support equipment) (1) generallycommercially available and used as a separate item or as a component of a system,(2) having an acquisition cost of $1,000 or more (unless a lower threshold isspecified elsewhere in this contract), and (3) is identifiable by a manufacturerand model number.(b) (1) Before acquiring (including acquiring by fabrication) any item ofcentrally reportable equipment under this contract (unless for incorporation intoflight-qualified or flight-monitoring deliverable end items), the Contractor shallprovide to the Contracting Officer, at the earliest possible date, a descriptionof the item sufficiently detailed to enable screening of existing Governmentinventories. (2) For this purpose, the Contractor shall (i) prepare a separateDO Form 1419, 000 Industrial Plant Equipment Requisition for each item ofcentrally reportable equipment to be acquired and (ii) forward it through theContracting Officer to the NASA Equipment Management system (NEMS) Coordinator at _“the cognizant NASA installation at least 30 days in advance of the date theContractor intends to acquire or begin fabricating the item. If a certificate ofnonavailability is not received within that period, the Contractor may proceed toacquire the item, subject to any other applicable provisions of this contract.Instructions for preparing the DO Form 1419 are contained in NASA FAR Supplement18-45.7103. The same data may be provided in an alternate format when requestingother than Defense Industrial Plant Equipment Center (DIPEC) controlled items.(3) Upon receiving the item on the 00 Form 1419 (regardless of whether it isContractor-acquired or Government-furnished), the Contractor shall prepare andsubmit a 00 Form 1342 or equivalent data, in accordance with NASA FAR Supplement18-45.505-670.
G.6 FINANCIAL REPORTING OF GOVERNMENT-OWNEO/CONTRACTOR-HELO PROPERTY(NASA 18-52.245-73) (MAR 1989)
(a) The Contractor shal 1 prepare and submit annually a NASA Form 1018, Report ofGovernment-Owned/Contractor-Held Property, in accordance with 18-45.505-14 and theinstructions on the form and in Section 18-45.7101 of the NASA FAR Supplement,except that the reporting of space hardware shall be required only as directed inclause 18-52.245-78, Space Hardware Reporting, if applicable.
(b) If administration of this contract has been delegated to the Department ofDefense, the original and three copies of NASA Form 1018 shall be submitted ..through the 000 Property Administrator to the NASA office identified below. Ifthe contract is administered by NASA, the forms shall be submitted directly to thefollowing NASA office:
NASA, Langley Research CenterAttn: Industrial Property Office, M/S 377Hampton, VA 23681-0001
(c) The annual reporting period shall be from July 1 of each year to June 30 ofthe following year.(d) The Contractor agrees to insert the reporting requirement in all first-tiersubcontracts, except that the requirement shall provide for the submission of the
NAS1-ZO048
11
subcontractors’ reports to the Contractor, not to the Government. The Contractorshall require the subcontractors’ reports to be submitted in sufficient time tomeet the reporting date in paragraph (c) above.(e) The Contractor’s report shall consist of a consolidation of thesubcontractors’ reports and the Contractor’s own report.
G.7 SUBMISSION OF VOUCHERS FOR PAYMENT (NASA 18-52.216-87) (OEC 1988)
(a) Public vouchers for payment of costs and fee shall include a referenceto this contract NAS1-20048 and be forwarded to:
DCAA, Mid-Atlantic Region, Reston Branch171 Elden Street, Suite 300Herndon, VA 22070
This is the designated billing office for cost and fee vouchers for purposes ofthe Prompt Payment clause of this contract. NOTE: The Contractor shall specifythe monthly charge for each CLIN in Appendix A of Exhibit A and shall provide thecertification required by H.18. _
(b) The Contractor shall prepare vouchers as follows:
(1) One original Standard Form (SF) 1034, SF 1035, or equivalentContractor’s attachment.
(2) Seven copies ofSF 1034A, SF 1035A, or equivalent Contractor’sattachment.
(3) The Contractor shall mark SF 1034A copies 1, 2, 3, 4, and suchother copies as may be directed by the Contracting Officer by insertion in thememorandum block the names and addresses as follows:
(i) copy 1(ii) copy 2(iii) Copy 3(iv) copy 4(v) copy 5
(c) Public vouchers forforwarded to:
NASA Contracting Officer;Auditor;ContractorContract administration office; andContracting Officer Technical Representative.
payment of fee shall be prepared similarly and be
Contracting Officer, MS 126NASA LaRCHampton, VA 23681-0001
This is the designated billing office for fee vouchers for purposes of the PromptPayment clause of this contract.
(d) In the event that amounts are withheld from payment in accordance withprovisions of this.contract, a separate voucher for the amount withheld will berequired before payment for that amount may be made.
NAS1-20048
I
12
G.8 WORK ORDERS (LaRC 52.212-101) (OCT 1991)
A. The work to be performed within Section C.6, LaRC Distributed Computingand Data Reduction Support of the Statement of Work, will be more specificallydirected by means of written work orders issued by the Government, containing thefollowing information:
1. Date
2. Job orderlwork order number
3. Originator
4. Description of work, specifications andlor end item
5* Required schedule
6. Manpower estimate
(*) 7. Material cost estimate
(*) 8. Government-furnished material
(*) 9. Applicable special instructions
(*) TO be provided at the option of the Governrnent.
B. Two copies of each work order will be furnished to the Contractor. Oneshall be retained by the Contractor and one shall be returned to the ContractingOfficer’s Technical Representative upon completion of the work specified.Completed work orders shall contain,delivery dates,
as applicable, actual completion dates and/oractual man-hours expended, actual material and labor costs
incurred, and any remarks which the Contractor may wish to make with respect tohis performance thereunder.
C. The Contractor shall furnish a control and reporting system capable ofaccurately obtaining on a weekly basis actual man-hours, labor costs, and materialcosts associated with each LaRC work order number.
D. If any work order is considered by the Contractor to be outside thescope of this contract, or if the Contractor has reason to believe that he willexceed the scope of his contractual obligation (e.g., contract level of effort,contract funding, contract estimated cost) in the performance thereof, theContractor shall immediately notify the Contracting Officer in writing, and shallnot perform any work pending resolution by the Contracting Officer.
G.9 AWARD FEE EVALUATIONS (LaRC 52.216-92) (JUN 1990)
A. The Contractor’s performance hereunder shall be evaluated each period byan Evaluation Board in accordance with an established evaluation plan. A COPY Ofthis plan shall be furnished to the contractor within 60 days of the effectivedate of this contract. This plan may be modified by the Government and a copy of
NAS1-20048
13
any modification Will be provided to the Contractor. The Board shall review thecontractor’s performance for each period in the following areas:
Continuous ImprovementTechnical PerformanceManagementcost5afety
B. The findings of the Board shall be reported to the Fee DeterminationOfficial (a cognizant individual at the program director level or higher of LaRCmanagement) who will determine to what extent the Contractor’s performance for thepreceding award fee- evalua<available award fee specifportion of fee for any eva’periods.
c. The Contractor w-determination of award fee“and such decision shall be
ion period warrants payment of some portion of theed in Section %.3. In no event will any unawardeduation period become available for award in subsequent
11 be notified of the Fee Determination Official’sby the Contracting Officer in a Notice of Award Fee,binding on both parties and not subject to the Section
I clause entitled ‘!Disputes - Alternate I.”
D* In the event this contract is terminated prior to a regularly scheduledaward fee determination, the fee to be paid to the Contractor shall be anappropriate portion of any available award fee, as may be determined by the FeeDetermination Official.
E. The Contractor may submit evaluation plan recommendations pertinent toevaluation criteria, methods of measurement, definitions, ground rules, relativeimportance, etc., to the Contracting Officer. Such recommendations may be for theinitial evaluation period or for subsequent periods. Reconnnendations for theinitial period should be received by the Contracting Officer no later than theeffective date of the contract and for subsequent periods no later than thirty(30) days prior to the beginning of the period.
G.1O CONTRACT CLOSEOUT (LaRC 52.242-90) (JUN 1988)
A. Reassignment--After receipt, inspection, and acceptance by theGovernment of all required articles and/or services, and resolution of any pendingissues raised during the Period of Performance, this contract will be reassignedto the NASA Langley Research Center Contracting Officer for Contract closeout.All transactions subsequent to the physical completion of the contract shouldltherefore, be addressed to the said Contracting Officer at NASA Langley ResearchCenter, Mail Stop 126, who may be reached by telephone at (804) 864-2462.
B. “Quick Closeout”--Paragraph (f) of the Allowable Cost and Payment clauseof this contract addresses the “Quick Closeout Procedure” delineated by Subpart42.7 of the Federal Acquisition Regulation (FAR). It should be understood thatthe said procedure applies to the settlement of indirect costs for a specificcontract in advance of the determination of final indirect cost rates when theamount of unsettled indirect cost to be allocated to the contract is relativelyinsignificant. Therefore, the “Quick Closeout” procedure does not preclude the
NAS1-20048
14
provisions of paragraph (d) of the Alconstitute a Waiver of final audit of
c. Completion Voucher SubrnittaAllowable Cost and Payment clause, as
owable Cost and Payment clause nor does itthe Contractor’s Completion Voucher.
--Notwithstanding the provisions of thesoon as practicable after settlement of the
Contractor’s indirect cost rates applicable to-performance of the contract, theContractor shall submit a Completion Voucher as required by the aforesaid clause.The Completion Voucher shall be supported by a cumulative claim and reconciliationstatement and executed NASA Forms 778, Contractor’s Release, and 780, Contractor’sAssignment of Refunds, Rebates, Credits, and Other Amounts. Unless directedotherwise by the Contracting Officer for Contract Closeout, the Contractor shallforward the said Completion Voucher directly to the cognizant Government Agency towhich audit functions under the contract have been delegated.
SECTION H_2SpECIAL CONTRACT REQUIREMENTS
H.1 RIGHTS TO PROPOSAL DATA (TECHNICAL) (FAR 52.227-23) (JUN 1987)
Except for data contained on pages NONE, it is agreed that as a condition of“ award of this contract, and notwithstandina the conditions of any notice aDDearinathereon, the Government shall have unlimit~d rights (as defined In theData - General” clause contained in this contract) in and to the techncontained in the proposal dated May 26, 1993, upon which this contract
H.2 KEY PERSONNEL ANO FACILITIES (NASA 18-52.235-71)(MAR 1989)
“Rights in<cal datais based.
(a) The personnel and/or facilities listed below (or specified in the ContractSchedule)”are considered essential to the work beirigperformed under thiscontract. Before removing, replacing, or diverting any of the listed or specifiedpersonnel or facilities, the Contractor shall (1) notify the Contracting Officerreasonably in advance and (2) submit justification (includinq proposedsubstitutions) in sufficierit”detailcontract.(b) The Contractor shall make no dwritten consent; provided, that theproposed change, and that ratificatconsent required by this clause.
to permit evaluation of ~he impact on this
version without the Contracting Officer’sContracting Officer may ratify in writing theon shall constitute the Contracting Officer’s
(c) The list of ersonnel and/or facilities (shown below or as specified in theYContract Schedule may, with the consent of the contracting parties, be amended
from time to time ciurirtg the Cmtrs.e of the contract to add or delete personneland/or facilities.
Contract WanagerTechnical ManagerTechnical Manager
Technical ManagerTechnical ManagerTechnical Manager
NAS1-20048
15
H.3 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (FAR 52.222-42)(MAY 1989)
In compliance with the Service Contract Act of 1965, as amended, and theregulations of the secretary of Labor (29 cF13 Part 4), this clause identifies theclasses of service employees expected to be employed under the contract and statesthe wages and fringe benefits payable to each if they were employed by thecontracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
THIS STATEMENT
Em~loyee Class— -
Computer Operator IComputer Operator II
IS FOR INFORMATION ONLY: IT IS NOT A WAGE
Monetarv ~
$ 7.85$8.79
Computer Operator IIIData SpecialistDocumentation SpecialistCommunications Specialist
“ Communications Systems Specialist ICommunications Systems Specialist 11Communications Systems Specialist 111Electronics Technician IIElectronics Technician 111Requirements Specialist
FRINGE BENEFITS
Annual Leave
Sick Leave
Holidavs
Health Insurance -
@M2ti Insurance -
Retirement
Receives 13 days paid leave fordays for 3 to 15 years service;service or over.
Receives 13 days paid leave per
DETERMINATION
$ 9.80$ 7.85S 7.85$8.79.$13.32$14.66$16.11$11.63$13.32$10.89
service UD to 3 vears: 20and 26 days for 15 years
year.
Receives 10 paid holidays per year.
Government pays up to 75% of health insurance.
Government pays one-third of basic life insurancepremium under the Federal Employees Group Life Insurance(FEGL[). Government also offers an additional term-lifeinsurance (National Employees Benefits Association (NEBA)),for which employees pay the full premium.
The Federal Government provides three retirement plansidentified as the Civil Service Retirement System (CSRS),the Federal Employees Retirement System (FERS), and CSRSOffset. Under the CSRS, the Government contributes 7% ofthe employees’ base pay towards the retirement benefit and1.45% towards Medicare. Under the FERS, the Governmentcontributes 12.9% of the employees’ base pay towards abasic benefit plan, 6.2% to Social Security, 1.45% towardsMedicare, and 1% (plus matching contributions of up to 4%
NAS1-20048
16
of basic pay depending on employees’ contributions) to athrift savings plan. Under the CSRS Offset, the Governmentcontributes 0.8% of the employees’ base pay towards theretirement benefit, 6.2% to Social Security, and 1.45%towards Medicare.
Part-time Federal employees receive pro rata annual leave, sick leave, holidayleave, health insurance, and group life insurance benefits based on the number ofhours worked.
H.4 LIST oF GOVERNMENT-FURNISHED PROPERTY (NASA 18-52.245-76)(OCT 1988) -
For the performance of work under this contract, the Government will makeavailable Government property identified in Exhibit C of this contract on a no-charge-for-use basis. The Contractor shall use this property in the performanceof this contract at the Contractor’s facility and at other location(s) as may beapproved by the Contracting Officer. Under the FAR 52.245 Government Propertyclause of this contract, the Contractor is accountable for the identified property.
H.5 LIST OF INSTALLATION-PROVIDED PROPERTY AND SERVICES(NASA 18-52.245-77) (MAR 1989)
In accordance with the Installation Provided Government Property clause ofthis contract, the Contractor is authorized use of the types of property andservices listed below, to the extent they are available, while on-site at the NASAinstallation.
Authorized for work performed under the SOW except Section C.4, SystemsMaintenance:
(a) Office space, work area space, communication hardware storage areas, andutilities. The Contractor shall use Government telephones for official purposes -only.
(b) General- and special-purpose equipment, including office furniture.
(1) Equipment to be made available to the Contractor for use in performanceof this contract on-site and at such other locations as approved by theContracting Officer is listed in Exhibit D. The Government retains accountabilityfor this property under the [nstallation-Provided Government Property clause,regardless of its authorized location.
(2) If the Contractor acquires property as a direct cost under thiscontract, this property also shall become accountable to the Government upon itsentry into the NASA Equipment t4anagement system (NEMs) in accordance with theproperty-reporting requirements of this contract.
(3) The Contractor shall not bring on-site for use under this contract anyproperty owned or leased by the Contractor, or other property that the Contractoris accountable for under any other Government contract, without the ContractingOfficer’s prior written approval. This restriction does not pertain to Contractorfurnished vehicles.
NAS1-20048
17
(c) Reproduction services
(d) Hardware maintenance services on all Installation-Provided AOP equipment(terminals, personal computers, word processors) and on Government-furnished AOP.equipment brought to LaRC for maintenance.
*(e) Library service
*(f) Emergency medical treatment, primarily first aid in nature, for injuriessustained while on duty at Langley Research Center
(g) Hearing examinations (for employees designated to work in high noise levelareas)
*(h) On-Center mail delivery service
*(i) Cafeteria privileges for Contractor emp?oyees during normal operating hours.
(j) Moving and hauling for office moves, movement of large equipment, anddelivery of supplies. Moving services shall be provided on-site, as approved bythe Contracting Officer.
(k) Government material cards issued to permit authorized Contractor personnelto draw supplies from LaRC Stores; provided such withdrawals are approved by theContracting Officer Technical Representative (COTR).
(1) Fuel, scheduled maintenance, parts and repairs (except those covered bymanufacturer’s warranty) for all Contractor-provided vehicles.
(m) Supplies from stores stock such as sheet metal, angle iron, tubing, wire,and plexiglass. -
(n) Fabrication services requiring elaborate special tooling as available.
Authorized for work performed under Section C.4, Systems Maintenance, of the SOW:
(a) Maintenance work area of approximately 1,300 square feet includingutilities. The Contractor shall use Government telephones for communication onLaRC.
The responsibilities of the Contractor as contemplated by paragraph (a) ofthe Installation-Provided Government Property clause are defined in the followingproperty management directives and installation supplements to these Directives:
(1) NHB 4200.1, NASA Equipment Management Manual.(2) NHB 4200.2, NASA Equipment Management System (NEMS) User’s Guide for
Property Custodians.(3) NHB 4300.1, NASA Personal Property Disposal Manual.(4) NHB 41OO.1, NASA Materials Inventory Management Manual.
*Authorized for use by all Contractor personnel.
NAS1-20048
I
18
H.6 LIST OF GOVERNMENT-FURNISHED ITEMS
The items identified below are provided to the Contractor in performance ofthis contract, for use both on-site and off-site:
1. Magnetic tape, printer paper, and other data processing supplies.
2. Supplies from stores stock such as drafting, copier, graph paper, andother office supplies.
3. Publications and blank forms stocked by the installation.
4. Referenc~ material which includes documentation covering changes andadditions to the CSCC and its operating systems, equipment manuals, drawings,procedures, and other reference documents relating to the operation of the CSCC.
H.7 PROCUREMENT AUTHORITY (201-39.5202-3) (OCT 90 FIRMR)
This acquisition is being conducted under a specific acquisition delegationof GSA’s exclusive Procurement authoritv for FIP resources. The specific GSA DPAcase number is KMA-92-0354.
.
H.8 CONTRACTOR EFIPLOYEE’S SECURITY CLEARANCE (LaRC(OCT 1992)
By virtue of their particular work assignment,may be required to have a security clearance granted5220.22M, “Department of Defense Industrial Security
52.204-90)
certain Contractor employees,in accordance with 000Manual for the Safeguarding
of Classified” information (ISM)”. Clearances will be issued by the Department ofDefense (000). Uithin 10 working days after an employee is identified by theGovernment and/or the Contractor as requiring a SECRET or higher clearance, theContractor shall submit to the Contracting Officer evidence of the submittal of arequest for clearance to DOD for such employee. lf the clearance for an employeehas not been issued by 000 within 120 calendar days of the submittal of therequest for clearance to 000, the Contractor may be required to remove theemployee from the contract.
H.9 AUTOMATED INFORMATION SECURITY (AIS) PROGRAM/EMPLOYEE NATIONALAGENCY CHECK (NAc) ANO USER AGREEMENT EXECUTION (LaRC 52.239-90)(MAY 1991)
A. Work to be performed under this contract requires access to ADPequipment and processing areas. Therefore, the Contractor shall comply with therequirements of !lAsA’s Automated Information security Program. This program isseparate and distinct from security programs for safeguarding classifiedinformation. Prior to performing any work in restricted-access computer rooms oraccessing NASA AOPE (either remotely or on-site at LaRC), all contractor employeesmust have a favorable NAC completed. The Contractor shall submit a properlyexecuted NASA Form 531 (NF 531), Name check Request, to the LaRC Security Officer,Mail Stop 182, for each Contractor employee Wtlo will work in restricted accesscomputer rooms and/or access NASA ADPE. In addition, each such employee isrequired to be fingerprinted at the LaRC Badge and Pass Office, Building 1228, orby any authorized agency or department utilizing Fingerprint Card FO-258.
NASI-20048
19
Approximately 75 days are required to complete the flAC after receipt of the NF 531and FD-258. The NAC is not required if an employee has a Secret or higherclearance. When it is necessary for an employee to perform any work in restrictedaccess computer rooms prior to completion of the NAC, the employee may be escortedwhile at the site by an individual who has a favorable NAC or a higher level ofinvestigation favorably adjudicated, or a Secret or higher clearance, or asotherwise approved by the Security Officer. Employees may access NASA ADPequipment prior to completion of the NAC only as approved by the LaRC SecurityOfficer on a case-by-case basis.
B. The Contractor shall insure that all Contractor personnel execute a useragreement, Form No. ACD N-865, Responsibilities of Users of the NASA/LaRC CentralScientific ComputeF Complex, and any other forms that may be required by theGovernment prior to having access to NASA AOP resources. Unauthorized access toand/or use of LaRC computing systems is a violation of law and punishable underthe provisions of 18 USC 1029, 18 USC 1030, and other applicable statutes. Forcompliance with Center Computer security policy, the Contractor shall promptlynotify the Contracting Officer’s Technical Representative (COTR) when anauthorized user employee no longer requires computer access.
H.10 OBSERVATION OF REGULATIONS AND IDENTIFICATION OF CONTRACTOR’SEMPLOYEES (LaRC 52.212-104) (MAR 1992)
A. Observation of Regulations-- In performance of that part of the contractwork which may be performed at Langley Research Center or other Governmentinstallation, the Contractor shall require its employees to observe the rules-andregulations as prescribed by the authorities at Langley Research Center or otherinstallation.
B. Identification Badges--At all times while on LaRC property, theContractor shall require its employees, subcontractors and agents to wear badgeswhich will be issued by the NASA Contract Badge and Pass Office, located at1 Langley Boulevard (Building No. 1228). Badges shall be issued only between thehours of 6:30 a.m. and 4:30 p.m., Monday through Friday. Contractors will be heldaccountable for these badges, and may be required to validate outstanding badgeson an annual basis with the NASA LaRC Security Office. Immediately after employeetermination or contract completion, badges shall be returnedto the NASA ContractBadge and Pass Office.
H.11 INCORPORATION OF SECTION K OF THE PROPOSAL BY REFERENCE
Pursuant to FAR 15.406-l(b), the completed section K of the proposal datedMay 26, 1993 is hereby incorporated herein by reference.
H.12 SUBCONTRACTING PLAN
The approved Contractor plan for subcontracting with small business andsmall disadvantaged business concerns is attached hereto as Exhibit E and ishereby made a part of this contract.
NAS1-20048
20
H.13 EVIDENCE OF INSURANCE
The Contractor shall submit evidence of the insurance coverage, required bythe NASA Clause 18-52.228-75 in Section I entitled “Minimum Insurance Coverage”(i.e., a Certificate of Insurance or other confirmation), to the ContractingOfficer prior to performing under this contract. In the event the Governmentexercises its options to extend the term of the contract, the Contractor shallalso present such evidence to the Contracting Officer prior to commencement ofperformance under the extension.
H.14 VIRGINIA AND LOCAL sALEs Ti4xEs (LaRC 52.229-92) (ApR 1992)
To perform this contract, the Contractor must be knowledgeable of relevantstate and local taxes when making purchases of tangible personal property. TheContractor shall refrain from paying nonapplicable taxes or taxes where anexemption exists, but shall pay applicable taxes that are reimbursable pursuant toFAR 31.205-41, Taxes. Even though title to property purchased under this contractmay pass to the Government and the price is reimbursable under contract costprinciples, such transactions do not in themselves provide tax inwnunityto the“Contractor. Therefore, with~n 30 days after the effective date of this contract,the Contractor shall request from the Virginia State Tax Coimnission a ruling onany tax exemptions that ’may be applicable-to purchasesThe Contractor shall provide all facts relevant to thean interpretation of the law that is most favorable toGovernment.
made under this contract.situation and shall pursueboth the Contractor and the
H.15 WAGE DETERMINATIONS AND FRINGE BENEFITS (LaRC 52.237-90)(NOV 1990)
The Register of Wage Determinations and Fringe Benefits, Number 78-1030,Rev. 23, Exhibit F, dated August 8, 1992, lists the wage rate and fringe benefitsfor designated labor classifications which shall be the minimum paid under thiscontract. See Exhibit F for a copy of this wage determination. Thisdetermination constitutes the “attachment” as referred to in paragraph (a),Compensation, of the Section I clause entitled “Service Contract Act of 1965.”
H.16 ADVANCE AGREEMENT ON INDIRECT RATES
A. Notwithstanding the provisions of the Section I clause entitled“Allowable Cost and Payment,” the Contractor will be reimbursed at the indirectceiling rate specified below or the actual rate, whichever is less, for each-ofthe Contractor’s fiscal Years applicable to this contract. The Contractor’sfiscal year is Any costs that are not reimbursed due tothe ceilings shall be deemed unallowable costs. These una’~owable costs shall notbe recovered under this or any other Government contract.
Indirect Ceiling*cost Pool Percentage Allocation Base
NAS1-20048
21
B. The above rate ceiling is predicated upon the base listed above and theaccounting practices and accounting system in effect on August 17, 1993. If the
Contractor changes its accounting practices or accounting system in any way, theContractor will immediately notify the Government. Within 30 days of such changethe Contractor shall present to the Contracting Officer information thatdemonstrates that the change will not impact the allowable cost computed using theabove rates or shall submit a proposal for adjustment of the ceilings so that thetotal costs allowable will not exceed the total costs that would have beenallowable had the Contractor not changed its accounting practices or accountingsystem. In the event that the parties cannot agree on new ceilings using theContractor’s new accounting practices or system and the Contractor does not agreeto return to the previous accounting practices and system, the Contracting Officermay equitably adjust the ceilings.
H.17 ADVANCEAGREEMENTON CERTAIN COST ELEMENTS
A. The Contractor shall be entitled to reimbursement for phase-in costs,incurred on or after July 21, 1993, in an amount not to exceed -— that, ifincurred after this contract had been entered into, would have been reimbursableunder this contract.
B-.
Position
c. 1; accordance with the Changes Clause of this contract, the Governmentmay change Exhibit A, Appendix A, to add or delete items or change the specifiedmaintenance status for any item.
NAS1-20048
22
H.18 ADVANCE AGREEMENT ON SYSTEMS MAINTENANCE PRICES
The monthly charges for performing systems maintenance services in accordance withSection C.4, CSCC Systems Maintenance, of the SOW are set forth in Appendix A ofExhibit A. These monthly charges include all costs of providing the systemsmaintenance for the CLINS listed, except the Prime Contractor’s G&A and fee.
The monthly charge for each Contract Line Item Number (CLIN) includes coverage forthe specified status (hours of coverage and response time) as defined in C.4.1 ofthe SOW. The Basic Monthly Maintenance Charge (BMMC) for hardware andenvironmental control systems set forth in Appendix A of Exhibit A is the monthlymaintenance charge for on-site (LaRC) cQverage with 10 minutes response time from8:00 a.m. to 5:00 p.m., Monday through Friday, excluding Government Holidays;response time for all other times shall not exceed 2 hours. The monthly chargeand BMMC for each CLIN is all-inclusive, except for the Prime Contractor’s G&A andfee.
The Government may require a change in maintenance status for hardware andenvironmental control systems CLINS over the contract term. In the event of achange, the monthly charge for a CLIN may be modified by multiplying the BMMC bythe percentages shown in the following conversion schedule:
A B c D E
STATUS
1
2
3
4
5
The Contractor agrees that the actual monthly charge for each CLIN shall notexceed the monthly charge set forth in Appendix A, the current General ServicesAdministration (GSA) Schedule contract price (if applicable), or the currentconmtercialprice list, whichever is lower. The Contractor shall furnish with eachinvoice which includes cost for systems maintenance a statement certifying thatthe lowest of the above three prices has been charged.
Notwithstan[and Paymentlowest appl
ing the provisions of the Section I clause entitled “Allowable Cost“ thecable
Contractor shall not be reimbursed for any costs exceeding theprice noted above. Any costs that are not reimbursed due to the
NA51-20048
23
ceiling shall be deemed unallowable costs. Any burden applicable to costs whichexceed these ceilings Will also be unallowable.
H.19 OPTIONS
A. Priced Options/Extended services
Pursuant to the Section I clause entitled “Option to Extend the Term ofthe Contract (MAR 1989),” and FAR 37.111, the Contractor hereby grants to theGovernment options to extend the term of the contract for one two year period,one three year period, and six one-month periods. The first and second optionsperiods are to be=xercisable by issuance of a unilateral modification no laterthan 30 calendar days prior to the expiration of the contract. The third througheighth option periods are to be exercisable by issuance of a unilateralmodification no later than one calendar day prior to the expiration of the
of such option(s) by the Government, the followingcontract. Upon exercisewill be increased by the
First@ticm Qtia
J@ per-id Period
PeriodofPerformance 24(Ref.F.3) mmths L
Lwelof Effort 647,500 971,250(Ref.B.2) hams hcu~
EstimtedCost
amounts specified below for each option period.
lhird Fcwth Fifth Sixth seventh
@tia @tire Opticn Qtion Qtim
W-id Pericd Penal %-id period
&?Tth&th L L L
26,563 Z6,m 26,%3 Z&: 26,563
helm hcum balm
(Ref.B.3) $31,041,m s49,994,m $l,457,m $l,457,m $l,457,m $l,457,m sl,457,m
kard Fee(Ref.0.3) $l,9E$,m $3r207,m
FixedFee(Ref.B.3) $ ti,m $ &5,cco $ 86,CC0 $ 86,CU) $ 86,CCQ
Systm&i ntewwe(Ref.13.3.C)
First Option Second OptionPeriod Period
Award FeeAvailability(Ref. B.3)
9/1/95 -2/29/96 $497,000
i terns
EighthOpticsPericd
1llmth
26,563ha-u-s
$1,457,CC0
$ 86,CC0
NAS1-20048
24
3/1/96 -8/31/96
9/1/96 -2/28/97
3/1/97 -8/31/97
9/1/97 -2/28/98
3/1/98 -8/31/98
9/1/98 -2/28/99
3/l/99.-8/31/99
9/1/99 -2/29/2000
3/1/2000 -8/31/2000
$497,000
$497,000
$497,000
$534,500
$534,500
$534,500
$534,500
$534,500
$534,500
B. PRICED OPTION - ADDITIONAL LEVEL OF EFFORT
1. The Contractor hereby grants to the Government options to increasethe contract level of effort by the amounts specified below for each period. TheGovernment’s options may be exercised once or multiple times in minimum amounts of1,875 hours of effort. Such options are to be exercisable by issuance of aunilateral modification.
L;;;l ;f2Effort. .
Initial ContractPeriod 178,125 hours
First OptionPeriod 288,750 hours
Second OptionPeriod 660,000 hours
Third OptionPeriod 20,000 hours
Fourth OptionPeriod 20,000 hours
NAS1-20048
25
Fifth OptPeriod
Sixth OptPeriod
on20,000 hours
on20,000 hours
Seventh OptionPeriod 20,000 hours
Eighth OptionPeriod 20,000 hours
2. When-any increment of the above option is exercised, the contractcost and fee set forth in 6.3, Estimated Cost, Award Fee and Fixed Fee will beincreased using the appropriate rates set forth below:
Initial Period costAward Fee
First Option costAward Fee
Second Option costAward Fee
Third OptionF,
Fourth OptionF
Fifth Ootion
costxed Fee
costxed Fee
cost–r
Fixed Fee
Sixth Option costFixed Fee
Seventh Option costFixed Fee
Eighth Option costFixed Fee
3. Increases infee schedule period.
Rate Per .Hour
$19.02$ 1.24
$20.47$ 1.33
$21.84$ 1.42
$22.55$ 1.35
$22.55$ 1.35
$22.55$ 1.35
$22.55$ 1.35
$22.55$ 1.35
{2;.:;.
the award fee will be allocated to the applicable award
NAS1-20048
26
H.20 SYSTEMS MAINTENANCE PRIcE POOL FOR sEcTION c.4 OF THE STATEMENTOF WORK
In accordance with the Changes clause of this contract the Government maychange Exhibit A, Appendix A, to add or delete items or change the specifiedmaintenance status for any item. In order to effect these changes, estimatedincreases have been included in the GSA Delegation of Procurement (DPA) Authority(Ref. H.7).
The available pool for these changes is $35,000,000 for seven and one halfyears. .
H.21 PENSION PORTABILITY
In order for pension costs attributable to Prime Contractor employees assigned tothis contract to be allowable costs under this contract, the plans covering suchemployees must:
(a) Comply with all applicable Government laws and regulations;
(b) Be a defined contribution plan, or”a multiparty defined benefit plan operatedunder a collective bargaining agreement where the plan follows the employee, notthe employer;
(c) Provide for 100 percent employee vesting after no more than two years ofcontinuous employment with the Prime Contractor; and
(d) Not remodified, terminated, or a new plan adopted without the prior writtenapproval of the cognizant NASA Contracting Officer.
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
1.1 LISTING OF CLAUSES INCORPORATED BY REFERENCE:
NOTICE: The following solicitation provisions and/or contract clausespertinent to this section are hereby incorporated by reference.
FEOERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES
CLAUSE NUMBER TITLE AND DATE
52.202-1 Definitions (SEP 1991)52.203-1 Officials Not to Benefit (APR 1984)52.203-3 Gratuities (APR 1984)52.203-5 Covenant Against Contingent Fees (APR 1984)52.203-6 Restrictions on Subcontractor Sales to the Government
(JUL 1985)52.203-7 “ Anti-Kickback Procedures (OCT 1988)52.203-10 Price or Fee Adjustment for Illegal or Improper Activity
(SEP 1990)52.204-2 Security Requirements (APR 1984)
NAS1-20048
27
52.209-6
52.210-552.212-852.215-152.215-252.215-2252.215-2452.215-2752.215-3152.215-33 .52.215-39
52.216-752.216-852.219-8
.52.219-9 -
52.219-1352.219-16
52.220-352.220-452.222-152.222-352.222-2652.222-28
52.222-35
%:52.52.
222-36223-2225-3225-11
52.227-152.227-2
52.227-14
52.227-19
52.228-752.230-552.232-952.232-1752.232-22
52.232-23 -52.232-28
52.233-1
Protecting the Government’s [nterest when Subcontracting withContractors Debarred, Suspended, or Proposed for Debarment(NOV 1992)
New Material (APR 1984)Defense Priority and Allocation Requirements (SEP 1990)Examination of Records by Comptroller General (FEB 1993)Audit - Negotiation (FEB 1993)Price Reduction for Defective Cost or Pricing Data (JAN 1991)Subcontractor Cost or Pricing Data (OEC 1991)Termination of Defined Benefit Pension Plans (SEP 1989)Waiver of Facilities Capital Cost of Money (SEP 1987)Order of Precedence (JAN 1986)Reversion or Adjustment of Plans for Postretirement
Benefits Other Than Pensions (JUL 1991)Allowable Cost and Payment (JUL 1991)Fixed Fee (APR 1984)Utilization of Small Business Concerns and Small Disadvantaged
Business Concerns (FEB 1990)Small Business and Small Disadvantaged Business Subcontracting
Plan (JAN 1991)Utilization of Women-Owned Small Businesses (AUG 1986)Li uidated Damages -1
Small Business Subcontracting PlanAUG 1989)
Utilization of Labor Surplus Area Concerns (APR 1984)Labor Surplus Area Subcontracting Program (APR 1984)Notice to the Government of Labor Disputes (APR 1984)Convict Labor (API?1984)Equal Opportunity (APR 1984)Equal Opportunity Preaward Clearance of Subcontracts
(ApR 1984)Affirmative Action for Special Disabled and Vietnam Era
Veterans (APR 1984)
Affirmative Action for Handicapped Workers (APR 1984)Clean Air and Water (API?1984)Buy American Act - Supplies (JAN 1989)Restrictions on Certain Foreign Purchases (APR 1991)Authorization and Consent (APR 1984)Notice and Assistance Re arding Patent and Copyright
Infringement (APR 1984Rights in t)ata -
YGeneral (JUN 1987) -- as modified by NASA
FAR Supplement 18-52.227-14Commercial Computer Software - Restricted Rights (JUN 1987)--
as modified by 18-52.227-19Insurance - Liability to Third Persons (APR 1984)Administration of Cost Accounting Standards (AUG 1992)Limitation on Withholding of Payments (APR 1984)Interest (JAN 1991)Limitation of Funds (APR 1984)--as modified by NASA FAR
Supplement 18-32.705-2Assignment of Claims (JAN 1986)Electronic Funds Transfer Payment Methods (APR 1989)--asmodified by NASA FAR Supplement 18-32.908
Disputes (OEC 1991) Alternate I (OEC 1991)
NAS1-20048
52.233-3 Protest After52.237-2 Protection of
(ApR 1984)52.237-3 Continuity of
Z8
Award (AUG 1989) Alternate I (JUN 1985)Government Buildings, Equipment and Vegetation
Services (JAN 1991)52.242-152.243-2
52.244-2
52.244-552.245-5
52.246-2552.248-152.249-652.249-1452.251-152.252-6
Notice of”[ntent to Disallow Costs (APR 1984)Changes - Cost-Reimbursement (AUG 1987) Alternate 11
(APR 1984)Subcontracts (Cost-Reimbursement and Letter Contracts)
(JUL 1985) Alternate I (APR 1985)Competition in Subcontracting (APR 1984)Government Property (Cost-Reimbursement, Time-and-Material,
or Labor-Hour Contracts) (JAN 1986)Limitation of Liability - Services (APR 1984)Value Engineering (MAR 1989)Termination (Cost-Reimbursement) (MAY 1986)Excusable Delays (APR 1984)Government Supply Sources (APR 1984)Authorized Deviations in Clauses (APR 1984)
52.253-1 Computer Generated Forms (JAN 1991)
NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES
CLAUSE NUMBER TITLE AND DATE
18-52.204-71 NASA Contractor Financial Management(DEC 1988)
Reporting
18-52.219-74 Use of Rural Area Small Businesses (SEP 1990)18-52.223-70 Safety and Health (DEC 1988)18-52.227-70 New Technology (APR 1988)18-52.227-71 Requests for Waiver of Rights to Inventions (APR 1984)18-52.237-70 Emergency Evacuation Procedures (DEC 1988)18-52.242-72 Observance of Legal Holidays (AUG 1992)18-52.245-71 Instal1ation-Provided Government Property (MAR 1989)
Alternate I (MAR 1989)18-52.252-70 Compliance with NASA FAR Supplement (MAR 1989)
1.2 CLAUSES IN FULL TEXT
The clauses listed below follow in full text:
52.252-2 Clauses Incorporated by Reference (JUN 1988)52.203-9 Requirement for Certificate of Procurement Integrity -
Modification (NOV 1990)52.203-12 Limitation on Payments to Influence Certain Federal
Transactions (JAN 1990)52.215-26 Integrity of Unit Prices (APR 1991)52.217-9 Option to Extend the Term of the Contract (MAR 1989)52.222-2 Payment for Overtime Premiums (JUL 1990)52.222-4 Contract Work Hours and Safety Standards Act - Overtime
Compensation (MAR 1986)52.222-20 Walsh-Healy Public Contracts Act (APR 1984)52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era (JAN 1988)
NAS1-20048
29
52.222-4152.223-652.230-252.232-2552.242-1318-52.204-7518-52.204-76
18-52.209-7118-52.219-75
18-52.219-7618-52.228-75
Service Contract Act of 1965, as Amended (MAY 1989)Drug-Free Workplace (JUL 1990)Cost Accounting Standards (AUG 1992)Prompt Payment (SEP 1992)Bankruptcy (APR 1991)Security Classification Requirements (SEP 1989)Security Requirements for Unclassified Automated Information
Resources (JUN 1990)Limitation of Future Contracting (DEC 1988)Small Business and Small Disadvantaged Business
Subcontracting Reporting (SEP 1992)NASA Small Disadvantaged Business Goal (JUL 1991)
‘Minimum Insurance Coverage (OCT 1988)
1.3 CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (JUN 1988)
This contract incorporates one or more clauses by reference, with the sameforce and effect as if they were given in full text. Upon request, the
.Contracting Officer witl make their full text available.
1.4 REQUIREMENTFOR CERTIFICATE OF PROCUREMENT INTEGRITY--MODIFICATION(FAR 52.203-9) (NOV 1990)
(a) Definitions. The definitions set forth in FAR 3.104-4 are herebyincorporated in this clause.(b) The Contractor agrees that it will execute the certification set forth inparagraph (c) of this clause when requested by the contracting officer inconnection with the execution of any modification of this contract.(c) Certification. As required in paragraph (b) of this clause, the officer oremployee responsible for the modification proposal shall execute the followingcertification:
CERTIFICATE OF PROCUREMENT INTEGRITY--MODIFICATION (NOV 1990)
(1) I, #[Name of certifier]
am the officer or employee responsible for the preparation of this modificationproposal and hereby certify that, to the best of my knowledge and belief, with theexception of any information described in this certification, 1 have noinformation concerning a violation or possible violation of subsections 27(a),(b) , (d), or (f) of the Office of Federal Procurement Policy Act, as amended* (41U.S.C. 423), (hereinafter referred to as “the Act”), as implemented in the FAR,occurring during the conduct of this procurement
(contract and modification number) .(2) As required by subsection 27(e) (1)(B) of the Act, I further certify
that, to the best of my knowledge and belief, each officer, employee, agent,representative, and consultant of
[Name of Offeror]who has participated personally and substantially in the preparation or submissionof this proposal has certified that he or she is familiar with, and will complywith, the requirements of subsection 27(a) of the Act, as jmpl~merltwl in the FAR,and will report innediately to me any info~ation concerning a violation or
NAS1-20048
30
possible violation of subsections 27(a), (b), (d), or (f) of the Act, asimplemented in the FAR, pertaining to this procurement.
(3) violations or possible Violations: (Continue on plain bond paper ifnecessary and label Certificate of Procurement Integrity--Modification(Continuation Sheet) , ENTER NONE IF NONE EXIST)
[Signature of the officer or employee responsible for the modification proposaland date]
[Typed name of the officer or employee responsible for the modification proposal]
*Subsections 27(a), (b), and (d) are effective on December 1, 1990.Subsection 27(f) is effective on June 1, 1991.
THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THEUNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATIONMAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE,SECTION 1001.
(End of certification)
(d) In making the certification in paragraph (2) of the certificate, the officeror employee of the competing contractor responsible for the offer or bid, may relyupon a one-time certification from each individual required to submit acertification to the competing Contractor, supplemented by periodic training.These certifications shall be obtained at the earliest possible date after anindividual required to certify begins employment or association with theContractor. If a Contractor decides to rely on a certification executed prior tosuspension of Section 27 (i.e., prior to December 1, 1989), the Contractor shallensure that an individual who has so certified is notified that Section 27 hasbeen reinstated. These certifications shall be maintained by the Contractor for aperiod of 6 years from the date a certifying employee’s employment with thecompany ends or, for an agency, representative, or consultant, 6 years from thedate such individual ceases to act on behalf of the Contractor.(e) The certification required by paragraph (c) of this clause is a materialrepresentation of fact upon which reliance will be placed in executing thismodification.
NAS1-20048
31
1.5 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEIIERAL TRANSACTIONS(FAR 52.203-12) (JAN 1990)
(a) Definitions.“Agency,” as used in this clause, means executive agency as defined in 2.101.“Covered Federal action, ” as used in this clause, means any of the followingFederal actions:
(1) The awarding of any Federal contract.(2) The making of any Federal grant.(3) The making of any Federal loan.(4) The entering into of any cooperative agreement.(5) The extension, continuation, renewal, amendment, or modification of any
Federal contract, grant, loan, or cooperative agreement.“Indian tribe” and “tribal organization,” as used in this clause, have the
meaning provided in section 4 of the Indian Self-Determination and EducationAssistance Act (25 U.S.C. 450B) and include Alaskan Natives.
“Influencing or attempting to influence,” as used in this clause, meansmaking, with the intent to influence, any coimnunication to or appearance before an
officer or employee of any agency,-a Member of Congress, an officer or employee ofCongress, or an employee of a Member of Congress in connection with any coveredFederal action.
“Local government,” as used in this clause, means a unit of government in aState and, if chartered, established, or otherwise recognized by a State for theperformance of a governmental duty, including a local public authority, a specialdistrict, an intrastate district, a council of governments, a sponsor grouprepresentative organization, and any other instrumentality of a local government.
“Officer or employee of an agency,” as used in this clause, includes thefollowing individuals who are employed by an agency:
(1) An individual who is appointed to a position in the Government undertitle 5, United States Code, including a position under a temporary appointment.
(2) A member of the uniformed services, as defined in subsection 101(3),title 37, United States Code.
(3) A special Government employee, as defined in section 202, title 18, -United States Code.
(4) An individual who is amemberof a Federal advisory connittee, asdefined by the Federal Advisory CoimnitteeAct, title 5, United States Codeappendix 2.
“Person,” as used in this clause, means an individual, corporation, company,association, authority, firm, partnership, society, State, and local 9oVe~nMent,regardless of whether such entity is operated for profit, or not for profit. Thisterm excludes an Indian tribe, tribal organization, or any other Indianorganization with respect to expenditures specifically permitted by other Federal
law.““Reasonable compensation, ” as used in this clause, means, with respect to a
regularly employed officer or employee of any person, compensation that isconsistent with the normal compensation for such officer or employee for work thatis not furnished to, not funded by, or not furnished in cooperation with theFederal Government.
“Reasonable payment,” as used in this clause, means, with respect toprofessional and other technical services, a payment in an amount that isconsistent with the amount normally paid for such services in the private sector.
“Recipient,” as used in this clause, includes the Contractor and allsubcontractors. This term excludes an Indian tribe, tribal organization, or any
NAS1-20048
32
other Indian organization with respect to expenditures specifically permitted byother Federal law.
“Regularly employed, ” as used in this clause, means, with respect to anofficer or employee of a person requesting or receiving a Federal contract, anofficer or employee who is employed by such person for at least 130 working dayswithin one year immediately preceding the date of the submission that initiatesagency consideration of such person for receipt of such contract. An officer oremployee who is employed by such person for less than 130 working days within oneyear immediately preceding the date of the submission that initiates agencyconsideration of such person shall be considered to be regularly employed as soonas he or she is employed by such person for 130 working days.
“State,” as used in this clause, means a State of the United States, theDistrict of Columbia, the Connnonwealthof Puerto Rico, a territory or possessionof the United States, an agency or instrumentality of a State, and multi-State,regional, or interstate entity having governmental duties and powers.(b) Prohibitions.
(1) Section 1352 of title 31, United States Code, among other things,prohibits a recipient of a Federal contract, grant, loan, or cooperative agreement
. from using appropriated funds to pay any person for influencing or attempting toinfluence an officer or employee of any agency, a Member of Congress, an officeror employee of Congress, or an employee of a Member of Congress in connection withany of the following covered Federal actions: the awarding of any Federalcontract; the making of any Federal grant; the making of any Federal loan; theentering into of any cooperative agreement; or the modification of any Federalcontract, grant, loan, or cooperative agreement.
(2) The Act also requires Contractors to furnish a disclosure if any funds -other than Federal appropriated funds (including profit or fee received under acovered Federal transaction) have been paid, or will be paid, to any person forinfluencing or attempting to influence an officer or employee of any agency, aMember of Congress, an officer or employee of Congress, or an employee of a t4ernberof Congress in connection with a Federal contract, grant, loan, or cooperativeagreement.condi~3~nsThe prohibitions of the Act do not apply under the following
ii) Agency and legislative liaison by own employees.(A) The prohibition on the use of appropriated funds, in
subparagraph (b)(1) of this clause, does not apply in the case of a payment ofreasonable compensation made to an officer or employee of a person requesting orreceiving a covered Federal action if the payment is for agency and legislativeliaison activities not directly related to a covered Federal action.
(B) For purposes of subdivision (b)(3)(i)(A) of this clausetp;oviding any information specifically requested by an agency or Congress ispermitted at any time.
(C) The following agency and legislative liaison activities arepermitted at any time where they are not related to a specific solicitation forany covered Federal action:
(1) Discussing with an agency the qualities andcharacteristics (including individual demonstrations) of the person’s products orservices, conditions or terms of
(2) Technthe application or adaptation ofuse.
sale, and service capabilities.cal discussions and other activities regardingthe person’s products or services for an agency’s
NAS1-20048
33
(0) The following agency and legislative liaison activities arepermitted where they are prior to formal solicitation of any covered Federalaction -
(1) Providing any information not specifically requestedbut necessary for an agency to make an informed decision about initiation of acovered Federal action;
(2) Technical discussions regarding the preparation of anunsolicited proposal prior to its official submission; and
(3) Capability presentations by persons seeking awards froman agency pursuant to the provisions of the small Business Act, as amended by Pub.L. 95-507, and subsequent amendments.
[E) Only those services expressly authorized by subdivision(b)(3)(i)(~~T~f this clause are permitted under this clause...
Professional and technical services.(A) The prohibition on the use of appropriated funds, in
subparagraph (b)(1) of this clause, does not apply in the case of -(1) A payment of reasonable compensation made to an officer
or employee of a person requesting or receiving a covered Federal action or an. extension, continuation, renewal, amendment,-or modification of a covered Federalaction, if payment is for professional or technical services rendered directly inthe preparation, submission, or negotiation of any bid, proposal, or applicationfor that Federal action or for meeting requirements imposed by or pursuant to lawas a condition for receiving that Federal action.
(2) Any reasonable payment to a person, other than anofficer or employee of a person requesting or receiving a covered Federal action
or an extension, continuation, renewal, amendment, or modification of a covered .Federal action if the payment is for professional or technical services rendereddirectly in the preparation, submission, or negotiation of any bid, proposal, orapplication for that Federal action or for meeting requirements imposed by orpursuant to law as a condition for receiving that Federal action. Persons otherthan officers or employees of a person requesting or receiving a covered Federalaction include consultants and trade associations.
(B) For purposes of subdivision (b)(3) (ii)(A) of this clause,“professional and technical services” shall be limited to advice and analysisdirectly applying any professional or technical discipline. For example, draftingof a legal document accompanying a bid or proposal by a lawyer is allowable.
Similarly, technical advice provided by an engineer on the performance oroperational capability of a piece of equipment rendered directly in thenegotiation of a contract is allowable. However, communications with the intentto influence made by a professional (such as a licensed lawyer) or a technicalperson (such as a licensed accountant) are not allowable under this section unlessthey provide advice and analysis directly applying their professional or technicalexpertise and unless the advice or analysis is rendered directly and solely in thepreparation, submission or negotiation of a covered Federal action. Thus, forexample, communications with the intent to influence made by a lawyer that do notprovide legal advice or analysis directly and solely related to the legal aspectsof his or her client’s proposal, but generally advocate one proposal over anotherare not allowable under this section because the lawyer is not providingprofessional legal services. Similarly, communications with the intent toinfluence made by an engineer providing an engineering analysis prior to thepreparation or submission of a bid or proposal are not allowable under thissection since the engineer is providing technical services but not directly in thepreparation, submission or negotiation of a covered Federal action.
NAS1-20048
34
(C) Requirements imposed by or pursuant to law as a conditionfor receiving a covered Federal award include those required by law or regulationand any other requirements in the actual award documents.
(D) Only those services expressly authorized by subdivisions(be) and (2) of this clause are permitted under this clause.
(E) The reporting requirements of FAR 3.803(a) shall not applywith respect to payments of reasonable compensation made to regularly employedofficers or employees of a person.
(iii) Disclosure.(A) The Contractor who requests or receives from an agency a
Federal contract shall file with that agency a disclosure form, OMB standard formLLL, Disclosure of.Lobbying Activities, if such person has made or has agreed tomake any payment using nonappropriated funds (to include profits from any coveredFederal action), which would be prohibited under subparagraph (b)(1) of thisclause, if paid for with appropriated funds.
(B) The Contractor shall file a disclosure form at the end ofeach calendar quarter in which there occurs any event that materially affects theaccuracy of the information contained in any disclosure form previously filed bysuch person under subparagraph (c)(1) of this clause. An event that materiallyaffects the accuracy of the information reported includes -
(1) A cumulative increase of $25,000 or more in the amountpaid or expected to be paid for influencing or attempting to influence a coveredFederal action; or
(2) A change in the person(s) or individual(s) influencingor attempting to influence a covered Federal action; or
(3) A change in the officer(s), employee(s), or Member(s) ~contacted to influence or attempt to influence a covered Federal action.
(C) The Contractor shall require the submittal of acertification, and if required, a disclosure form by any person who requests orreceives any subcontract exceeding $100,000 under the Federal contract.
(D) Al1 subcontractor disclosure forms (but not certifications)shall be forwarded from tier to tier until received by the prime Contractor. Theprime Contractor shall submit all disclosures to the Contracting Officer at the
end of the calendar quarter in which the disclosure form is submitted by thesubcontractor. Each subcontractor certification shall be retained in thesubcontract file of the awarding Contractor.
(iv) Agreement. The Contractor agrees not to make any payment
‘rohibited(!~ ‘hi;e;~t!;~;.(A) Any person who makes an expenditure prohibited under
paragraph (a) of this clause or who fails to file or amend the disclosure form tobe filed or amended by paragraph (b) of this clause shall be subject to civilpenalties as provided for by 31 U.S.C. 1352. An imposition of a civil penaltydoes not prevent the Government from seeking any other remedy that may beapplicable.
(B) Contractors may rely without liability on the representationmade by their subcontractors in the certification and disclosure form.
(vi) Cost allowability. Nothing in this clause makes allowable orreasonable any costs which would otherwise be unallowable or unreasonable.
conversely, costs “made specifically unallowable by the requirements in this clausewill not be made allowable under any of the provisions.
NAS1-20048
35
1.6 INTEGRITY OF UNIT PRICES (FAR 52.215-26) (APR 1991)
(a) Any proposal submitted for the negotiation of prices for items of suppliesshall distribute costs within contracts on a basis that ensures that unit pricesare in proportion to the items’ base cost (e.g., manufacturing or acquisitioncosts) . Any method of distributing costs to line items that distorts unit pricesshall not be used. For example, distributing costs equally among line items isnot acceptable except when there is little or no variation in base cost. Nothingin this paragraph requires submission of cost or pricing data not otherwiserequired by law or regulation.(b) The requirement in paragraph (a) of this clause does not apply to anycontract or subcontract item of supply for which the unit price is, or is basedon, an established catalog or market price for a commercial item sold in
substantial quantities to the general public. A price is based on a catalog ormarket price only if the item being purchased is sufficiently similar to thecatalog or market price commercial item to ensure that any difference in price canbe identified and justified without resort to cost analysis.(c) TheOfferor/Contractor shall also identify those supplies which itwill notmanufacture or to which it will not contribute signific~nt value when requested bythe Contracting Officer. The information shall not be required for commercialitems sold in substantial quantities to the general public when the price is, oris based on, established catalog or market prices.(d) The Contractor shall insert the substance of this clause, less paragraph (c),in all subcontracts.
1.7 OpTION To ExTENO THE TERM OF THE CONTRACT (FAR 52.217-9) (MAR 1989) -
(a) The Government may extend the term of this contract by written notice to theContractor within the current contract period of performance; provided, that theGovernment shall give the Contractor a preliminary written notice of its intent toextend at least 60 days before the contract expires. The preliminary notice doesnot commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall beconsidered to include this option provision.(c) The total duration of this contract,
..including the exercise of any options
under this clause, shall not exceed seven and one-half years.
NOTE: The preliminary written notice of the Government’s intent to exercise isnot applicable to the six l-month option periods.
1.8 PAYMENTFOR OVERTIME PREMIUMS (FAR 52.222-2) (JUL 1990)
(a) The use of overtime is authorized under this contract if the overtime premiumcost does not exceed zero or the overtime premium is paid for work -
(1) Necessary to cope with emergencies such as those resulting fromaccidents, natural disasters, breakdowns of production equipment, or 0CC?KiOfN31
production bottlenecks of a sporadic nature;(2) By indirect-labor employees such as those performing duties in
connection with administration, Protection. transportation, maintenance, standbyplant pro
(3)or unload
ection, operation of”utilities, or accounting;To perform tests, industrial processes, laboratory procedures, loadingng of transportation conveyances, and operations in flight or afloat
NAS1-20048
36
that are continuous in nature and cannot reasonably be interrupted or completedotherwise; or
(4) That will result in lower overall costs to the Government.(b) Any request for estimated overtime premiums that exceeds the amount specifiedabove shall include all estimated overtime for contract completion and shall -
(1) Identify the work unit; e.g., department or section in which therequested overtime will be used, together with present workload, staffing, andother data of the affected unit sufficient to permit the contracting Officer to
evaluate the necessity for the overtime;
(2) Demonstrate the effect that denial of the request will have on thecontract delivery or performance schedule;
(3) Identify~he extent to which approval of overtime would affect theperformance or payments in connection with other Government contracts, togetherwith identification of each affected contract; and
(4) Provide reasons why the required work cannot be performed by usingmultisttift operations or by employing additional personnel.
1.9 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT - OVERTIME COMPENSATION- (FAR 52.222-4) (MAR 1986)
(a) Overtime requirements. No Contractor or subcontractor contracting for anypart of the contract work which may require or involve the employment of laborersor mechanics (see Federal Acquisition Regulation (FAR) 22.300) shall require orpermit any such laborers or mechanics in any workweek in which the individual isemployed on such work to work in excess of 40 hours in such workweek unless suchlaborer or mechanic receives compensation at a rate not less than 1 1/2 times thebasic rate of pay for all hours worked in excess of 40 hours in such workweek.(b) Violation: liabilitv for unpaid waaes: liquidated damaaes. In the event ofany violation of the provisions set forth in paragraph (a) of this clause, theContractor and any subcontractor responsible therefor shall be liable for theunpaid wages. In addition, such Contractor and subcontractor shall be liable tothe United States (in the case of work done under contract for the District ofColumbia or a territory, to such District or to such territory), for liquidated -damages. Such liquidated damages shall be computed with respect to eachindividual laborer or mechanic employed in violation of the provisions set forthin paragraph (a) of this clause in the sum of $10 for each calendar day on whichsuch individual was required or permitted to work in excess of the standardworkweek of 40 hours without payment of the overtime wages required by provisionsset forth in paragraph (a) of this clause.(C) Withholding for unDaid waaes~liauidated damaaes. The Contracting Officershall upon his or her own action or upon written request of an authorizedrepresentative of the Department of Labor withhold or cause to be withheld, fromany moneys payable on account of work performed ~y the Contractor or subcontractorunder any such contract or any other Federal contract with the same Prime
Contractor, or any other Federally-assisted contract subject to the Contract HorkHours and Safety Standards Act which is held by the same Prime Contractor, suchsums as may be determined to be necessary to satisfy any liabilities of suchContractor or subcontractor for unpaid wages and liquidated damages as provided inthe provisions set forth in paragraph (b) of this clause.(d) Pavrolls -basic records. (1) The Contractor or subcontractor shallmaintain payrolls and basic payroll records during the course of contract work andshall prsserve them for a period of 3 years from the completion of the contractfor all laborers and mechanics working on the contract. Such records shall
NAS1-20048
37
contain the name and address of each such employee, social security number,correct classifications, hourly rates of wages paid, daily and weekly number ofhours worked, deductions made, and actual wages paid. Nothing in this paragraphshall require the duplication of records required to be maintained forconstruction work by Department of Labor regulations at 29 CFR 5.5(a)(3)implementing the Davis-6acon Act.
(2) The records to be maintained under paragraph (d)(l) of this clause shallbe made available by the Contractor or subcontractor for inspection, copying, ortranscription by authorized representatives of the Contracting Officer or theDepartment of Labor. The Contractor or subcontractor shall permit suchrepresentatives to interview employees during working hours on the job.(e) Subcontracts .- The Contractor or subcontractor shall insert in anysubcontracts the provisions set forth in paragraphs (a) through (e) of this clauseand also a clause requiring the subcontractors to include these provisions in anylower tier subcontracts. The Prime Contractor shall be responsible for complianceby any subcontractor or lower tier subcontractor with the provisions set forth inparagraphs (a) through (e) of this clause.
1.10 WALSH-HEALY PUBLIC CONTRACTS ACT (FAR 52.222-20) (APR 1984) -
If this contract is for the manufacture or furnishing of materials,supplies, articles or equipment in an amount that exceeds or may exceed $10,000,and is subject to the Walsh-Healy Public Contracts Act, as amended (41 U.S.C. 35-45), the following terms and conditions apply:(a) Al1 representations and stipulations required by the Act and regulationsissued by the Secretary of Labor (41 CFR Chapter 50) are incorporated byreference. These representations and stipulations are subject to all applicablerulings and interpretations of the Secretary of Labor that are now, or mayhereafter, be in effect.(b) All employees whose work relates to this contract shall be paid not less thanthe minimum wage prescribed by regulations issued by the Secretary of Labor (41CFR 50-202.2). Learners, student learners, apprentices, and handicapped workersmay be employed at less than the prescribed minimum wage (see 41 CFR 50-202.3) tothe same extent that such employment is permitted under Section 14 of Fair LaborStandards Act (41 U.S.C. 40).
1.11 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THEVIETNAM ERA (FAR 52.222-37) (JAN 1988)
(a) The contractor shal1 report at least annually, as required by the Secretaryof Labor, on:
(1) The number of special disabled veterans and the number of veterans ofthe Vietnam era in the workforce of the contractor by job category and hiringlocation; and
(2) The total number of new employees hired during the period covered by thereport, and of that total, the number of special disabled veterans, and the numberof veterans of the Vietnam era.(b) The above items shall be reported by completing the form entitled “FederalContractor Veterans’ Employment Report VETS-1OO.”(c) Reports shall be submitted no later than March 31 of each year beginningMarch 31, 1988.(d) The employment activity report required by paragraph (a)(2) of this clauseshall reflect total hires during the most recent 12-month period as of the ending
NAS1-20048
38
date selected for the employment profile report required by paragraph (a)(1) ofthis clause. Contractors may select an ending date: (1) As of the end of any payperiod during the period January through March 1st of the year the report is due,or (2) as of December 31, if the contractor has pre~ious written approval from theEqual Employment Opportunity Commission to do so for purposes of submitting theEmployer Information Report EEO-1 (Standard Form 100).(e) The count of veterans reported according to paragraph (a) of this clauseshall be based on voluntary disclosure. Each contractor subject to the reportingrequirements atveterans of theprogram at 38 Uinvitation shalinformation wilinformation wiland that the in
38 U.S.C. ZO12(d) shall invite all special disabled veterans and-Vietnam era who wish to benefit under the affirmative actionS.C. 2012 to identify themselves to the contractor. Thestate that the information is voluntarily provided, that thebe kept confidential, that disclosure or refusal to provide thenot subject the applicant or employee to any adverse treatment
ormation will be used only in accordance with the regulationspromulgated under 38 U.S.C. 2012.(f) Subcontracts. The contractor shall include the terms of this clause in everysubcontract or purchase order of $10,000 or more unless exempted by rules,
~ regulations, or-orders of the Secretary.
1.12 SERVIcE CONTRACT ACT OF 1965, AS AMENDED (FAR 52.222-41) (MAY 1989)
(a) Definitions. “Act,” as used in this clause, means the Service ContractAct of 1965, as amended (41 U.S.C. 351, et seq.).
“Contractor,” as used in this clause or in any subcontract, shall bedeemed to refer to the subcontractor, except in the term “Government Prime -Contractor.”
“Service employee,” as used in this clause, means any person engaged inthe performance of this contract other than any person employed in a bona fideexecutive, administrative, or professional capacity, as these terms are defined inPart 541 of Title 29, Code of Federal Regulations, as revised. It includes allsuch persons regardless of any contractual relationship that may be alleged toexist between a Contractor or subcontractor and such persons.
(b) Applicability. This contract is subject to the following provisions andto all other applicable provisions of the Act and regulations of the Secretary ofLabor (29 CFR Part 4). This clause does not apply to contracts or subcontractsadministratively exempted by the Secretary of Labor or exempted by 41 U.S.C. 356,as interpreted in Subpart C of 29 CFR Part 4.
(c) C~ensation.(1) Each service employee employed in the performance of this contract
by the Contractor or any subcontractor shall be paid not less than the minimummonetary wages and shall be furnished fringe benefits in accordance with the wagesand fringe benefits determined by the Secretary of Labor, or authorizedrepresentative, as specified in any wage determination attached to this contract.
(2) (i) [f a wage determination is attached to this contract, theContractor shall classify any class of service employee which is not listedtherein and which is to be employed under this contract (i.e., the work to beperformed is not performed by any classification listed in the wage determination)so as to provide a reasonable relationship (i.e., appropriate level of skillcomparison) between such unlisted classifications and the classifications listedin the wage determination. Such conformed class of employees shall be paid themonetary wages and furn+shed the fringe benefits as are determined pursuant to theprocedures in this paragraph (c).
NAS1-20048
39
(ii) This conforming procedure shall be initiated by thecontractor prior to the performance of contract work by the unlisted class ofemployee. The Contractor shall submit Standard Form (SF) 1444, Request ForAuthorization of Additional Classification and Rate, to the Contracting Officer nolater than 30 days after the unlisted class of employee performs any contractwork. The Contracting Officer shall review the proposed classification and rateand promptly submit the completed SF 1444 (which must include informationregarding the agreement or disagreement of the employees’ authorizedrepresentatives or the employees themselves together with the agencyrecommendation) , and all pertinent information to the Wage and Hour Division,Employment Standards Administration, U.S. Department of Labor. The Wage and HourDivision will appFove, modify, or disapprove the action or render a finaldetermination in the event of disagreement within 30 days of receipt or willnotify the Contracting Officer within 30 days of receipt that additional time isnecessary.
(iii) The final determination of the conformance action by theWage and Hour Division shall be transmitted to the Contracting Officer who shallpromptly notify the Contractor of the action taken. Each affected employee shallbe furnished by the Contractor with a written copy of such determination or it-shall be posted as a part of the wage determination.
(iv) (A) The process of establishing wage and fringe benefitrates that bear a reasonable relationship to those listed in a wage determinationcannot be reduced to any single formula. The approach used may vary from wagedetermination to wage determination depending on the circumstances. Standard wageand salary administration practices which rank various job classifications by paygrade pursuant to point schemes or other job factors may, for example, be reliedupon. Guidance may also be obtained from the way different jobs are rated underFederal pay systems (Federal Wage Board Pay System and the General Schedule) orfrom other wage determinations issued in the same locality. Basic to theestablishment of any conformable wage rate(s) is the concept that a payrelationship should be maintained between job classifications based on the skillrequired and the duties
(B~er;~~~”case of a contract modification, an exercise ofan option, or extension of an existing contract, or in any other case where aContractor succeeds a contract under which the classification in question waspreviously conformed pursuant to paragraph (c) of this clause, a new conformedwage rate and fringe benefits may be assigned to the conformed classification byindexing (i.e., adjusting) the previous conformed rate and fringe benefits by anamount equal to the average (mean) percentage increase (or decrease, whereappropriate) between the wages and fringe benefits specified for allclassifications to be used on the contract which are listed in the current wagedetermination, and those specified for the correspondi~!g classifications in thepreviously applicable wage determination. Where conforming actions areaccomplished in accordance with this paragraph prior to the performance ofcontract work by the unlisted class of employees, the Contractor shall advise theContracting Officer of the action taken but the other procedures in subdivision(c)(ii) of this clause need not be followed.
(C) NO employee engaged in performing work on this contractshall in any event be paid less than the currently applicable minimum wage
specified under section 6(a)(l) of the Fair Labor Standards Act of 1938, asamended.
NAS1-20048
(v) The wagethis subparagraph (c)(2) of thin the classification from thethem in the classification. F,
40
rate and fringe benefits finally determined unders clause shall be paid to all employees performingfirst day on which contract work is performed byilure to pay the unlisted employees the
compensation agreed upon by the interested-parties andfor finally determined bythe Wage and Hour Division retroactive to the date such class of employeescommenced contract work shall be a violation of the Act and this contract.
(vi) Upon discovery of failure to comply with subparagraph (c)(2)of this clause, the Wage and Hour Division shall make a final determination ofconformed classification, wage rate, and/or fringe benefits which shall beretroactive to the date such class or classes of employees commenced contractwork.
(3) Adjustme~t of Compensation. If the term of this contract is more than 1year, the minimum monetary wages and fringe benefits required to be paid orfurnished thereunder to service employees under this contract shall be subject toadjustment after 1 year and not less often than once every 2 years, under wagedeterminations issued by the Wage and Hour Division.
(d) Obligation to Furnish Fringe Benefits. The Contractor or subcontractormay discharge the obligatio-nto furnish fringe benefits specified in theattachment or determined under subparagraph (c)(2) of this clause by furnishingequivalent combinations of bona fide fringe benefits, or by making equivalent ordifferential cash payments, only in accordance with Subpart D of 29 CFR Part 4.
(e) Hinimum Wage. In the absence of a minimum wage attachment for thiscontract, neither the Contractor nor any subcontractor under this contract shallpay any person performing work under this contract (regardless of whether theperson is a service employee) less than the minimum wage specified by section6(a)(1) of the Fair Labor Standards Act of 1938. Nothing in this clause shallrelieve the Contractor or any subcontractor of any other obligation under law orcontract for the payment of a higher wage to any employee.
(f) Successor Contracts. If this contract succeeds a contract subject tothe Act under which substantially the same services were furnished in the samelocality and service employees were paid wages and fringe benefits provided for in‘a collective bargaining agreement, in the absence of the minimum wage attachmentfor this contract setting forth such collectively bargained wage rates and fringebenefits, neither the contractor nor any subcontractor under this contract shallpay any service employee performing any of the contract work (regardless ofwhether or not such employee was employed under the predecessor contract), lessthan the wages and fringe benefits provided for in such collective bargainingagreement, to which such employee would have been entitled if employed under thepredecessor contract, including accrued wages and fringe benefits and anyprospective increases in wages and fringe benefits provided for under suchagreement. No Contractor or subcontractor under this contract may be relieved ofthe foregoing obligation unless the limitations of 29 CFR 4.lb(b) apply or unlessthe Secretary of Labor or the secretary’s authorized representative finds, after ahearing as provided in 29 CFR 4.10 that the wages and/or fringe benefits providedfor in such agreement are substantially at variance with those which prevail forservices of a character similar in the locality, or determines, as provided in 29
CFR 4.11, that the collective bargaining agreement applicable to service employeesemployed under the predecessor contract was not entered into as a result of arm’slength negotiatioris. Where it is found in accordance with the review proceduresprovided in 29 CFR 4.10 and/or 4.11 and Parts 6 and 8 that some or all of thewages and/or fringe benefits contained ir a predecessor Contractor’s collective
bargaining agreement are substantially at variance with those which prevail for
NAS1-20048
services of a character similar in the locality, and/or that the collectivebargaining agreement applicable to service employees employed under thepredecessor contract was not entered into as a result of arm’s lengthnegotiations, the Department will issue a new or revised wage determination
setting forth the applicable wage rates and fringe benefits. Such determinationshall be made part of the contract or subcontract, in accordance with the decision
of the Administrator, the Administrative Law Judge, or the Board of ServiceContract Appeals, as the case may be, irrespective of whether such issuance occursprior to or after the award of a contract or subcontract (53 Comp. Gen. 401(1973)). In the case of a wage determination issued solely as a result of afinding of substantial variance, such determination shall be effective as of thedate of the final administrative decision.
(g) Notification to Employees. The Contractor and any subcontractor underthis contract shall notify each service employee consnencingwork on this contractof the minimum monetary wage and any fringe benefits required to be paid pursuantto this contract, or shall post the wage determination attached to this contract.The poster provided by the Department of Labor (Publication WH 1313) shall beposted in a prominent and accessible place at the worksite. Failure to comply
with this requirement is a violation of Section 2(a)(4) of the Act and of this
contract.
(h) Safe and Sanitary Working Conditions. The Contractor or subcontractorshall not permit any part of the services called for by this contract to beperformed in buildings or surroundings or tinderworking conditions provided by orunder the control or supervision of the Contractor or subcontractor which areunsanitary, hazardous, or dangerous to the health or safety of the serviceemployees. The Contractor or subcontractor shall comply with the safety and -health standards applied under 29 CFR Part 1925.
(i) Records. (1) The Contractor and each subcontractor performing worksubject to the Act shall make and maintain for 3 years from the completion of thework, and make them available for inspection and transcription by authorizedrepresentatives of the Wage and Hour Division, Employment StandardsAdministration, a record of the following:
(i) For each employee subject to the Act -(A) Name and address and social security number;(B) Correct work classification or classifications, rate or
rates of monetary wages paid and fringe benefits provided, rate or rates ofpayments in lieu of frin e benefits, and total daily and weekly compensation;
(CY t)ai ly and weekly hours worked by each employee; and(D) Any deductions, rebates, or refunds from the total
daily or weekly compensation of each employee.
(ii) For those classes of service employees not included in anywage determination attached to this contract, wage rates or fringe benefitsdete-ined by the interested parties or by the Administrator or authorizedrepresentative, under the terms of paragraph (c) of this clause. A copy of thereport required by subdivision (c)(2) (ii) of this clause will fulfill thisrequirement.
( i i i ) Any 1 i st of the predecessor Contractor’s employees which hadbeen furnished to the contractor as prescribed by paragraph (n) of this clause.
(2) The< Contractor shall also make available a copy of this contract
for inspection or transcription by authorized representatives of the Wage and HourDivision.
(3) Failure to make and maintain o--to make available these records forinspection and transcription ‘shall be d violation of the regulations and this
NAS1-20048
42
contract, and in the case of failure to produce these records, the ContractingOfficer, upon direction of the Department of Labor and notification to theContractor, shall take action to cause suspension of any further payment oradvance of funds until such violation ceases.
(4) The Contractor shall permit authorized representatives of the Wage
and Hour Division to conduct interviews with employees at the worksite duringnormal working hours.
(j) Pay Periods. The Contractor shall unconditionally pay to each employeesubject to the Act all wages due free and clear and without subsequent deduction(except as otherwise provided by law or Regulations, 29 CFR Part 4), rebate, orkickback on any account. These payments shall be made no later than one payperiod following the end of the regular pay period in which the wages were earnedor accrued. A pay period under this Act may not be of any duration longer thansemi-monthly.
(k) Withholding of Payment and Termination of Contract. The ContractingOfficer shall withhold or cause to be withheld from the Government PrimeContractor under this or any other Government contract with the Prime Contractorsuch sums as an appropriate official of the Department of Labor requests or suchsums as the Contracting Officer decides may be necessary to pay underpaidemployees employed by the Contractor or subcontractor. In the event of failure topay any employees subject to the Act all or part of the wages or fringe benefitsdue under the Act, the Contracting Officer may, after authorization or bydirection of the Department of Labor and written notification to the Contractor,take action to cause suspension of any further payment or advance of funds untilsuch violations have ceased. Additionally, any failure to comply with therequirements of this clause may be grounds for termination of the right to proceedwith the contract work. In such event, the Government may enter into othercontracts or arrangements for completion of the work, charging the Contractor indefault with any additional cost.
(1) Subcontracts. The Contractor agrees to insert this clause in allsubcontracts subject to the Act.
(m) Collective Bargaining Agreements Applicable to Service Employees. Ifwages to be paid or fringe benefits to be furnished any service employees employed
by the Government Prime Contractor or any subcontractor under the contract are
provided for in a collective bargaining agreement which is or will be effectiveduring any period in which the contract is being performed, the Government PrimeContractor shall report this fact to the Contracting Officer, together with fullinformation as to the application and accrual of such wages and fringe benefits,including any prospective increases, to service employees engaged in work on thecontract, and a copy of the collective bargaining agreement. Such report shall bemade upon commencing performance of the contract, in the case of collective
bargaining agreements effective at such time, and in the case of such agreementsor provisions or amendments thereof effective at a later time during the period ofcontract performance such agreements shall be reported promptly after negotiation
thereof.
(n) Seniority List. Not less than 10 days prior to completion of anycontract being perfomted at a Federal facility where service employees may be
retained in the performance of the succeeding contract and subject to a wagedetermination which contains vacation or other benefit provisions based upon
length of service ”with a contractor (predecessor) or successor (29 CFR Part4.173), the incumbent Prime contractor shall furnish the Contracting officer acertified list of the names of all service employees on the Contractor’s or
subcontractor’s payroll during the last month of contract performance. Such list
NAS1-20048
43
shall also contain anniversary dates of employment on the contract either with thecurrent or predecessor Contractors of each such service employee. The ContractingOfficer shall turn over such list to the successor Contractor at the commencementof the succeeding contract.
(o) Rulings and Interpretations. Rulings and interpretations of the Act arecontained in Regulations, 29 CFR Part 4.
(p) Contractor’s Certification.(1) By entering into this contract, the Contractor (and officials
thereof) certifies that neither it (nor he or she) nor any Derson or firm who hassubstantial interest in the Contractor’s firm is a person”o~ firm ineawarded Government contracts by virtue of the sanctions imposed underthe Act.
(2) No~art of this contract shall be subcontracted to anyfirm ineligible for award of a Government contract under section 5 of
(3) The penalty for making false statements is prescribedCriminal Code. 18 U.S.C. 1001.
igible to besection 5 of
person orthe Act.n the U.S.
(q) ‘Variations, Tolerances, and Exemptions Involving Employment.Notwithstanding any of the provisions in paragraphs (b) through (o) of this
~ clause, the following employees may be employed in accordance with the followingvariations, tolerances, and exemptions, which the Secretary of Labor, pursuant tosection 4(b) of the Act prior to its amendment by Public L. 92-473, found to benecessary and proper in the public interest or to avoid serious impairment of theconduct of Government business.
(1) Apprentices, student-learners, and workers whose earning capacityis impaired by age, physical or mental deficiency, or injury may be employed atwages lower than the minimum wages otherwise required by section 2(a)(1) or -2(b)(1) of the Act without diminishing any fringe benefits or cash payments inlieu thereof required under section 2(a)(2) of the Act, in accordance with theconditions and procedures prescribed for the employment of apprentices, student-learners, handicapped persons, and handicapped clients of sheltered workshopsunder Section 14 of the Fair Labor Standards Act of 1938, in the regulationsissued by the Administrator (29 CFR Parts 520, 521, 524, and 525).
(2) The Administrator wi11 issue certificates under the Act for theemployment of apprentices, student-learners, handicapped persons, or handicappedclients of sheltered workshops not subject to the Fair Labor Standards Act of1938, or subject to different minimum rates of pay under the two acts, authorizingappropriate rates of minimum wages (but without changing requirements concerningfringe benefits or supplementary cash payments in lieu thereof), applyingprocedures prescribed by the applicable regulations issued under the Fair LaborStandards Act of 1938 (29 CFR Parts 520, 521, 524, and 525).
(3) The Administrator will also withdraw, annul, or cancel suchcertificates in accordance with the regulations in 29 CFR Parts 525 and 528.
(r) Apprentices. Apprentices wil~ be permitted to work at less than thepredetermined rate for the work they perfoml when they are employed and
individually registered in a bona fide apprenticeship program registered with a
State Apprenticeship Agency which is recognized by the U.S. Department of Labor,or if no such recognized agency exists in a State, under a program registered withthe Bureau of Apprenticeship and Training, Employment and Training Administration,U.S. Department of Labor. Any employee who is not registered as an apprentice inan approved program shall be paid’the wage rate and f~ingethe applicable wage determination for the journeyman classactually performed. The wage rates paid apprentices shallwage rate for their level of progress set forth in the reg.
benefits contained infication of worknot be less than thestered program,
NAS1-20048
44
expressed as the appropriate percentage of the journeyman’s rate contained in theapplicable wage determination. The allowable ratio of apprentices to journeymenemployed on the contract work in any craft classification shall not be greaterthan the ratio permitted to the contractor as to his entire work force under theregistered program.
(s) Tips. An employee engaged in an occupation in which the employeecustomarily and regularly receives more than $30 a month in tips may have theamount of tips credited by the employer against the minimum wage required bysection 2(a)(1) or section 2(b)(1) of the Act, in accordance with section 3(m) ofthe Fair Labor Standards Act and Regulations 29 CFR Part 531. However, that theamount of credit shall not exceed $1.34 per hour beginning January 1, 1981. TOuse this provisior-
(1) The employer must inform tipped employees about this tip creditallowance before the credit is utilized;
(2) The employees must be allowed to retain all tips (individually orthrough a pooling arrangement and regardless of whether the employer elects totake a credit for tips received);
(3) The employer must be able to show by records that the employeereceives at least the applicable Service Contract Act minimum wage through thecombination of direct wages and tip credit; and
(4) The use of such tip credit must have been permitted under anypredecessor collective bargaining agreement applicable by virtue of section 4(c)of the Act.
(t) Disputes Concerning Labor Standards. The U.S. Department of Labor hasset forth in 29 CFR Parts 4, 6, and 8 procedures for resolving disputes concerninglabor standards requirements. Such disputes, shall be resolved in accordance withthose procedures and not the Disputes clause of this contract. Disputes withinthe meaning of this clause include disputes between the Contractor (or any of itssubcontractors) and the contracting agency, the U.S. Department of Labor, or theemployees or their representatives.
1.13 DRUG-FREE WORKPLACE (FAR 52.223-6) (JUL 1990)
(a) Definitions. As used in this clause,“Controlled substance” means a controlled substance in Schedules I through V
of Section 202 of the Controlled Substances Act (21 U.S.C. 812) and as furtherdefined in regulation at 21 CFR 1308.11 - 1308.15.
“Conviction” means a finding of guilt (including a plea of nolo contendere)or imposition of sentence, or both, by any judicial body charged with theresponsibility to determine violations of the Federal or State Criminal drug.
statutes.
“Criminal drug statute” means a Federal or non-Federal criminal statute
involvirg the manufacture, distribution, dispensing, possession or use of any
controlled substance.
“Drug-free workplace” means the site(s) for the performance of work done bythe Contractor in connection with a specific contract at which employees of theContractor are prohibited from engaging in the unlawful manufacture, distribution,dispensing, possession, or use of a controlled substance.
“Employee” means an employee of a Contractor directly engaged in theperformance of work under a Government contract. “Directly engaged” is defined toinclude all direct cost employees and any other contractor employee who has other
than a minimal impact or involvement in contract performance.
NAS1-20048
45
“Individual” means an offeror/Contractor that has no more than one employeeincluding the offeror/Contractor.(b) The Contractor, if other than an individual, shall - within 30 calendar daysafter award (unless a longer period is agreed to in writing for contracts of 30calendar days or more performance duration); or as soon as possible for contractsof less than 30 calendar days performance duration -
(1) Publish a statement notifying its employees that the unlawfulmanufacture, distribution, dispensing, possession, or use of a controlledsubstance is prohibited in the Contractor’s workplace and specifying the actionsthat will be taken against employees for violations of such prohibition;
(2) Establish an ongoing drug-free awareness program to inform such
employees about - -
(i) The dangers of drug abuse in the workplace;(ii) The Contractor’s policy of maintaining a drug-free workplace;(iii) Any available drug counseling, rehabilitation, and employee
assistance programs; and(iv) The penalties that may be imposed upon employees for drug abuse
violations occurring in the workplace.(3) Provide al1 employees engaged in performance of the contract with a copy
of the statement required by subparagraph (b)(1) of this clause;(4) Notif such employees in writing in the statement required by
Ysubparagraph (b (1) of this clause that, as a condition of continued employment onthis contract, the employee will -
(i) Abide by the terms of the statement; and(ii) Notify the employer in writing of the employee’s conviction under
a criminal drug statute for a violation occurring in the workplace no later than 5days after such conviction.
(5) Notify the Contracting Officer in writing within 10 calendar days afterreceiving notice under subdivision (b)(4)(ii) of this clause, from an employee orotherwise receiving actual notice of such conviction. The notice shall includethe position title of the employee;
(6) Within 30 calendar days after receiving notice under subdivision‘(b)(4)(ii) of this clause of a conviction, take one of the following actions withrespect to any employee who is convicted of a drug abuse violation occurring in
the workplace:
(i) Taking appropriate personnel action against such employee, up toand including termination; or
(ii) Require such employee to satisfactorily participate in a drugabuse assistance or rehabilitation program approved for such purposes by aFederal, State, or local health, law enforcement, or other appropriate agency.
(7) Make a good faith effort to maintain a drug-free workplace through.implementation of subparagraphs (b)(1) through (b)(6) of this clause.(c) The Contractor, if an individual, agrees by award of the contract oracceptance of a purchase order, not to engage in the unlawful manufacture,distribution, dispensing, possession, or use of a controlled substance in theperformance of this contract.(d) In addition to other remedies available to the Government, the Contractor’sfailure to comply with the requirements of paragraphs (b) or (c) of this clausemay, pursuant to FAR 23.506, render the contractor subject to suspension of
contract payments, termination of the contract for default, and suspension ordebarment.
NAS1-20048
46
1.14 COST ACCOUNTING STANDARDS (NASA FAR SUPPLEMENT 52.230-2) (AUG 1992)
(a) Unless the contract is exempt under49 CFR, Subparts ggos.zol-l and9903.201-2, the provisions of 48 CFR, Part 9903.201-1 are incorporated herein byreference and the Contractor, in connection with this contract, shall--
(1) (CAS-covered Contracts Only) By submission of a Disclosure Statement,disclose in writing the Contractor’s cost accounting practices as required by 48CFR, Subpart 9903.202-1 through 9903.202-5, including methods of distinguishingdirect costs from indirect costs and the basis used for allocating indirect costs.The practices disclosed for this contract shall be the same as the practicescurrently disclosed for this contract shall be the same as the practices currentlydisclosed and app}ied on all other contracts and subcontracts being performed bythe Contractor and which contain a Cost Accounting Standards CAS) clause. If theContractor has notified the Contracting Officer that the Disclosure Statementcontains trade secrets and commercial or financial information which is privilegedand confidential, the Disclosure Statement shall be protected and shall not bereleased outside of the Government.
(2) Follow consistently the Contractor’s cost accounting practices inaccumulating and reporting contract performance cost data coricerning thiscontract. If any change in cost accounting practices is made for the purposes ofany contract or subcontract subject to CAS requirements, the change must beapplied prospectively to this contract and the Disclosure Statement must beamended accordingly. If the contract price or cost allowance of this contract isaffected by such changes, adjustment shall be made in accordance with subparagraph(a)(4) or (a)(5) of this clause, as appropriate.
(3) Comply with all CAS, including any modifications and interpretationsindicated thereto contained in 48 CFR, Part 9904 (Appendix B, FAR loose-leafedition), in effect on the date of award of this contract or, if the Contractorhas submitted cost or pricing data, on the date of final agreement on price asshown on the Contractor’s signed certificate of current cost or pricing data. TheContractor shall also comply with any CAS (or modifications to CAS) whichhereafter become applicable to a contract or subcontract of the Contractor. Suchcompliance shall be required prospectively from the date of applicability to such -contract or subcontract.
(4)(i) Agree to an equitable adjustment as provided in the Changes clauseof this contract if the contract cost is affected by a change which, pursuant tosubparagraph (a)(3) of this clause, the Contractor is required to make to theContractor’s established cost accounting practices.
(ii) Negotiate with the Contracting Officer to determine the terms andconditions under which a change may be made to a cost accounting practice, otherthan a change made under other provisions of subparagraph (a)(4) of this clause;provided that no agreement my be made under this provision that will increasecosts paid by the United States.
(iii) When the parties agree to a change to a cost accounting practice,other than a change under subdivision (a)(4)(i) of this clause, negotiate anequitable adjustment as provided in the changes clause of this contract.
(5) Agree to an adjustment of the contract price or cost allowance, asappropriate, if the Contractor or a subcontractor fails to comply with anapplicable cost AccoUrtting standard, or to follow any cost accounting practiceconsistently and such failure results in any increased costs paid by the UnitedStates. Such adjustment shall provide for recovery of the increased costs to theUnited States, together with interest thereon computed at the annual rate
established under section 15GZ1 of the Internal Revenue code of 1986 (26 U.S.C.
NAS1-20048
47
6621) for such period, from the time the payment by the United States was made tothe time the adjustment is effected. In no case shall the Government recovercosts greater than the increased cost to the Government, in the aggregate, on therelevant contracts subject to the price adjustment, unless the Contractor made achange in its cost accounting practices of which it was aware or should have beenaware at the time of price negotiations ancl which it failed to disclose to theGovernment.(b) If the parties fail to agree whether the Contractor or a subcontractor hascomplied with an applicable CAS in 48 CFR, Part ‘3904 or a CAS rule or regulationin 48 CFR, Part 9903 and as to any cost adjustment demanded by the United States,such failure to agree will constitute a dispute under the Contract Disputes Act(41 U.S.C. 601). -(c) The Contractor shall permit any authorized representatives of the Governmentto examine and make copies of any documents, papers, or records relating tocompliance with the requirements of this clause.(d) The Contractor shall include in all negotiated subcontracts which theContractor enters into, the substance of this clause, except paragraph (b), andshall rqquire such inclusion in all other subcontracts, of any tier, including the“obligation to comply with all CAS in effect on the subcontractor’s award date orif the subcontractor has submitted cost or pricing data, on the date of finalagreement on price as shown on the subcontractors signed Certificate of CurrentCost or Pricing Data. This requirement shall apply only to negotiatedsubcontracts in excess of $500,000 where the price negotiated is not based on--
(1) Established catalog or market prices of commercial items sold insubstantial quantities to the general public; or
(2) Prices set by law or regulation, and except that the requirement shallnot apply to negotiated subcontracts otherwise exempt from the requirement toinclude a cAS clause as specified in 48 CFR, Subpart 9903.201-1.
1.15 PROMPT PAYMENT (FAR 52.232-25) (SEP 1992)
Notwithstanding any other payment clause in this contract, the Government will
make invoice payments and contract financing payments under the terms and
conditions specified in this clause. Payment shall be considered as being made onthe day a check is dated or an electronic funds transfer is made. Definitions ofpertinent terms are set forth in 32.902. All days referred to in this clause arecalendar days, unless otherwise specified. The term “foreign vendor” means anincorporated concern not incorporated in the IJnited states, or an unincorporated
concern having its principal place of business outside the United States.
(a) Invoice Pavments.(1) For purposes of this clause, “invoice payment” means a Government
disbursement of monies to a Contractor under a contract or other authorization forsupplies or services accepted by the Government. This includes payments forpartial deliveries that have been accepted by the Government and final cost or feepayments where amounts owed have been settled between the Government and theContractor.
(2) Except as indicated in subparagraph (a)(3) and paragraph (c) of thisclause, the due date for making invoice payments by the designated payment officeshall be the later of the followina two events:
(
proper invo
(or services
) The 30th day aft~r the designated billing office has received ace from the Contractor.i) The 30th day after Government acceptance of supplies deliveredperformed by the Contractor. On a final invoice where the payment
NASI-20048
48
amount is subject to contract settlement actions, acceptance shall be deemed tohave occurred on the effective date of the contract settlement. However, if thedesignated billing office fails to annotate the invoice with the actual date ofreceipt, the invoice payment due date shall be deemed to be the 30th day after thedate the Contractor’s invoice is dated, provided a proper invoice is received andthere is no disagreement over quantity, quality, or Contractor compliance withcontract requirements.
(3) The due date on contracts for meat, meat food products, or fish;contracts for perishable agricultural commodities, contracts for dairy products,edible fats or oils, and food products prepared from edible fats or oils, andcontracts not requiring submission of an invoice shall be as follows:
(i) -The due date for meat and meat food products, as defined inSection 2(a)(3) of the Packers and Stockyard Act of 1921 (7 U.S.C. 182(3)) andfurther defined in Pub. L. 98-181 to include any edible fresh or frozen poultrymeat, any perishable poultry meat food product, fresh eggs, and any perishable eggproduct, will be as close as possible to, but not later than, the 7th day afterproduct delivery.
(ii) The due date for fresh or frozen fish, as defined in Section‘204(3) of the Fish and Seafood Promotion Act of 1986 (16 U.S.C. 4003(3)T, will beas close as possible to, but not later than, the seventh day after productdelivery.
(iii) The due date for perishable agricultural commodities, as definedin section 1(4) of the Perishable Agricultural connnoditiesAct of 1930 (7 U.S.C.499a(44)), will be as close as possible to, but not later than, the 10th day afterproduct delivery, unless another date is specified in the contract.
(iv) The due date for dairy products, as defined in section ill(e) ofthe Dairy Production Stabilization Act of 1983 (7 U.S.c. 4502(e)), edible fats oroils, and food products prepared from edible fats or oils, will be as close aspossible to, but not later than, the 10th day after the date on which a properinvoice has been received.
(v) If the contract does not require submission of an invoice forpayment (e.g., period lease payments), the due date will be as specified in thecontract.
(4) An invoice is the Contractor’s bill or written request for payment underthe contract for supplies delivered or services performed. An invoice shall beprepared and submitted to the designated billing office specified in the contract.A proper invoice must include the items listed in subdivisions (a)(4)(i) through(a)(4)(viii) of this clause. If the invoice does not comply with theserequirements, then the Contractor will be notified of the defect within 7 daysafter receipt of the invoice at the designated billing office (3 days for meat,meat food products, or fish, and 5 days for perishable agricultural commodities,edible fats or oils, and food products prepared from edible fats or oils.Untimelv notification will be taken into account in the commutation of anyinteres~ penalty owed the contractor in the manner described(a)(6) of ~~~s clause.
Name and address of the Contractor.(ii) Invoice date.(iii) Contract number or other authorization for
services performed (including order number and contract line(iv) Description, quantity, unit of measure, un
price of supplies delivered or services performed.
in subparagraph
supplies delivered oritem number).t price, and extended
NAS1-20048
49
(v) Shipping and payment terms (e.g., shipment number and date ofshipment, prompt payment discount terms). Bill of lading number and weight ofshipment will be shown for shipments on Government bills of lading.
(vi) Name and address of Contractor official to whom payment is to besent (must be the same as that in the contract or in a proper notice ofassignment).
(vii) Name (where practicable), title, phone number and mailingaddress of person to be notified in event of a defective invoice.
(viii) Any other information or documentation required by otherrequirements of the contract (such as evidence of shipment).
(5) An interest penalty shall be paid automatically by the Government,without request from the contractor, if ayment is not made b
! fthe due date and
the conditions listed in subdivisions (a (5)(i) through (a)(5 (iii) of this clauseare met, if applicable. An interest penalty shall not be paid on contractsawarded to foreign vendors outside the United States for work performed outsidethe United States.
(i) A proper invoice was received by the designated billing office.(ii) A~eceiving report or other Government documentation authorizing
payment was processed and there was no disagreement over quantity, quality, orContractor com liance with any contract term or condition.
(iii Y In the case of a final invoice for any balance of funds due theContractor for supplies delivered or services performed, the amount was notsubject to further contract settlement actions between the Government and theContractor.
(6) The interest penalty shall be at the rate established by the Secretaryof the Treasury under Section 12 of the Contract Disputes Act of 1978 (41 U.S.C.611) that is in effect on the day after the due date, except where the interestpenalty is prescribed by other governmental authority.
This rate is referred to as the “Renegotiation Board Interest Rate,” andit is published in the Federal Register semiannually on or about January 1 andJuly 1. The interest penalty shall accrue daily on the invoice payment amountapproved by the Government and be compounded in 30-day increments inclusive fromthe first day after the due date through the payment date. That is, interestaccrued at the end of any 30-day period will be added to the approved invoicepayment amount and be subject to interest penalties if not paid in the succeeding30-day period. If the designated billing office failed to notify the Contractorof a defective invoice within the periods prescribed in paragraph (a)(4) of thisclause, then the due date on the corrected invoice will be adjusted by subtractingthe number of days taken beyond the prescribed notification of defects period.Any interest penalty owed the Contractor will h based on this adjusted due date.Adjustments will be made by the designated payment office for errors incalculating interest penalties, if requested by the Contractor.
(i) For the sole ourpose of computing an interest penalty that mightbe due the Contractor, Government acceptance shall be deemed to have occurredconstructively on the 7th day (unless otherwise specified in this contract) afterthe Contractor delivered the supplies or performed the services in accordance withthe terms and conditions of the contract, unless there is a disagreement overquantity, quality, or Contractor compliance with a contract provision. In theevent that actual acceptance occurs within the constructive acceptance period, thedetermination of an interest penalty shall be based on the actual date ofacceptance.
NAS1-20048
50
The constructive acceptance requirement does not, however, compel Governmentofficials to accept supplies or services,functions,
perform contract administrationor make payment prior to fulfilling their responsibilities.(ii) The following periods of time will not be included in the
determination of an interest penalty:(A) The period taken to notify the Contractor of defects in
invoices submitted to the Government, but this may not exceed 7 days (3 days formeat, meat food products, or fish, and 5 days for perishable agriculturalcommodities, dairy products, edible fats or oils, and food products prepared fromedible fats or oils).
(B) The period between the defects notice and resubmission ofthe corrected invoice by the Contractor.
(iii) Interest penalties will not continue to accrue after the filingof a claim for such penalties under the clause at 52.233-1, Disputes, or for morethan 1 year. Interest penalties of less than $1.00 need not be paid.
(iv) Interest penalties are not required on payment delays due todisagreement between the Government and Contractor over the payment amount orother issues involving contract compliance or on amounts temporarily withheld orretained in accordance with the terms of the contract. Claims involving disputes, -and any interest that may be payable, will be resolved in accordance with the
clause at 52.233-1, Disputes.(7) An interest penalty shall also be paid automatically by the designated
payment office, without request from the Contractor, if a discount for promptpayment is taken improperly. The interest penalty will be calculated as describedin subparagraph (a)(6) of this clause on the amount of discount taken for the
period beginning with the first day after the end of the discount period throughthe date when the Contractor is paid.
(8) If this contract was awarded on or after October 1, 1989, a penaltyamount, calculated in accordance with regulations issued by the Office ofManagement and Budget, shall be paid in addition to the interest penalty amount ifthe Contractor -
(i) Is owed an interest penalty;(ii) Is not paid the interest penalty within 10 days after the date
the invoice amount is paid; and(iii) Makes a written demand, not later than 40 days after the date
the invoice amount is paid, that the agency pay such a penalty.(b) Contract Financina Pavments.
(1) For purposes of this clause, “contract financing payment” means aGovernment disbursement of monies to a contractor under a contract clause or other
authorization prior to acceptance of supplies or services by the Government.Contract financing payments include advance payments, progress payments based oncost under the clause at 52.232-16, Progress Payments, progress payments based on
a percentage or stage of completion (Sz.loz(e)(l)) other than those made under the
clause at 52.232-5, Payments Under Fixed-Price Construction Contracts, or theclause at 52.232-10, Payments Under Fixed-Price Architect-Engineer Contracts, andinterim payments on cost type contracts.
(2) For contracts that provide for contract financing, requests for paymentshall be submitted to the designated billing office as specified in this contractor as directed by. the contracting Officer. Contract financing payments shall bemade on the 30th day after receipt Of a proper contract financing request by thedesignated billing office. In the event that an audit or other review of aspecific financing request is required to ensure compliance with the terms and
NAS1-20048
51
conditions of the contract, the designated payment office is not compelled to makepayment by the due date specified.
(3) For advance payments, loans, or other arrangements that do not involverecurrent submissions of contract financing requests, payment shall be made inaccordance with the corresponding contract terms or as directed by the ContractingOfficer.
(4) Contract financing payments shal 1 not be assessed an interest penaltyfor payment delays.(c) If this contract contains the clause at 52.213-1, Fast Payment Procedure,payments will be made within 15 days after the date of receipt of the invoice.
1.16 BANKRUPTCY (+AR 52.242-13) (APR 1991)
In the event the Contractor enters into proceedings relating to bankruptcy,whether voluntary or involuntary, the Contractor agrees to furnish, by certifiedmail, written notification of the bankruptcy to the Contracting Officerresponsible for administering the contract. This notification shall be furnishedwithin five days of the initiation of the proceedings relating to bankruptcyfiling. This notification shal-linclude the date on which the bankruptcy petitionwas filed, the identity of the court in which the bankruptcy petition was filed,and a listing of Government contract numbers and contracting offices for allGovernment contracts against which final payment has not been made. Thisobligation remains in effect until final payment under this contract.
1.17 SECURITY CLASSIFICATION REQuIREMENTS (NASA 18-52.204-75)(SEP 1989)
Performance under this contract will involve access to andlor generation of
classified information, work in a security area, or both, up to the level ofSECRET. See Federal Acquisition Regulation clause 52.204-2 in this contract andDO Form 254, Contract Security Classification Specification, Exhibit G.
1.18 SECURITY REQUIREMENTS FOR UNCLASSIFIED AUTOMATED INFORMATION RESOURCES -(NASA 18-52.204-76) (JUN 1990)
(a) In addition to complying with any functional and technical securityrequirements set forth in the schedule and the clauses of this contract, theContractor shall obtain special identification, as required by the computersecurity manager, for its personnel who need unescorted or unsupervised physicalaccess or electronic access to the following limited or controlled areas, systems,programs and data:
Central Scientific Computing Complex
(b) The Contractor shall incorporate this clause in all subcontracts where therequirements identified in paragraph (a) are applicable to performance of thesubcontract.
I. 19 LIMITATION OF FUTURE CONTRACTING (NASA 18-52.209-71) (DEC 1988)
(a) The Contracting Officer has determined that this acquisition may give rise toa potential organizational conflict of interest. Accordingly, the attention of
NAS1-20048
52
all prospective offerors is invited to FAR Subpart 9.5--Organizational Conflof Intereste(b) The nature of this conflict is participation in system design reviews wthe Government and other Contractor representatives to define operationalimprovements and plan their im~lementation, and access to other companies’
Cts
th
proprietary data.’ The Contractor shall advise the Contracting Officer of anyperceived potential organizational conflict of interest of any work prior toexecution of that effort. Upon being so informed, or if the Contracting Officerindependently identifies a potential organizational conflict of interest, theContracting Officer shall determine which of the following is in the best interestof the Government and so advise the Contractor:
(1) the Contractor shal1 perform as directed; or(2) the Contractor shall not perform the work and the work shall be obtained
by the Government from another source.(c) The restrictions upon future contracting are as follows:
(1) If the Contractor, under the terms of this contract, or through theperformance of tasks pursuant to this contract, is required to developspecifications or statements of work that are to be incorporated into asolicitation, the Contractor shall be ineligible to perform the work described inthat solicitation as a prime or first-tier subcontractor under an ensuing NASAcontract. This restriction shall remain in effect for a reasonable time, asagreed to by the Contracting Officer and the Contractor, sufficient to avoidunfair competitive advantage or potential bias (this time shall in no case be;lessthan the duration of the initial production contract). NASA shall notunilaterally require the Contractor to prepare such specifications or statementsof work under this contract.
(2) To the extent that the work under this contract requires access toproprietary, business confidential, or financial data of other companies, and aslong as such data remains proprietary or confidential, the Contractor shallprotect these data from unauthorized use and disclosure and agrees not to use themto compete with those other companies.
1.20 SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS SUBCONTRACTINGREPORTING (NASA/FAR SUPPLEMENT 18-52.219-75) (sEp 1992)
(a) The Contractor shal1 submit the SunmtarySubcontract Report (Standard Form[W 295) quarterly for the reporting periods specified in Block 1.A. of the form.Reports are due 30 days after the close of each reporting period.(b) The Contractor shall also complete Item 15 (Subcontract awards toHistorically Black colleges and llniversities/Minority Institutions) in accordancewith the existing instructions applicable to DOD activities.(c) All other provisions in the instruction paragraphs of the SF 295 remain ineffect.(d) The Contractor shall include this clause in all subcontracts that include theclause at FAR 52.219-9. z,
1.21 NASA SMALL DISADVANTAGED BUSINESS GOAL (NASA 18-52.219-76) (JUL 1991)
(a) Definitions.
“Historically Black Colleges and Universities,” as used in this clause,means institutions determined by the secretary of Education to meet therequirements of 34 CFR section 608.2 and listed therein.
NAS1-20048
53
“Minorinstitutions meetEducation.
“Smal 1
ty educational institutions, ” as used in th s clause, meansng the criteria established in 34 CFR 607.2 by the Secretary of
disadvantaged business concern,” as used in this clause, means aare both sociallvsmall business concern owned-or controlled by individuals who
and economically disadvantaged (within the meaninu of section 8(a)(5) and (6) ifthe Small Businkss Act (15 ~.S.C. 637 (a)(5) and 16)). For purposes of thisclause, socially and economically disadvantaged individuals shall be deemed toinclude women.
(b) The NASA Administrator is required to ensure, to the fullest extendpossible, that at least 8% of the total value of prime and subcontracts awarded insupport of authorized programs, including the space station by the timeoperational status is obtained, is made available to small business concerns orother organizations owned or controlled by socially and economically disadvantagedindividuals (including women), Historically Black Colleges and Universities, andminority educational institutions.
(c) The Contractor hereby agrees to assist NASA in achieving this goal byusing its best efforts to award subcontracts to small disadvantaged businessconcerns, Historically Black Colleges and Universities, and minority educationalinstitutions, as defined in this clause, to the fullest extent consistent withefficient contract performance. ,..
(d) Contractors acting in good faith may rely on written representations bytheir subcontractors regarding their status as small disadvantaged businessconcerns, Historically Black Colleges and Universities, and minority educationalinstitutions.
1.22 t41NIMUM INSURANCE COVERAGE (NASA 18-52.228-75) (OCT 1988)
The Contractor shall obtain and maintain insurance coverage as follows for theperformance of this contract:
(a) Worker’s compensation and employer’s liability insurance as required byapplicable Federal and State workers’ compensation and occupational diseasestatutes. If occupational diseases are not compensable under those statutes, theyshall be covered under the employer’s liability section of the insurance policy,except when contract operations are so conmlingled with the Contractor’s commercial
operations that it would not be practical. The employer’s liability coverageshall be at least $100,000, except in states with exclusive or monopolistic fundsthat do not permit workers’ compensation to be written by private carriers.
(b) Comprehensive general (bodily injury) liability insurance of at least$500,000 per occurrence.
(c) Motor vehicle liability insurance written on the comprehensive form of policywhich provides for bodily injury and property damage liability covering theoperation of all motor vehicles used in connection with performing the contract.Policies covering motor vehicles operated in the IJnited states shall provide
coverage of at least $200,0C3 per person and $500,000 per occurrence for bodilyinjury liability and $20,0(J0 per occurrence for property damage. The amount of
NAS1-20048
54
liability coverage on other policies shall be commensurate with any legalrequirements of the locality and sufficient to meet normal and customary claims.
(d) Comprehensive general and motor vehicle liability policies shall contain aprovision worded as follows:
“The insurance company waives any right of subrogation against the UnitedStates of America which may arise by reason of any payment under the policy.”
(e) When aircraft are used in connection with performing the contract, aircraftpublic and passenger liability insurance of at least $200,000 per person and$500,000 per occur~ence for bodily injury, other than passenger liability, and$200,000 per occurrence for property damage. Coverage for passenger liabilitybodily injury shall be at least $200,000 multiplied by the number of seats orpassengers, whichever is greater.
NAS1-20048
STATEMENT OF WORK
SCIENTIFIC COMPUTINGOPERATIONS,MAINTENANCE,ANDCOMJIUNICATIONS(SCOMAC) SERVICES
NAS1-20048 JULY 27, 1993EXHIBIT A
runsA— LANGLEY RESEARCH CENTER ~
IHAMPTON,VA
23681-0001
NASA~loy(AUO. 1992)
PRC)C. P-314
I
C.1 -
C.2 -
C3 -
C4 -
c.; -
Table of Contents
PagelNTRODU~lON/BACKGROUND ............................................................... 1
SCOPE OF CONTRACT AND GENERAL REQUIREMENTS .................. 2
C.2.1 - SCOPE .................................................................................................... 2
C.2.1.1 -(-7. 1.2-
C.2.1.3 -
C.2.~.4 -
CSCC Operation ......................................................................2
CSCC Systems Maintenance ...................................................2
Communications Systems .......................................................2
LaRC Distributed Computing and Data
Reduction Suppoti ...................................................................3
c.2.2 - GENERAL REQUIREME~S .............................................................. 3
C.2.2.1 - Operating Hours ......................................................................3
C.2.2.2 - Performance Criteria ...............................................................4
CSCC OPERATION ........................................................................................... 5
C.3. 1 - CSCC EQUIPMENT OPERATION ...................................................... 5
C.3.2 - OPERATING SYSTEMS SUPPORT .................................................... 6
C.3.3 - FACILITY MANAGENIENT SUPPORT ............................................. 9
C.3.3.1 -
C.3.3.2-
C.3.3.3-
Access Control System Data Base
Management Support ..............................................................9
Environmental System Monitoring Support’ ...........................9
Facility Management Documentation Support .......................9
CSCC SYSTELMS LWINTENANCE .............................................................. 10
C.4.1 -
C.4.2 -
C.4.3 -
C.4.4 -
C.4.5 -
C.4.6 -
C.4.7 -
C.4.8 -
MAINTENANCE COVERAGE .......................................................... 10
POINT OF NOTIFICATION ............................... ................................ 11
PREVENTIVE MAINTENANCE ....................................................... 11
SPARE PARTS ...................................................................................- 11
FIELD CHANGE ORDERS ................................................................ 11
CONTROLWARE ............................................................................... 12
SYSTEM SOiTWARE ........................................................................ 12
MAINTENANCE DOCUMENTATION ............................................. 12
COMMUNICATION NETWORKS .............................................................- 13
C.5.1 -
C.5.2 -
C.5.3 -
C.5.4 -
CORRE~IVE AP4D PREVENTIVE W%INTENAi’i’CE ...................13
INtiALLATION AND RELOCATION OF NIXWORK
EQUIPMENT ....................................................................................... 13
INSTALLATION AND REPAIR OF NETWORK CABLING ..........14
SYSTEMS SUPPORT .......................................................................... 14
C.5.5 - ADMINISTRATE AiND OPEMTIONS SUPPORT. ..................... Id
C.5.6 - USER SERVICES ................................................................................ 14
C.6 - LaRC DISTRIBUTED COMPUTING AND DATA
REDUCTION SUPPORT ................................................................................ 14
C.6.1 - DISTRIBUTED SYSTEM SUPPORT ................................................. 15
C.6.2 - DATA REDUCI’ION SUPPORT ........................................................ 15
C.7 - NEW TECHNOLOGY SUPPORT ................................................................ 16
C.8 - DOCUMENTATION ....................................................................................... 16-
APPENDIX A ..............................................................................................................A-1APPENDIX B .............................................................................................................. B-1
55
PART III - LIST OF 00CUMENT5, EXHIBITS AND OTHER ATTACHMENTS
- LIST OF ATTACHMENTSSECTION J____
Exhibit A Statement of Work, dated July 27, 1993, 45 pages
Exhibit B Contract Documentation Requirements, 8 pages
Exhibit C Government-Furnished Property, 5 pages
Exhibit O Installation-Provided Government Property, 14 pages
Exhibit E S~bcontracting Plan, 25 pages
Exhibit F Register of Wage Determination and Fringe Benefits, 6 pages
Exhibit G Contract Security Classification Specification, DD Form 254,2 pages
NAS1-20048
STATEMENT OF WORKFOR
SCIENTIFIC COMPUTING OPERATIONS, MAINTENANCE,AND COMMUNIC.4TIONS (SCOM.A~ SERVICES
C.1 - iNTRODUCTION/BACKGROUND
The Analysis and Computation Division (ACD) is one of four divisions in the ElectronicsDirectorate of the Langley Research Center (LaRC). The mission of ACD is to providecomprehensive central computational services and Center-wide communication and networkingservices for all research and development activities at the Center. ACD has a civil semice staff ofapproximately 110 et%ployees.
To accomplish its mission, ACD manages and operates the Central Scientific ComputingComplex (cSCC), a large and comprehensive configuration of computing systems and auxiliatydevices located in building 1268, 1268A, and 1268B. Included in the CSCC are several special-purp~se equipment laboratories and test areas. The complex is operated on an open-shop basis for
~ scientists, engineers, and other technical personnel to perform analytical studies, experimentaldata reduction, and real-time simulations. ACD also provides and maintains Center-widenetworks for voice, data, and video communications, and provides limited systems support tocomputing and data reduction facilities distributed throughout the Center.
The capabilities of the CSCC and the Center-wide communication networks are used byall segments of the LaRC research community. The availability and reliability of these systems isvital to the progress of the Center’s activities and the accomplishment of its mission. The goal is100 percent availability and reliability of all systems at all times.
ACD depends upon several support sewice and maintenance contracts to perform many ofits critical functions. The Statement of Work (SOW) is for a contract to provide a major part ofthese setvices and maintenance.
The object of this contract is for ACD to obtain support setvices to operate and maintainmost of the CSCC and all Center-wide voice, dat% and video communications networks; and toprovide system administration support to specified distributed computing and data reductionsystems. This contract will be administered, technically, by ACD, but support may be provided toother organizations as requirements develop.
The se~icm required by this contract represent a consolidation of semices that arecurrently being provided under several different contracts. The taskslisted herein which arebeing performed under contracts that will terminate after the start date of this contract will beincorporated into this contract as those contracts end; thus the transition of work into this contractwill occur in several phases. The Contractor shall do all things necessary to minimize thedisruption of sewices during phase-in of new tasks.
7/z7p3
C.2 - SCOPE OF CONTRACI’AND GENERAL REQUIREMENTS
C.2.1-SCOPE
The Contractor shall furnish all qualifiedpersonnel,material, and equipment (other thanthat provided by ihe Government) required to provicfethe semices in thegeneral task areas:CSCC operations, CSCC systems maintenance, Center-wide communications systems support,and system administration of LaRC distributed computing and data reduction systems.
C.2.1.I - CSCC Operation
The Contractor shall provide for the operation of the computing and datahafidling equipment within the CSCC. The operational requirements aredelineated in Section C.3 of this Statement of Work.
The Contractor shall provide computer operating system support involvingoperational analysis, user validation, resource accounting, operations programsupport, systems software support, operating system testing, quality assurance,and procedure documentation. These requirements are more speciikallydescribed in Section C.3 of this Statement of Work.
The Contractor shall provide for analysis of the performance of both hardwareand software systems as covered in Section C.3.
The Contractor shall provide facility management support for the building 1268CSCC facility complex. These requirements are more specificallyy described inSection C.3.3 of this Statement of Work.
C.2.1.2 - CSCC Systems Maintenance
The Contractor shalI maintain the CSCC equipment and operating system -software delineated in Appendix A. The associated system environmentalprotection and power equipment (e.g., dew point monitors, 400 Hz Motor-Generator sets, and condensing units) listed in Appendix A are considered partof the CSCC. In addition, equipment to be maintained shall includeintercomecting signal cables needed for the CSCC. This includes all signalcables that are an integral portion of the equipment in Appendix A and powercables and mating connectors provided with the equipment. These requirementsare delineated in Section C.4 of this Statement of Work. Signal cablesconnecting equipment in Appendix A with equipment not listed in Appendix Aare maintained as part of the Communications Systems described in Section C.5.
C.2.13 - Communications Systems
The Contractor shall provide engineering, insta~lation, operation, andmaintenance of all communications networks hardware and software thatsupport Center-wide voice, data and video communications as described inSection C.5.
> 71%7P3
C.2.1.4 - LaRC Distributed Computing and Data Reduction Support
The Contractor shall provide support for LaRC distributed computing systems that areused throughout the Center by the L-tRC research staff to provide a decentralizedcomputational or data reduction capability. This support involves system administration,system management, system operations, programming, and procedure documentation.These requiremen~ are more speci ficall y described in Section C.6.
C.2.2 - GENER4L REQUIREMENTS
C.2.2.1 - Operating Hours
The-Contractor shall provide support of the CSCC and Center-wide communicationsnemvorks on a continuous basis (24 hours/day, 7 days~eek, including all Governmentholidays). Weekend and holiday operations may not be required at times, whereuponadvance notice will be provided to the Contractor.
Gswemment Operating Shifts - A regular work day (typically Monday through Friday)consists of three shifts in each 24-hour period defined as follows:
First 07:30 a.m. -04:00 p.m.Second 03:30 p.m. - MidnightThird 11:30 p.m. -07:30 a.m.
Contractor Setvices Hours - The following table shows the normal distribution of thesewices required by this Statement of Work.
SER3mE
Equipment Operation x
Computer Operating System Support XMaintenance (2)
Communications Support xDistributed System Support x
(:(2)(3)(4)
(;)(2)(3)(4)
(:)(2)(3)(4)
Regularly Staffed.Activity frequently required for systems development and testing.Coverage according to C.4. 1.Remote call-in for system verification and follow-up maintenana.Personnel rescheduled from first shift to meet special research testingrequirements.
(:)(2)(3)(4)
3 7rz?i93
C.2.2.2 - Performance Criteria :3
The performance goal under thiscon[ract isto assure maximum availabilityand
reliabilityof the CSCC computing andcommunicationsystems.TWOcriteriathat areusedin determining the effectiveness Of system performance by the
Contractor are the number of malfunctions for the system and the downtime.
Malfunction
This is defined as any condition occurring during the use of a system whichwill cause an interruption in the processing or reduce the overall productioneffectiveness.
Downtime
Downtime is time during which an item is inoperable due to a malfunction.A malfunction on one item which causes other items to be inoperable, ornon-usable, shall result in downtime accounted against those items also.Downtime shall apply from the time that a malfunction occurs until the time -when the item is returned to production use.
Depending upon the severity of the malfunction or the need to delay remedialmaintenance, it may be necessary to defer the start of remedial maintenance or tosuspend maintenance and use any item(s) in a degraded mode. Any suchdeferred use time shall not be charged to downtime.
Downtime which occurs during the Principal Period of Maintenance (PPM)
(reference C.4.1) will continue to accrue until the item is returned to acceptable
operating condition or maintenance is deferred. Extensions of Preventive
Maintenance (reference Section C.4.6) beyond the scheduled period shall beclassified as downtime.
For the purposes of computing downtime and determining the frequency ofinterruptions to service, malfunctions are excluded which are directlyattributable to: (1) facility problems; (2) hardware/software problems whichhave been defined, corrected, and tested, but, at the Government’s option, notinstalled into production operation; (3) Government-provided materials; or (4)Original Equipment Manufacturer (OEM) design problems. It shall beincumbent upon the Contractor to provide sufficient evidence to support anycontention that a malfimction resultedfrom any of the excluded causes.
Any item listed in Appendix A which is used by the Contractor to repair or checkout any other item shall be charged downtime while under such use.
4 7i27/93
C3 - CSCC OPERATION
This section Of the Statement of Work defines the requirements for the operation of theCSCC and the support Forsystems software, resource accoun~ing, and facility mm-qement.
Specific items of equipment to be supported in the CSCC can be expected to change as
upgrades are made. The Contractor shall provide support for such changes and shall assume
operational responsibility for new equipment as it is implemented. The Contractor shall respondto memoranda or other Government furnished documentation as a guide in developing andimplementing the actual procedures used for operating the various systems. Contractor effortrelating to the support required in the CSCC operations area is described in the following sections.
C3.1 - CSCC EQUIPMENT 0PER4TION
Contractor personnel shall be familiar with and shall operate the equipment within theCSCC. The Contractor setvices for the operation of the CSCC shall include, but are not limitedto, the following:
- Operation of the comp~ting, graphics, and support equipment.
- Monitoring of equipment performance, and notification of cognizant personnel in theevent of malfunctions.
- Scheduling and dispatching of the computer workload (at the operational level).
- Maintenance of quality control for all output.
- Preparation of output data for distribution.
- Development, maintenance, and operation of quality assurance programs for equipmentin the CSCC.
- Maintenance of records and statistics of equipment performance and use.
- Provision of a centralized point of contact between user, computer operations, andmaintenance persomel.
- Assembly and distribution of CSCC documentation.
. Generation of information and recommendations for management reporting andimproved operational efficiency.
.“J
- Updating of procedures to account for improvements and changes in the operatingsystems.
5 7127B3
I
. Management ofa magnetic tape library (central and remote) which shall includemethods for control, accountability, and use of magnetic tapes.
- Operation of magnetic tape evaluationequipment,inspectionandmonitoringoftheevaluationmethodsandprocedures,andmonitoringofmagnetictapequalitybyrecordingevacuationdataandanalysisoterrorstatistics.
. Management of file storage systems which shall include provisions for error analysisand correction, file distribution control, and utilization reponing and accountability.Additional provisions shall include permanent file archiving, backup, and recoveryoperations.
- Maintena~ce of a proper level of supplies (paper, chemicals, magnetic tape, film).
- Review and verification of all system malfunction reports generated at the CSCC.Additional requirements in this area involve report generation and data basemanagement.
“ C.3.2 - OPERATING SYSTELMS SUPPORT
The requirements described in this part of the Statement of Work are in the areas ofsystems software support and computer operations support. This work requires closecoordination with the Government and other contractor.
The Contractor shall provide support which shall include, but is not limited to, thefollowing:
- Participate in system design reviews with the Government and other contractorrepresentatives to define operational improvements and plan their implementation.
- Participate in software engineering methodology reviews.
- Generate operating systems to be used in production operations. The generated systemshall be installed after Government approval and on a schedule mutually agreed to bythe Government and the Contractor.
. Transition non-standard system sotlware into the production system. Non-standardsystem software is defined as all system software installed in the system which is ~part of the standard system supplied by the software vendor. This non-standard systemsoftware includes Advanced Real-Time Simulation Subsystem (ARTSS) soflware andother local modifications which enhance the operability, usability, reiiabiiity, andperformance of the standard system software.
- Document thegenerationofallfunctionalproductionsystems.
6 7/27r93
I
.
.
.
.
.
-
.
.
.
Analyze [he system software and make recommendations for software modificationsthat improve performance and provide enhancements thatwould be beneficial tooperations and systems personnel and applications users.
Provide specific test programs to be used in quality assurance and testing of bothcomputer hardware systems and supporting system software.
Provide, implement, and maintain a structured approach and a complete lifecyclemethodology for all software activities.
Identify, develop, and implement programs which provide improvements to the systemssoftware and its various specialized areas, such as graphics, on-line computing, real-time simuliltion, interactive graphics subsystems, and the LaRC local area network(LaRCNET).
Identify, develop, and implement computer programs which support the operation andmanagement of the CSCC.
Ensure operational capability of prod~ction software through systems upgrades andequipment changes.
Provide software support for the communicationsLaRCNET.
link between CSCC computers and
Consult with users on referred problems related to the operating systems, job handlingprocedures, programming languages, programming techniques, user validation, andresource accounting.
Provide consultation on the system, covering such areas as: input/output drivers, systemintercommunication drivers, system schedulers, system monitors, interactive and remotejob processors, compilers, assemblers, loaders, communication protocols, utilities,accounting, validation, and system generation procedures.
Identify, develop, and implement computer programs to establish and maintain a database using the various system dayfile history and accounting features for the followingpurposes:
1. Provide daily job validation criteria.
2. Obtain canputer resourceuse and accounting information.
3. Provide periodic (daily, weekly, or other as required) statistics, reports, ii,ld
plots of systems use and performance.4. Provide to user organizational representatives a query capability to retrieve
current accounting and validation information.
Provide the daily processing and analysis support required to establish, use, andmaintain the data base for the purposes given above.
7 7L?7193
- Interact daily with user organization representatives and provide responses to their/.. -/,b.*, )
requests.
- Perform quality assurance and testing of the operating system, special subsystems, andhardware equipment.
. Perform on-the-spot consultation and analysis when computer malfunctions occur,
. Review, analyze, and cl,assify malfunctions, and document them using a softwareprogram report (SPR). The SPR’S shall be maintained in a data base accessible by theGovernment.
- Develop sp~cial purpose test programs and/or procedures to aid in the analysis andisolation of malfunctions; these programs and/or procedures are written for the purposeof duplicating these malfunctions during scheduled periods of system test time. Theseprograms and/or procedures shall also be used to verify corrective action.
. Perform corrective action (e.g., corrective code, a procedure, documentation, etc.) whenrequired. If the corrective action requires a modification to the current system, theContractor shali generate a modified version of the current system containing thecorrection.
. Review, analyze, and document (if required) vendor-supplied corrective code. TheContractor shall describe to the Government the corrective code and apprise theGovernment of its impact on system operations and the applications users.
. Prepare appropriate system software documentation for ail modifications made to thesystem sofhvare. The documentation shall conform to the Contractor’s softwareengineering methodology.
. Interpret operating system requirements for operations staff through preparation ofoperational procedure memoranda and provision of specialized training sessions.
- Provide support for hardware reconfiguration, power up/down, or for other purposes asrequired by the Government.
. Assemble audio and video animations using complex digital editor, digital videorecorders, analog components, paint package, character generator and special effectsdevices, and perform other duties required to produce video pre-sensations of scientificdata.
. Configure, install, and operate video devices used to produce video presentations ofscientific data analyze malfunctions and resoive prob[ems invoking digital and analogcomponents and composite systems.
7/27/93
I
5 ‘1CJ.3 - FACILITY MANAGEMENT SUPPORT
The Contractor shall provide facility management support for the Building 1268 Complexat LaRC.
1.2.3.
The required Work in this area will primarily consist oh
Access control system data base management support.Environmental system monitoring support.Facility management documentation support.
C3.3.1 - Access Control System Data Base Management Support
The-Contractor shall manage and use the access control system. This shallinclude, but is not limited to, the following:
-
.
.
Program the Access Control System.
Issue and track card keys.
Perform periodic system backup to save system update data.
Provide system use reports monthly and as requested.
CS.3.2 - Environmental System Monitoring Support
The Contractor shall manage and use the Environmental Monitoring System.This shall include, but is not limited to, the following:
- Operate the facility environmental monitoring system.- Provide monthly reports documenting environmental conditions of equipment
areas.
C33.3 - Facility Management Documentation Support
The Contractor shall manage and use the Facility Management DocumentationSystem. This shall include, but is not limited to, the following:
Operate the Facility Management Documentation System.
Maintain current layout drawings of ail equipment areas.
Document proposed equipment area configurations.
Maintain culTent list of all equipment located on each drawing.
Update and maintain data base.
9 7mt93
C.-I - CSCC SYSTEklS MAINTENANCE /.,-:; J
The Contractor shall maintain the CSCC equipment and operating system software listedin Appendix A. The associated system environmental protection and power equipment (e. g., dewpoint monitors, 400 HZ Motor-Generator sets, and condensing units)listedin .Appendix A areconsidered parI of [he CSCC. lrt addition, equipment to be maintained shall include
interconnecting signal cables needed for the CSCC. This includes all signal cables that are anintegral portion of the equipment in Appendix A and power cables and mating connectorsprovided with the equipment.
All preventive and remedial maintenance shall be performed using parts and proceduresthat are at least equal to OEM recommendations.
The Contractor shall develop and implement an organized remedial and preventivemaintenance system that is designed to minimize equipment repair downtime and frequency ofequipment breakdowns. The Contractor shall, through analysis of maintenance records and otherdat~ assess the performance of the maintenance system, identify important performance factors,report to the Government on the system’s performance, and identify and implementimprovements:
The Contractor shall document all system malfunctions on a systems malfunction report.A system malfunction report contains a variety of information, including description of theproblem and its fix, identification of the item on which the malfunction occurred, and pertinenttimes such as that of notification, arrival, deferment, etc.
The Contractor shall provide support for the removal of equipment listed in Appendix Ahorn the CSCC. This support will consist of disconnecting all signal and electrical power cables,removing signal cables, and preparing the equipment for shipment.
The Contractor shall provide maintenance of the CSCC on a continuous basis (24 hews/day, 7 days/week, including all Government holidays). Weekend and holiday operations may notbe required at times, whereupon advance notice will be provided to the Contractor.
C.4.1 - MAINTENANCE COVERAGE
The items requiring maintenance under this contract have been designated with aparticular status value based on their criticality. The status value is defined by the combinedPrincipal Period of Maintenance (PPM) and associated response time as follows:
Sr.!aus EEM RE PONSE TI ME
ms ~oN-PPM
1 0000-2400 10 minutes 2 hours2 0800-2400 10 minutes 2 hours
3 0800-1700 10 minutes ~ hours
4. 0800-1700 ~ hou~ NIA5 On-Call ~ hours 2 hours
10 712-7193
I
The PPM is applicable Monday through Friday, with the exception of Governmentholidays. Maintenance coverage for all equipment during the. weekends and holidays shall beprovided in accordance with Status 5 requirements. If coverage other than Status 5 is requiredduring weekends and holidays, the Government will provide advance notice to the Contractor,and the msociated labor for such coverage shall be provided in accordance with Section C.3.
Response time is the clasped time from notification of a malfunction to the Contractor’spoint of contact and the arrival of a technically-qualified contract employee at the site of themalfunction.
C.4.2 - POINT OF NOTIFICATION
The Contract~r and Government, by mutual agreement, shall establish a point or points ofcontact for sending and receiving notifications that remedial maintenance is required. TheContractor shall establish arrangements to enable his maintenance representative to receive suchnotifications readily and promptly. The procedure for notification, transmittal, and receiptmutually agreed upon shall be documented and strictly followed until altered by mutualagreement.
Failure of the Contractor’s established point of contact (such as an “answering semice”) toforward messages shall not be considered cause beyond the Contractor’s control.
C.4.3 - PREVENTIVE LMAINTENANCE
The Contractor may perform preventive maintenance for the items listed in Appendix A.The Contractor shall ensure that preventive maintenance is scheduled in a manner mutuallyagreeable to the Government and Contractor that minimizes the impact on production schedulesand/or overall system performance.
C.4.4 - SPARE PARTS
The Contractor shall maintain a local inventory of spare and repair parts sufficient tomaintain the equipment properly and efficiently. 17me required to obtain a part in order to re@rthe equipment or othenvise keep it in good operating condition shall be charged to remedialmaintenance unless the Government elects to defer maintenance.
The quantity and types of parts to be maintained locally shall be based on therecommendations by the OEM. Oni y new standard parts or those of equal quality shall be used inmaintenanu setvices. Replaud parts become the property of the Contractor.
C.4.5 - FIELD CHANGE ORDERS
The Contractor shall be responsible for the installation and maintenance of Field ChangeOrders (FCOs) recommended by the OEM.
11 7L?7i93
C.4.6 - CONTROLWARE
ControlWare used in any of the devices of Appendix A shall be the responsibility of theContractor. Controlware is subject to the conditions for maintenance coverage as set forth inSection C.4.l. The Contractor shall provide controlware updates, including installing fieldchanges recommended by the OELM.
C.4.7 - SYSTEM SOFTWARE
The Government will be responsible for purchasing all software licensing agreements.The Contractor shall notify the Government of the availability of updates and successor productsto the current installed system software as well as the availability of applicable new products. TheContractor shall pr&ide to the Government updates of the current Government-licensed andinstalled system software when no new license is required. This shall include corrective code andenhancements to thes ystem software listed in Appendix A.
The Contractor shall provide, on machine-readable media, source code, if available, for allsoftware products for which the Government has obtained source code licenses. The source codemust be readily accessible by Government and other contractor personnel.
C.4.8 - MAINTENANCE DOCUMENTATION
All equipment and maintenance manuals necessary to perform maintenance shall beobtained, filed, and kept updated by the Contractor. This documentation shall be maintained bythe Contractor for the life of the contract.
The Contractor shall squire and maintain copies of manufacturer’s bulletins that areavailable concerning the items under maintenance.
The Contractor shall provide to the Government documentation for current and successorversions of software systems identified in Appendix A. Updates of these manuals shall beprovided for each revision of the software systems.
The Contractor shall provide Certificates of Maintainability upon request.
7L?7193
I
C.5 - CO~lklUNICATION YETWORKS
This section of the Statement of Work detines the requirements for sewices to supportCenter-wide communication networks at LaRC.
There are three major Center-wide communication networks at the LaRC: (1) the LaRCComputer Network (LaRCNET), providing high-speed dma communication among the Center’scomputing resources; (2) the LaRC Telecommunications System (LaTS), providing localtelephone service and low-speed interactive data communication; and (3) the LaRC VideoNetwork (LaRCVIN), providing video conferencing and local distribution of internal and externalvideo transmissions. These networks connect computers, telephones, and video equipmentlocated throughout LaRC.
The Contractor shall provide the administration, engineering, maintenance, and operationssupport of LaRC communication systems and networks.
Specific items of equipment can be expected to change as new technology becomesavailable. Also, quantities of equipment can be expected to increase as the networks grow in size. .
“ The Contractor shall respond to such changes and growth, and assume operational andmaintenance responsibility for new equipment as it is implemented.
The Contractor shall purchase network hardware and software required to maintain andexpand the LaRC communication networks. This includes test equipment, all hardware andsoftware required to expand and upgrade the networks, and hardware required to replace failedequipment and maintain adequate spare parts inventories.
C.5.1 - CORRECTIVE AND PREVENTIVE .MAINTENANCE
The Contractor shall provide corrective and preventive maintenance on a continuous basis(24 hours/day, 7 daysAveek, including all Government holidays) for all network hardwareincluding: (1) LaRCNET computer interfaces and infrastructure (including transceivers,receivers, repeatem, bridges, routers, and gateways); (2) LaTS, the Government-owned integratedvoice/data switching system, including telephones, modems, and associated equipment; and(3) LaRCVIN broadband distribution system including taps, splitters, amplifiers, and all head-endequipment. The Contractor shall provide maintenance services for Uninterruptible Power Supply(UPS) power systems and diesel generators used for backup power for the networks.
C.5.2 - INSTALLATION AND RELOCATION OF NE’XTVORK EQUIPMENT
The Contractor shall provide installation and relocation, as required, of all networkequipment including: (1) LaRCNET computer network interfaces, including nehvork software onpersonal computer and workstations, and LaRCWT infrastructure, including transceivers,repeaters, bridges, routers, and gateways; (2) LaTS equipment, including telephones andmodems; and (3) bRCVIN equipment, including taps and receivers. All equipment shall be labtested prior to installation in the network.
13 7rZ7193
C.5.3 - 1NSTALLATION’ AND REP.+lR OF SETWORK CABLING
The Contractor shall provide installation, diagnosis, and repair of all network cablingand connectom including twisted-pair, coax, and fiber used for intrabuilding and interbuildingcommunication. Cable shall be tested before insta[[ation and the results documented.
C.5.4 - SYSTEfilS SUPPORT
The Contractor shall provide engineering and systems analysis support to: (1) evaluatenew network technologies, equipment, and software for application in the LaRC environment; (2)integrate new technologies, equipment, and software within the LaRC environment; (3) diagnoseand resolve complex communication problems requiring specialized test equipment andknowledge; and, (4)-design, develop, and implement custom hardware and sohvare, as required,to accommodate speciaI applications and to facilitate network maintenance.
C.5.5 - ADMINISTRATIVE AND OPERATIONS SUPPORT
The Contractor shall manage the day-to-day operation of the LaRC communicationnetworks, including maintenance of equipm=nt and parts inventories and network configurationdata bases. This support shall include data base administration, logging and monitoring ofnetwork traffic, traffic’analysis, and the generation of equipment utilization reports, networkdrawings/documentation, and periodic field sutveys of network equipment.
C.5.6 - USER SERVICES
The Contractor shall provide user sew ices to: (1) interface with the user community todefine requirements, generate setvice requests, and provide for additions, relocations, and changesto the network facilities; (2) install network configuration changes to accommodate userrequirements; (3) answer user questions and setve as the user interface for network problems; and,(4) operate the LaRC video conference facility including planning and scheduling of conferences.
C.6 - LaRC DISTRIBUTED COMPUTING AND DATA REDUCTION SUPPORT
In addition to the mainframe computers of the CSCC, a number of distributed computingsystems and data reduction systems are housed in various facilities throughout LaRC. Many ofthese systems require support in the form of system administration, operation, programming, anddocumentation. This section defines the requirements for services to be provided by theContractor on designated LaRC distributed systems.
7mn3
‘7rJC.6.1 - DISTRIBUTED SYSTE\l SUPPORT
The Contractor shall provide system management semices for L~RC distributed computersystems including, but not limited to, the following:
. Manage user accounts and files including the additionjremoval of users, backup/restoration of files, and disk space accounting.
- Maintain system files and software including system file backup/restoration, utilizationand performance accounting, software installation and upgrade, software problemidentification and correction, and security monitoring.
. Develop arid maintain local software documentation including procedures andrestrictions on using software packages.
- Stay abreast of technology advancements.
. Participate in the planning, ordering, and installation of new hardware. Schedule andmonitor hardware repairs.
- Develop policies and procedures that promote optimal use of system resources.
C.6.2 - DATA REDUCI’ION SUPPORT
The Contractor shall provide data reduction support for various research facilities locatedat LaRC. This support includes the development, modification, and improvement of applicationprograms for data acquisition, data presentation, and data analysis, that execute on the variousLaRC data reduction systems. Often, this support is required in conjunction with distributedsystems support and shall include, but is not limited to, the following:
. Develop scientific computer programs for data acquisition and data reduction in supportof wind tunnel, environmental, and flight research experiments.
- Consult with LaRC researchers in the preparation of technical memoranda definingcomputer systems and recommending procedures to increase efficiency and capability.
. Develop translators to provide information exchange bemveen dissimilar platforms.
- Develop real-time software subsystems to allow control of laboratory tests.
. prepare ~jgphical presentations for both steady state and frequency analysis researchdata.
- Perform distributed systems analysis for computer systems located in research facilitiesat LaRC. ‘
15 7r27t93
I
C.7 - NEW TECHNOLOGY SUPPORT‘71.
The Contractor shall provide new [echnolo~y support which shall include, but is notlimited to, the following:
- On an on-going basis, analyze technology trends and provide recommendations to beused in the Government’s long-range planning process.
- Provide recommendations for continuously improving the day-to-day operation.
C.8 - DOCUMENTATION
The Contractor shall prepare and maintain complete and comprehensive records forsoftware programs, equipment operation, and equipment maintenance. Some documentation hasbeen specified in previous sections. Additional documentation requirements shall include, but arenot limited to, the following:
- Operational Procedures-The Contractor shall prepare, revise, and maintain documentsfor inclusion in the Operating Procedures Manual for equipment which is operatedunder this contract.
- User Information--The Contractor shall prepare material for inclusion in the CSCC user
documentation. Examples of material to be provided are documentation of library
subroutines, modifications to job submittal procedures, and other reference material
related to the use of the computing and data handling equipment.
- Performance Statistics--The Contractor shall compile and summarize data in weeklyreports which document the petfonnance of CSCC equipment operations. Examples arereports of utilization, job work load, malfunctions, downtime, and throughput andturnaround time for processed jobs.
- Computer Programs--As part of ‘assigned programming work orders, the Contractorshall provide the program documentation for computer programs which are developedunder the contract.
- Configuration Drawings-The Contractor shall maintain and update configurationdrawings of the CSCC systems maintained under this contr& Plotting systems of theComplex will be made available to the Contractor as an aid in producing and revisingthe draw ings, which shaIl become the property of the Government. As part of theconfi=gration drawings, the Contractor shall update and maintain power panel schedulesfor those power panels used for the equipment in Appendix A.
16 7127193
APPENDIX
AP
AR
T1
CO
MP
UT
ER
llAJW
WA
JtE
ITE
MS
MO
NT
HL
YJ4
AIN
rEN
AN
CE
CC
JST
Mo
l)E
L/
Imm
EF
F.
ST
/Y
EA
R1
YE
AR
2Y
EA
R3
YE
AR
4Y
EA
R5
YE
AR
6Y
EA
R7
YE
AR
8C
LIN
l>R
LJL
IUC
’J’
JMS~NIPTION
OEM
DATE
CON
BM
MC
/CH
RG
BM
J4C
/CH
RG
BM
J4C
/CH
RG
BM
MC
/CH
RG
tH4M
C/C
HR
GB
MM
C/C
1lH
GtM
4MC
/L’ll
ttG
hMJ4
C/CH
KG
1000
Mti
M-2
032
MB
ME
MO
RY
oN
OD
UL
E1001
ME
J4-2
032
J4B
t4E
FJO
RY
oM
OD
UL
E10
02N
EM
-20
32M
BM
EM
OR
Yo
MO
DIJ
LE
1003
1OP
-O(I
MU
L’J
’IBU
SIO
1P
RO
CE
SS
OR
1004
NE
M-2
032
MB
ME
MO
RY
oM
OW
I.E10
05M
liM-2
032
MB
ME
MO
RY
oM
OD
UL
Ell)
(lb
MtJ
J-20
32M
BM
EM
OR
Yo
MO
OU
LE
100/
N:J
+20
ME
MO
RY
CO
NT
RO
Lo
MO
JXJI
.Elt
JIJt
ltt
lis13
RvJ
w
llJ09
OK
I).2
165
0M
BR
EM
OV
E.
6SI)
RIV
ii(A
JXJI
TL
)lt
JIO
1x11
-21
650
MB
RE
MO
VE
.6S
DR
IVE
(AIX
JIT
L)
1011
DK
I)-2
165
0M
tJR
EM
OV
E.
6SD
RIV
Ji(A
DD
I’1’L
;10
12R
ES
ER
VE
D
1013
OK
O-2
165
0M
BR
EM
OV
E.
6sD
RIV
E(A
DD
ITL
)10
14M
EM
-20
32M
BM
EM
OR
Yo
MO
DU
LE
1015
101’
-00
MU
LT
IBIJ
SIO
1P
RO
CE
SS
OR
1016
ME
M-2
032
MIJ
ME
MO
RY
oN
oo
uL
li10
17J4
1iM
-20
32M
BM
EM
OR
Y
oM
OD
UL
E1018t4tlM-2032MBMEJ40JlY
oMODULE
1019MH4-20
32MJJ
ME
MO
RY
1)M
OW
I.E10
20M
EM
-20
32M
liM
EM
OR
Y
CO
NV
0909
933/
c
cow
0909
933/
cI
CO
NV
0909
933/
c
CO
NV
0909
933/
c
CO
NV
0909
933/
c!
CO
NV
0909
933/
C
CO
NV
0909
933/
c
cow
0909
933/
c /
CO
NV
0909
933/
C
CO
NV
0909
933/
c
CO
NV
0909
933/
C /
CO
NV
0909
933/
C
CO
NV
0909
933/
c
CONV
0909
933/
C
CO
NV
0909
933/
C
CO
NV
0909
933/
C
CO
NV
0909
933/
c
CO
NV
0909
933/
C
cow
0909
933/
c
AP
L’E
NU
IXA
,P
AN
T1
CC
)MW
JTE
N
t40D
EL
lIm
wC
LIt
JP
RO
DU
CT
DE
SC
RIP
TIO
N
oM
OD
UL
E10
21M
SN
-20
32M
BM
EM
OR
Y0
MO
DU
LE
1022
Mt2
4-20
32M
BM
EM
OR
Yo
MO
DU
LE
1023
ME
M-2
032
MB
ME
MO
RY
(JM
OD
UL
Elo
~~~t
~.20
32M
B&
OR
y
oM
OD
U[.
KliL
25M
EM
-20
32M
t3M
EM
OR
Yo
MO
DU
LE
1026
ME
M-2
032
MB
ME
MO
RY
oM
OD
UL
E
102”
/M
Et4
-20
32M
BM
EM
OR
Yo
MO
DU
LE
1028
ME
M-2
032
MB
ME
MO
RY
oM
OD
UL
E10
292S
/4-1
S(J
PE
RC
OM
PU
TE
R28
1030
RE
SE
RV
ED
1031
llSX
-1/
IIIG
IIS
PE
ED
C2
1032DC-3
1L)33DC-3
1034DC-3
IOJ5DC-3
1036DC-3
1017IL’-3
lti~tl1X2-3
1039DC-3
CN
AN
NliL
DIS
KC
ON
TR
OL
LE
R
DIS
KC
ON
J’R
OL
1.E
R
DIS
KC
ON
TR
OI.L
ER
DIS
KC
ON
TR
OL
LE
N
DIS
KC
ON
TR
OL
LE
R
OIS
KC
ON
TR
OI.L
ER
DIS
KC
ON
rRO
L.L
liR
DIS
KC
ON
’rR
OL
l.ER
11J4
0D
S-4
0RD
ISK
ST
OR
AG
Esu
BsY
srE
M10
41D
S-4
0RD
ISK
S’r
OR
AG
ES
UB
SY
ST
EM
1042
RE
SE
RV
ED
1043
RE
SE
RV
ED
NA
RD
WA
RE
ITE
MS
EF
F.
ST
/Y
EA
R1
YE
AR
2Y
EA
R3
YE
AR
4Y
EA
R5
YE
AR
6Y
EA
R7
YE
AR
8
OE
MD
AT
EC
ON
BM
MC
/CH
RG
BM
MC
/CN
RG
BM
MC
/CH
RG
BL
4MC
/CH
RG
BM
MC
/CllR
GB
MM
C/C
tlR
GB
MM
C/C
tlR
GB
MM
C/C
llRG
CO
NV
0909
933/
C
CO
NV
0909
933/
C
CO
NV
0909
933/
c
cow
0909
933/
c
CO
NV
0909
933/
C
cow
0909
933/
c
CO
NV
0909
933/
c
cow
0909
933/
c
CR
AY
0909
932/
A4
/
CR
AY
0909
932/
A
CR
AY
0909
932/
A
CR
AY
0909
932/
A
CR
AY
0909
932/
A
CR
AY
0909
932/
A
CR
AY
0909
932/
A
CR
AY
0909
932/
A
CR
AY
0909
932/
A
CR
AY
0909
932/
A
CR
AY
0909
932/
A
CR
AY
0909
9321
A , /
..
MO
N’L
’I{L
YM
AIN
TE
NA
NC
EC
OS
T
_..__
..–.—
—
-.1
\u\m
0\l-!
u\l-!
0
f-!mm0m0
(-1mm0m0
mmm0m0
r!mm0a!0 0
rn
000000 0 00 00000Ooomod o Zmm Z1-!mmm m
AP
PE
ND
IXA
,P
AR
Ti
CO
MP
UT
ER
IIAJU
3WA
RE
ITE
MS
MO
NT
NL
YM
AIN
TE
NA
NC
EC
OS
Tt.
JCJ[
MX
./IT
ME
FF
.S
Tl
YE
AR
1Y
EA
R2
YE
AR
3Y
EA
R4
YE
AR
5Y
EA
Ji6
YE
AN
7Y
EA
RM
cl.lN
PJWINJCI’DESCRIPTION
OEM
DATE
CON
BJ4
MC
/CllR
GB
MM
C/C
llRG
JN4M
C/C
llRG
BM
MC
/CN
RG
BM
MC
/clIR
GB
MM
c/ct
lRG
BM
NC
/CllR
GM
MJ~
CIC
ll~G
8/V
ME
CO
NT
RO
LL
ER
lIJ6t
iW
D-3
01
GtJ
DIS
KD
RIV
EC
ON
V09
0993
3/c
/VME
CONTROLLER
1069
:KIMO
1GJJDISK
DR
IVE
CO
NV
0909
933/
C8
/VM
EC
ON
TR
OL
LE
R10
70rx
n-3
01
GB
DIS
KD
RIV
Eco
NV
0909
933/
c8
/VM
EC
ON
TR
OL
LE
R10
’/1D
KD
-30
1G
BD
ISK
DR
IVE
CO
NV
0909
933/
C8
‘/VM
EC
ON
TR
OL
LE
R10
72lM
D-3
111
GB
DIS
KD
RIV
EC
ON
V09
0993
3/C
8/V
ME
CO
NT
RO
LL
ER
t
1073
RD
S-0
0R
EM
OV
EA
BL
ED
ISK
-1
CIL
AS
SIS
1074
RD
S-0
0R
EM
OV
JZA
BL
ED
ISK
2C
IIAS
SIS
1075
DK
D-3
132
0M
BR
EM
OV
.4
DIS
KD
R./C
NT
RL
.10
76D
KD
-31
320
MB
RE
MO
V.
4D
ISK
DR
./CN
TW
..10
77L
)KD
-21
320
MB
RE
MO
VE
-
4A
JJ1.
i2D
RIV
E
10’)8
llKD
-2i
320
MB
~E
M(jvE
-4
AB
LE
DR
IVE
lo”)
~L
JND
-21
320
MB
RE
J.JO
vE-
4A
BL
ED
RIV
E1O
B(J
rJK
D-2
132
0M
UM
EM
OV
E-
4A
JJ1.
ED
RIV
E10
U1
OK
D-2
1S
WR
EM
OV
EA
BL
E5
Dn
1vJ
i10
tJ2
DK
IJ-2
1S
PIJ
tiE
MO
VE
AB
LE
5Jx
ilvli
10M
3E
JKIJ
-21
320
MB
RE
MO
VE
.4s
DR
IVE
[AD
DIT
LJ
lLJt
J4D
KD
-21
320
NB
RE
MO
VE
.4s
DR
IVE
(AD
DIT
L)
IOU
5D
KD
-21
320
MB
RE
MO
VE
.4s
DR
IVE
(AD
DIT
L)
1086
DK
D-2
132
0M
JJR
EM
OV
E.
4sD
RIV
E(A
DD
ITL
)10
tJ-)
DK
I)-2
132
0M
BR
EM
OV
E.
4sl)
RIV
ii(A
DD
I’I’L
)lIJ
titJ
DK
D-2
132
0M
Mti
EM
OV
E.
4sD
RIV
E(A
DJJ
ITL
)lU
ti9
DK
IJ-2
1S
WR
EM
OV
AB
LE
5s[mIvE
(AD
IJIT
L)
1090
I}K
J)21
S1’
IJliJ
iMO
VE
AJ3
1.E
5sD
RIV
E(A
DD
ITJ.
)
LX
)NV
UY
UY
Y-J
31C
CO
NV
0909
933/
c
cow
0909
933/
c
CO
NV
0909
933/
C
CO
NV
0909
933/
c
CO
NV
0909
933/
C
CO
NV
0909
933/
C
CO
NV
0909
933/
C
CO
NV
0909
933/
c
CO
NV
0909
933/
c
CO
NV
0909
933/
c
CO
NV
0909
933/
c
CO
NV
0909
933/
c
CO
NV
0909
933/
c
CO
NV
0909
933f
c
cow
0909
933/
c
CO
NV
0909
933/
c
CO
NV
0909
933/
c
.—..
..
I -.
i:
..
u n o\
!a\
l-l
a
l-l II m
m0$momo
>zou
.-l n l-latmomo
>
zo
,-!u!momo
%z
m
d. Ooo1-oo
-.i.
..
\ \ \
aw>awVIidlx
*n
7 u-l n.-I m
d .
AP
PE
ND
IXA
,P
AR
T1
CO
MP
UT
ER
ILA
RD
WA
RE
ITEMS
MONTNLY
MAINTENANCE
COST
MO
IJE
L/
ITEW
EFF.
ST/
YEAR
1YEAR
2YEAR
3YEAR
4YEAR
5YEAR
6CLIN
PR(31NJC’I’
DESCRIPTION
YEAR
7Y
EA
R8
OE
MD
AT
EC
ON
BM
MC
/CN
RG
BM
NC
/CliR
GB
MM
C/C
NR
GB
MM
C/C
NR
GB
MM
C/C
llRG
BM
NC
/CllR
GB
N14
C/C
lll{G
uM
Mc/
cl!l
tti
..
.—,.
.
1138
RE
SE
RV
ED
/
1139
RE
SE
RV
ED
/
1140
RE
SE
RV
ED
/
1141
RE
SE
RV
ED
/
1142
RS
SE
RV
ED
/
1143
RE
SE
RV
ED
1
1144
RE
SE
RV
ED
/
1145
RE
SE
RV
ED
/
1146
DS
-40R
DIS
KS
UB
SY
ST
EW
CR
AY
0909
93l/A
1147
DS
-40R
DIS
KS
UB
SY
ST
EM
CR
AY
0909
93l/A
1148
RE
SE
RV
ED
/
1149
ME
SE
RV
EL
)/
1150
RE
SE
RV
ED
/
1151
RE
SE
RV
ED
/
1152
RE
SE
RV
ED
/
1153
FE
I-3S
FR
ON
rE
ND
CR
AY
0909
933/
A
INrE
RF
AC
E11
54R
ES
ER
VE
D/
1155
441i
OM
2T
AP
EC
ON
TR
OL
ST
K09
0993
l/B
oU
NIT
1156
4480
M2
TA
PE
CO
NT
RO
LS
TK
0909
93l/B
ou
N1’
r
1157
FC
4411
F%
ArU
RE
CO
DE
ST
K09
0993
l/B
1158
FC
4411
FE
AT
UR
EC
OD
ES
TK
0909
93l/B
1159
Fc4
412
FE
AT
UR
EC
OD
ES
rK09
0993
l/B
1160
Fc4
412
FE
AT
UR
EC
OD
ES
rK09
0993
l/B
1161
4480
M2
CD
CA
RT
RID
GE
S’r
K09
0993
l/B
-i
AP
PJi
lilJI
J(A
.P
AN
T1
CO
MP
UT
ER
llAlU
3WA
RE
ITEMS
Mo
DB
L/
~<r~
cl.l
NP
IU3D
UC
TL
3ES
CN
IPT
ION
1365
ExP-10
EXPANSION
CA
B-
1IN
hT13
6621
40A
RT
SIN
I’E
RFA
CS
1367
2140
AR
TS
INrE
RF
AC
E
lJ6t
lR
S60
0.lt
ISC
WO
RK
ST
AT
.0/
560
IIIP
PI
AI
SC
SI
1169
0525
-1O
PT
ICA
LD
ISK
JtJK
EB
OX
1370
8500
8MW
TA
PE
DR
IVE
13”1
160
91-1
CO
LO
Rt4
0NI’r
OR
o
1372
7210
-0O
PT
ICA
LD
IsK
01C
D-R
OM
1371
NS
6000
RIS
CW
OR
KS
TA
1’.
/320
1113
”)4
RS
6000
RIS
CW
OR
KS
J’A
r./5
6013
”/5
t150
i3B
/WM
ON
ITO
R
1376
9610
1]’/’
/T
Alll
TI
1376
TA
lll’r
I
1379
‘rA
llIT
I
1380
NC
R62
9213
tJl
IKK
6292
11U
2N
2266
-S
AlJ
IJ]
IIJ>-
”130
1311
4w
lja
1385
A10
97A
lltJ6
TX
M-3
2O
IAl
13t3
’/4“
/81
138L
i47
B1M
2
MO
NT
NL
YM
AIN
TE
NA
NC
EC
OS
TE
FF
.S
TI
YE
AR
1Y
EA
R2
YE
AR
3Y
EA
R4
YE
AR
5Y
EA
R6
YE
AN
‘1Y
EA
OE
MD
AT
EC
ON
BM
MC
/CN
RG
BJ4
MC
/Ctl
RG
BM
MC
/CllR
GB
MM
C/C
HR
GB
MM
C/C
IIRG
BM
Mc/
cllli
GM
-JM
(:/C
llKG
bM
Mc/
cl
CO
NV
1218
943/
C
KIN
E12
1894
3/E
KIN
E12
1894
3/E
IBM
TB
D
DO
CU
TB
D
EX
AB
TB
D
IBM
TB
D
IBM
TB
D
IBM
TB
D
IBM
TB
D
IBM
TB
D
9-T
RA
CK
TA
PE
DR
KE
NN
TB
DlV
EM
/OO
PT
ICA
LM
AX
OT
BD
DIS
KD
RIV
EM
IOO
PT
ICA
LW
AX
OT
BD
DIS
KD
RIV
EM
/OO
PT
ICA
LM
AX
OT
RD
DIS
KD
RIV
ED
ISK
AR
RA
YN
CR
TB
DsY
sTsw
DIS
KA
RR
AY
NC
RT
BD
sYsT
EM
[)IS
Ksu
mw
srw
FUJI
‘rlJD
11P
WO
RK
ST
AV
’ION
-11
PT
fJD
I)A
TA
BA
SE
SE
RV
ER
4J4J
4D
AT
TA
PIS
11P
TiiD
DR
IVE
MO
NI’r
OR
11P
TM
D
CD
-RO
MD
RIV
E11
PT
IJD
SC
SI
TA
PE
ST
K‘r
BD
CO
NI’R
13L
uN
I’rC
AR
TI{
llJG
E‘1
’AP
ES
TK
‘J’B
D
3/E
3/E
3fE
31E
3/E
3/E
3/E
31E
3/ti
3/E
3/E
31E
31E
3/E
31E
i/E 3/E
3/E
3/E
l/E l/E
I
.-..
-——
...-.
...-
,,.
AP
PE
ND
IXA
,P
AR
’r1
CO
MP
UT
ER
NA
RU
WA
Rt2
ITE
MS
Mo
ulH
./~q
!~E
FF
.M
ON
Ttl
LY
J4A
1NI’E
NA
NC
EC
OS
TS
T/
YE
AR
1Y
EA
R2
YS
AR
3Y
EA
R4
Yw
5Y
EA
R6
YE
AR
7Y
WR
8C
LIN
PR
OD
UC
TJJ
ES
CR
IP1’
ION
0EJ4
DA
TE
CO
NB
WJ4
C/C
llRG
BM
J4C
/CllR
GB
J4M
C/C
tiR
GB
MJ4
C/C
llRG
BM
MC
/CllR
GB
MJ4
C/C
llRG
614N
C/(
:lll(
GIm
Mc/
cllh
(;
1222
NU
62W
AS
ST
OR
ST
OR
AG
EM
AS
S09
2893
3/B
CO
NrR
O1.
LE
RIN
CL
.2N
DC
YB
ER
CIIA
NN
EL
AC
CE
SS
6R
ICW
O-C
OD
E
1223
M86
2M
AS
SrO
NS
TO
RA
GE
WA
SS
0928
9331
BC
ON
’I’R
OL
1,E
RIN
CL
UD
ES
2ND
CY
tIE
RC
UA
NN
EL
AC
CE
SS
&M
ICR
O-
CODE
1224
RE
SE
RV
ED
/
1225
Mt3
61J4
AS
ST
OR
ST
OR
AG
EM
AS
S09
2893
3/B
MO
DtJ
1.E
lNC
LU
DE
S2N
DD
AT
AR
EC
OR
DIN
GD
12V
lCE
~~1/
6s20
6_~
~f)
Sr~
DA
RD
CD
C09
2893
3/B
1C
IIAN
NE
LA
DA
PT
INC
I,Q
SE
2452
3C
ON
TR
OL
WA
RE
AN
DC
AB
INS
TW
/PO
WJi
RS
[JP
PL
Y1~
2~~s
206-
~UD
sT~D
AR
DC
DC
0928
9331
B1
CIIA
NN
EI.
AD
AP
J’lN
CL
QS
E24
523
CO
N3’
RO
LW
AllE
AN
DC
AB
INE
TW
/PO
WE
RS
UP
PI.Y
1229
l{E
SIH
tVE
Df
l~jO
65~~
6_F
Kl)
sTA
Nn
AR
DC
IJC
0928
933/
B2
CIIA
NN
E1.
AD
AP
TlN
CL
QS
E24
523
CO
WT
RO
I.WA
RJ3
1231
6520
6-F
ED
ST
AN
DA
RD
CD
C09
2893
3/B
2C
IIAN
NE
LA
DA
PJ’
INC
I.Q
SE
2452
3C
ON
TR
OI.W
AR
E12
)2R
ES
ER
VE
Df
0
AP
PE
ND
IXA
,P
AR
T1
CO
MP
UT
ER
ILA
RD
WA
RE
ITE
MS
MO
NIV
{LY
MA
INT
EN
AN
CE
CO
ST
UO
L)E
L/
I’1’s
kiE
FF
.sr
lY
EA
R1
YE
AR
2Y
EA
R3
YE
AR
4Y
EA
R5
YE
AR
6C
LIN
Ptt
OD
UC
rD
ES
CR
IPT
ION
YE
AN
‘))’
~;A
OE
MD
AT
EC
ON
BM
MC
/CN
RG
BM
MC
/CN
RG
BM
MC
/CN
RG
BM
!4C
/CN
RG
BM
MC
/CN
KG
lMiM
C/C
llRO
uN
Nc/
(:llR
[;l)
!ll.l
(’/(
’11}
----
--—
.
2D
RIV
E11
6244
fIO
f12
CD
CA
RT
RID
GE
SrK
0909
93l/B
2D
RIV
E11
63F
C44
11F
EA
TU
RE
CO
DE
ST
K09
0993
l/B
1164
FC
4411
FE
AT
UllE
CO
DR
ST
J(09
0993
l/B
1165
FC
4412
FE
AT
UR
EC
OD
ES
TK
0909
93]/
B
1166
FC
4412
FE
AT
UR
EC
OD
ES
Ti(
0909
931/
8
116”
144
10-0
LIB
RA
RY
ST
OR
AG
ES
TK
0909
93l/B
01M
OD
UL
E(0
0)l1
6fl
4411
-0L
IBR
AR
YC
ON
TR
OL
ST
K09
0993
l/B01
UN
IT11
6944
30-0
LIB
RA
RY
MA
NA
GE
-S
TK
0909
93lin
02M
EN
TU
NIT
1170
4440
-0L
IBR
AR
YS
ER
VE
RS
TK
0909
93l/B
0111
71F
C32
11F
’EA
1’U
RE
SC
OD
ES
TK
0909
93l/B
1172
FC
3211
FE
AT
UR
EC
OD
ES
TK
0909
93lIB
1173
FC
4442
FE
AT
UR
EC
OD
ES
7’K
0909
93l/B
1174
FC
4442
FE
AT
UR
EC
OD
ES
TK
0909
93l/B
1175
RE
SE
RV
ED
/
1176
RE
SE
RV
ED
I
1177
RE
SE
RV
ED
I
1178
RE
SE
RV
ED
/
1179
RE
SE
RV
ED
/
1180
RE
SE
RV
ED
I
1181
RE
SER
VE
Df
1102
RE
SE
RV
EO
/
1103
RE
SE
RV
ED
/
1184
RE
SE
RV
ED
I
‘.!. ..
I
I
mm In
0mr-lo
m
(-4 t-i
APPENDIXA,
ww
r1
COMPUTER
HoDEL/
1TEW
C1.
INP
RO
DU
CT
OE
SC
RIP
TIO
N
1234
1235
1236
123”
)55
3-1
123R
1239
1240
1241
556-
1
RE
SE
RV
ED
RE
SE
RV
ED
RE
SE
RV
ED
RE
MO
TE
PR
INr
ST
AT
10N
RE
SE
RV
ED
RE
SE
RV
ED
RE
SE
RV
ED
RE
MO
rEP
RIN
rSTA1’10
N12
4218
0-86
CY
180-
860
MA
INF
OA
WE
&F
EA
TU
RE
SIN
CL
UD
ES
2000
K
ME
W.,
20P
PU
S,
241/
0C
RA
NN
EL
PE
RF
OR
MA
NC
EO
PT
ION
,CO
OL
1NG
,P
OW
ER
1243
7165
-2M
AS
SS
rOR
AG
E2“
1244
7165
-22
1245
895-
1
1246
895-
2
1247
895-
1
1248
895-
2
1249
1800
2-
112
5018
001-
112
5118
0-86
OA
CO
NrR
OL
L13
RW
AS
SS
TO
RA
GE
CO
NT
RO
LL
ER
DIS
KS
TO
RA
GE
UN
rrD
ISK
ST
OR
AG
EU
NIT
DIS
KS
TO
RA
GE
UN
ITD
ISK
ST
OR
AG
Eu
NI’r
DIS
PL
AY
CO
NS
OL
ES
TA
TIO
ND
AT
AcH
AN
NE
LC
ON
VE
RT
ER
CY
180-
860
NA
;NF
RA
MS
&F
BA
TU
RE
S
NA
RD
WA
RE
ITE
WS
(M
ON
T}I
LY
MA
INT
EN
AN
CE
CO
ST
EFF.
srl
YEAR
1YEAR
2YEAR
3YEAR
4YEAR
5Y
EA
R6
YF
AI{
7Y
EO
EM
DA
TE
CO
NB
Mt4
C/C
HR
GB
t4M
C/C
HR
GB
MM
C/C
HR
GB
MM
C/C
HR
GB
MM
C/C
}lR
GB
MN
C/C
llRG
DM
NC
/(’ll
RG
lWWL
.
/ / /
CD
C09
2893
3/B / / /
CO
C09
2893
3/B
CD
C09
2893
3/0
CD
C
Co
c
Co
c
CD
C
Co
c
Co
c
CD
C
Co
c
ccc
0928
933f
B
0928
933/
0
0928
933/
B
0920
933/
0
0928
933/
0
0928
9331
B
0928
933/
0
0928
933/
B
0928
933f
B
I
INC
LU
DE
S8
MW
I)S
WE
M.,
20P
PU
S,
241/
0C
HA
NN
EL
PE
RF
OR
MA
NC
E
Al,~
~lJ~
lxA
,p
A~~
1cO
MP
UT
ER
llAR
DW
AtU
ilT
EN
S
MO
NI’N
LY
MA
INT
EN
AN
CE
CO
ST
NO
t)E
[./
ITE
ME
FF
.S
T/
YE
AR
1Y
EA
R2
YE
AR
3Y
EA
R4
YE
AR
5Y
EA
K6
YE
AR
‘1Y
EA
R8
CL
INP
RO
OU
C’I’
DE
SC
RIP
TIO
NO
EM
DA
TE
CO
NB
MM
C/C
llRG
BM
MC
/CllR
GB
MN
C/C
IIRG
BM
MC
/Ctl
RQ
Bt4
WC
/Clll
{GB
NM
C/C
llNG
Lw
lN(:
/clll
\GH
MN
c/cl
ll{G
OP
’1’IO
N.C
OO
LIN
G,
1252
1253
1254
1255
1256
1257
1250
1259
1260
1261
1262
1263
PO
WE
R71
65-2
MA
SS
ST
OR
AG
E2
CO
NT
RO
LL
ER
7165
-2N
AS
SS
TO
RA
GE
2(:
NN
TR
OL
I.I?
R09
5-1
DIS
KS
TO
RA
GE
IINIT
B95
-2D
ISK
ST
OR
AG
E[IN
IT89
5-1
DIS
KS
TO
RA
GE
UN
IT89
5-2
DIS
KS
TO
RA
GE
UN
IT18
001-
DA
TA
CIIA
NN
EL
1C
ON
VE
RT
ER
895-
1D
ISK
ST
OR
AG
EIN
JI’1
’L
t95-
2D
ISK
ST
OR
AG
EU
N1T
895-
1D
ISK
ST
OR
AG
EU
N1
T11
95-2
DIS
KS
rOR
AG
EU
N[’
rR
ES
ER
VE
D
CD
C09
2893
31B
CD
C09
2893
3/0
CD
C09
2893
3/B
CD
C09
2893
31B
CD
C09
2893
3/B
CD
C09
2893
3/B
CD
C09
2893
3/B
CD
C09
2893
3/B
CO
C09
2893
3/B
CD
(209
2893
3/B
CD
C09
2893
3/B /
1?64
679-
7A
TS
TA
PE
TR
AN
F-
CD
CP
OR
T
)265
6“)9
-7A
TS
TA
PE
TR
AN
S-
CD
CP
ow
r12
66R
ES
ER
VE
D
1267
895-
2D
ISK
ST
OR
AG
EC
DC
UN
IT12
6tJ
895-
2L
JIS
KS
1’O
llAG
liC
DC
UIII
T12
6967
9-7
ArS
TA
PE
TR
AN
S-
CD
CP
OR
T12
”10
679-
”1A
TS
TA
PE
TN
AN
S-
CD
C
Wn
r
12’)1
B9S
-2D
ISK
ST
OR
AG
EC
DC
UN
IT12
7289
5-2
DIS
KS
TO
RA
GE
CO
CN
NI’r
1273
2601
-5U
KV
ICE
INT
ER
-(-
’DC
FA
CE
CA
BIN
ET
AS
SE
MB
LY
WIT
II
0928
935/
B
0928
9351
B /
0928
933/
B
0928
933/
0
0928
935/
B
0928
935/
B
0920
933f
B
0928
9331
B
0928
933/
B
I
-.—
.-—
——
--.
.
--
AP
PE
ND
IXA
.P
AN
I’1
CO
MP
UT
ER
NA
RO
WA
RE
ITE
MS
CL
IN
12”/
4
12”1
5
1276
12’Ia
12”/
9
Mo
lMn
./I
TE
NP
RO
DU
CT
DE
SC
RIP
TIO
N
MA
INF
RA
ME
DE
V-
lCE
INN
XW
AC
EA
ND
lMB
ME
MO
RY
OP
TIO
IJ
2601
-5D
EV
ICE
]N’~
ER
-F
AC
EC
AB
JNE
TA
SS
kMB
LY
WIT
IIA
SY
NC
,T
ER
WIN
AL
DE
VIC
EJN
TE
R-
FA
CE
,lM
BK
IEW
-O
RY
OP
TIO
N
RE
SE
RV
ED
2601
-5D
EV
ICE
INT
ER
-F
AC
EC
AB
INE
TA
SS
EM
BL
YW
ITH
MA
INF
NA
ME
DE
V-
lCE
lNI’E
IWA
CE
AN
DlM
tlM
EH
OR
Yo
PT
10N
2601
-5D
EV
ICE
lNT
ER
-F
AC
F.
CA
BIN
ET
AS
SE
MB
LY
WIT
NM
AIN
FH
AN
ED
EV
-IC
EIN
1’E
RF
AC
EA
ND
lMB
ME
MO
RY
OP
TIO
N
2601
-5D
EV
ICE
INl’1
3R-
FA
CE
CA
BIN
ET
AS
SE
MB
LY
WI’r
NM
AIN
FR
AN
ED
EV
-IC
EIN
I’ER
FA
CE
AN
DlM
BM
EM
OR
YO
P’I’
ION
2601
-5D
EV
ICE
INI’E
R-
FA
CE
CA
BIN
ET
AS
SE
MB
LY
WIT
HA
SY
N(!
,T
ER
MIN
AL
DE
VIC
EIN
l’ER
-F
AC
E,
]MB
ME
M-
ol(
rO
PT
1(JN
EFF.
STI
MONTHLY
MA
INT
EN
AN
CE
CO
ST
YE
AR
1Y
EA
R2
YE
AR
3Y
EA
R4
Y~R
5Y
EA
R6
YE
AR
“1Y
EA
R8
OE
MD
AT
EC
ON
BM
WC
/CllR
GB
MM
C/C
HR
GE
N4M
C/C
llRG
BM
MC
/CllR
GB
MM
C/C
NR
GB
t4M
C/C
HR
GB
NM
C/C
llNG
bM
Mc/
clllu
CD
C09
2893
3/B
I
/
CD
C09
2893
3]0
CIX
209
2893
3/B
CO
C09
2893
3/B
CO
C09
2893
3/B
----
----
.—
(.-l ‘1.,
AP
PE
t4D
IXA
,P
AR
Ti
CO
MP
UT
ER
NO
DE
L/
~.r~
L’1
.IN
PIW
IJU
CT
lNK
SC
RIF
TIO
N
12B
026
01-5
OIA
IICE
INl’E
R-
FA
CE
CA
BIN
ET
AS
SE
Wtl
[.Y
WIT
NA
SY
NC
/SY
NC
,T
ER
MIN
AL
OE
VIC
EIN
I’ER
FA
CE
,~M
BM
~OR
YO
PT
ION
12L
3126
01-5
DE
VIC
EIN
rER
-F
AC
EC
AB
INkT
AS
SE
W13
LY
WIT
IJA
SY
NC
,T
ER
MIN
AL
DE
VIC
EIN
TE
R-
FA
CE
,lM
BW
EM
-O
RY
OP
TIO
N
12t1
226
01-5
DE
VIC
EIN
TE
R-
FA
CE
CA
BIN
ET
AS
SE
NB
LY
WII’
11A
SY
ttC
,T
ER
MIN
AL
I)E
VIC
ElN
TE
R-
FA
CE
,lM
t3M
Et4
-O
RY
OP
TIO
N
12tt
l1.
CN
I.CN
50M
EG
AB
ITT
RU
NK
S(3
)12
84R
ES
ER
VE
D
12il!
i3t
301)
-1A
CC
UM
U1.
AT
OR
EX
P02
112
8693
35-A
DA
SD
DIS
KD
RIV
E01
128-
/38
00-0
I.AS
Eli
PR
INT
ER
0612
138
RE
SE
RV
ED
12t1
9R
ES
ER
VE
D
1290
34]0
-AT
AP
ED
RIV
E01
1293
1800
-1A
CC
UM
UL
AT
OR
010
1292
9335
-BD
AS
CI
DIS
KD
RIV
E01
1293
93(J
9-O
PO
WE
RS
UP
PL
Y02
RA
CK
1294
9335
-BD
AS
DD
ISK
DR
IvE
ILA
RO
WA
RE
ITE
MS
EF
’F.
ST
IM
ON
TIIL
YM
AIN
TE
NA
NC
EC
OS
rY
EA
R1
YE
AR
2Y
EA
R3
YE
AR
4Y
EA
R5
YE
AR
6Y
EA
R7
YE
AI{
OE
MD
A1’
EC
ON
BW
WC
/CN
R(3
BM
MC
/CllR
GB
WN
C/C
NR
GB
MM
C/C
1tR
GB
MM
C/C
llltG
BM
MC
/CllR
GM
14N
c/cl
ll{G
ut4
Nc/
c’lll
CO
(!09
2893
3/B
#C
DC
0928
933/
B
CD
C09
2893
3/B
cDc
0928
933/
B /
IBM
1001
935/
E
IBM
1001
935/
E
IBM
1001
935/
E / I
IBM
1001
935/
E
IBM
1001
935/
E
IBM
1001
935/
E
1M
M10
0193
5/E
IBM
1001
935/
E
.--.
AP
PE
NI)
lXA
,P
AH
T1
CO
MP
UT
ER
NtM
JEL
/~,
r~
cl.ll
tP
RO
DU
CT
IJE
SC
ItIP
TIO
N
01
129S
9315
-A01
J29b
9J75
-O60
1’29
”193
09-0
02
129t
lV
IOP
-O01
1299
VIO
P-O
0113
00V
IOP
-O01
1301
LJK
II-31
613
02D
K13
-31
6IJ
t)]
AC
M-2
01
110.
IA
CM
-2(I
1lJ
o5
Dtu
-31
61)
06V
MS
-00
311
0”1
Rl)
soo
2llo
tiM
EM
-38
00-1
2813
09N
tn4-
3fJ
00-1
2813
10M
*:w
-3a
00-1
2811
11c3
840-
000(
J1J
12lN
JG-3
1i(J
O13
13E
XP
-10
111
14P
XP
-311
Ou
-cc
1J15
lUG
-38
0013
16V
BS
-00
411
1”/
VIJ
S-0
04
DA
SD
DIS
KD
RIV
E
CO
MP
UT
ER
PO
WE
RS
UP
PL
Ylt
A’C
KV
NE
BU
SIO
PW
CE
SS
OR
VM
EiJ
US
IOP
RO
CE
SS
OR
VN
EB
US
IOP
RO
CE
SS
OR
760M
BR
EM
OV
E.
DIS
KW
/CO
NrR
OL
.76
0MB
R~o
vE.
DIS
KW
/CO
NT
HO
I..V
ME
AS
YN
C.
CO
N1’
RO
l.LE
RV
Nli
AS
YN
C.
CO
NI’K
OL
LE
R76
(M4M
RE
MO
VE
.D
ISK
W/C
ON
TR
(3L
.V
ME
BU
SC
IIAS
SIS
IUM
OV
E.D
IScl
lA-
S1S
3D
AT
AS
1.0’
1’12
8M
BY
TE
ME
MO
RY
BO
AR
D12
8M
BY
TE
MS
NO
RY
BO
AR
D12
8M
BY
’rE
HE
MO
RY
BO
AR
D38
00S
ER
IES
PR
OC
ES
SO
RA
I)D
.380
0S
ER
IES
PR
OC
ES
SO
RE
XP
AN
S1O
NC
A13
-1
NE
T38
00S
ER
IES
PR
OC
ON
V12
1894
3/C
CE
SS
OR
CA
BIN
ET
3800
SE
RIE
S1/
0C
ON
V12
1894
3/C
PO
RT
UP
GR
AD
EV
MIJ
BU
SC
llAS
ISC
ON
V12
1894
3/C
VM
IJB
US
CllA
SIS
CO
NV
1218
943/
C
t
NA
RD
WA
RE
ITE
MS
EF
F.
MO
NT
HL
YM
AIN
TE
NA
NC
EC
OS
TS
Tf
YE
AR
1Y
EA
R2
YE
AR
3Y
EA
R4
YE
AR
5Y
EA
R6
YE
Ali
“1Y
EA
R8
OE
MD
AT
EC
ON
BM
MC
/CN
RG
BM
14C
/CllR
GB
MM
C/C
NR
GB
MM
C/C
HR
GB
MM
C/C
HR
GB
MM
C/C
tlR
GB
MN
C/C
lll{G
liMM
c/
L“I
IR(;
ItJM
1001
935/
E
IBM
1001
935/
E
IBM
1001
935/
E
CO
NV
0909933\C
CONV09099331C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
W12
1894
3/C
CO
W12
1894
3/C
CO
W12
1894
3/c
CO
NV
1218
943/
C“’
CO
NV
1218
943/
C
CO
NV
1218
943/
C
.——
._.-—
——
—.
_...-
{
AP
PL
IJU
IX
A,
PA
RI’
1C
OM
PU
’rlS
R
MO
IJE
L/
ITE
n
cI.
INP
RO
DU
CT
JXS
CR
IPT
ION
131f
3!!
K-0
(1lN
TE
GR
A1’
ED
DIS
K1
CO
NT
RO
LL
ER
1319
EXP-10
EX
PA
NS
ION
CA
B-
)lN
ET
1320
VM
S-0
0V
MB
BU
SC
NA
SIS
413
21M
t04-
34i
.126
MB
YT
E00
-128
1322
VIO
P-O
0113
23V
IOP
-O01
1324
VB
S-0
04
1325
MT
D-0
02
1126
DN
D-5
04
1327
DK
D-5
04
13’2
BE
XP
-10
5.13
29V
IOP
-O01
1330
DK
D-5
04
1J31
DK
D-5
04
1332
VIO
P-O
0113
33V
IOP
-O01
1334
AC
M-2
0i
133’
JA
Ct4
-20
113
36A
CM
-20
113
J”I
ET
II-20
113
3t3
Ptw
-l)o
111
39S
[’-O
43
1340
2140
ii41
2140
ME
MO
RY
BO
AR
DV
ME
BU
SIO
PR
OC
ES
SO
RV
ME
BU
SIO
PR
OC
ES
SO
RV
MB
BU
SC
NA
SIS
IIIG
IIP
ER
F.
‘TA
PE
DR
IVE
llIG
NP
ER
F.
2.5
MB
YT
ED
ISK
DR
.III
GU
PE
RF
.2.
5M
MY
TE
DIS
KD
R.
IIIG
IIP
ER
FO
R.
EX
PA
N.
CA
BIN
ST
VM
EII(
3S10
PR
OC
ES
SO
RIIK
GII
PliR
F.
2.5
MllY
TE
l)lS
KD
R.
IIIG
IIP
ER
F.
2.5
MB
YT
ED
ISK
DR
.V
ME
B13
S10
PR
OC
ES
SO
RV
ME
BU
S10
PR
OC
ES
SO
RV
ME
AS
YN
C.
CO
N’I’
NO
I.LE
RV
WA
SY
NC
.C
ON
1’R
O1.
I,ER
VM
liA
SY
NC
.C
OM
TR
OL
1.E
RV
Mli
Hw
wm
wrr
CO
NrR
Ol,L
ER
LIN
EW
INT
ER
111[
;11
SP
EE
DP
RIN
TE
RA
NT
SlN
I’ER
FA
CE
AR
TS
114T
ER
FA
CE
IIAR
DW
AR
EIT
EM
S
EF
F.
Mo
t4w
fLY
M1N
TENA
34CE
co.sr
STI
YEAR1
YEAR
2Y
EA
R3
YEAR4
YEAR5
YEAR6
YEAR-1
YEA
OEM
DA
TE
CO
NB
Mt4
C/C
llRG
MM
C/C
IIR
GB
Mt4
C/C
tiR
GB
MM
C/C
IiRG
BM
MC
/CllR
GB
MM
C/C
llRG
UM
MC
/L’ll
RG
ImM
c/cl
lR
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
9431
C
CO
NV
1218
943f
C
CO
NV
1218
9431
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
94‘3
/C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
9431
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
CO
NV
1218
943/
C
KIN
E12
1894
3/E
KIN
E12
1894
3/E
—.
...
.—
...
.--
——
-.—
AP
PE
IJD
IXA
,P
At4
’r1
CO
MP
U’I’
ER
ILA
HD
WA
RE
ITE
MS
MO
Nrl
lLY
t4A
INrE
NA
NC
EC
OS
’rtJ
oD
EL
/Itw
nE
F’F
.S
T)
YE
AR
1Y
EA
R2
YE
AR
3Y
EA
R4
YE
AR
5Y
EA
R6
YE
AR
7Y
EA
R8
CL
ItJ
IVU
JIN
JCT
DL
SC
RIP
TIO
NO
EM
DA
TE
CO
NB
Mt4
C/C
NR
GB
Mt4
C/C
NR
GB
t4t4
C/C
llRG
Bt4
MC
/C1i
RG
Bt4
t4C
/CliR
GtJ
MM
C/C
tlllG
i3N
t4C
/C:l
lRG
UN
M:J
L”III
<G
1J42
2140
AR
TS
INTERFACE
KIN
E12
1894
3/E
1341
2140
AN
TS
INT
ER
FA
CE
KIN
E12
1139
43/
E
1344
C23
0-2
c2S
ER
IES
PR
OC
-C
ON
V12
1894
31C
56C
ES
OR
SkJ
/256
t4B
1’34
5R
EsE
RvE
Df
1346
RE
SE
RV
ED
/
)347
IJK
D-3
176
0t4B
RE
MO
VE
.C
ON
V12
1894
6D
ISK
W/C
ON
TR
OL
.
1348
~D-2
1?
60M
BR
uo
VE
-C
ON
V12
1894
AB
LE
DIS
K
1349
DK
D-2
176
0MB
Rw
OV
E-
CO
NV
1218
94b
AB
LE
DIS
K
1350
MU
-21
760J
4ti
RE
J40v
E-
CO
NV
1218
946
AB
LE
DIS
K13
51E
XP
-10
EX
PA
1/S
ION
CA
B-
CO
NV
1218
94
11
NL
”r13
52M
I’C-2
0M
AG
NE
TIC
TA
PE
CO
NV
1218
94
1C
on
tro
ller
1353
JfJ’
D-2
0M
ED
IUM
PE
ttF
OR
t4.
CO
NV
1218
944
TA
PE
DR
IV
1154
VIO
P-O
VN
E10
CO
NV
1218
94
01P
RO
CE
SS
OR
1355
VB
S-0
0V
MJS
INJS
CN
AS
SIS
CO
NV
1218
944
1356
Vt3
S-0
0V
NE
BU
SC
IIAS
SIS
CO
NV
1218
944
1357
ET
II-20
VM
EE
TIIE
RN
EI’
CO
NV
1218
941
CO
NN
EC
TIO
N
1358
AC
M-2
43V
ME
AS
YN
CC
OW
1218
942
C(J
NI’R
OL
I.ER
1359
PR
’J’-
O(J
LIt
{EP
RIN
rER
CO
NV
121L
J94
113
60V
tlU
-00
VID
EO
DIS
PL
AY
CO
NV
1218
941
UN
IT13
61V
IJU
-00
VID
EO
DIS
PL
AY
CO
NV
121B
94
1U
NI’r
1162
VD
U-0
0V
IDE
OD
ISP
LA
YC
ON
V12
1894
1U
NIT
lJ63
UO
tJ-1
)0V
IDE
OD
ISP
LA
YC
ON
V12
1894
1IIN
ITI
J64
J’IA
OO
PD
IJS
INY
ER
FA
CE
CO
tJV
1218
942
AD
AP
TJM
31C
3Ic
3/c
31C
3/c
3/c
3/c
3/c
3/c
3/c
3/c
3/c
3/c
31C
31C
3/c
3/c
31C
.——
——
—--
_.—
.—
w4“
.m .-t
l-!mmoeto
$
l-!u!momo
;
IIm
‘20!o
;m
0
I
0.
,$.
A~
J’M
R)I
XA
,P
AW
J’2
CO
MP
UT
ER
ML
Jl)J
iL/
i‘P
EW
CL
JIJ
PIM
)LJ(
JCT
DJX
CN
1PT
ION
6000
CX
W-0
02-
200
6001
AV
S-0
01-
200
6002
CX
A-0
01-
200
61J0
3C
AC
(JO
1-20
0
6004
IJN
ICO
S
6005
CF17
6006
600’
1P
AS
CA
L
600t
JS
TA
ND
AR
l)c
bU
O!J
CA
1.
OU
1(J
Tcl
’/IP
bo
llIIF
S
6LJ1
2N
S’1
’-O
O1-
200
61JI
’JN
tiT
-00
1-20
060
14C
F’J
’-O
O1-
200
601S
ct-r
-oo
1-20
060
16L
IM-0
01-
200
6017
l.tB
-00
1-20
060
11J
CS
D-0
04-
200
6019
CS
O-0
114-
200
6020
EN
AO
OJ
-200
6021
tJk’
S-0
01-
200
6(J2
2tw
’s-0
01-
200
6023
Ult
G-1
0
XW
INO
OW
SS
OF
T-
WA
RE
CU
NV
EX
AV
SS
OF
TW
AR
EX
WIN
IJO
WS
OE
BIJ
G-
EJI
&P
RO
FIL
ER
00N
VE
XA
PP
LI-
CA
TIO
NC
OM
PIL
ER
UN
ICO
SS
YS
TE
M
$OF
TW
AR
tiC
F77
CO
klP
ILE
R
RE
SE
RV
ED
PA
SC
AL
CO
MP
ILE
R
s!’A
N~A
RD
CC
OM
~Ii
.~n
CJI
AY
AS
SE
MtN
.Y
LA
NG
UA
GE
NE
TW
OR
KP
RO
l’O-
CO
LS
OF
TW
AR
EN
lfrW
OR
KF
ILE
SJi
JtV
ER
CO
NV
EX
IM’E
RN
ET
SE
RV
ICE
SC
ON
VE
XIN
J’E
RN
ET
sEtt
vIcE
sC
ON
VE
XF
OR
TR
AN
CO
MP
ILE
RC
ON
VE
XF
OR
TR
AN
CO
MP
fLt2
RvJ
scL
IB
VEC
LIB
CO
NV
EX
CO
NS
UL
-‘1
’AN
rC
(.JN
VE
XC
ON
SU
L-
‘TA
N1’
EM
AX
C]
SE
RIE
S
NE
TW
OR
KF
ILE
sYsr
EM
NE
TW
OR
KF
II.E
SY
ST
EM
CO
NV
EX
OS
SO
FT
WA
RE
ITEMS
EFF.
MO
NT
UL
YM
AIN
TE
NA
NC
EC
OS
rsr
lY
EA
R1Y
SAR‘
2Y
SA
R3
YE
AR
4Y
EA
R5
YE
AR
6Y
&A
t{‘1
YE
AN
8O
EM
IJA
rEC
ON
BM
MC
/CN
RG
BM
MC
/CN
JiG
BM
MC
/CIIR
GB
MJ4
C/C
NR
GB
MJ4
C/C
liRG
BM
MC
/CllN
GB
MM
c/C
lll{G
LJM
Mc/
cllR
G
CO
NV
0909
93N
/C
CO
NV
0909
93N
/C
CO
NV
0909
93N
/C
CO
NV
0909
93N
/C
CR
AY
0909
93N
/A
CR
AY
0909
93N
/A /
CR
AY
0909
93N
/A
CR
AY
0909
93N
/A
CR
AY
0909
93N
/A
0909
93N
/A
CR
AY
0909
93N
/A
CO
NV
0909
93N
IC
CO
NV
0909
93N
jC
CO
NV
0909
93N
/C
CO
NV
0909
93t4
/C
CO
NV
0909
93N
/C
CO
NV
0909
93N
IC
CO
NV
0909
93N
/C
CO
NV
0909
93N
/C
CO
NV
0909
93N
/C
CO
NV
0909
93N
/C
CO
NV
0909
93N
/C
CO
NV
0909
93N
/C
#
-.—
...
...
..-
..__
____
______
___
----
-
APPENDIX
A,
PART
2COMPUTER
SO
E”I
’WA
RE
I’rE
MS
MO
lllil.
/1
TE
MC
1.IN
PR
OD
UC
TD
ES
Clt
IFT
ION
0-20
060
24tt
ES
EM
VE
D
6025
RE
SE
RV
ED
6026
RE
SE
RV
ED
.
6027
RE
SE
RV
ED
6028
RE
SE
RV
ED
6029
6030
6031
6032
6013
6034
6035
6036
60j’1
6038
6039
1190
-V
o1
6040
SI’K
119O
-V1O
6041
6042
6043
Df3
60-O
i60
44w
360-
O2
6045
~136
0-O
360
46IJ
f160
-(1
5
RE
SE
RV
ED
RE
SE
RV
ED
NE
SIS
RV
ED
RE
SE
RV
ED
liES
ER
VE
D
RE
SE
RV
ED
RE
SE
RV
ED
RE
SE
RV
ED
RE
SE
RV
ED
RE
SE
RV
ED
VM
SO
F’1
’WA
RE
AC
SL
SU
NIX
RE
SE
RV
ED
CR
AY
AI”
rAC
N
NS
’IWO
RK
OP
ER
-A
TIN
GS
YS
TE
M
EF
F.
S’r
lO
EM
DA
TE
CO
N / / I / I f I / / / / / / I /
S(I
’K09
0993
N/E
SI’K
0909
93N
IE I
SU
N09
0993
N/E
CD
C09
2893
NIB
MA
I1/T
PK
GU
ND
ER
CC
C09
2893
N/t
3N
W2
MU
LT
I-M
FR
AU
EC
DC
0928
93N
/BM
OO
UN
DE
RN
OS
2T
llAC
EN
UN
DE
RC
oc
092E
93N
/BN
(IS
2
MO
NT
IILY
YE
AR
1Y
~R2
YE
AR
3Y
EA
R4
MA
INT
EN
AN
CE
YE
AR
5C
os’r
YE
AR
6Y
EA
N“t
BM
MC
/CN
RG
BM
MC
/CN
RG
BM
MC
/CN
RG
B14
t4C
/CN
RG
BM
MC
/CU
RG
BM
MC
/Cl{
l+G
EM
4MC
/CllR
G
I
YE
AN
8t3
MIlc
/cllR
G
..-
-—--
--.—
——
.._._.
.—
.._-
—-
——
---
AP
PE
tlD
IXA
,P
AR
’1’
2C
OM
PU
TE
RS
OF
TW
AR
EIT
EM
S
Mo
oE
L/
MO
NT
IILY
MA
INT
EN
AN
CE
CO
ST
~.~~
EF
F.
ST/
YE
AR
1Y
EA
R 2Y
EA
R3
YE
AR
4Y
EA
R5
YE
AR
6Y
EA
R“J
YE
AR
8C
LllJ
PR
OIIU
C’J
’K
JES
CR
IPT
ION
0E24
DA
TE
CO
NB
MIY
C/C
t[R
GLW
4t4C
/CNR
GB
FJN
C/C
llRG
BM
MC
/CJI
RG
BB
INC
/C)l
RG
IM4M
C/C
}lK
GB
NN
C/C
llt{t
;bM
Mc/
(:ll
ltG
6047
JM160-1N
M’W
KA
CC
ME
W-
CD
Co
0[)
UN
DE
RN
OS
260
48JJ
tt60
-1lN
rJW
AC
’J’lV
EF
AC
CO
C1
UN
DE
RN
OS
2
6049
JJt3
60-1
RE
MO
TE
BA
’rC
llC
JX!
2F
AC
UN
DE
RN
OS
260
50:t
J60-
1C
YJJ
ER
CR
OS
SS
YS
CD
CU
ND
ER
NO
S2
6051
rJ86
0-1
NO
SO
N-L
INE
MA
NC
DC
50U
ND
ER
NO
S2
6052
D86
0-2
FO
RT
J4A
NU
ND
ER
CP
Co
NO
S2
6(J5
3D
1360
-2JJ
AS
ICIN
TE
RA
CT
1C
DC
4V
ElJ
ND
EJi
NO
S2
6054
JN36
0-2
CY
tJL
170
CD
EC
DC
50G
NI’R
UN
DE
RN
OS
6055
D86
0-2
NO
SC
ON
TE
XT
CD
C
52U
ND
ER
NO
S2
6056
rMJ6
0-2
XE
DIT
3U
ND
ER
C&
8N
OS
26L
J5”t
:860
-2C
YJJ
ER
INT
ER
DE
-C
DC
BU
GU
ND
ER
NO
S2
605B
DB
60-3
SO
JVt’
/ME
RG
UN
DE
RC
DC
3)4
0S2
6059
D86
0-3
PA
SC
A1,
170
CD
C4
UN
JJE
RN
OS
2
6060
r)86
0-3
F’IJ
LL
SC
RE
EN
ED
IC
DC
7T
OR
UN
13E
RN
OS
260
61D
860-
9P
J’F
/Q’~
FX
FE
RC
DC
0“1
RA
CU
ND
ER
NO
S2
6062
[)86
0-9
tUIF
AC
CE
SS
MJS
’PII
CD
C08
OD
SU
ND
ER
NO
S2
6063
D86
0-9
MA
SS
ST
ON
EE
XT
DC
DC
4U
ND
ER
NO
S2
6064
INJ6
0-2
FO
RT
RA
Nti
XT
TS
CD
C2
UN
DE
RN
OS
260
65J1
860-
3F
OR
TR
AN
415
AID
CD
C2
SU
ND
ER
NO
S2
6066
N22
5-O
CO
NW
CO
N1’
RL
PR
GC
UC
1lJ
NU
ER
NO
S2
606-
1N
261-
OC
MN
ST
UN
DE
RC
DC
1N
OS
260
68D
860P
-T
ER
MIN
AL
CL
US
-C
DC
351
TE
RF
AC
ILIT
Y
6069
N26
1-2
CW
NE
TT
CP
/IP,
CJX
’2
TE
Ltt
wr,
FT
P60
70K
14B
91IC
EN
-CF
DP
AC
K-
CC
C
0928
93N
IB
0928
93N
IB
0920
93N
IB
0928
93N
IB
0928
93N
IB
0928
93N
IB
0928
93N
IB
0920
93N
IB
0928
93N
IB
0928
93N
IB
0928
93N
IB
0928
93N
IB
0928
93N
IB
0928
93N
IB
0928
93N
/B
0928
93N
IB
0928
93N
IB
0920
93N
IB
0928
93N
IB
0926
93N
/B
0928
93N
IB
0928
93N
IB
0928
93N
IB
0928
93N
/B
...-
—.
____
_...
...
...
..-
AP
PE
liDlv
A.
PA
RT
2C
OM
PU
TE
RS
OF
’lWA
RE
ITEMS
nQ
JJE
L1
1‘M
MC
LIN
PiK
NM
JCi’
CW
X!R
IPI’1
ON
8A
GE
,O
PT
ION
1IN
CL
UD
ES
IGE
S,
fJJX
IGN
LJl
tAF
TIN
GC
IJJt
VJi
S&
SU
R-
FA
CE
S,
NU
RB
S,
MU
LC
AD
,P
AD
AM
M
6071
K14
B-9
I’CJU
4-C
FD
PA
CK
-00
AG
EG
EO
ME
TR
YS
UB
SE
T’
INC
LU
DE
SD
ES
IGN
DR
AF
TIN
GC
UR
VE
S&
SU
R-
FA
CE
S,N
UR
BS
6072
K14
B-9
ICE
M-G
PL
2060
”/3
AD
A-0
0A
DA
CO
MP
ILE
R
1-20
060
74
6075
60”/
6
60”)
”)
6ti”
lti
60’/9
6080
60ti
l
6082
6LJt
lJ
60J3
4
6011
5
60ti6
60B
”/
60iJ
lJ
MO
NT
NL
YW
AIN
rEN
AN
CE
CO
ST
EF
F.
ST
/Y
EA
R1
YE
AR2
YE
AR
3Y
EA
R4
YE
AR
5Y
EA
R6
YE
AR
7Y
EA
R8
OE
MD
AT
EC
13N
BM
WC
/CN
RG
BM
MC
/CN
RC
3B
MM
C/C
NR
GB
t4W
C/C
NR
GB
MN
C/C
llRG
EJw
Mc/
cllI{
GtJ
MN
c/cl
lRG
mM
c/cl
lltG
I
CD
C09
289S
CD
C09
289:
1218
94
NF
S-0
0N
EIW
OJt
KIN
GF
ILE
CO
NV
1218
941-
200
SY
ST
EM
CX
W-0
0C
XW
IND
OW
SS
OF
T.
CO
NV
1218
9,2-
200
Nu
T-0
0C
ON
VE
XIN
TE
RN
ET
CO
NV
1218
9.1-
3800
SE
RV
ICE
SU
NG
-20
CO
NV
EX
0sC
ON
V12
189
2-36
00(3
2U
SE
RS
)A
RT
SIN
I’ER
FA
C!E
CO
NV
1218
9S
OF
T.
UR
IVE
RN
FS
-00
t{E
J’W
OR
KF
ILE
CO
NV
1218
91-
3800
SY
ST
EJ4
UX
E-0
0U
XE
ltE
AL
TIM
EC
ON
V12
189
1-3B
O00
sC
XW
-00 X
WIN
DO
WS
cow
1216
52-
lLlo
o0s
CF
’r-0
0C
ON
VE
XF
OR
TR
AJI
CO
W12
1B!
131
Joo
ccJN
IJI1
.Elt
lJtJ
(;-2
0C
ON
VE
XO
SC
ON
V12
18!
~-z(
jo(3
2U
SE
RS
}lJ
li’r-
00C
ON
VE
XIN
TE
RN
ET
CO
NV
1218
1-20
0S
ER
VIC
ES
SO
FT
.C
FT
-00
CO
NV
EX
FO
RT
RA
NC
ON
V12
18
1-20
0C
OM
PIL
ER
CV
’3-0
0C
ON
VE
XC
ON
SIJ
L-
CO
NV
1218
4-20
0T
AW
TU
NG
-10
CO
NV
EX
OS
CO
DE
CO
NV
1218
0-20
0C
XB
-00
CO
NV
EX
BA
TC
llC
ON
V12
1[1-
200
PR
OC
ES
SIN
G
-——
....
....
..-.
____
——
..
I
-——
....-
AP
Pti
NIJ
IXA
,P
AR
T2
CO
MP
UT
ER
SO
FT
WA
RE
ITE
MS
MO
NT
IILY
MA
INT
EN
AN
CE
CO
ST
MO
DE
LI
ITE
ME
FF
.S
’I’/
YE
AR
1Y
EA
R2
YE
AR
3Y
f%A
R4
YU
R5
YE
AR
6Y
EA
R“1
YE
AR
8
CL
INP
Nu
DU
CT
DE
SC
RIP
TIO
NO
EM
DA
TE
CO
NB
Mt4
C/C
NR
GB
MM
C/C
llRG
BM
MC
/CN
RG
BM
MC
/Ctl
RG
BW
MC
/CliR
GB
NN
c/cl
lRG
uf4
Nc/
L”l
lRG
uM
Mc/
L’ll
lf(;
6fft
f9U
DD
-00
US
ER
WR
I’~E
NC
ON
V12
1894
N/C
....
,..,
1-20
0O
EV
ICE
DR
IVE
Rbf
190
IICR
-99
IICR
PA
SC
AL
IICR
1218
94N
/C9
6091
AR
TS
INrE
RF
AC
EC
ON
V12
1894
N/C
SO
FT
WA
KE
DR
IVE
R60
92U
XK
-00
UX
ER
EA
L-T
IME
----
..
..
--
...
.-
1O
\lER
AT
ING
SY
S.
6093
RE
SE
RV
ED
6094
CX
B-0
0C
XB
AT
Cll
1-20
060
95C
XB
-00
CX
BA
TC
II1-
200
6096
CX
B-0
0C
Xt3
A’1
’Cll
1-38
0060
97C
TM
-00
TO
OL
BO
X1-
200
b09
BC
TB
-00
TO
OL
BO
X1-
200
b099
CSS-
00S
IIAN
131
200
6100
RE
SE
RV
ED
6101
CS
D-0
0C
ON
SU
I.TA
NT
4-3M
O0
6102
UIJ
ICO
SU
NIC
OS
SY
ST
EM
SO
F’f
WA
RE
6111
3C
F77
CF
77C
ON
PIL
ER
CU
NV
1L1B
Y4
NIC /
CO
W09
0993
N/C
cofw
0909
93N
/C
CO
NV
T’B
DN
/C
CO
N09
0993
N/C
CO
NV
0909
93N
/C
CO
NV
0909
93N
/C /
CO
NV
TB
DN
JC
CR
AY
0909
93N
fA
CR
AY
0909
93N
fA
6104
PA
SC
AL
PA
SC
AL
CO
MP
ILE
RC
RA
Y09
0993
N/A
610S
ST
AN
IIAS
TA
ND
AR
DC
CR
AY
0909
93N
fA
RN
CC
OM
PI1
.ER
6106
CA
I.C
RA
YA
SS
EM
B[.
YC
RA
Y09
0993
N/h
I.AN
GIIA
GE
61u
”I‘~
CP
/IPN
ET
WO
RK
PR
OT
O-.
0909
93N
/EC
OL
SO
FT
WA
RE
6108
tlF
sN
ET
WO
RK
FIL
EC
RA
Y09
0993
N/A
SE
RV
ER
6109
DM
FD
AT
AM
IGR
AT
ION
CR
AY
0909
93N
/AF
AC
ILIT
Y
I
To
Ld
l%
ftud
reC
l)ar
ge
““”
Nu
llv~
lues
ind
icat
en
ose
par
ate
pri
cin
g
(.-
l
AI’I
UW
IIXA
,P
AliT
3E
NV
IRO
NM
EN
TA
L
tlO
DE
L/
ITE
M
CJ.
JNP
J{O
UJC
TDESCRIPTION
OEW
liOU
O1.
2128
8I(
AT
OM
OT
OR
KA
TO
0001
GE
NE
RA
TO
R
0001
RE
SE
RV
ED
8002
Yn
~lIE
AT
EX
CN
AN
GE
CR
AY
UIJ
LT80
03C
LT
ON
RE
FR
IGE
RA
TIO
NC
OP
E
CO
NIIE
NS
ING
UN
IT
ITE
WS
MO
NT
NL
YM
AIN
I’EN
AN
CE
CO
ST
EF
F.
sT/
YE
AR
1Y
EA
R2
YE
AR
3Y
EA
R4
YE
AR
5Y
EA
R6
YE
AR
7Y
EA
RD
ArE
CO
NB
MN
C/C
llRG
BM
MC
/CllR
GB
Wt4
C/C
llRG
BM
MC
/CllR
GB
WM
C/C
llRG
BM
MC
/CllN
GlM
MC
/L:l
lRG
tMM
c/L
:lll(
[;
0909
93l/E
/
0909
93IIA
0909
93l/E
Lto
o4
CR
AY
2co
ou
rR
ES
ER
VO
IRB
O05
L21
288
KA
TD
&iO
TD
R00
01G
EN
EK
AT
OR
t100
6L
2121
113K
AT
OM
OT
OR
0001
GE
NE
RA
TO
R80
0”)
1.21
288
KA
’1’O
MO
TO
R00
01G
EN
ER
AT
OR
t100
11C
RA
Y2
SU
PP
OR
TIIE
AT
EX
CN
AN
GE
RP
OD
tiO
O!J
(:R
AY
2M
AS
TE
RN
EA
TE
XC
IIAN
GE
RPOD
Uu
loR
ES
ER
VE
D
Bo
llR
ES
ER
VE
D
tiO
1251
3698
EN
ER
GE
NC
YO
FF
00C
ON
TR
OL
U01
3G
1144
5M
GC
ON
TR
OL
LE
R
L10
1423
0481
CO
MP
UT
ER
PO
WE
R00
CO
NrR
OL
8015
GE
26B
MO
1’O
tlG
EN
SE
T40
KV
A80
16R
ES
ER
VE
D
8017
RE
SE
RV
ED
8018
1816
40T
ER
MIN
AT
OR
00P
OW
ER
SU
PP
LY
&10
1918
1828
TE
tU41
NA
’rO
R00
PO
WE
RS
UP
PL
Y80
20R
ES
ER
VE
D
tio
21H
ES
ER
VE
D
li022
Gli2
6tl
MO
TO
RG
EN
SE
T40
KV
AU
02)
GI1
445
MG
CO
NT
RO
LL
ED
{
CR
AY
0909
932/
A
KA
TO
0909
9321
E
KA
TO
0909
932/
R
UA
TO
0909
932/
8
CR
AY
0909
932/
A
CR
AY
0909
932/
A / /
CD
C09
2093
3/B
AtJ
’rO
0928
933/
E
CD
C09
2093
31B
I@T
O09
2893
3/E / f
CC
C09
2893
3/B
CD
C09
2893
3/B / /
KA
TO
092t
193
3/E
EM
0928
933/
E
8
.
I
I
.
W m
N
m
2nm0!0m0
0
3
P!mm0m0
~
m“ m
nmm
-.
AP
1’E
IJD
IXA
.P
At4
T3
EN
VIR
ON
ME
NT
AL
ITE
MS
t40n
EL
/l’
rsw
C1.
INl’l
U31
XJC
’t’
DE
SC
RIP
I’IO
N
8024
GE
268
Mo
roR
GE
Nsu
r40
KV
A80
25G
I144
SM
GC
ON
I’RO
LL
ER
ti026
6’/1
284
SY
S?
EM
PO
WE
R62
MO
N1‘
TO
1480
27G
N25
2C
HIL
LE
DW
AT
ER
UN
IT80
2853
3698
EM
ER
GE
NC
YO
FF
00C
ON
TR
OL
8029
RE
SE
RV
ED
8030
5336
98E
ME
RG
EN
CY
OF
F00
CO
NT
UO
L80
11G
E26
8M
OT
OR
GE
NS
ET
4O
KV
A80
32G
I144
5M
GC
ON
TR
OL
LE
R
tilJ
33G
I125
2C
IIIL
LE
DW
AT
ER
UN
ITt1
034
6“/3
284
SY
ST
EM
PO
WE
R62
NO
NII’
OR
UO
15M
ES
EK
VE
D
B03
6R
ES
ER
VE
D
‘I’o
tdl
~nvi
rOlm
enta
I@
arge
““’
Nu1
lvdlues
il)di
cdte
no
EF
F.
Sri
YE
AR
1M
ON
rNL
YM
AIN
TE
NA
NC
EC
OS
’rY
EA
R2
YE
AR
3Y
EA
R4
YE
AR
5Y
EA
R6
YE
AR
7Y
EA
R8
OE
ND
AT
EC
ON
BH
14C
/CH
RG
BL
wC
/CH
RG
BM
NC
/CllR
GB
MM
C/C
1iR
GB
14M
C/C
llRG
BN
MC
/CllR
GB
NN
C/(
’lll{
Gm
4Nc/
(’llN
G
KA
’I’O
0928
93
AU
TO
0928
93
CD
C09
2893
CD
C09
2893
CD
C09
2893
CD
C09
2893
Ew
0928
93
AU
TO
0928
93
CD
C09
2893
ClIC
0928
93
3/E
31E
3/B
3/B
3/B /
31B
3/R
3fE
3fB
3/B / /
sep
arat
ep
rici
ng
..—
.—.
1
_._-
..—
——
——
r.-)
.+PPESDIX B
Acronyms
ACDACSADPEARTSSATtMBAFOBMMCCAD -CBXCDDICLINCsccDCMDPADVALEMSFARFCOFDDIFMRF.O.B.FSCSFrsGDCMGEOLABGFEHVACHzIPGPLCNLaRCLaRCNETLaRCWNLaTSM-GMPPNASNCSNFSNOS .NQSOAS
Analysis and C(~mputmion DivisionAccess Control SystemAutomated Dat~ Processing EquipmentAdvanced Real-Time Simulation SubsystemAsynchronous Transfer NfodeBest And Final OfferBasic Monthly ,Maintertance ChargeComputer Aided DesignComputerized Branch ExchangeCopper Distributed Data InterfaceContract Line Item NumberCentral Scientific Computing ComplexDivision Computing ManagerDelegation of Procurement AuthorityData Vkualization and Animation LaboratoryEnvironmental Monitoring SystemFederal Acquisition RegulationField Change OrderFiber Distributed Data InterfaceFacility Malfunction ReportFree on BoardFlight Simulation Computing SubsystemFederal Telecommunications SystemGraphic Data Center ManagerGeometry LaboratoryGovernment Furnished EquipmentHeating, Ventilation, and CoolingHertzInstallation Provided Government PropertyLoosely Coupled NetworkLangley Research CenterIaRC Local Area NetworkLaRC Video NetworkIARC Telecommunications SystemMotor-GeneratorMassively Parallel ProcessorNumerical Aerodynamic SimulatorNOS Computing SubsystemNASA FAR SupplementNetwork Operating SystemNetwork Queueing SystemOptical Archival System
7/27/93
OcoOEMOP.MPSCNPMPPMRFPSCOMACSEBSMDSSMRSNS -sowSPRSsoSTSvsUPSWORM
Operations Control OfficeOriginal Equipment ,ManufacturerOperational Procedure MemorandumProgram Support Communications NetworkPreventive .MaintenancePrinciple Period of .MaintenanceRequest For ProposalScientific Computing, Operations, Maintenance, and Communications ServicesSource Evaluation BoardSwitched Multi-Megabit Data SemiteSystem Malfunction ReportSupercomputing Network SubsystemStatement Of WorkSoftware Program ReportSource Selection OfficialStatusScientific Visualization SystemUninterruptible Power SupplyWrite-Once-Read-Many
7i27193
I
.
EXHIBIT B
CONTRACT DOCUMENTATION REQUIREMENTS
EXHIBIT &= cONTRJCT 00CUMENTATION REOU[REMENT5
I. DOCUMENTATION PREPARATION/SUBM18S10N INSTRUCTIONS
Financial Management Reports--The contractor shall comply with theSe~tio~”I clause of this contract entitled “NASA contractor Financial ManagementReporting” by monthly submission of NASA Form 533M. The form shall be preparedand submitted in accordance with the instructions set forth on the reverse side ofthe form and NASA Handbook “Procedures for Contractor Reporting of Correlated Costand Performance Data” (NHB 9501.2) as further definitized below.
Each 533M shall specify the actual monthly maintenance charge for eachCLIN. The Contractor shall provide upon request data to support that thespecified actual monthly charges were the lowest of the three prices referenced inH.18.
I. Ilue not later than the 10th operating day following the close of theContractor’s accounting month being reported. -
2. Columns 7.b. and d. shall be completed using. financial baseline plan approved as part of the Management
3. Columns 8a. and b. shall be completed usingfor the succeeding two months.
4. Minimum reporting categories:
Direct Productive LOE Labor Ifours:Straight Time HoursOvertime HoursSubcontract Hours (I-NET)Subcontract Hours (Other)
Total LOE Hours
Non-LOE Hours
Oirect Productive LOE Labor Cost:Straight Time CostsOvertime (w/o Dremium) CostsOvertime PrefnihSubcontract CostsSubcontract Costs
Total LOE Costs
Non-LOE Labor Costs
Overhead
System Maintenance
(I-NET)(Other)
the time-phasedand Operations Plan.
estimates (forecasts)
ODCS:Specified Other Oirect CostsCompany 8pecific:
TravelTrainingRecruiting and RelocationFacilityMiscellaneous
Subtotal
Total 00CS
GiiA
Total Cost
Award Fee
Phase-In
Total
5. Each 533M shall include a narrative explanation for monthlyvariances exceeding 10 percent between planned hours and dollars and actual hoursand dollars for each reporting category.
6. Each 533M shall include an attachment which details by month and byreporting category the Contractor’s current estimate to complete the contract(this should equal the sum of Columns 7c, 8a, 8b, and8c).
7. The total level-of-effort subcontract cost category should besupported by a separate 533M completed by your subcontractor.
B. Quarterly Financial Management Report--The Contractor shall submit aquarterly financial report detailed by categories specified in A.4 above on NASAForin533Q at times and in accordance with the instructions contained on thereverse side of the form.
c. Management and Operations Plan--Within 30 calendar days after contractaward, the Contractor shall submit for the Contracting Officer’s approval acomprehensive Management and Operations Plan containing, as a minimum, thefollowing:
1. Continuing Plan--Detailed plans for maintaining competent staffing ateach organizational level. These plans shall include the methods to be employedin acconnnodatingfluctuating workloads, for backup arrangements to accommodatepersonnel absences, for personnel training and for recruiting replacements andadditional personnel. Include management policies which contribute to employeeretention, morale, and productivity, such as career development, fringe benefits,leave, salary, employee recognition, and recognizing and correcting morale
problems. Include your company policies for the recruitment, hiring, training,and career development of individuals with disabilities. Also, include program(s)for motivating and incentivizing employees to continuously improve and increaseproductivity.
~ Technical Operations plan--plans for organizing, assigning resources,and perfo~ming each task area outlined in the Statement of Work; tracking andcontrolling the work; recognizing ~nd reporting technical problems and scheduleslippages and follow-up on reported problems. [n addition,description of:
include a briefthe proposed method of controlling actual versus planned costs;
procurement functions to be performed at the contractor’s facility/home office;your purchasing practices and procedures; plans for selecting, monitoring andadministering any proposed subcontract effort; and plans for maintainingoperational status of Contractor-furnished Items and Government-furnishedEquipment.
3. Contractor’s Facility--Location, general description, and interiorlayout of the facility, including Jesse and/or purchase agreements, the methodplanned for maintaining full operational capability of the facility.
4. Organization --An organization chart and narrative describing theproposed organization, Contractor/Government interfaces, lines of authority withinthe organization, and responsibilities and authority of the Key Personnelincluding a discussion of the proposed managerial authority, autonomy andrelationship with the “home office,” if applicable.
5. Financial Baseline Plan--A time-phased financial baseline plan,detailing by month how you plan to incur cost for the period, shall be submittedfor the initial contract period (24 months). Financial baseline plans for each ofthe remaining option periods (except for the six one-month option periods) shallbe submitted within 10 days of the effective date of the option being exercised.Financial baseline plan revisions resulting from the exercise of priced optionhours shall be submitted 10 days following the effective date of the option beingexercised. This plan shall include the periods by the cost categories specifiedin Paragraph A.4 above. The total estimated cost and level of effort reflected inthe baseline plans must equal the contract values for the total contract period.
The Management and Operations Plan shall be updated as required during thecontract performance by submission of revised pages for approval of theContracting Officer.
o. Safety and Health Plan-- Within 30 calendar days after the effective dateof the contract, the Contractor shall submit a detailed safety and health planshowing how the Contractor intends to protect the life, health, and well being ofNASA, Contractor, and subcontractor employees as well as property and equipment.This plan, as approved by the Contracting Officer, shall be in accordance withNASA FAR Supplement 18-52.223-73 and should contain, as a minimum, the following:
1. Points of Contact and Responsibility - Organizational flow chart anddescription of responsibilities of each employee in your organization for safety.
2. Employee Safety Training, Certification and Programs - Detailedinformation on type of training required, parties responsible for certification,and outline of applicable regulations. Detail company programs which emphasizepersonal safety and motivated employees to be safety conscious.
3. LaRC Safety Policies/Procedures - Recognition of applicable LaRCsafety policies and procedures such as Langley Handbook 1710.10, LaRC Red TagSystem.
J. Accident Investigation and Reporting - Procedures for investigatingand reporting accidents/incidents including immediate notification to the NASAL.+I?C laf~ty Manager of all injuries and damage to equipment or facilities.
5. Hazardous Operations -
(a) Description of hazardous operations involved in contractperformance.
(b) Plans for apprising employees of all hazards to which they maybe exposed.
(c)- Proper conditions and precautions for safe use and exposure tohazardous operations. Include recognition of LHB 1710.12, Potentially HazardousMaterials.
6. Equipment Inspection/Repair - Procedures for equipment safetyinspection and repair.
7. Other Safety Considerations - Any other safety considerations unique
. to your operation.
E. Quarterly Accident/Injury Report --The Contractor shall submit aQuarterly Accident/Injury Report within 10 days after the end of each quarter.
F. Monthly Progress Report --The Contractor shall submit a monthly progressreport summarizing work progress, manpower utilization for assigned work orders,and material expenditures. This report shall be submitted within 10 daysfollowing the end of the reporting period.
G. Monthly Staffing Report --The Contractor shall submit a monthly reportlisting the staffing for that month for each organizational task area.
H. Quarterly Overtime Utilization Report --The Contractor shall submit asummary of overtime utilization by task area with an explanation for the use. -This report shall be submitted within 10 days following the end of the quarter.
I. Conformable Wage Rate Agreement --Within 15 days after the effective dateof the contract, the Contractor shall submit a report confirming conformable wagerate agreement as this subject is addressed in the Section I clause entitled“Service Contract Act of 1965,” for those individuals employed by the ContractorWho are covered by the Service Contract Act, but are not listed in Exhibit F.
J. Collective f3argaining Agreements-- The Contractor shall provide theContracting Officer with copies of any collective bargaining agreements, andamendments thereto, which arise during the course of the contract and which applyto Contractor employees assigned to the contract.
K. Report of Government-Owned/Contractor Held Property (NASA FORM 1018)--The Contractor shall submit the NA.SA Form 1018 no later than July 31 of each yearin accordance with the Section I clause entitled “Financial Reporting of
Government-ownedlContractor-hel d Property.”
L. CJocumentation for Transferring Property to the Government
In accordance with the Installation-Provided Government Property clauseof this contract, accountability for that property which is acquired for theGovernment under this contract shall be passed to the Government using thefollowing procedure:
The transfer of accountability Shall be initiated by the Contractorsubmitting a Requisition and Invoice/Shipping Document, 00 Form 1149, accompaniedby a copy of the Contractor’s applicable purchasing and receipt document for theproperty. The Contractor shall insert both the Contractor’s Subcontract PurchaseOrder number and the Government contract number on the DO Form 1149 under the“Federal Stock Number, Description, and Coding of Material andlor Services” block.For purchases of supplies and materials, this document shall be submitted within30 days after the end of each calendar-year quarter (that is, not later thanJanuary 30, April 30, July 30, and October 30). For equipment purchases, thisdocument shall be submitted within five workdays after acceptance of each item ofequipment by the Contractor. Receipt by the Contractor of a copy of the DO Form1149 signed by the Government relieves the Contractor of accountability for theproperty specified on that form. -.
M. Subcontracting Reports-- The Contractor shall submit Standard Form 294,Subcontracting Report for Individual Contracts, Standard Form 295, SummarySubcontractor Report, and NASA Form 667, Report on NASA Subcontracts, inaccordance with the instructions on the reverse of the form. In addition to otherinstructions on the reverse of the SF 294, the Contractor is required to submitthe reports at the end of each calendar quarter (March, June, September, andDecember) and to report awards to Women-Owned (W-O) business, Historically BlackColleges and Universities (HBCU’S) and other Minority Educational Institutions(MEI’ s). This information shall be detailed in Block 18 as follows:
Subcontract awards to small H-O businesses this report period: $
Subcontract awards to HBCU’S andlor MEI’s this reporting period: $
The total subcontract dollars to W-O businesses, HBCU’S, and MEI’s shallbe included in Blocks 15a and 16.
ln addition to the instructions on the reverse of the SF 295, theContractor is required to comply with Clause 18-52.219-75, Small and SmallDisadvantaged Subcontracting Reporting.
N. Award Fee Self-Evaluation Report --Within 10 working days after theconclusion of each award fee evaluation period, the Contractor shall submit areport that sunnnarizes the major work accomplishments including positive andnegative aspects of performance and analyze~ actual versus planned costs andhours. The sunnnary of the major work accomplishments should include sufficientdetail to identify the work and explain the Contractor’s accomplishments. Thissummary should also address the overall performance of the various elements of theCentral Scientific Computing Complex (CSCC) and reflect Contractor performance inCSCC operation, and maintenance, communications, and distributed computing anddata reduction system area. Employee turnover figures should be included as well.The analyses of actual versus planned costs and hours should address each of thecategories described in the Financial Management Reciorts section of this Exhibit.——
4 --
i. ‘_’ 1
Thij analy~ij shall be for the award fes evaluation period only, and shall COnSist
of gnly totdl contrdct values (not for edch work order). A ndrrative explanation
for each significant variance shall dlso be included.
o. 5kill Mix and Wage Report-- Within 30 cdlendar days after the effectivedate of the contract and annually thereafter, the Contractor shall submit a skillmix and wage report to include the following: (1) employee name listedalphabetically; (2?) current hourly labor rate; and company job title. Follow-upreports shall be submitted within 30 calendar days following the end of eachcontract year to include the above information as well as the hourly labor rateand percentage of labor escalation (if any) from the previous report, and theamount of any bonuses received.
Company-job titles different from the Government job titles specified inRFP 1-41-1100.1015 shall be cross referenced (unless new or additional) to theGovernment titles. Each report shall include an explanation for any laborescalation, which exceeds 2.25 percent.
P. Award Fee Evaluation Plan--The award fee plan will include separatecriteria in which to evaluate the Contractor’s continuous improvement achievements
. during each six-month evaluation period. Accordingly, the Contractor shall submitthe following:
1. Identification and description of the continuous improvement area(s)to be considered for award fee evaluation.
2. Quantification of the expected tangible improvements.
3. Identification of the applicable metrics to be used to measureactual achievement of the improvements.
4. hiilestones for development and implementation of the improvements.
5. Sunnnaryof Contractor’s achievements associated with meetingidentified continuous improvement objectives.
Items 1 through 4 should be submitted for each of the six-monthevaluation period and should be received by the Government no later than 15working days after the start of each evaluation period. Item 5 shall be submittedto the Government along with the Award Fee Self-Evaluation Report (Ref. ParagraphN above), which is due within 10 working days after the conclusion of each awardfee evaluation period.
Q. Miscellaneous Oocumentation-- The Contractor shall provide additionaldocumentation as specified in Section C.8 - Documentation of the Statement ofWork.
II. DOCUMENT DISTRIBUTION REQuIREMENTS--ALTERNATE I (LaRC 52.21O-96)(JUN 1988)
A. Unless,otherwise specified elsewhere in this contract, reports and otherdocumentation shall be submitted F.O.B. destination as specified below, addressedas follows:
i {-) ‘..L -_
National Aeronautics and Space AdmlnistratioflLangley Research CenterAttn: Mail Stop _Contract NAS1-20048 ‘ttdmPtOrl, VA 23681-0001
8. The following letter codes designate the ret’documentation which are required to be delivered preps’Center by the Contractor:
A--Contract Specialist, Mail Stop 126
pents of reports and otherd to Langley Research
B--Con4racting Officer Technical Representative, Mail Stop 1570
C--New Technology Representative, Mail Stop 200
O--Cost Accounting, Mai 1 Stop 135
E--Safety Manager, Mail Stop 429
f--industry Relations Representative, Mail Stop 144
G--Programs and Resources Division, Mail Stop 104
H--Patent Counsel, Mail Stop 143
I--Industrial Property Office, Mail stop 377
J--According to instructions on form
K--Management Resources Office, Mail stop 105
c. The following are the distribution requirements for reports and otherdocumentation required with the numeral following the letter code specifying thenumber of copies to be provided:
LETTER COOE ANO~ DISTRIBUTION
Financial Management Report (NASA Forms 533M A-1, B-2, D-2,and 533Q) K-1, G-1
Management and Operations Plan and Revisions A-1, B-6
safety and Health Plan and Revisions A-1, B-2, E-1
Monthly
Quarter”
Monthly
Quarter’
Progress Report A-1, B-10
y Accident/Injury Report A-1, B-1, E-1
Staffing Report A-lr B-4
y Overtime Utilization Report A-1, B-6
Conformable Wage Rdte Agreement A-1, B-1, F-I
New Technology Report C-1, H-1
Collective Bargaining Agreement A-1, B-1, F-1
Report of Government-Owned/Contractor Held Property A-1, B-3, I-4(NASA Form 1018)
Subcontracting Report for Individual Contracts A-1(Standard Form 294)
Summary Subcontractor Report (Standard Form 295) A-1, J
Report on NASA Subcontracts (NASA Form 667) A-1, J
Requisition and Invoice/Shipping Document I-1(DO Form 1149)
Skill Mix and Wage Report A-1
Award Fee Self-Evaluation Report A-1, B-1
Award Fee Evaluation Plan A-1, B-1
D. When the Contract Administrator (A) is not designated above to receive acopy of a report or document, the Contractor shall furnish a copy of the reportidocument transmittal letter to the Contract Administrator. The Contractor shallalso furnish a copy of the transmittal letter and a copy of each FinancialManagement Report to the delegated Administrative Contracting Officer of thecognizant DoO (or other agency) contract administrative services component.
.-EXHIBIT C
GOVERNMENT-FURNISHED PROPERTY
1“:.111
y~e EoLlowi.ng items ‘will be furnished on or about September ~, Lggs.
f-l~~(”p[~”r[ofl———————-—_______—-----—-———--——————--—
~[-rDIc~]l~lJALCART. 2 SHELPEEFER ~lETRQMEPIA. S/N2EEFER . METROMEDIA. S/NPEEPER . METROMEL~lA, SIN.BEEFER. METROMEDIA. SINBEEPER. MOTOROLA BRAVO.BEEPER. MOTOROLA BRAVO.~EEFER . MOTOROLA BRAVO.BEEFER. M@”P3ROLA BRAVO.PEEFER. MOTQROLA BRAVO.BEEPER. MOTOROLA ENVOY.PEEPER. MOTOROLA ENVOY,BEEPER, MOTOROLA ENVOY.HEEFER. MOTOROLA ENVOY.BEEPER. MOTOROLA ENVOY.FLACKBOARD. 2x3 m-HLACK.80ARD. 3x4 =.BLACKBOARD. 3x5 FT.BLACKBOARD, 4x6 FT.EO(JKCA5E. 2 SHELF
,F. QAK. [iAYNESBD4BSY4XVKBD4X5QXCJGBE4BSU3J”I”3BE4BSU3JV3S/N 334BPS7M52S/N 334BPY8U17S/N 334BPY8U33S/N 334BPY8U47S/N 334BPY8U52S/N 616BNZOD58S/N 616BNZOD64S/N 616BNZOD75S/N 616BNZOD76S/N 616BT’JZOE04
BOOKCASE. 3 SHELFBIJLLETIFJ BOARD. 1-1/2x2 FT.. QuART~BuLL~IN BOARD. 2x3 FT.BULLETIN BOARD, 3x4 FT.cl!BINET. 2 DOOR, GREY, ALL STEELCABINET. 2 LINITS# BLACK? DEN” ‘AT’LCALCULATOR. CASIO M/N FR-105S. S/NcALCULATOR. RADIO SHACK EC-4031. SOLARCALCULATOR, SHARP EL2630A. S\N 18058396CALCULATOR. T1542. oW/TAPE. TEXAS INST.CAMERA. POLAROID AE1OO W\FLASHCART . 3 SHELF. BROWNCffA IR . ARM, BEIGE. TEAKCHAIR. CONFERENCECHAIR . EXECUTIVE(:WIAIR. FOLDING. GREEN SAMSONITE(:IfAIR. STENO
Q~~
---
11111111111111112649
231
374211111113
4510
41315
COMPUTER.COMF~JTERo
CQMF1.~EF!.COMPUTER.COMPUTER.cCIMPIJTER.(:f)MFUTER.CQMFUTER.CCWIF!.fTER.CCIMF[.lTER.r!?MF1rrFR ,
. . ..CHA 1R ; sWIVEL W/ARMScHAss[s, EXPANSION. SIGMA INFO. S/N 2200 1
(:[SCO SYS. . M\N ASM\232~. S\N A12f38Y329 13CLOCK, ‘WALL
BSI 486DX2. S\N X393811 1
BSI FD-556FR. S/N Q854239 1
cOMPAQ DPRO, S/N 4606053BOO02 1.
DF1 . s/N 91110821DFI. S/N 91110824GAT~Ay 2000, 33C, S/N 343835IBM 5170. S/N 01205235170IC, M/N IC’386, S/’N 903836MICROSERVE 286. S/N 61211f315MICROSERVE 286, SIN 61211021N(u13 138K. S/N 0293K119078
L
1
1
1
1
111
u; I—-—
EAEASA
EAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEA
~,~T,~ ~
VALI-rE_—--———----
229.00142.00100.00150.00150.00135.00135.00135.00135.00135.00
89.0089.0089.0089.0089.0020.0036.00
194.00261.00373.00
2,303.0012.00
368.0070.00
139.00334.00
30.0025.0075.0081.00
144.00105.00434.00
2,780.002,219.00
48.001,692.001.566.001,986.009,920.00
63.001,771.001.283.Oo2.813.001.326.Oo1,326.Oo2,995.005,362.001.530.001.200.001.200.001,579.00
I1“. .
p~~f:p!?T!’7N________ -—---- _-__ —. ——-——-___ ----—---—
DISPLAY.!21SFLAY.PIsFLAY.DISPLAY.DISPLAY.DISPLAY.@I SFLAY.P [SPL,AY .DISpLA’i.D[5FLAY,@IsFLAY,DISPLAY.
(--~~~r:.f”~z~. p/~”NFgR~ lWII 295, S/N ~M~~~45
~;\:M~lJ1’:~, sUN 47B, SjN 221M296~
CQMF1.JT5R. SUN MICRO 147B4. S/N 029F0237cc)MpljT~R w/’KEY!3,DEC VT~20” s/N TA13254
CONSOLE, MICROSERVE 296, S/N 61208161CREDENZA, 2 DR., BROWDATA . RACK, BLACK/WALN~. WILSON JONES@ESK. SIN(;E FE@&TAL. ‘ooD@ESK . W/R.~URN, F~Y/WALNW, STEELCASEDISK DRIVE. CDROM. M/N 411. S/N 125G5017DISK DRIVE, TOTAL TEC SYST~S. S/N 36767
AAMAZING 8484EX. S/i’J KAM1H01405CASPER TE5154, S/N 89017247cOMPAQ D=KPRO” ‘/N ‘MA9B4429GATEWAY PMV1448, S/N T9797333HITACHI HM41195, S/N 021CN0397IMTEC 1256A, S/N 90502249IMTEC 1256A. S/FJ 90703468
NCD HM-4419-D. S/N 415110-68SAMSUNG CVM4963. S\N 10201291SLIN GDM1962B. S\N 9214DX0730
TATUNG CM14SBS. S/N 12410555TATUNG VM3401, S/N 2710046
iIIsFLAY CiNIT. cOROATA. s/N 1092201320DISPLAY UNIT. CORDATA, S\N 1092201328DISFLAY UNIT. CTX 5468A. S/N 14803234PISPLAY UNIT, IBM 5153. S/N 0163693DRAWING BOARD, KOH-I-NOORFAX MACH.. FUJITSU DEX170, S/N 334301165FILE. 16 DR., GREYFILE. 2 DRAWERFILE. 3 TIER. GREYFILE. 4 DRAWER
ilLE. 5 DRAWERFILE. FIRESAFE, W/LOCK, GREY. SCHWABFOOTREST, KEYPUNCH. WRIG~INE.HAND TRUCK, REDHAYES SMARTMOD~ 1200. S/N A05868023754HAYES SMAR~ODEM 1200. S/N A05868023769HAYES SMARTMODEM 1200. S/N A05868023791HAYES SMARTMODEM 1200, S/N A05868023798HEATER, PORTABLE. ARvINKEYBOARD. BEL~ON, S/N 512655KEYEOARD. BELTRON, S/N 512656KEYBOARD, BSI FKB47OO-101, S/N HY483316KE’{5f?ARD. BTC 5060. S/N 61126824KEYBOARD, BTC 5060. S/N 70427586..—KEYBOARD. DELL AT101KEYBOARD. FUJITSU FKB4700, FiN HX475778KE’fBOARD. GATE’4AY. S/!{ 92111’749KEYBCARC, IBM. S/N 262091659KE’{81:ARD, L[T50N SK0021rJ. S/N K910906553
c-m-——
111111
11
111
11111111111111111117110
2121111
i1111111L11
u; !---
EsEAEAEAEAEAEAEA
EAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEliEAEAEAEAEA~~
EAEA
1,375.C28,565 .0!2
11,726.00461.0~
2,~55.oo259.00
94.0080.00
713.00556.00
4,883.00307.00399.00200.00395.00
2.500.0075.0075.00
1,925.00318.00400.00290.00275.00469.00469.00350.00470.00
31.00970.00180.00666.00175.00
1,746.00250.Oo
1.191.0022.0015.00
348.oo348.00348.00348.00
36.0090.0090.0040.~o50.0050.0075.go44.ofI39.00~o,g~
55.00
r\=q-g~=~[QpJ----- . . .___________ —————---—-------- ——-—-- -_—_
F;:’f’3c AR9K:’f H@Af?D,!(~v~(_~RD
K5YBOARD.[<EYB~ARD ,
KEYBOARD .KEYBOARD ,KEYBOARD .KEYBOARD .KSYBC)ARD.
KEY50ARD,KEYBOARD.KEYBOARD.KEYBOARD.KEYBOARD.KEYBOARD.I<EYBOARD,[email protected])ARD,
LITEON SKO021’J. S/’N. K91”0906560MAXI-SWITCH. S/’N 00002030[MAXI–SWITCH . S/N 00541709MAXI–SWITCH. S/N 129096MAXI–SWITCH. S/N 170916MAXI-SWITCH CO.. S/N 00002030MITSUMI . S/N 8902090508MITSUMI . S/N 8902090510MITSUM.r. S/N 8902091193MITSUMI . S/N 8902-090728MTEC K104. S/N KB20668112MTEK. M/N K104, S/N-KB20668119M/N JCC-101FX. S/N 0192496NCD N-976 S/N C0120668ORNICRON 101 KEY S/N 80818317ORNICRON BTC5339. S/N 80303269ORNICRON BTC5339. S/N 80818624ORTEK MCK-101FX. S/N 1009845SAMSUNG E0345XTAT, S/N 0779046SAMSUNG E0345XTAT. S/N 0779047SUN E03470014, S/N 9118004845slJN Eo3470014, s/N 9219004502TELEVIDEO
LAMP, DRA~ING, BRONZE, DAZORMONITOR. DELL VC-2, S/N U41OO19295MONITOR. FO1.fNTAIN. S/N 617111402MONITOR. FOUNTAIN, S/N 6181110057MONITOR. FOUNTAIN, S/N 618111038MONITOR. lMTEC 1256A, SIN 90500936~OrJITORp IMTEC 2256A, S\N 90500995MONITOR. IMTEC 1256A. S/N 90501021MQNITOR. IMTEC 1256A. S/N 90503060
- MCNITOR. MAGNA. 8CI’45150741, S/N 51753993MONITQR. MAGNA. 8CM5150741. S/N 51754132M@NIT@R. MAGNA. 8CM5150741, S\N 52983656MONITOR. MAGNA. CM8562074G. S/N 54346410
-, MQNITOR. NEC MULTISYNC, SIN 9YM401O5JMONITOR. SAMSUNG, S/N 91101737,yCN~T@R. SAMSUNG MA2565. S/N 91802319$?2NITQR. S(IN MODEL M, S/N 847AZO086MONITOR TELEVIDEO 965 S/N 3dB-B88120161DPICNITOR TEL&VIDEO 965 S/N 30B-B88120277DMONITOR TELEVIDEO 965 S/N 30B-B88120294DLwOr{IT. . SAMSIJNG EGA CM4531. S/N 0779046MCNIT. , sAMSr~G EGA CM4531, S/N 81503990MON. 19” C(2L, ZENITH. S/N 721-16220072QVHD PROJ. . AN3LL0 A1-1OOO, S\N 7060863.~LO~ER. 5 PEN, FAc~T, s/N 0~835602-01
P’20fUM. WCOD. HANDMADE‘S!!i~ER. AF@LZ ?46000, Si”N CA8031ZGYM6000F!?f?fT5R. 9URRC)~JGHS 9252, S/’N 313971996FRINTER. DI’;[TAL LA50-RA. S/N TCH-1760A
u/ I---
~~
EAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEA.EAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEA~~
-m-i-aL{j~~~~
-—________ .
65.0089.0053.clo99.CO89.0089.00
105.00105.00105.00105.00
50.0070.0090.0083.00
105.00100.00100.00
75.00150.00150.00
90.0070.00
372.0062.00
539.00125.00125.00125.00
75.0075.0075.0075.00
279.00279.00279.00279.00250.00
85.0085.00
1.863.00374.00374.00374.00250.00250.00259.00230.00425.00100.00
3.472.001.’3’35.00
550.00
.
I1:.&
nrqr”nro?[~b~--------_____ -— —-——_.-_ -- —- ——----— -—- —-- ——__-_—
pq [ pJT’~~ , 11P 2636A. si~ ~602J77g2~
FRINTZR. HP LASER JET. S/N 2743J70159
FRINTER. LASER. HEw-pAC, ‘~~{ 2719’’30239FRI?U”ER. NEC LC890. S/N 299299734
FRINTER. NEC LC890. #289265320
FRINTER. NEC LC890. #289265324
FRINTSR. @KIDATA 182. S/’N 411AO025246
FRINTER. @KIDATA 182. S/N 601B0149862PRItJTER, OKIDATA- 182. S/N 605B0179095FRINTER. OKIDATA 182, S/N 605BOL791O6PRINTER. OKIDATA 182. S\N 606B0208542PRINTER, OKIDATA 182, S/N 607B0211461PRINTER. PANASONIC, S/N 91MAQ155088FRINTER. REMOTE. CDC 556-1PRINTSR. STAR MICR., S\N 350090618477PRINTER. STAR NX-10. S/N 180470401665PRINTER. STAR NX-10. S/N 180470402005FRINTER. STAR NX-10, S/N 180470402006PRINTER. STAR NX-1OOO, S/N 310071104857FRItJTER. STAR NX-15. S/N 250061200377PRINTER. STAR NX-15. S/N 250070100599FRItJ”rER. STAR NX-15. S/N 250280400158FRINTER. STAR NX-15, S/N 250280600531FRIFJTER. TEXAS INSTR.. S/N 4539710219
PRINTER. TEXAS INST. P35. S/N 0639720147FRINTER. TI MICROLASER +, S/N 4639720024SCREEN. vIZWGRAPH. 7x7 =., WALL- ~OxSERIAL SWITCH. 5 WAY, MYTECH, SB25/5SHELVING, UTILITY, 4 SHELF. GREySOFA. 3 SEAT, BEIGE. TEAK, TBISTAPLER, ELECTRIC, BLACK SWINGLINESTEP LADDER, LOCKING. BALLYMORE CO.STOOL, BAR, BROWN, VINYLSTOPWATCH, ADVANCE QUARTZS~lN sPARC~ATION #147. SIN 114F1383TAPLE. 2x3 ~.TABLE . 3X4 F-r.TABLETABLE. CQFFEE, TEAK. TBITABLE. CONFERENCETABLE. FOLDINGTABLE. SOFATABLE . TERMINAL. WALNUT, TABTABLE. WOODTABLE SIDE BAR, TERMINAL. WALNUT. TABTERMINAL. BELTR9N PC/XTTERMINAL. CONsOLE. BELTRON 8088TEPJ41NAL, DELL SYSTEM 325, S/N08J9f:TEP~ . pC/AT. I.C. COMPUTERS. S/N 19428
TERM. . PC/AT. I.C. COMFIJTERS. S/N 19458I“EF??.. PC/AT. MAGITRONIC S/N 880052LT~RM. FC/AT_, MAGITRO!{IC S/’N a8QflP98
11111111
111111
1111
1111111111111121113512112114111111
u\I-—-
~a
EAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEAEA
;;EAEAEAEAEAEAEAEAEAEA~~
EAEAEAEAEAEASA
EA
2,676.1,!s72.
2.338.3,125.3.117.3,1L7.
279.265.228.228.228.228.315.
16.777.175.185.185.185.160.300.300.310.318.
1.645.1.624.1.227.
151.50.25.
388.50.68.80.22.
5,937.45.
330.682.
88.860.
50.78.
470.49.95.
3,629.1.120.4.427.2,000.2.~oo.1.I.57.1.,157.
.-—_
00OQ
0000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000
CIESCR[?TIONJ___—----— ----- -------- —-- —-- —-—--—----
TZiPJ’4.. FC~~T. CHEUNG ‘ABS’ “N 2605317“ERM. CONSOLE . BELTRON 8088
I“ERM . DIGITAL VT220> S/N TA15624TERM. .MICROSERVE X/TUR50. S/N 7704151TERM. .MICROSERVE X/TURBO. S/N 7704158TERM. ,MICROSERVE X/TURBO, S/N 7704160TERM. .MICRUSERVE X/TURBO, S/N 7704161TERM. FC/AT, EVEIiEX 1800A, S/N BN25254TYEWRITER, TA600. ROYALTYPEWRITER. CAN@N ES3, S/’N W22084308TYPEWRITER STAND. BLACK/WALN~. HUNTTYPING STAND
.
UT1 LITY SHELF. 5 SHELF. GREY . EDSAL CO.VACUUM. PORT., W/ATTACH.. P@WERCRA~VALET. FREE STANDINGVCR W/RMT. RCA M/N VMT390, S\N 707516863vOLTMETER, IM-17. HEATHKITWALL SHELVES . wOODENWALL VAL=WORKSTATION
12111111111211411183
u/ I VALUE--- --——----——.
EAEAEAEAEAEAEAEAEAEAEA “EAEAEAEAEA-EAEAEAEA
900.002.240.00
770.00750.00750.00750.00750.00
2.327.00200.00
90.00175.00
49.0050.0045.00
140.00298.00
30.0012.00
212.00608.00
1 ~,- ,--..
EXHIBIT O
INSTALLATION-PROVIDED GOVERNMENTPROPERTY
m1m
u4AN
E10
9084
6AN
hL
VW
,SI
GNAL
,DIG
ITAL
1090
845ANA
LYZE
R,SIG
NAL,DI
GITA
LG0
7179
2BOX
,BRE
AKWT
0259
165B(X
,FWE
RSU
PPLY
/CWT
K)LL
ER02
8262
2BUF
FER,PR
IWER
1159
238CHA
RGER
,BMY’
ENC0
7365
8caP
urER
#NIC
R3Go
lMo6
Ca0W
e14,HI
crt)
CO75
1O4CmP
uTER
,M1C
K3C0
7583
1tWW
TE8,
141C
K3Go
l??9
3Cc4
4Nml
,HIC
FKI
G077
795Ct4
WTEl
t,H1C
it3G
o777
91(W
UT
E8,
HIc
lr)
G07
??99
KW
UT
KR
,HIC
R3G0
7780
1(M4
PUIY
!71,
HICB
3G0
7780
3LMI
PUTE
R,HIC
IKI
G077
805CIM
PU!E
R,HIC
iDGO
?780
7CWP
UTER
,HIC
KIG0
7780
9N
MP
ltlZ
R,
HIC
IK3
G077
811CQI
PUTE
B,H1C
FK3
C077
813CtM
FWTE
R,HIC
FCI
G077
8144MP
MI!R
,HIC
FK)
G077
815CCW
UTER
,HIC
K3G0
7782
6CCl
OWER
,HIC
KI10
9084
4C(M
PUIZ
R,)II
CIU
G077
894CWW
TEB,
NICF
13G0
7789
1CQ(
PWER
,N1C
R308
4921
0CMW
Tl!R
,HIC
RIG0
7795
5CC4
4PUT
ER,
HICl
il10
8950
1CWW
IT!R
,MCK
I10
WO49
caaw
T7?R
#Hlci
rl10
8950
3CC4
4PUT
ER,
HICK
3C0
77%6
C(Wu
TER,HI
CK)
1089
047CCW
UTER
,lll
CRl
0053
791CCW
UTER
,HIC
K300
5379
4CtN
PUTE
R,NIC
K)00
5420
4CQ4
PUTE
R,HIC
KI00
5478
5CC1
4PIM
!R,
H1CR
300
5494
8CUN
PUSt
R,HIC
KI00
5508
4CCW
ll!R
,HIC
K300
5571
5CC4
WTER
,HIC
~00
5574
9cal
mER,
Mlcr
il00
5718
6caW
TER,
nIcf
t3
HM)E
LWE
TEK
SANDI
DMMC
SA
NII
IDM
mSM
DIU
OIM
CSA
NIII
DmL
m-PA
cKAR
om
1814
0ADI
GITA
LDJM
(ENT
CORP
VS24
0BQU
ADRA
MCM/
PHI
CIV3
FA2E
RUA
VETE
KSAN
DIFZ
OMC
BOA
INll
!RNA
WHfA
LBU
SIRE
SSNAC
JiIN
E8530
E21
sunHI
ca16
YsT0
ismGN
8ukY
2000
LAWJ
LEYIKs
EAmlCF
M’ER
NWII
IFWO
IATK
N4SYST
MSMC
Uxl
Ux’@
w PACK
ARDBEL
LELE
CTW3
NICS
GNEU
AY20
00D
TK@
UK
P-V
ELT
RIF&
MN
UH
ICIK
IFJW
OE
MS
BE
LTB
311
147(
3/80
Ft4
4)48
6/25
DX
C
EL
228
6/12
286/
1228
6/12
286/
1228
6/12
286/
1228
6/12
286/
1212
70k
286/
12
PB
286
386/
2080
386-
25D
F13
86P
CIX
T
lMl%
BNAT
IOt!
ALBU
SINE
SSNAC
NINE51
60NI
CIWW
E28
614
AGHA
VOXElf
XT
70N
1CSYST
E24
SPc/
ATHI
CR3EUN
AIKM
ENTS
DF13
86HI
CR3F21
8Mc0
1ENT
sDF
1386
141c
h3ENH
ANCE
21EN
TSDF
1386
FtBR
ANDNC
HICM
)ENN
ANCF
WWS
DF13
86SP
ERRYCP
DEFE
NSEPML
NJCT
SGP50
0SP
ERRYCP
tMFE
t6EPIK
IDUC
TSGP50
0am
lADD
286
R’S
L11
!IT
E73S
EE
DE
LNIW
HX
IS30
011
R%
81M
TIO
IML
BU
SIN
ES
SM
AC
IHN
E8560
071
AP
PLEa
HW
rER
UK
H50
00N
AYm
mC
OR
PIN
FQ
286
ltfl1
31N
AT
10N
AL
BUSM
ESSMAC
HINE85
8011
1IN
TERN
ATIO
NAL
BUSI
NESSNAC
IIIN
E8560
071
SERN
O14
3300
816
7
A861
7026
X205
%lul
2203
071
23-9
8405
0300
%043
B.
2254
05
9950
3518
s66
6-01
6669
666-
0166
7366
6-01
6675
666-
0166
7466
6-01
6677
666-
0166
7166
6-01
6672
666-
0166
7066
6-01
66%
666-
0166
76C2
6153
4738
4923
G909
1694
9111
1893
6181
1101
1000
0098
993
6121
1023
8800
522
M307
41A
3075
1A03
7389
0207
-286
/12-
107
1A30
7701
8712
0184
29
LO05
635
9055
569
F813
5P9
6812
1531
6016
956
9018
716
US
ER
BE
LCH
ER
,R
XM
!YBE
I.WR
,ll
M4EY
CUCU
RA,STE
PHEN
J.,
BARN
ES,DAV
ID8.
,CU
CURA
,STE
PNEHJ.
,BE
UER,
IWNE
YSH
EVLI
N,HA
KYK.
,TY
NES,RE
GINAV.
,MU
RRAY
,HAR
VEYU.,
JBE
LCME
R,R3
DNEY
CUCU
RA,STE
PHENJ.
,CW
JRA,
STEP
EE14J.,
CUCU
RA,STE
P8.E
NJ.,
CUCU
RA,S1’
EPRE
HJ.,
CUCU
RA,STE
PHENJ.
,CW
RA,
STEP
NENJ.,
CUCU
RA,STE
PHENJ.
,CU
CURA
,STE
PNENJ.
,CU
CURA
,STE
P8ENJ.
,CW
JRA,
STEP
HENJ.,
CIKU
RA,SIT
PNENJ.
,CU
CURA
,STI
PRENJ.
,CU
CURA
,STE
PHENJ.
,CA
MIDY
,TNC
4iASJ
ARVI
OLA,M
TNOi
4YD.
,PA
YHE,LA
HAJ.
HrW!
RX,Cw
H.,
AKIN
,AN
GELA
,S.,
SNIT
R,J(
MND.
WKsO
N,SN
mNu.
RAGI
N,AN
GELA
,S.,
BYRD
,CAR
RIED.
CARE
Y,DA
VIDH.
STAF
FORD
,PATR
IC1hL
CUCU
RA,STE
PHENJ.
,CW
llRA
,STE
PN3!
NJ.,
CUCU
RA,STE
PNMJ.
,VW
,KE
NNET
NE.
VW,
KENN
ETUE.
RIBB
INS,STE
WW.
,SH
ITN,JO
RND.
NULL
EN,UAS
ULAH.
V@-S
,KEN
NETNE.
C(
3510
1995
250
712
861
4?0
145
576
399
700
192
950
950
950
950
950
950
950
950
121
950
119
212
199
118
112
431
120
115
128
128
128
179
120
258
~58
132
421
415
724
108
829
475
0058
644cQIP
ui’E
R,H1CK
3N
’I’E
8MT
IOII
AL
BUSI
NESSMAC
HINE85
6007
190
7142
100
5884
0Ct4w
TER,H1
CFK3
SU
NHIC
M6YS
TEMMC
247(
3/50M
4)84
1F01
7900
6051
3CfMJ
TER,HI
CFC3
APPL
EmMJ
TERIN
CHA
CINl
OSHSE
N50
11F
9088
JJ00
6100
9CC44
PU7E
R,141C
KI00
617?
8CCMP
UTER
,H1CI
V301
3%3?
cmfT
ER,HI
ciJ3
013%
9?C(
MPUT
ER,Mlcl
n01
4029
3CCWU
TM,HI
CR3
0140
667Ca4
PU1’
ER,
H1CK
301
4077
7CmuT
E8,HI
CIVI
0140
181CW
PU71
M,H1
CN3
1256
026(WU1
’ER,HI
C10
0142
435CC
44PI
MS8,HICI
V301
4251
4CC4
WI%R
,NIC
E301
4310
6CQMJ
TRR,
H1CR
312
5602
8CWtt
7SR,NI
CF13
1255
401CWPW
ER,II
ICK3
1255
402CWUT
KR,H1
CR3
1255
403CWlf
TEB,HI
CK)
1255
404UMW7
1SR,HI
C10
1256
030CC
4(PU
TE8,HICM
1255
405CWIT
ER,HI
CK)
1093
081CUNP
UTEB
,HIC1
010
9308
3CC4W
TER,HI
CiO
0282
361CWU
TER,
t41C
iV3
0283
?99CMF
WER,
HICI
J311
5992
8CC44
FWER
,t41C
K311
5621
2CC41
PUTE
R,HICK
304
1185
6C
CM
W’7
KS,t41C
KI
052?
604
CC
44P
lf!’
KR
,H
ICK
I12
5600
1C
C41
PU
7ER
,H
ICK
308
4693
2C
C?K
W7E
S,HICf
D08
4?15
9C
C41
PU
12R
,H
ICIK
I08
4718
0C
IMIJ
TE
R,HIC
K3
0848
081
CC
M’U
7ER
,H
ICK
308
4853
1C
~UT
ER
,H
ICIV
I10
8470
3ccwu
l’ER
,)41C
R3G0
719M
CC4(
PUlE
R,HICK
310
8687
9C
CW
U7’
ER
,H1C
R3
108W
2C
1.W
U7E
R,)4
1CK
3C
0779
24C
C44
PI1
72R
,H
1CK
310
1148
47C
c4tW
1’8R
,H1Cf
U310
8592
7CW’U
TER,MI
CRO
1086
502CC4(
PUTE
R,HICI
XI10
8159
8CWPU
I’ER
,HIC1
0
llfl’
ER
NhT
IOH
AL
BU
SIN
ESSM
Ciil
NE8
530E
21S
UN
NY
VA
LEH1
9C3R
IES
386
TAHD
alCo
RPF-
SYST
EMCO
RPTN
7000
APPL
Ectm
PuTE
RMC14
0001
INTI
!RMT
IONA
LBU
SINE
SSMAC
HINE51
70-3
39PC
’SLI
MITE
DSEEDE
LLDI
PUTE
RSAT1
11(2
86)
PC’S~3
J41T
EDSFE
DELC
C4(P
UTEP
SPC
TURB
OXT
PC’SLI
HITE
DSEEDE
LCCM
PUTE
7LS
PC11
2TUR
B0ME
SSC
IElf
WICI
NC
.48
6DX2
STAN
DARDBRA
NDP
K3D
UC
TS
a41P
K)CCM
PUTE
BmRP
1017
09IN
TE8N
ATIO
HAL
BIMN
ESSIIA
CMIN
E5170
-339
BALE
SSCI
EIIT
IFICIIK.
486D
X2AP
PLEamP
uTERMC
FWRB
00K1
60AP
PLEa44
Pun2
1MCFW
ERBO
U160
TQMI
BAIK
36BB
SEK
03L
TD
T52
00K
NU
Bh
U06
BA
SF21~
MT
T52
00A
PPL
Emm
IKQ
UA
DR
A80
0K
NII
MK
NIM
ENC
OL
ITT
5200
GN
8UA
Y2000
486/
33D
XC
CM
’E9A
Y2000
486/
33D
XC
INT
ER
NA
TIO
NA
LBU
SINE
SSMAC
HINE51
70-0
99SP
ERRYCP
IIEF
EIBEPM
NJCT
SGP
SPX
SUNti
ICK3
SYST
121S
INC
SPAR
C1O
mIm
lDsNC
cmuD
IoRA
DIOSHA
CKF-
ALLI
EDRAD
IOT8
S80/
100
IltT
ERMA
WMALBUS
INES
SMACH
INE516
0Cr
3nmcc
41Pu
KRmtt
pP4
86C/
66IN
TERN
ATIO
NAL
BUSI
NESSNAC
RIKE85
30E2
1IN
TERN
ATIO
NAL
BUSI
NESSHAC
IIIN
E8530
E21
GATB
uAY200
020
00DE
LLCW
PUlt
RCOR
PF-P
C’SLTD
310
HICR
OEXP
RESS
REGA
LIcPm
a4AL
ctMP
uTER
386/
25B
EL
TK
3NPc
/xT
SUNHI
CKIS
YSTE
NSINC
IPc4
/4oc
LRSU
NMI
CRC6
YSTE
kSINC
IPc4
/4oc
LRB
EL
TR
J!I
Pc/x
TS
UNHIc
RasY
sTEn
sIH
C47
SUNHI
CK15
YSTE
NSlNC
141
APPL
EC04
1PUT
ERIIIC
HC
C1l
FX
HICR
OEHU
ANCR
IENT
SDF
1386
23-7
1626
85MI
1OOO
714
19F’
7115
QH12
7800
821
175
0049
99-
0048
77X3
9381
913
3869
1728
AB1B
O070
7213
673
X393
812
FC30
857X
450
FC30
32MF
450
0411
5513
0211
5055
F331
98R!
tC7
0211
4946
3438
3534
3822
0114
658
0149
025
0F21
8400
0036
3060
1591
920
6178
283
15EB
C301
5520
117
2006
336
6322
3100
3306
4R5
0006
400
1953
56tK
3NE
117F18
2012
2F51
3363
0111
544
111F
0794
122F
1055
F311
6N23
C40
1601
33
SIHP
SON,J
ONNU.,
M/EN
,EA
RLR.
,BY
NIM,HA
RYAN
NO.,
VCSS
,KEN
NETNE.
IANE
LL,7u3
NN1ES.
EARL
,PAT
RICI
Ah.
BURC
US,PAU
LF.,
BURC
US,PAU
LF.,
GusT
AmH,
cREI
GHm
Vms,
KEmr
HE.
CUCU
RA,STE
PKENJ.
,CA
REY,DA
VIDH.
CCKI
K,HIC
NELL
EI.
VWI,
XENN
ETHE.
COLL
IRS,AN
NE-H
ARIE
JENX
INS,S
WL.
V05S
8KEN
NETHE.
V(XS
,KEN
NETNE.
VN,
XE14
HETHE.
V(Ei
S,KEN
NETHE.
JAK
OfW
sKl,K
IElt’
Th
VQ
13,U
EM
fXllE
.D
UE
RR
,MI
CU
CU
RA
,S
IWN
ENJ
.,V
cSs,
XE
NN
ET
HE
.V
C?3
S,
KE
NN
ET
HE
.V
~,
XE
NN
ET
HE
.S
MIT
H,DIA1
4NP.,
cm,
ST
EP
8EH
J.,
WELL
,RO
NNIES.
VCEi
S,KEK
HETHE.
V@S,
KENK
R’NE.
COLL
INS,A
NNE-
MARI
EIK
X!BI
NS,
STEV
ENU.
,VW
),XE
NNET
HE.
VOSS
,XEN
NETHE.
RACI
N,AN
GELA
,S.,
KERT
,GRE
GORYS.
LEE,LU
CIAL.
MIST
IN,BRE
NDAA.,
SING
LEIT
3N,
CHAR
MSB
COLL
INS,A
NNE-
MARI
ESH
EVLI
N,NAN
CYK.
,Vo
ss,KFJ
mrNF.
.ST
APLE
R,K3
DCERU.
4~31
3~
3400
.00
2534
.00
1435
.00
1%5.
0037
93.0
014
57.0
035
83.0
017
86.5
556
~.00
1018
.00
1711
.00
500.
0015
61.0
036
01.0
0
1171
.00
2119
.00
2119
.00
2000
.00
200U
.OU
1069
.00
2000
.00
29Y
5.00
2995
.00
4569
.00
2592
.00
8141
.00
1240
0.00
820.
0022
15.0
024
905.
0015
35.0
0
1535
.00
1520
.00
3251
.00
2000
.00
2106
.00
90?
.00
260?
.00
2601
.00
1055
.00
89%
.00
10B
96.O
O50
18.0
020
19.0
0,A t
~
1084
6%C
C4(
PU
TE
R,
H1CK
310
8114
8C
UW
UT
ER
,H
1CI?
310
8?14
9C
XM
WIT
$,HIC
KI
1081
326
CU
UW
llX,H
1CB3
1087
550CQIP
UTER
,HICR
O10
8?55
2W
PU
TE
R,HI
CJ13
1092
281
Cfl
fPU
TE
R,H
1CK
310
8904
1C
fMP
17!’
8R,I(IC
B3
1086
871ClMW
Z8,HI
CM3
1089
045CWUT
88,HI
CKI
1090
621CWUT
8R,HI
CMI
1090
622fl?l
MER,
IIIC
B311
5175
7CWUT
8R,HI
CK)
1092
282OHPU
TER,)l
lCiO
1092
0?4fMPU
51R,HI
CiCl
1092
302CC)(
PUTf
iR,
MICR
I10
9229
8CMWT
E8,NI
CK3
1092
075(M
UTER
,NI
CID
1092
076CO
IMER
,NI
CRI
1092
286aM
PurE
R,HI
cm10
9228
4(MPU
TER,HI
CiK3
1092
288m4
PuTE
R,Hl
cm10
9228
9CtMP
UTER
,HICB
310
9221
5CtMP
UTER
,HICI
i310
9229
2Ct41
PU1’
ER,
HICI
KI10
9229
7CtWT
ER,HI
CfO
1092
2%CQ
IFWE
R,HI
CB3
1092
300CWPU
1’ER
,HICR
310
9034
3CfMP
UIZR
,HICI
KIGO
1781
6CU4
PUT8
R,HIC
143
1086
870aM
PuTE
R,H1
CR2
1084
694Ct
?lPU
TER,HICR
310
B469
8CWUT
ER,N1
CR3
1084
693(MFW
ER,MC
R310
8470
0CtMF
MtR,HI
CfO
G07?
935mwT
ER,
Iucr
n10
8468
9CWPW
B,MI
CfO
G077
942CC4
iPU1
’tR,
MICI
VI11
5683
1Cc44
Pum,nI
cm11
5775
5cQm’
ER,Iu
cm12
5452
4CIMW
TER,HI
CfO
1159
920CQWT
ER,HI
CKI
1159
925C
C4(
PU
TE
R,
H1C
B3
1255
426CCWU
TER,HI
CFKI
1255
428~UTE
R,MI
CRO
SUNHI
CR06
YSTE
MSNC
APPL
Ecun
PuTE
RINc
APPL
EmnP
urER
MCII
ICHD
EF
INIT
ION
SWT
X5
GN
SliA
Y2000
GN
IIW
Y200
0I
CPE
RSON
ALCC.
44PU
TER
APPL
ECU1
4PUT
ERINC
SUN14
3CIK
6YST
EHS
INC
nlcr
qK
MM
@E
ms
AP
PL
EmlW
l?21
UK
AP
PL
ECW
WI?
3Iw
DF
IIN
CUSA
IcPE
Rso
NA
Lm
Plfm
V-m
EU
XK
RPR
ISE
$,INC
.BE
TMJR
KIff
iLU
IWNI
CDE
VICF
SKE
IMHt
KI~CIM
PUTI
NCDEV
ICES
V-CC
41BM7
1RPR
ISES
,INC.
V-CX
IHEIm
!RPR
ISE&II
U.SU
Nml
uMsl
mMC
SUNHI
CIKB
YSTE
MINC
SUNHI
cm6Y
sTm
lNC
ICPE
MJHA
LCCM
PUTE
RSU
NHI
cm6Y
sTEn
sMC
NICI
K3EmN
cmlm
HEIW
RKII
KCOH
PUTI
KDEV
ICES
KETW
BXIN
GCtM
PUTI
ffi
DEVI
CES
sunHl
crmr
smls
MCAP
PLEamf
rER
MCnI
cm3E
RvE
SUNHI
CRCW
STMS
INC
SUNHI
CIKX
$YST
EHS
INC
SUNHI
CIU3
YSTE
HSlHC
SUNHl
cmrs
lmIH
cSU
NHI
CM6Y
STEN
SINC
BELT
N3K
nlcr
mmNA
YCf
mnm
CMP
PORT
ABLEW
EHOU
SETH
EDF
INC
USA
SUNnI
cmYs
TEns
MCHE
TWBK
INCCQI
PUTI
NGDEV
ICES
sUt4l!
ICR0
6YST
EIls
INC
KEIW
KINC
CC4(
PUTI
HCDEVI
CES
KEIW
MKIW
CU4P
UI’l
HGDEVI
CESSP
Alif
STAT
IONl
+H
0350
H03
5038
6-25
4B61
33D
XC
4B61
33D
XC
IC38
6N
AC1
1C
IIP
C41
40C
LR
DF
1386
N55
25)1
5525
486
IC38
6V
48@
$tl
CD
B8K
NC
D88
KV
48@
SV
48@
S47
B41
B47
BIC
386
47B
DF
1386
ltcD
88K
NC
D88
K14
1BK
MR
8U.X
140
386
IPc4
/4oc
LR
SP
AR
CS
Th
TIO
Nl+
SP
MtC
Nh
TIO
Nl+
SP
AR
CS
Th
TIO
141+
SP
AIK
S1’
hT
IOtl
l+
Pc/
xT38
61t
wl1
2B6
TP
W48
6133
486
47B
88K
P17
TW
SPAR
C1O
88K
88K
(
040F
2584
F111
11Q
LL
02E
l176
KM
0442
LL
/01
6427
2508
6825
0867
9038
24F1
1350
3P72
411
7F18
211A
0316
F314
9NN
JC40-
F314
S41K
K40
2610
4290
3835
t#N
E01
92K
O01
879
0192
KO
0190
7
212H
O04
921
OG
3592
2161
4126
190
3823
201C
525B
9203
0866
0192
KO
0190
101
92K
O01
908
149F
2461
F220
4KJY
706
90B
O01
836
120F
1382
040F
2502
040F
2623
042F
0892
038F
1321
6810
0946
6120
1948
2610
4330
8N51
7210
92K
1099
8125
0F24
0602
93K
1181
8402
93K
1188
89
FRAN
KLIN
,COYL
EB.
HCCA
RTER
,KARE
NK.,
AIK
3RLE
DCE,CLAR
KEH.
,RI
EIXR
,DON
ALDE.
COLL
INS,AH
HE-H
ARIE
VW,
KENN
ETHE.
IKXM
’ER,ST
EVENh.
PREm
H,FR
ANKs.,
8ARN
F3,DAV
ID8.
,ST
EIN,C8
RIST
INEL.
HCCA
RTER
,KARE
NK.,
NCCA
RTER
,KARE
NK.,
IWW,
DAVI
DA.
BAKE
R,K$
ERT
H.,
VW
,K
EN
NE
THE
.
MRLI
E,SU
SANE.,
EUAH
C,TY
W(ZN
NVC
6S,KEK
HETHE.
V06S
,m4H
ETHt.
SUOI
K,ST
EVEN
JAY,HA
RYJ.
KRUN
PEH,BA
RBAR
A1..
,CO
LLII
LS,ANNE
-NAR
IEWD
RICH
,ST
EVENC.
,SN
ITH,JO
NNI)
.FR
EH2E
R,JM
DB
.,M
RIH
C,LIS
ED.,
BYNU
N,NA
RYAN
NO.,
WES,
KENN
ETHE.
FREN
2ER,JAM
ES8.
,SA
KDER
S,LY
LED.
,KI
ND,JON
NR.
BOND
,JC4
1NR.
STAR
RIN,TI
tU3T
HYP.,
BARI
W,DA
VIDB.,
EVAN
S,AG
NESB.
HAMS
,JC
41NH.
LAND
ERS,TRO
YD.,
NORL
EIXE
,CLAN
(EH.
,JA
CKSO
HCII
ARMSH.
,RI
EJXR
,DON
ALDE.
EKLU
ND,LYN
NEEK
LUNU
,LYN
NEWE
LL,
RONN
IES.
10/E
LL,MfN
IES.
3452
.00
1553
.41
1553
.41
1430
.00
3960
.00
3%0.
0013
50.0
038
24.0
026
01.0
012
84.0
0
4402
.00
4402
.00
1799
.00
1350
.00
2050
.00
16%
.00
16%
.00
2050
.00
2050
.00
2957
.00
2951
.00
1218
0.00
1350
.00
2942
.00
1390
.00
16%
.00
16%
.00
1519
5.00
2481
.00
3958
.00
2601
.00
345?
.00
345?
.00
8261
.00
3452
.00
90?
.00
2758
.00
1850
.00
2195
.00
1679
.OL
I58
46.0
0
15B
2.00
8147
.00
1579
.00
1579
.00
;4 kJ
1255
430
CC
4(P
UT
ER
,t(
lCR
I10
8732
?C
ON
PU
TK
R,
141C
B3
0849
583
CW
W1’
tX,
I!IC
IK3
1088
255
CC
4(P
IJIW
,M1C
R3
1256
024
(XM
lWE
8,t4
1CR
3C
0461
61(I
MP
171Z
R,M
INI
0056
001
C(M
WIIW
,M
INI
0056
010
C(N
EW
W,
MIH
I10
90?
67C
C41
PU
TE
R,
HIHI
0847
781C
C44
PUT
ER
,J(
1NI
0847
782U
.4tP
UT
’EA
,t(
INI
0847
783’C
UIP
VIU
,MIN
I11
5555
0CC
4fPU
TE
R,
MIN
I10
8686
6fX
MP
UT
ER
,MIN
I10
9209
?C
Wfl
W,
CO
NP
U1’
ET
410
9138
1C
fltT
M3L
,C14
1PU
TE
R01
4115
9C
OU
UT
BR
,FM
QIJ
IWY
0141
160
CO
W1’
E8,
F7@
JllW
Y11
5923
9DE
TECl
OR,LEAK
1092
271DIS
KDRI
VEUN
IT00
6005
9DIS
KDRI
VEUN
IT01
3%99
DISK
DR
IVEU
NIT
1256
022D
ISKD
IUV
EUN
1l’
1091
495D
ISKD
RIV
EUN
IT11
0808
0DISKDI
WUN
IT10
934%
DISKDR
IVEUNI
T11
5621
1DIS
KDRI
VEUN
IT10
9001
6DIS
KDR
IVE
UN
IT08
4??
86D
ISKDR
IVEU
NIT
084?
187DIS
KD81
VEUN
IT10
8760
3DIS
KDR
IVEU
NIT
1085
?30DI
SKDR
IVEUNI
T10
8674
6DISK
DR
IVE
llt41
T10
8614
1DI
SKD
RIV
EUN
IT10
8686
5DIS
KDR
IVEUNI
T10
9062
3DIS
KDRI
VEUN
IT10
9062
4DISK
DRIV
EUNI
T10
9227
6DISK
DRIV
EUNI
T
APPL
EC’W
WTER
INC
HIGHDE
FINI
TIONSYS
TMS
TfKI
NICS
BE
LT
RO
NHI
CIWEWU
XNTS
SUNHI
Clt6
YSTl
JLS
lNC
SUNHI
CRQS
YSTE
NSINC
SUNHI
CROS
YSTE
NSlNC
NwLm
-PAc
MARD
mSU
NHl
clmr
sms
mSU
NhI
CllX
YSTE
NSMC
SUNHI
CIVN
STSW
3MC
SUNHI
CJV2
6YST
ENS
MCSU
Nll
ICBX
YSIZ
!CiMC
FA
RA
LKINC
WItG
CO
RP
FA
RA
Lum
lam
PuT
It4cC
OR
PnE
uLE
TT
-PN
XA
Ro
coEE
ULEI
T-PA
CKAR
OCK
IUA
HW
DI&Y
JOINC
SUNH1
c3Kr
3Ysm
sMC
SYSC
ENNC
iv3D
InEMC
ANDA
TACO
CITATE
WKMI
CIES
,INC
.cm
nFJ4
CITATW
WMXI
ES,
INC.
PHIL
IPS
HWLE
IT-P
ACKA
AOCO
SUNHI
CROS
YSTf
WINC
SUNNI
CMSY
S~IN
CSU
NHI
C7KB
YSTE
NSMS
UN
I(IC
RX
3YS
TE
JBIN
CU
NIS
ONI
t4F
oR
NA
TI(
mSY
ST
EN
SU
NI!
XN
INK
)ra4
AT
lMS
YS
TE
JE
FUJI
TSUm
SlOR
MEDI
MENS
IONSMC
SWE
DIME
NSIO
NSINC
SUNH1
CM?6
YSTF
XSNC
CENT
RIS6
5038
6-25
NN86
0922
EV12
51T
486-
664/
60CX
147
247(3/
60H4
)24
7(3/
60)4
4)AP
POLM
SERI
ES70
03/
8014
714
747
B(4/
50)
4/15
FGx
PN35
7PN
351
5316
A53
16A
CLR4
411
5.25
BRII
XEDIS
KS2
070
2D-P
ST41
200N
Iooi
nlST
4120
0NCD
D521
BK01
C221
3AEX
P2EX
Y2IP
C414
0H8P
40EX
P215
98-1
515
98-1
5F6
6D1T
2T3
HAC2
3252
FPII
IHA
C232
52FP
I11
CDRC
4141
110
9221
8DIS
KDRI
VEUN
IT22
YZXFOI
OILYUNI
SUNPER
IFER
ISHI
NTO0
211
5554
6DISKDR
IVEUNI
TSU
t4NI
CJWY
ST%M
SItK
811
1155
547D
ISK
DR
IVEUNI
TS
UN
HIC
MB
YS
TE
NSlN
C81
111
5551
4D
ISK
DR
IVtU
lllT
lWi’
ALTEC
SYST
E21SlNC
DIKW
2SIB
1089
540DI
SKDR
IVEUNI
TSU
NMC
fa13
YSTE
HSINC
411
1086
814DI
SKDR
IVEUNI
TSU
NHI
CIEB
YSTQ
ISIN
CIF
t4/4
ocLR
1087
6OIDISKDR
IVEUNI
TSU
NHI
CROS
YSTF
MSINC
IPC4
/40F
C8P4
0
F131
30PN
CA2
0163
86CF
7168
0261
8111
0402
3421
3993
9718
6282
4F02
97B2
4F08
5562
13A0
8580
946F
2017
.94
6F19
7394
6P1%
922
3N31
8512
1F23
1709
-184
5409
-183
5926
32A1
0434
2632
A104
3506
1308
515
0C19
5843
-397
1070
4820
7551
5033
TJ61
044O
3610
TJ61
0515
1664
5474
931
73A2
0245
943G
065?
938C
0126
120F
3278
llEp
o55
4467
4468
J506
8BS
3872
08S
3872
120
7G61
9192
0300
1822
3G1%
822
3G22
8004
742-
0100
119C
2926
120F
1380
123F
2319
LAND
ERS,TRO
YD.,
MfE,
KAYED.
,PA
FWN,
LN7R
ICEE.,
PAR.
R)N,LAU
R[CEE.
,SE
AIS,TN
CWJ.
M3RL
EDCE
,CLAR
KEH.
,JA
KOBW
SKl,7Q
BERTk
ClME
LAND
,JEF
F1.,
RIEG
ER,CCI
NALDE.
SBRV
LIN,UA
NCYK.,
MNUN
,NA
RYAN
N0.,
RIEC
ER,DON
ALDE.
WLEY
,JU
DITNA.
V~,
KENN
ETN E
.V
C6S
,KE
HN
ET
NE
.BE
lf.l
tER,KIDN
EYBE
LCHE
R,14
3DNE
YBE
LCHE
S,FD
DNEY
BYNW
,NA
RYAN
NO.,
VOSS
,KEN
NE’T
NE.BU
RCUS
,PAU
LF.,
mm,
TNER
FSAM.,
BARN
ES,DRV
IDB.
,10
dELL
,WNN
IES.
BARM
S,DM
fID8.,
SN3T
N,DI
ANNP.,
CLEV
ELAN
D,JEF
FI.,
SNEV
LIN,N
ANCYK.
,BY
NIM,NA
RYAN
NO.,
RC47
CERS
,ER
NEST
INEE
SNEV
LItl
,NANC
YK.,
BYNU
N,NA
RYAN
NO.,
SRXV
LIN,NA
NCYK.,
UTLE
Y,JU
DITNA.
HCCA
RTER
,KARE
tlK.,
HCCA
RTER
,KARE
NK.,
CCKI
DRIC
N,STEV
ENC.
,WR
ICH,
STEV
ENC.
,RI
EGER
,D3N
ALLIE.
RIEG
ER,DON
ALDE.
CLEV
ELAN
U,JEF
F1.,
UTLE
Y,JU
OIT
Nk.
EV
AN
S,AC
NE
SB.
BA2A
,CAN
NENR.,
3929
1411
3000
1120
2324 101
496)
49L
228
M22
521
023
085
669
617
617
617
917
920 53 25 85 19
9
156
1200 15
660
0
188
464
5R 314
520
241
241
503
146
14 53 19 35 35 31 5 26 35
1088
%0DI
SKDR
IVEUNI
T08
0203
5DIS
KDRI
VEUN
IT12
5470
1DIS
KD
RIV
EUN
IT11
5993
0DISKDR
IVEUNI
T11
5992
1DIS
KDRI
VEU
NIT
1089
044DIS
K/TA
PEDRI
VEUN
ITG0
7365
9DIS
PLAYUN
ITG0
7390
BDIS
PLAYUN
ITGO
?694
8DIS
PLAYUN
ITC0
7?93
1DIS
PLAYUN
ITGO
?128
9DIS
PLAYUN
ITG0
77?9
4’DI
SPLA
YUN
ITGO
???%
DISP
LAYUNI
TGO
I180
0DIS
PLAYUN
ITCO
??80
4DIS
PLAYUN
ITG0
7180
6DIS
PLAYUN
ITGO
??80
8DIS
PLAYUI
IIT
GO77
81ODIS
PLAYUI
IIT
GOl?
812DIS
PLAYUN
ITGO
??81
6DIS
PLAYUN
ITGO
17B6
5DIS
PLAYUN
ITG0
7793
1DIS
PLAYUN
IT10
922?
0DISP
LAYUNI
TG0
7795
6DIS
PLAYUN
IT10
8686
2DIS
PLAYUN
ITG0
7195
8DIS
PLAYUN
ITG0
7785
5DIS
PLAYUN
IT10
8468
1DIS
PLAYUN
IT10
8950
2DIS
PLAYUN
IT10
8950
0DIS
PLAYUN
IT10
8950
4DIS
PLAYUN
IT10
8904
6DIS
PLAYUN
IT00
537?
8DIS
PLAYUN
IT00
53?8
9DIS
PLAYUN
IT00
5319
2DIS
PLAYUN
IT00
5420
6DIS
PLAYUN
IT00
5450
6DIS
PLAYUN
IT00
5450
7DIS
PLAYUN
IT00
54?8
1DISP
LAYU
NIT
0055
551DIS
PLAYUN
IT00
5571
?DIS
PLAY
UN
IT00
5575
1DIS
PLAY
UN
IT00
5603
8DI
SPLA
YUNI
T00
5?18
8DI
SPLA
YUNI
T00
5728
1DIS
PLAY
UN
IT
SUNHI
CRC6
YSTQ
ISINC
411
SEA
G8T
EST
4240
0HSU
NHI
CfV3
SYST
ENS
INC
811
SU
NHIC
R2S
YS
TQ
UIN
CX5
7MSU
NHI
cmYs
rENs
Illc
X571
R)l
ICft
3F0L
IS~
PC06
69-1
5SE
lNTE
RNAT
I(MLBUS
INES
SAAAC
HINE851
3001
SUNHl
clK3
sYsm
lsw17
SNN1
2ENI
TNSU
NHI
CR3S
YSTM
SINC
HIH
TEJU
IATI
QIAL
BU
SIN
ESSN
AC
IIIN
E5151
PC’SLI
HITE
DSS3
!DEL
CCMP
UTER
S)13N
D2la
w12
70A
1270
A12
70A
1270
1112
70A
12?o
h12
70A
286/
12Gm
mY20
00PB
286L
PHI
TSUB
IS31
1E
LE
CT
RICCO
RP
UL
6935
KF
WIT
AIHT
EC
MM
IGIE
SN
Ct&
ME
RE
LIS
YS(S
UBT
EC
OEL
EC&
MC
II)R
E95
1VW
RA
NT
EN
GIN
EE
RIN
GC
OR
PQ
C14
18P
RIN
CE
ltNG
RA
PH
ICSYST
EM
C40
(WO
WF
24G
INE
ER
ING
CQ
RP
QU
418
SUNI
IIC
RIS
YST
EMIN
C38
61/H
MIT
SUB
ISH
IE
UC
TR
ICCU
SPH
A39
05W
AT
AX
WU
KM
GIE
SINC
CN
C14
12A
CW
OA
TATU
IIO
UX
IESN
CC
34C
1412
AC
.UR
DA
TA
TE
CW
310G
IES
NC
CH
C14
12A
CO
MM
AlWIO
KM
XIE
SINC
CN
C14
12A
SPE
RB
YCPD
EFEN
SEPI
K3MX
’SGP
3585
-00
SPER
RYCP
DEFE
NSEPRO
DUCT
SGP35
83-0
3SP
ERRYCP
DEFE
NSEPIK
)DUC
TSGP35
83-0
3SA
NSUN
GELE
IMKH
IICS
CN12
SFA7
SUNHI
cRn6
Ysms
Itic
HSU
NHI
CR3S
YST0
iSMC
HHI
TSUB
ISHIELE
CTRI
CCORP
XC14
10C
EVER
EXSY
STMS
INC
HN20
0PA
CKAR
DBEL
LELE
CTRO
NICS
PB12
72A
INTE
RNAT
IOHA
LBU
SINF
SSNAC
711H
E8513
001
SUNHI
CMSY
STE3
1SINC
nIN
TERN
ATIO
NAL
BUSI
NESSHAC
HINE85
1300
1SA
WING
EMWK
3N1C
SCN
12SF
A7
125G
5011
BA2A
,WQI
EllR.,
NR02
1640
312U
5479
303G
Z371
303G
2372
lJ%h
0213
15BD
323
DYW0
500
9F04
3885
0A20
351
6058
867
-90
5030
36T9
1202
889
T912
0322
4T9
1202
55B
T912
0290
1T9
1200
23B
T932
0047
8CT
9001
VO07
19T9
1201
894
KF26
1353
1010
0062
461
8111
110
1104
0100
0073
4
847s
2013
991
1002
741
1073
EOO2
4610
7300
0616
1073
DOO4
5610
73EO
O3O8
0081
8601
4957
0151
1367
4421
0288
81OM
4B56
809A
A466
614
1000
1883
3WNO
31O1
7122
6894
23F0
633
B~lM
0815
23P0
909
8814
2533
46
BA2A
,CAR
tOZNR.,
fKMf
E,KAY
ED.,
V&is
,KEN
NETHE.
EKLU
M3,LYM
EAK
3CUR
S,ERN
33T1
HEESH
EVLI
N,NAN
CYK.
,TY
NES,RE
GINAV.
,Iw
14Es
,LAV
ERNEH.
,tK
3R3J
DGE,CLAR
XEH.
,va
sttm
mE.
hJCU
BA,STE
PBEN
J.,
CU
CU
RA
,Sl
lME
tlJ.
,C
UC
UR
A,
STE
PHE
NJ.,
CU
CU
RA
,ST
EPE
EHJ.
,C
UC
UR
A,
STE
PKE
NJ.,
CU
CU
RA
,ST
EPN
ENJ.,
CU
CU
RA
,ST
EPH
ENJ.,
CU
CU
RA
,ST
EPH
ENJ.,
CU
CII
M,ST
EPH
ENJ.,
NU
’RR
AY
,HA
RVEYW.
,J
PAYN
E,LA
UREI
TAJ.
AR
VIO
LA
,A!f
MO
tNl)
.,E
XL
UN
U,LYNN
EPA
YNE,LA
URET
TAJ.
JAY,NA
RYJ.
KRUH
PEN,BAR
BARAL.
,lf
3RR1
SDANI
ELC.
,11
JACK
SON,SHM
KNIIl.
RAGI
N,AN
GELA
,S.,
BYRD
,CAR
BIED.
STAF
FORD
,PATR
ICIAL
BARR
ETT,JOH
ND.
CUCU
RA,STE
PBENJ.
,CU
CURA
,STE
PHENJ.
,CU
CURA
,STE
PHENJ.
,BY
NUH,NA
RYAN
NO.,
HAHP
lON,III
LLIA
NA.,
VOSS
,KEN
NETHE.
CARJ
!Y,DAVI
DH.
SMIT
H,JO
HND.
NULL
EN,URS
ULAH.
NORL
EDGE
,CLAR
KEH.
,VO
SS,KEN
HETNE.
CUCU
RA,STE
PHENJ.
,
556
2220
3465
2925
2925
2900
472
400
500
125
180
125
125
125
125
125
125
200
125
300
1360
125
329
103
3295
103
1861
1127
349
149
349
349
620
165
165
139
500
501
469
355
415
432
800
432
115
1256
025DIS
PLAYUN
IT12
5601
9DISP
LAYllN
IT00
5864
6DI
SPLA
YUN
IT00
5884
iDIS
PLAYUN
ITGO
l?81
5DIS
PLAYUN
IT00
6101
0DIS
PLAYUN
IT00
61?8
0DISP
LAYUNI
T00
6193
5DIS
PLAYUN
IT01
3864
2DIS
PLAYUN
IT01
4029
5DIS
PLAY
UN
IT01
U16
69DI
SPLh
YUNI
T01
4078
3DIS
PLAYUN
IT12
5602
?DISP
LAYUNI
T01
4310
8DIS
PLhYUN
IT12
5602
9DISP
LLYUNI
T12
5603
1DISP
LAYUNI
T10
9308
2DISP
LAYUNI
T10
9308
4DIS
PLAYU3
41T
0259
164DIS
PLAYUN
IT10
9271
1DISP
LAYUNI
T10
9284
2DISP
LAYUNI
T02
8264
9DISP
LAYUNI
T02
8265
0DIS
PLAYUN
IT10
9016
6DISP
LAYUNI
T05
2760
6DIS
PLBYUN
IT10
9230
1DISP
LAYUNI
T10
9229
5DISP
LAYUNI
T11
5663
2DISP
LhYUNI
T05
4777
2DIS
PIJ
IYUN
IT05
4117
3DIS
PLAYUN
IT05
4777
5DIS
PLAYUN
IT10
9229
4DISP
LAYUNI
T05
5019
4DIS
PLAYUN
IT08
4693
4DIS
PLAYUN
IT08
4718
4DIS
PLAYUN
IT08
4755
3DIS
PLAYUN
IT08
4755
8DIS
PLAYUN
IT08
4778
4DIS
PLAYUN
IT08
4718
5DIS
PLAYUN
IT08
4808
2DISP
LAYUNI
T10
8468
7DISP
LAYUNI
T10
B470
2DISP
LAYUNI
TG0
7?93
7DIS
PLRYUN
ITG0
7793
9DIS
PLAYUN
IT10
8378
4DIS
PLAYUN
IT
MIC
K3FJ
03A
NC
EN
EH
TS
HC39
25L9
ETK
TVNPI
J3FE
SSI(
X4AL
H3R1
Y13RCOW
141V
+(07
)IN
TERN
ATIW
LBLB
INES
SMACH
INE851
3001
SUNH1
Clk3
SYST
E14S
MCH
NEC
lIO
WO
IAT
ION
SYSI
’NSIN
CNU
LTIS
YNC3
DI!
YYER
NATI
ONIL
BUSI
NESSHAC
HINE85
13-0
01RE
LISY
S(SU
BTEC
OUSC
&MA
CH)RE5
154E
SUNH1
cmYs
TMs
MCH1
9P11
4R61
24NW
IIQ
WW
TIO
NSYSI
’WSM
CJC
1401
P3h
IllT
@lO
NIC
NUBU
SIN
ESSN
AC
IIIN
E51
54-0
01HI
TSUB
ISll
II!
LWTR
IC4XI
RPXC
143D
CSM
SUM
Emir
MIcs
CM12
SFA7
TATU
M03
VN34
01lI
YYER
UATI
CNAL
BUSI
NE3SMCB
INE51
51-0
01TA
TUNGm
VM34
01AP
PLEccm
PuTE
RNC
1298
GNEU
71Y200
0PN
V144
8GM
EJIA
Y200
0PN
V144
8DI
GITh
LFJl
UIFi
4ENY
CORP
vR20
1hSU
NHI
CIXX
3YST
R4S
NCGD
N1%2
BSU
NHI
CIKI
SYST
RIS
INC
GDN1
%2B
IIYC
EBMT
IONA
LBU
SINE
SSNW-
SINE51
51-0
01lN
TBBN
JITK
IWL
BUSI
NBSHAC
HINE51
53-0
01lm
ETT-
PAaA
Roco
A109
7AN4
DEXCOn
PVI
DEO3
1OA
NETU
3RKI
NGNN4
PUTI
NGDEV
ICES
S-II
U02
HETW
MXIH
GCIM
PUTI
NGDEV
ICES
S-NU
02AM
A21K
TEUU
K)IA
3GY
a3RP
1488
TELE
VIDD
3SYST
EMSNC
PTTE
LEVI
DD3SYST
EMNC
PTTE
LEv3
DtxlSYST
EMSINC
PTNE
YWJR
KIIKCtM
PUTI
NCMVI
CES
S-W0
2I1
41%
IWT
KM
LBU
SIN
ESSN
AC
NIH
E5151
-001
ItfY
ER
NhT
IWA
LB
USI
NE
SSMC
NIN
EB51
3Gh
TE2i
AY200
020
00SA
MIHGCM
495
INTE
RNAT
IONA
LBU
SINE
SSMAC
HINE85
13IN
TERN
ATIO
NAL
BUSI
NESSJUC
HINE85
13SU
NHI
Cft3
SYST
124S
lNC
H19P
114
SUNHI
ClOS
YSTE
NSINC
H19P
114
DELLCt
4(PU
1’ER
CORPF-
PC’SLT
DVC
2RE
LISY
SISU
BTEC
OEL
EC&
MA
CH
)RE95
13HI
NIHI
CKI
NN14
68J
HAGN
AVOXELE
CTRO
NICSYST
EMS
8CN5
1507
41HA
GMVO
XELE
cTli
MIcSYST
EMS
8CH6
4307
41QU
ADRA
NTENG
INEE
RINGCOR
P14
18
2080
0068
9HT
VH41
185B
923
1i14
51B4
3A20
248
0948
9702
72-0
6500
3488
8452
0390
7BN9
211
6X13
094U
0245
312
-43
0407
187
1116
190
2710
5?8
6202
003
2110
265
S425
104O
DO7
T979
7333
TW87
375
TAS2
769
9146
DXO1
O891
37DX
1167
0558
848
0874
6550
3117
J159
9563
1211
841
4258
-24
4142
58-5
511
0985
41B
AC14
1140
082
18AC
1411
4008
518
AC14
1140
086
4142
85-1
9401
7474
423LR
191
9194
923
TP79
823
UP63
994
3BN4
057
943B
N384
690
8163
7901
3058
5000
9001
9951
7515
3540
4319
90NT
9OO1
OO25
94
SEAI
S,Tt
AMASJ.
STUR
CIS,M
ILL
IMJ.
,SI
NT
SON
,JOH
NW.,
l!xN
EN
,EA
RLR
.,PB
EN
2ER
,JAM
ESB
.,V
&X
i,K
EN
NE
THE.
MVEL
L,FK
3NNI
ES.JA
K08W
SKl,R3
BER1
’AEA
RL,PAT
RICI
AA.
BURG
US,PAU
LF.,
CUST
AFSO
N,cRE
IGHl
OHCU
CURA
,STE
PUENJ.
,CA
REY,DA
VIDH.
COLL
INS,A
NNE-
MARI
EJE
NKIN
S,SSA
ROHL.
JAKO
BWSK
I,70
BERTA
DuER
R,RO
LFCU
CURA
,STE
PHENJ.
,BA
RNES
,DAV
IDB.
,S8
EVLI
N,NAN
CYK.
,BY
NIM,NA
RYAN
N0.,
VOSS
,KEN
NETHE.
CUCU
RA,STE
PHENJ.
,CL
EVEL
AND,JEF
F1.,
WELL
,R)
HNIES.
SORL
IE,SUS
ANE.
,FR
EN2K
R,JAM
ESB.
,CA
IMJD
Y,TlK
X4ASJ
VOss
, Iam
E.VO
SS,KEN
H7THE.
VCN,
KENN
ITHE.
IIUA
MC,TYNG
-GEN
NSM
ITH,J0
41ND.
Voss
,KEN
NETHE.
R3BB
IILS
,ST
EVENh’
.,VC
fiS,XEN
HHHE.
~LLI
NS,ANN
E-MA
RIE
BYNU
N,NA
RYAN
NO.,
SH
EV
LIH
,NA
NC
YK.,
VO
SS
,KE
NN
ET
HE.
RA
GIN
,hH
GE
Lk,
S.,
RA
GIN
,AN
GE
LA
,S.,
RIN
DE
,DA
VID
A.
KEAT
,GRE
GORYS.
BELC
NER,~NE
Y
1665
.00
315.O
U43
.!.0
040
0.00
751.OU
432.
0084
0.OU
1231
.00
599.O(
J55
2.00
599.OU
125.
0021
5.OI
J17
9.00
275.
0011
79.0
039
5.00
395.
00?1
2.80
1628
.00
1628
.00
]9~o
o
416.
0015
29.0
018
0.00
2115
.00
2115
.00
109.
0040
0.00
400.
0040
U.00
2135
.00
240.OU
412.
0046
6.00
432.
0043
~.(J
(J
300U
.00
3001
J.O(J
400.
0048
5.00
35U.
002?
9.00
219.
00Io
l.oo
,-4
1.>
1159
929DI
SPLA
YUNIT
1084
161DIS
PLAYUN
IT10
B68?
8DISP
LAYU
NIT
1084
683D3S
PLAYUN
ITI0
86Bl
lDIS
PLAYUN
IT10
8950
5DIS
PLAYUN
ITG0
7792
9DIS
PLAYUN
IT10
8760
2DIS
PLAY
UN
IT08
4920
8D3S
PLAYUN
IT10
8484
8DIS
PLAYUN
IT10
8621
9DIS
PLAYUN
3T10
8650
3DIS
PLAYUN
IT00
5916
4DIS
PLAYUN
ITG0
7?95
2DIS
PLAYUN
IT10
8?59
1DIS
PLAYUN
IT10
8469
?DIS
PLAYUN
IT10
8715
0DIS
PLAYUN
It10
8715
1DIS
PLAY
UN
IT10
8732
8DIS
PLAYUN
IT10
8?55
1DI
SPLA
YU441
T
1087
553DIS
PLAYUN
IT10
8468
8DIS
PLAYUN
IT10
9228
0DIS
PLAYUN
IT10
8904
2DIS
PLAYUN
IT10
8468
6D
ISP
LR
YUN
IT10
8904
8DI
SPLA
YUNI
T11
5175
6DIS
PLAYUN
IT10
9062
5DIS
PLAYUN
IT10
9062
6DIS
PLhYUN
IT10
8686
7DIS
PLAYUN
IT10
9228
3DIS
PLAYUN
IT10
9229
3DIS
PLAYUN
IT10
9228
7DIS
PLAY
UN
IT10
9228
5DIS
PLAYUN
IT)0
9227
9DIS
PLAYUN
IT10
9230
3DIS
PLAYUN
IT10
9229
0DIS
PLAYUN
IT10
9227
?DIS
PLAYUN
IT10
9229
1DIS
PLAYIN
41T
}092
07?DIS
PLAYUN
IT10
9207
8DIS
PLAYUN
IT10
9201
9DIS
PLAYUN
IT11
57?5
8DIS
PLAY
UN
IT11
5555
1DIS
PLA
Y UNIT
1093
090DIS
PLAYUN
IT
SU
NnIc
mYsT
WsMC
APPL
Eamf
rnl
MCSU
NHI
cAa5
Ysm
MCHI
HIHI
CIV3
SUNHI
C143
6YST
!MS
IKAH
A21N
CTWN
N3KC
IES
FUJN
TAINTEU
UK)i
fXIE
SMCSU
NHI
CK$Y
STW4
SINC
mco
wSU
NIi
lcmr
smlK
SUNHI
cnYs
Tn!s
lNC
SEIK
OIN
STR
4R4E
14T
SU
SASU
NHIW
MS
I%IBI
NC
SUNll
Iclr
4sY
sTE
Ns
llKI(
tdM
HM
SUNti
IclK
13Y
sTE
41s
INC
APP
LEC
Yl@
mII
KA
PPL
Ec141
PuT
ER
IKC
lltll!
?MIN
EE
A1l
Kcow
HIT3
JBIS
E1ELE
CTRI
CCORP
nITs
uB1s
uIELE
CTRI
CCOw
NIXIK
FT3M
ATI(
NISYST
EMNC
CTXIm
ATIO
NAL
IHC
NAGN
AVCUBLE
CTFO
NICSYST
MS
CII
M%
2BH
0401
GD
NM
62B
HN
1464
KC
IM62
BC
N84
84C
X
J42O
P11O
NU
LI’
ISY
NC
2AN
N41
19s-
Dh+
LG
R(1
955A
15C
H14
4X3/
6M3/
60C
9070
U17
SNN
1H
0401
)io4
01C
H41
YE
HIA
935N
KN
L69
35A
TK
JC14
03N
NA
CV
P546
B!X
2108
0A
EL
ISY
S(SU
BT’lX
OKM
&H
AC
U)3U!9
513
03RD
ATATE4
3ftK
)lLK
IES
MCCN
C141
2ACO
RDAT
ATKN
IK)U
C125IN
CCN
C141
2AD
APPL
EamP
uTER
MCM2
97AP
PLEcf4
1PuT
ERINC
H129
7SU
NH
ICK
6?S
TE
HSINC
CU41
662B
C1’XIN
TERN
ATIO
NAL
MCCV
P546
8ANE
TW3R
KIUGC(A
4PUT
1NC
DEVI
CESS-
NW02
SUNHI
CIK3
3YST
RIS
INC
GDM%
2Bsu
nHI
CJKX
3YST
Y24S
IKGC
441%
2BNE
T’4K
)RK1
KCC
4tPU
TIHCDEVI
CES19
RP3
SAHS
UNCEUC
TlU3
H1CS
CVH4
963
CY’XI!
7TEB
NATI
ONAL
MCCV
P546
BAS
UN
MIC
KB
YS
TE
HSIN
CG
M19
62B
LE
AD
INGT
WJI
WfX
IES
CO
RP
520S
VIE3
1scn4
1cTX
14H3
0PTK
VIWSC
441C
TX14
H30P
MVI
WSO
NIC
T-X1
4N30
PTK
NANOEE
LDPF
43DI
KTS
MCCH
C141
2AD
SUNHI
CMBY
STEM
INC
GOH1
962B
NAGH
AVOXELE
CTfU
NICSYST
MS7C
H321
9251
DXO0
4255
2613
991
18DN
2512
9090
0139
911B
DN22
51KA
J41H
0140
363
0111
544
115D
N284
897
H121
44C
022C
I!01
97-
0120
222
093M
66A
828A
2095
183
4AR0
255
3637
9021
03BB
U056
055
9333
470
3918
112
2510
113
0120
0043
701
2004
59O2
I414
31OK
Cfl1
0002
885
6251
7666
0130
9261
1073
DOO4
1720
4430
1133
9024
740
9024
741
921D
Y089
2A4
3-14
8032
2941
4258
-52
9211
DXO0
6992
04DX
1O85
3021
5320
215A
H10
2041
41K4
3-15
1OO2
2O91
42DX
0327
1090
3965
1820
5475
9918
2054
7600
1820
5483
1020
4430
1168
9149
DX12
7611
0492
50
VOSS
, KEN
NETHE.
BURG
US,PAU
LF.,
LEE,LU
CIAL.
LEE,LU
CIAL.
AUST
IN,BRE
NDAh.,
PARI
X3H,LAU
RICEE.
,SI
NGLE
TK3H
,CN
ARLP
SBRC
41GE
B,ERN
ESTI
NEENC
LMDl
fE,FRAN
CESD.
CQ
LL
IIL
S,AN
NE
-HA
RIE
EIf
fiE
R,I
XN
AL
DE.
VQ
SS,K
MN
ElllE
.IM
PRN
,W
1LL
IAJ4A
.,H
INE
S,T
9E8E
MH
.,ST
APL
ER
,RX
CE
34M.
FRAN
KLIN
,EOYL
EB.
NORL
EDCE
,CLAR
KEH.
,NC
CART
ER,K
AR
.EHK.,
RIEG
ER,lKX
4ALDE.
COLL
INS,AN
NE-4
4ARI
EVC
6S8KEM
4ETNE.
RAIH
F.S,JON
NH.
UOES
SNER
,STEV
ENA.
Pm,
FRAN
Ks.,
C131
CNES
TER,JCM
PHG
STEI
N,CN
711S
TINEL.
JACK
SOHCHA
RLESN.
,HC
CART
ER,KAR
ENK.
,IIC
CA
RT
ER
,KM
EII
K.,
UT
LE
Y,J
UD
ITN
A.
BA
KE
R,F
08E
RTH.,
HA
RIK
,LI
SED.
,SU
DIK,
STEV
ENJA
Y,NA
RYJ.
BRIl
13,JO
HNA.
F.,
CCOK
,HI
CNEL
LE1.
COLL
INS,AN
NE-M
ARIE
CCX3
DRIC
H,STEV
ENC.
,SH
ITH,JO
HND.
VCfi
S,KEN
NETHE.
Vms,
KEHH
ET7iL.
VC6S
,KE1
4HEr
Hc.HI
HM,DA
VIDA.
RIEG
ER,DON
ALDE.
CUCU
RA,STE
PHENJ.
,
3900
.00
656.
0040
00.0
025
0.00
4000
.00
30?.
0012
5.00
3000
.00
250.OU
400.
0052
10.0
051
~.()
(J
1551
.00
5078
.00
1100
.00
3500
.00
650.
5665
0.56
400.
0013
50.0
013
50.0
053
0.00
350.
0041
4.00
485.
0034
9.00
349.OU
630.
0061
0.01
150
00.0
035
0.00
2135
.00
3000.0
[)30
00.0
016
96.0
[131
8.00
150.
0(1
3015
.OU
320.
0012
5.00
3?!J
.00
325.
0034
9.UU
400.
0031
0.OU
,A 4.“
1093
091
DIS
PL
AYU
141T
1093
092DI
SPLA
YUNI
T10
9309
3DISP
LAYUNI
T10
9308
9DISP
LAYUNI
TGO
?780
2DIS
PLAYUN
IT11
5775
4DISP
LAYUNI
TG0
7179
8DIS
PLAYUN
IT10
8686
9DISP
LAYUNI
T10
8687
5DISP
LAYU
NIT
1084
695DIS
PLAYUN
IT:M
4699DI
SPLA
YUNI
T10
8469
2’DISP
LAYUNI
T10
8470
1DISP
LAYUNI
T10
8687
3DISP
LAYUNI
T08
4920
3DIS
PLAYUN
ITG0
7194
1DIS
PLAYUN
ITG0
7?94
3DIS
PLBYUN
IT10
8?59
9DISP
LAYU
NIT
1254
525DIS
PLAY
UN
IT11
5991
9DIS
PLAYUN
IT11
5992
6DISP
LAYUNI
T12
5542
?DISP
LAYUNI
T12
5542
9DISP
LAYUNI
T12
5543
1DISP
LAYUNI
T10
8732
9DISP
LAYUNI
T10
8622
0FltiSE
RVER
084?
554GENE
RAIT
)R,
SYNC
1255
4%IN
FUKE
Y,SEC
URIT
Y12
5545
?lNI
WKEY
,SECU
RITY
1255
458lmY
,SE
CURI
TY05
3343
2HICJ
OSUM
1159
235WDUL
AYOR
,TEL
EVIS
ION
1092
301tK3D
ULAl
WI,
TELE
VIS1
ON11
5923
4lU3D
ULAY
0R,
TELE
VISI
ON00
2014
9HONI
Y08,TEL
EVIS
ION
0020
750K3NI
KMl,TEL
EVIS
ION
0020
751H3
Nl10
R,TEL
EVIS
1ON
0020
152l$
3NIY
0R,
TELE
V!S;
ON00
2075
3WNIY
OR,TEL
EVIS
ION
0020
154H314
1YOR
,TE
LEVI
SION
0144
531WN
IIUR
,TEL
EVIS
ION
0144
532li3N
lY0R
,TE
LEVI
SION
0144
534WNI~
R,TE
LEV1
S1OH
0144
537t43H
1mR,T
EL
EV
IS1O
N01
4453
8HONI
lOR,TEL
EVIS
ION
Hxwl
xvuxCLK
WLMI
L>I
>lm
MAGN
AVOXELW
TFKM
UCSY
STEM
SMA
GNAV
OXELE
CTKX
41CSYST
EMS
NAGW
OXEL
ECTM
NICSYS
TENS
NETW
RKIt
tCC4
4FWI
NCDEV
ICES
ImP
SUNt4
1cK6
YsTR
4sNC
SUN14
1CKB
YSTE
NSmSU
NHI
cmYs
TMs
MCSU
NHI
C3XA
5YST
USINC
SUNt4
1crm
YsTR
lsIIK
SUNHI
CIVB
YSTR
4SMC
SUNII
ICIU
6YST
7NS
NCAP
PLEN41
PUTE
RINC
HAGN
AVOXBLt
muNI
cSY
STR4
SPM
XIF
MIF
ICIN
CSU
NMc
imYs
m4s
mSO
NYaw
HE1’
UWff
i4XW
WIK
DE
VIC
ES
SU
NHIC
RC6Y
STRI
SINC
14EY
WRXI
IUI
CC4Q
UTIN
GDEVI
CES
HETU
3RKI
KC.U
NPWI
NLDEV
ICES
tmAc
liIm
mNE
U4EN
CNEE
RIWCO
RPSU
NnI
cK13
Ysms
MCVI
DFM’
EKNC
LEE3
1ANDATA
CWSE
CURI
TYCOR
PLE
D4ANDA
TACU
4SEC
URIT
Y~LE
ENAHDA
Th03
NSEC
URIT
YCIMP
BAUS
CHMO
MBMC
SCIE
NT
IFIC
-RT
LA
NT
AM
CSC
IEN
YIF
IC+T
LM
NNC
SCIE
NTIF
IC-A
TLAN
TANC
PANA
scmI
csPA
NASO
NIC
PANA
W41C
SPA
NAwt
41cs
PANA
sa41
csPa
naso
nic
PMAS
ONIC
SPA
NASO
NIC
PMAS
ONIC
SPM
AWNI
CSPM
ASWI
CS
Iuwl
1CH3
211C
H321
lCN3
2112
1OA
19BP
312
1OA
GDH1
662B
17SH
N1
17SN
N1
CD
N16
04B
1517
SUN
3C
DN
1662
BSE
30B
CH
5150
741
(341
488
CD
NM
62B
CD
N3%
2B1% C
DH
1%2B
HN
4419
DN
N44
19D
CH
208M
3UX
CH
41Y
E12
41V
SC20
138
0-91
038
0-91
038
0-91
031
-22-
1063
5063
5063
50W
5200
W52
00W
5200
W52
00W
5200
W52
00C
T10
2OI4
CT
102O
HC
T10
2OH
CT
102O
HC
T10
2OH
1104
9253
1105
OO1B
1314
200B
1314
2315
T912
0022
B30
2215
2013
1T9
1200
434
9118
DN1B
9391
18DN
2184
038B
U033
3-
037BUO
043
044C
R838
803
8BUO
051
9118
DN24
56Bc
t9cf
u451
1953
5%71
910
2406
9125
DY06
1193
08DX
0843
4149
50-3
8292
51DX
O041
4152
1515
441
5215
-169
Y930
1O1O
812
7310
306
032K
O020
0989
0B99
1135
111
350
1135
9
11M8
812
2955
1117
2524
2030
014
2420
3001
624
2030
015
2420
3115
2420
3114
2420
3113
KC54
2150
2KC
5421
509
KC54
2145
7KC
5421
514
Kd54
2145
5
cm,
STEP
HENJ.
,C
UC
UR
A,
STEP
HENJ.,
Cm,
STEP
HENJ.,
Vm,
KENN
3?rNE.
CUCU
RA,STE
PHENJ.
,EV
ANS,EA
RRYK.,
JRCU
CURA
,STE
PHENJ.
,SA
NDER
S,LY
LED.
,B
AR
NE
S,DA
VIDB
.,B
UN
D,JO
HNR
.E
LL
IOIT
,DAV
IDF.
STAR
RIN,TI
WI’H
YP.,
BARN
ES,DAV
IDB.
,EV
ANS,AC
MESB.
RAGI
N,AN
GELA
,S.,
TALL
IEU,KA
THLE
ENA.
LAND
ERS,TFO
YD.,
BA2A
,CAI
U4ENR.,
RIEM
R,D3
MLDE.
EKLU
ND,LYN
NEEX
LU74
D,LYM
EIO
VELL
,RON
NIES.
WELL
,RO
NNIES.
LAHI
NRS,TR3
YD.,
AWE,
KAYED.
,RI
ECER
,MN4
AL0E.
BEI.
CNER
,IUlN
4EY
VC6S
,KEN
NFTHE.
VCSS
,KEN
NETHE.
V(ES
,KEN
NITHE.
Voss
,nm
E.
B?MN
ER,RC
W4EY
V@S,
KENN
ETHE.
BELC
BER,FO
X3NE
YBE
b3ER
,RO
DNEY
BEI.
CNER
,IWHE
YBE
LCHE
R,RC
4)HE
YBE
ltHE
R,Ir
X)NE
YBE
LCNE
R,1W
N4E%
BElt
NER,Af
lDNE
YBE
WOtR
,RC
43NE
YBE
LCNE
R,RO
DHEY
BELC
NER,RO
DNEY
BE
UX
R,
RO
DN
EY
BEIt
NEt!
,RWEY
310.
0031O.
O(J
310.
0031
0.00
125.OU
1696
.00
1~5.
ofJ
4000
.00
41KJ
o.ou
3500
.00
3500
.00
3216
.00
3500
.00
4000
.00
3807
.00
219.
001~
5.o(
J
3015
.00
3900
.00
2135
.00
3900
.OU
19~5
0[)
]9~5
0(J
1525
.00
400.
0066
699.OU
1738
.00
15U.
O(J
150.
0015
0.OU
599.
0018
12.0
018
22.0
018
12.OU
215.OU
215.
0021
5.00
215.
0021
5.00
215.
0030
4.00
304.
0030
4.00
304.
0(1
304.
00
1256
023
lKN
1lU
R,T
EL
EV
1S1O
HT
VHP
RO
FE
SSIO
NA
LN
ON
IIU
RCO
RP
ND
14N
052?
635
WH
llllit
,T
EL
EV
1S1O
NY
3NYc
owP
VN
191O
0549
008K4
41T0
R,TEL
EVIS
ION
SON!CO
RPPV
H122
004
732?
1NONI
TilR
,TE
LEVl
SIOi
4,U310
RSO
NYco
wPV
M121
108
0183
1lKI
NllO
R,VIDE
O,UA
VEN3
RHTE
KTFi
3NIXINC
1730
0462
552t4U
LT1H
ETER
,DI
GITA
LBI
XXHA
NIND
USTR
IALCORP
3020
GO16
500OPT
ICALMS
STE
STSm
ATLTTE
C8M.
OGIE
SGOV
TSYS
938A
GO?6
501OPT
ICALIl
lSSTESTSE
TAT6TTE
CBNO
D3GI
ESGOV
TSYS
938A
G076
601OPT
ICALIK
nfLE
LASE
RPRE
CISI
ONCOR
PTD
B51
0404
041OS
CILI
LBCW
E,FOR
TABL
EnK
TlpN
1xNC
2213
0461
981>CKI
LILJ
S(IP
E,PO
RThB
LE,TE
KTml
nxMC
415R
415
0462
514CWLL
ASCC
PE,POE
TABL
8TE
KTrm
xMC
475A
0141
056PLU
G-lN
,lHCE
81AC
E,REF
LEfW
TJILASE
RPAt
XISI
ONCOW
TDB5
011
5682
7PLUG
-M,S1N
G12!K!D
EBE
WLET
T-PA
CURDCO
8146
25t3
1089
536PO
LISI
IIIKHACH
IIIE
BUEB
LERL
TD
69-3
000
1156
828P(N
ER!W
RCE
EEUL
ETT-
PACK
ARD
CO85
901A
C077
88BPII
IN’I
’EB,
ADP
4XID
ATACOR
P52
32G0
7721
5PBM
I’ER
,LOP
APP
LEO
llPU
TE
RINC
H600
0C0
7?89
BPRI
NTER
,ADP
CUID
ATACIN
P18
2Go
1788
1PRI
nER,
ADP
OKID
ATACOR
P82
AC0
778B
5PRI
NTER
,ADP
OKID
ATACOR
P82
AC0
7185
0PRI
NTER
,ADP
OXID
ITAW@
182
1084
682PR
INTE
R,ADP
PANA
SOHI
CS00
5318
4PRI
NTER
,ADP
EFWH
ANER
ICAINC
Fxlo
o00
5531
0PRI
14TE
R,ADP
PANA
SONI
CKX
P109
100
5531
}PRI
MliR
,ADP
STARH1
cr43
NIcs
Nxlo
oo00
5544
6PRI
NTER
,ADP
1NTE
3U4A
TION
ALBU
SINE
SSNAC
HI14
E3812
001
0051
124PRI
NTER
,ADP
NECIN
FCWT
IOHSW
RIS
MCP5
200
0060
674PRI
NTER
,ADP
PANA
SONI
CSKX
-P11
8000
6067
6PRI
NTER
,ADP
PANA
W41C
SXX
-P11
8001
4091
0PRI
NTER
,ADP
DIGI
TALtXI
IJIP
?lEl
fT(I
MPLA
50RA
0283
1%PR
INTE
R,ADP
OKID
ATA03R
P84
1157
153PR
IWER
,ADP
TEXA
SIII
STRU
NMTSINCCD
HT31
3LPS3
5+04
6241
4PRI
NTER
,ADP
EPSO
NANE
RICAIN
CHX
80NO
DIFI
ED04
6386
1PRI
NTER
,ADP
143R
TNER
NnL
ECON
SYST
ENSCM@
M’6
K51
052?
60?PR
INTE
R,AOP
EPSO
NAHE
RICAIN
CP1
OFC(
FX28
6]05
4?99
8PRI
NTER
,ADP
OKID
hTACOR
PHI
CR3L
IHE8
405
4992
8PRI
NTER
,ADP
EIWN
AHER
ICAINC
FX80
064?
?20PRl
tfl’
ER,
ADP
TEXA
SINS
TRUN
EHTSINCCO
NMi3
L855
0141
900PR
INTE
R,ADP
PANA
SOHI
CSKX
P109
1110
8994
7PRI
NTER
,ADP
TFMS
INST
RWHT
SIt
4CC
OH
TtO
LH1C
R3L
AS
ER
PLUS
G077
921PRI
WER,Mp
STARGR
APHI
CSYS
DRTA
SCAt
4Nx
loG0
7794
6PRI
NYER
,AD
PAP
PLECWU
1’EI
IINC
LASE
RURI
TERI
I10
8686
8PRIN
TER,MP
TEXA
SINS
TRUN
EHTDIGI
TALSYS
5682
208
4920
7PRI
KI’E
R,ADP
HEIi
~-PA
CKMD
CO33
440A
NTW4
1263
3120
1480
401
0344
0211
1BB0
42%0
9082
7121
6120
0079
6120
0080
8804
-015
5B0
3472
5-
BO14
022
8705
-001
931
04GO
O189
453
3052
K014
0824
5~11
CA01
7GTI
’60
6B01
8758
624
5422
mNE’
607B02
1147
1AC
J526
KX-P
1092
114
2366
3100
8031
1329
3510
386
6030
6179
38W
0550
8
TC
K22
35A
2216
5118
3972
0392
3734
9222
9509
0402
7439
1550
4443
4199
1885
5700
306L
Kh
LC
3915
945
3971
0223
1804
?040
1846
Ch
8031
EN
SN
6000
1521
0100
0613
5327
1
STA
PLE
R,IUID
GERU.
BELC
HER,RO
DNEY
BELU
IER,ID
DNEY
BELC
BER,RO
DNEY
BEIK
HER,K)
DHEY
Vcss
,KEN
NETHE.
V@S,
KENN
ETHE.
VOSS
,KEN
NETHE.
V~,
KENN
ETHE.
BELC
HER,R)
DNEY
BEm,
IDDN
EYdC
URA,
STEP
HENJ.,
VC4X
i,KEN
NETHE.
VOSS
,KEN
NETNE.
Vcss
,KEN
NElmE.
VC6S
,KEN
NETH
E.
PARK
ER,PAT
RICI
AS5
EVLI
N,NA
NCYK.,
PAYN
E,LA
mhJ.
PAYN
E,LA
uRJm
AJ.
JAY,MA
RYJ.
CAF0
4DDY
,IIKM
ASJ
tORR
ISD
AN
IELC
.,11
BM
WH
T,JO
lltlD
.Cc
OK,HIC
BELL
EI.
CUCU
RA,STE
PHENJ.
,CU
CURA
,STE
PHENJ.
,HU
RRAY
,IIA
RVEYU.,
JWE
LL,
RONN
IES.
COLL
IHS,AN
NE-N
ARIE
ATKI
NS,UAR
RENC.,
CUCU
RA,STE
PHENJ.
,NA
RING
,LIS
E1).
,NU
RRAY
,UAR
VEYU.,
JHA
TSON
,WIL
LIAMH.
,HC
lM40
RE,FRAN
CESD.
CUCU
RA,STE
PNEHJ.
,PA
RIK3
N,LAU
RICEE.
,SA
UISB
URY,CER
HARDF
NEAT
,GRE
GORYS.
HoPs
oll,vEr
rTLE
Yv.R3
fE,KAY
ED.
,HI
NES,
TNEF
WAH.
,MI
GEM,
ERNI
?STI
HTEII
AINE
.S,
JONNH.
315.
0060
.!.O
(I
1720
.00
1160
.00
1971
.00
110.
0022
06.0
022
06.0
010
000.
0011
52.0
024
25.0
034
39.0
036
00.0
013
466.
0030
25.0
012
51.0
050
1.00
3839
.00
228.
0050
3.00
501.
0022
8.00
223.
0016
2.00
199.
0016
9.9!
J56
1?.0
051
9.00
119.
951?
9.95
511.
00?5
0.00
1108
.00
52u.
0019
5.00
419.
0012
00.0
075
8.00
548.
0022
9.00
1645
.00
IB!J
.00
3219
.00
1551
.00
1800
.00
.-4
1091
371PR
INTE
R,ADP
Pana
soni
cKX
-P11
2410
8900
4P
RIN
TE
R,A
DP
)089
043
PR
1~R
,A
DP
1092
299PRI
IKER
,ADP
COI?
89?PR
INTE
R,ADP
CO??
944PR
INTE
R,AoP
GO17
945Pil
Ilf3
’ER,
ADP
1156
565P1
31N
TE
R,
M12
5525
1P
NN
fl!R
,AD
P00
5638
8PR
nlrE
R/Pm
0144
162,PIK
XZSS
OR,
AUDI
O03
9849
8PiiX
ESMR
,IUI
1310
1159
236PKKE
SSOR
,SIG
R’AL
1159
237PK3C
EWR,
SIGN
AL10
9230
8PKIX
SY3R
,SIG
NAL
0140
774Prom
,TE
LEVI
SICN
4Tl
nfER
C077
044BAC
K,In
sTRu
nENr
0053
667mI
vER
!l~4
0~I
~R11
5684
1RECE
3VBR
1156
842BECE
IVER
1156
843
RE
CE
IVE
R11
5684
4R
EC
EIV
ER
1156
845
RE
CE
IVE
R11
5684
6E
CE
IVE
Rl1
56B
41W
CM
VE
R11
5684
8RE
CEIV
ER11
5684
9BF.C
EIVE
R01
4412
3DECE
IVER
,CONT
~L01
4419
8UCEI
VER,CD
NT7K
3L00
1%85RE
CEIV
ER,RADI
O00
2142
6PECE
IVER
,RADI
O00
2142
7BKEI
VER,
RA
DIO
0258
778WC
EIVE
R,RA
DIO
0258
779Bf.C
EIVE
R,RAD1
O02
5878
0RMEI
VER,BA
D1O
0198
608RE
CNVE
R,RA
DIO
0801
800BECE
IVER
,RADI
O08
489?
63UEI
VER,RA
DIO
0848
977RECE
IVER
,RAD1
O00
2140
2RECE
IVER
,RADI
O00
2142
8RECE
IVER
,RADI
O00
2117
7RECE
IVER
,RAD1
O,BE
EPER
0021
1?8RECE
IVER
,RADI
O,BE
EPER
0021
180R
EC
EIV
ER
,R
AD
1O,BE
EP
ER
BRAD
YUH~
BHXC
uEuL
EIT-
PAc3
u.RD
co22
79A
TE
XA
S116
1’lIU
NE
tfP
SINC
CO
NT
RO
LPS
35+
OKID
ATA(MI
182
STARGR
APHI
CSYS
DATA
SCAN
Nx-l
ooo
DIGI
TALEQU
IPHE
NTCOR
PLA
75A2
APPl
fCcM
PmMC
LASE
RURI
TERI
ICm
IK17
25-1
IOLI
UECO
RPLP
4000
ATI
13(D
15T
RIE
SF
-A
IRC
BA
FTE
N1O
OO
-1A
UD
IOTE
CE
NO
MC
ICS
INC
EN
1OO
O-1
SCI~
IfIC
-AW
liTA
INC
6150
SCIE
HT
IFIC
+?U
MAM
C61
50S
CIF
21T
IFIC
-MLA
MT
AIII
C61
50SC
1~IF
IC-A
TLAN
TAINC
8551
-535
TELB
NETI
CS16
RSA
TELL
ITElTJ
JIVI
SIC4
1SY
STEM
SSR1
1OSC
3.F2
1TIF
IC-A
TLAN
TAIN
C6%
OSDF
SCIE
NTIF
IC-A
WNTAMC
6%OS
DFSC
3SNT
IFIC
-ATL
ANTA
MC6%
OSDF
SCIE
NTIF
IC-A
TLAN
TAIN
C6%
OSDF
SCIE
NTIF
IC-A
TLAN
TAlN
C6%
OSDF
SC
IEN
TIF
IC-A
TL
AN
TAIN
C69
60S
DF
SC
IEN
TIF
IC-A
TL
AN
TAIII
C6%
OS
DF
SC
IEN
TIF
IC-A
TL
AN
TAIt
lC6%
OS
DF
SC
IElf
lIFIC
-AT
LA
NT
AIN
C6%
OS
DF
SC
IEN
TIF
IC-A
TL
AN
TAIN
C69
60S
DF
N/A
-CC
RlN
1K4f
AV
EFW
ER
DE
VIC
ESM
23V
FN
-RK
11/A
-CX
HI!I
IWA
VE
FW
ER
DE
VIC
ESN
A23
VF
11-R
i!E
YN31
DLAINCA
UItM
OTIV
EP70D
A03T
NC24
6BAC
IK33
W3LAC
ONNU
NICA
TION
SC7
0UPBR
AVO
MYT0
3KlL
AmICR
TION
SCR
OUPBR
AVO
H01W
3LAII
ICAUl
C413
TIVEPR30
A037
NC24
68AC
HCJT
OK)L
AMCAU
K4iO
TIVEP3K
ID10
37NC
2468
ACN0
3W13
LAlN
CAU’
IWTI
VEPF
K3DA0
37NC
2468
ACHO
TORO
LACCN
OIUN
ICAT
IONS
CIVM
PA0
3TNC
246B
CNE
CIN
FORM
ATIO
NSYST
EMIN
CR3
N4-1
2ANO
K)3V
3LACUNN
UNIC
ATIO
NSC7A3
UPA0
3TNC
2468
CIK
YTW3
LACCM
fUNI
CATI
ONS
C7KN
IPA0
3TNC
246B
ClK
ITWI
LAHMN
UNIC
ATIO
NSCRO
UPBR
AVO
NCII
OROL
AK4
MJNI
CATI
ONSC7K)
UPBR
AVO
IUIT
CM3L
AINCA
UlM3
TlVEPf
ODA0
3BAB
4961
BAN0
3Wb3
LAIN
CAUK
4UJT
1VEPK)D
A03B
AB49
61BA
HOTO
lOLAIN
CAUI
Mn’l
VEPm
A03B
AB59
61CA
C3KW
QQF4
5602
3068
631
3756
3492
0639
7200
7660
7B02
1146
831
0071
1048
58TY
7091
OCA
1462
6UtH
6000
QO07
4034
P40B
1723
.51
1686
6710
4366
1043
3604
5633
W500
236
150-
057
6010
4803
0032
512
0032
513
0032
514
0032
515
0032
516
0032
517
0032
518
0032
519
0032
520
0032
521
1948
1948
413B
NC-D
686
334B
PS71
454
BN4~
U2RP
Q41
3BLJ
0531
413B
LJ05
3241
3BLJ
0533
413B
LU13
8950
2094
291K
413B
QA02
5841
3BQA
0259
BN4B
QC27
8KBN
4m5N
M00
2670
700
2675
702
7240
1
CWJR
A,ST
EPNE
N J.,
Vos
s,K
EN
NE
TR
L.
PItE
WO
tl,FR
AN
KS.,
ELLI
OTT,DAV
IDF.
EVAN
S,AG
NESB.
UTLB
Y,JU
DITNA.
BALS
EY,WAL
TERF.
VOSS
,KEN
NETHE.
CLEV
ELAN
D,JE
FF1.
,M
UR
RA
Y,
HA
RV
EYH.,
J~E
ICBK
R,IK3
DNEY
BELC
BER,IVM
NEY
BELC
BER,7tl
NiEY
BEKB
ER,ROD
NEY
WS,
KENN
ETRE.
BEUE
R,IK
X3NE
YCU
CURA
,STE
PREN
J.,
BW
EIi,
KM
NE
YBE
UIR,
7FXI
NEY
BE
WIE
R,
RX
ME
YBE
KKER
,ROD
NEY
BEIN
ER,RC4
3t4E
YBE
WB!R
,7VI
DNEY
BEKR
ER,3UX
MEY
BELC
N7SR
,RC
ONEY
BELC
NER,70D
NEY
BELC
KER,R3D
NEY
BEKB
JM!,BID
NEY
BELC
RER,FU3
DNEY
BElf
HER,FQD
NEY
PAY,J~
ND.
VOSS
,KEN
NITNE.
VC!6
S,KEN
NETNE.
LllT
LE,MUC
HD.
NEVI
YM,CLA
RENC
EP.
STEI
N,BR
UCEM,
UAIT
S,T3
K44A
SF.,SR
Voss
,KEm
E.CU
STAF
SON,CRE
ICHI
WBE
LCNE
R,IK4
MEY
VCKS
,KEN
HFTNE.
Voss
,KEN
NETHE.
CUCU
RA,STE
PNENJ.
,CU
CURA
,STE
PNENJ.
,VO
SS,KEN
NEI1
4E.
259
804.
481.
1624
.
228.
160
582.
3280
.
9046
.
5??1
1069
1230
256
256
254
100
94 40 195
195
195
195
195
195
195
195
195
195
249
249 31 13 13 31 31 31 11 1 29 29 1 1 20 20 19
0021
181MC
E]VF
$,RA
DIO,BE
EPER
0021
182REC
EIVE
R,RAD
IO,BEE
PER
0801
663R
EC
EIV
EII,RA
DIO
,BE
EP
ER
0801
661MXE
IVER
,RAD
IO,BEE
PER
0801
6657WE
IVER
,RAD
IO,BEE
PER
0021
119REC
EIVE
R,RAD
IO,BEE
PER
0058
310R
EC
EIV
ER
,SA
TE
LL
ITE
0058
311
IWE
IVE
R,
SA
TE
LL
ITE
0140
861
RE
CE
IVE
R,T
EL
EV
ISIO
N01
4086
2N
XE
IVE
R,T
EL
EV
ISIO
N11
5986
5RE
CEIV
ER,TELE
VIS1
0411
5923
3>REt
EIVE
R,VII
X33
1255
412BME
IVER
,VID
D3
0141
278
RE
CX
)RD
ER
,C
AS
SE
TT
E,VID
D3
1156
576
RE
CO
RD
ER
,C
AS
SE
IYE
,VID
EO
0144
118
IWO
RD
EB
,CA
SS
ET
TE
,VID
EO
1090
618
EE
@D
EJl
,CA
SS
ET
TE
,VIDB
310
9061
9RtX
ORDE
R,CAS
SETT
E,VID
D310
9062
0REC
OBDE
R,CAS
SETT
E,VII
M311
565?
5BEt
WIER
,CAS
SETT
E,VID
EO11
5657
7mRD
ER,
CAs!
mE,VI
DEO
1159
922REC
ORDE
R,CAS
SETT
E,VID
E13
1159
923RWM
DER,
CASS
ETTE
,VID7
1311
5992
4BEf
lMDE
R,CAS
SETT
E,VIO
Q3GO
?781
7RKO
RMIR
,PLA
YER,AU
DIO
0144
115AEU
)RDE
R,TAP
E,VI
MII
0144
148RE@
OER,
TAPE
,VI~
0144
193BEU
3NDE
R,TAP
E,VI
DF31
0284
492RKO
RDEB
,TAP
E,VI
DE13
1156
829BKO
RDEB
,TAP
E,VI
DfXI
0141
055Ilf
FLEc
mEnR
1156
826REF
LECT
WTM
0053
668SAT
ELLI
TEDIS
H00
5831
2SAT
ELLI
TEDIS
HGO
?682
9SCA
NNER
,PAIR
10B8
994SCA
NKER
,PAIR
1088
995SCA
NNER
,PAIR
?UIU
KJLh
lNL
hU
IWrI
VL
l’iU
U
NUIU
iOLAMC
AW24
K3T1
VEPR3
DHO
lOIK
)LAlNCA
UIWO
TIVEP7
t30
HUNW
3LAIN
CAIJ
’K40
T1VEPR)D
)$31
W3LAIN
CAUN
WTIV
EPR
30N0
3WLA
INCAU
IWTI
VEPI
V3D
CHAP
ARRA
LINDU
STRI
ESINC
CRAP
ANRA
LINDU
STRI
ESINC
WYCO
RPSO
NY,mRP
UAVE
TEKSAN
DIEC
OINC
SCIE
NTIF
IC-A
TLAN
TAIN
CSC
IENT
IFIC
-ATL
ANTA
It4C
SNAR
PELE
CTRO
NICSCOR
PHI
TSUB
ISNIELE
CTRI
CCoR
PPA
NASO
NIC
PANM
C441
CSPA
NASO
NIC
PAmA
sonI
csH3
T’SU
BISN
IEL
ECTR
ICCCH
IPHI
TSUB
ISRIM
MI’
711CC
UN
HITS
UBIS
III
ELMX
RICC
ORP
MITS
UBIS
HIELE
CTRI
CCORP
HITS
UBIS
81E.W
l’NI
Cm
‘—-”
“““
”“’—
—””
’”‘–
’A
03B
AB
5%1C
AA0
34AB
466B
MA0
3JRB
5961
CAA0
3JRB
5%1C
AA0
3JRB
5961
CAA0
3CAB
4668
M03 03 CV
H127
1CV
1412
7118
65B
%50
%50
M120
NS-U
55AC
6300
AC25
20P
AG25
20P
AC25
20P
US-U
55NS
-U55
NS-U
57NS
-U57
NS-U
57DI
CTAP
NMECP
F-KI
NElf
XICCP
5842
SONYa3
RPV0
5600
SONYCO
RPV0
5600
PAKA
SONI
CSII
V895
0NA
TSUS
NITAELU
INDU
SCO
NV89
50Sa
nca
iPPM
1280
0LA
SERPRE
cIsI
a4COR
PTD
9950
NEUL
ETI’
-PAC
KARD
CO81
46A
SATE
LLIT
ETEL
EVIS
IaSY
STEM
SPAC
2085
SKYCC
4tPU
lZRMC
3777
HICI
K3TE
STINC
3910
-00
HICW
TESTMC
3910
-00
HICK
)TES
TINC
3910
-00
C077
882SNR
EDD1
ffi
HACN
INE,
PAPE
R,OF
FICE
ELEC
TRICWAS
TEBA
SKETCOR
P.11
5658
0SP
LIC
ER
,FIB
EfIO
PT
ICSI
E~ROP
TICA
LCAB
LES
0144
171SWW
EN,
AUD1
O/VI
DFII
HIN
NHIN
IIK&
NFC
0137
887SUI
TfUE
R,VID
EX3
DYNA
IREL
ECTI
DNIC
SINC
013?
888SUI
TfHE
R,VID
k33
DYNA
IREL
ECTK
INIC
SIN:
0144
131SU1
lTHE
R,VID
E32
DYNA
IREL
ECTR
ONIC
SINC
0144
132SWI
TCHE
R,VID
IDDY
NAIREL
ECTB
2N1C
SINC
0144
152SUI
TCHE
R,VI~
VIDk
XITE
NINC
299
H90(
KH+C
15X1
20UT
FR21
01C
FB21
02C
F210
2CF2
102C
RC1O
A
0272
449
4526
63B0
4BSE
6FX8
BD4B
SE6F
R8BD
4BSE
M3D
4526
6440
6827
4004
3520
0878
320
0879
5.
3143
012
A02
0179
11A
0201
B6D
A31
3573
U55
0429
81C
5YA
O03
46L
1KII
O06
01L
1KN
O06
12L
lxN
oo61
4U
5504
3395
U55
0361
O1
5126
274
5747
152
5727
337
9627
5146
461
44%
1E
2ND
O05
27C
5NL
OO
097
1278
987
04-1
622
3221
GO
0445
7504
PS9
1CO
O02
21P
S91C
OO
0225
711
2608
%26
6520
2334
06/N
319
8611
/K3
0885
0140
VOSS
,KE
NN
ET
HE.
V~,
KENN
ETHE.
WS,
NENH
ETHE.
VOSS
,KEN
74E1
’HE.VC
SS,K
EN
NE
THE.
VC
E3s
,KE
NN
ET
HE.
BEUI
ER,KID
NEY
BEII
KER,7
@2DK
EYBE
LCRE
R,KKN
4EY
BElO
l?R,K
4MEY
BEUE
R,IJ
3DNE
YBE
UNER
,KID
NEY
BELC
NER,R24
3NEY
BELC
15ER
,7uXM
EYBE
LCHE
S,ROD
NEY
BELC
8ER,I
KIDN
EYBE
IEHE
R,IUM
EYBE
LCNE
R,FCO
NEY
BEW,
K4N4
EYBE
LCKE
R,Fil
MEY
BELC
HES,ACW
EYBE
UER,
lk?O
IEY
BE
LC
RE
R,IUO
HE
YBE
URER
,R3D
NEY
CUCU
RA,STE
PEEN
J.,
BELC
NER,lUM
EYBE
LC51
ER,143D
NEY
BEll
HER,7i2
0NEY
BELC
8ER,IKK
3NEY
BEll
IIER
,iK
lN4E
YVC
SS,KKN
IO?ME.
VCIS
S,KE
KN
E1’
HE,BE
LCNE
R,WX
MEY
BEME
R,IV
XN4E
YVC
6S,KE
N7(E
THE.
VCSS
,KE
f414
ETN
E.VC
SS,KE
NNET
HE.
STAP
LER,K)
DCERk’
.VO
SS,KE
NNET
HE.
BELC
NEI(
,R30N
EYBE
LCRE
R,M3
HEY
BELC
NER,IW
DNEY
BEll
MER,MO
NEY
BELC
NER,RO
ONEY
BELC
NEf!
,KIDN
EY
190.
118.
119.
119.
119.
118.
800.
800.
600.
600.
7595
.13
4012
8564
0.56
0.14
3142
0.42
0.42
0.%0
.056
0.51
9.51
9.51
9.33
1518
0910
0915
1615
0613
200
8955
1211
0IO
ol14
5016
1316
5316
5118
931
500
5440
2161
301?
2805
1911
10%!
1092
092S
HIT
CU
INCUN
IT,E
LE
CT
RO
NICCC
4AFA
RA
Llf3
NCC
4(P
UT
1MCO
RP
1090
329T
A8L
ET
,cRA
PH
ICS
1255
463
TE
LE
TY
PE
VR
ITE
R12
5546
6T
EL
ET
YT
W71
1TE
R12
5546
7TE
LETY
PEWR
ITER
1255
4?0TELE
TYPN
RITE
R12
5547
1TELE
TYPE
MIIT
ER12
5547
2TELE
TYFW
RITK
R12
5546
4TELE
TYPE
WRIT
ER12
5546
5TELE
TYPE
WRIT
ER12
5546
8TELE
TYPA
MIIT
ER12
5546
9’TELE
TWMR
ITBR
C076
625TK
M41H
ALSER
VKR
G071
954TEM
INAL
,DAT
APIK
USSI
ffi
G077
149TEI
041A
AAL,
DATAPK
CESS
IKG0
7795
7TEP
341A
4AL,
DATAPM
CESS
ING
GCt7
?959T
EM
HH
AL,DA
TAPK
CESS
ING
1086
863
TF
MIH
AL
,DRTAPI
K3CE
SSIN
G10
8953
8TEMI
UAL,
DA
TAP
RX
ESS
IHG
1069
539TEI
WML,
DATAPI
W.ES
SING
1084
680TERH
INAL
,DATAPI
rlES
SING
G077
861TER
HIAA
AL,
DATAPK
CESS
ING
0054
499TERH
INAL
,DRTA
PN
3CE
SSIN
G00
5450
0TE
B311
!IAL
,Dh
ThPl
i3CE
SS1N
G00
5450
1TEWN
AL,Dh
TAP7
rlCE
SSIN
C00
5558
3TE3i
MAL,DA
TAPR
OCES
SING
0055
584W2
i441
NAL,DATAP7
F3CE
SSIN
G12
5601
8TEWA
AAL,DN
APR
OCES
SING
0060
727TE
RHIN
AL,DATAPI
UICE
SSIN
G00
6072
8TEMI
NAL,DA
TAPK
KESS
ING
013?
803TEMI
NAL,DA
TAPI
KICF
SSIH
G12
5602
1TEPH
INAL
,DATAPK
X.IL
SSIN
G01
4090
9TEMI
AAAL
,DATAP7
i3CE
SS1N
G02
5869
3TEIO
IINA
L,DATAPK
CESS
ING
0258
84?TERH
INAL
,DATAPK
CESS
ING
0280
022TERM
INAL
,DATAPI
@CES
SING
0280
023TEIO
HAAA
L,DATAPK
ICES
SING
0280
099TEP
WAL,
DATAPR
OCES
SING
0280
208TERH
INhL
,DRTAPI
B3CE
SSIN
G02
8161
0TERH
IHAL
,DATAP7
@CES
SING
0398
638TE71
J41N
AL,
DATAPR
OCES
SING
0398
B81TERH
INhL
,D71T
APIKK
13S1
NG04
0404
6TERH
INAL
,DhTAPf
OCES
SING
0404
041TEMI
NAL,Dh
ThPR
OCES
SING
0404
509T
ER
341N
hL,
DA
ThPRO
C&SS
ING
SUNH
AGRA
PNIC
SCO
RPKi
OiNRES
EAKH
KW14
RESE
ARUl
K3uM
RmAR
CuKI
WNRM
ARCH
KROU
NREW
ARCN
KrwN
RmAR
CnKR
mARE
SEAR
CHK3
KAANRmA
RcH
KRm
RmAR
Cn3(
RMNIuM
ARcn
CISC
OSYS
TR4SNC
HAmm
luc
Tmu4
31aY
mcm
JNGL
ABs
HMTI
MIC
TECW
WJY
MCHA
mm41
cTm
Dlo3
LlGYlNC
PR
IlK
Eft
3HGR
AP
HICSY
STR
AS
WX
W31
tKlf
fiC
WIW
INGD
EV
ICE
SH
EIW
8KIN
GU
X4F
WIH
GDE
VIC
ES
SUN
NY
VA
IXH
QK
Nm
HIC
.R06
SRV
ESU
NHIC
7BMY
STMSlN
CSU
N14
1C7C
6YST
IMS
lNC
SUNHI
CR3Y
STD4
SINC
BMtE
TT-P
ACKA
RD(1)
mfLE
1l’-
PAcK
MDco
BI-W
KCC
HPUI
’ER
INC
N’EW
LETI
’-PA
CKAR
DCO
UMET
T’-P
ACKA
ROCO
DIGI
ThLEQ4
JIPW
!NT
COW
B1-L
INKCWR
JTER
INC
DIGI
TALMWN
l!NT
CORP
TEmJ
NIxlN
CTE
LEVI
DD)CORP
TELE
VIDD
3CORP
TELE
VIDt
XICORP
TELE
VIDF
33CORP
TELE
VIDD
3CORP
TELE
VID~CO
RPTE
LEVI
DDICORP
PN35
7NH
I118
12HP
20D
HP20
DHP
20D
HP20
DHP
20D
HP20
DNP
20D
HP20
DHP
20D
HP20
DAS
H1-6
4EN
Pc/A
TPC
/XT
PC/A
TPC
/~T
UL
TR
Ax99
9035
902E
NC
0999
0359
02E
486
x/T
uRB
o3/
503/
503/
50C
1OO
3AC
1OO
3AV
Gh4
33C
1OO
3AC1
OO3A
VT22
0F2
VGA4
33VT
220F
241
01A
PT 925
925
9?0
PT PT PTLE
ARSI
FZLE
RELE
CTA?lNS
TRDI
VAD
H3E
NEUL
ETFP
ACKA
ROCO
2623
AH3D
1FIE
DN
NIJ
IT-P
AC
KA
RD
CO
2623
AAK
)DIF
IED
TE
LEV
IDF
33CO
IW92
5
09-1
8444
0103
4300
4E33
111
OO27
3440
2-42
3365
1-42
3366
4-42
3366
5-42
3366
3-42
3366
4-42
3441
1-42
3366
0-42
-33
670-
4233
669-
42M6
88S0
2488
0051
826
0532
8800
523
8800
519
N210
9OO2
OO44
OH2
0152
6N2
0130
9II
H1OO
4377
0415
581
OF
1O95
809F
OO
0680
6F04
9528
14R
0463
928
15A
0464
324
3106
6829
08hO
?D65
2908
RO
I071
Th6
38E
OO
ll24
3106
69N
K71
03O
O99
B02
3547
8604
0312
AC
2711
4002
3C
2711
4002
493
0917
59D
2801
5009
5D2
9035
014
18AD
8606
0079
A30
1923
42V7
0834
2342
V709
2973
1093
45
VOSS
,mm
KH
UR
RA
Y,
HA
RV
EYM.,
JM
m,
mF.
,SR
UAIT
S,TH
C44A
SF.,
SRW
AT
TS,lW
IUS
F.,
SRU
AIT
S,!7
VM
SF.,
SRV
AIT
S,W
F.,
SRW
I’S,
lMM
SF.
,SR
UA
TT
S,TlK
41A
SF.,
SRW
AIT
S,TH
C44
AS
F.,
SRU
A1l
’S,lW
44M
F.,
SRW
TS,
lYW
SF.
,SR
KIS
S,K
EM
EM
E.
PAYN
E,LA
URET
TAJ.
PAYN
E,LA
mAJ.
EKLU
HD,LYN
NEJA
Y,NA
RYJ.
PAYN
E,LA
URET
TAJ.
PAYN
E,LM
FIEI
TAJ.
PAYN
E,LA
UMIT
AJ.
IKMR
ISDA
NIELC.
,11
BRIT
O,J~
Nh.
F.,
RAA4
PlUN
,hf
ILLI
MA.,
BYNU
H,HA
NAN
N0,
,lW
14ES
,LAV
ERNEH.
,CO
LLIN
S,ANH
E-HA
RIE
COLL
INS,ANN
E-HA
RIE
STUR
GIS,UIL
LIAHJ.
,CO
LLIN
S,~-H
ARIE
COLL
INS,ANN
E-HA
RIE
JACK
SONCI!
ARLE
SIi.,
STAP
LER,7WC
ERU.
BYNU
H,NA
RYAN
NO.,
c4KK
ETT#m
yJ.,
VC
6S,K
EN
NE
THE.
CU
CU
RA
,STE
PHE
NJ.,
CO
CU
RA
,STE
PHE
NJ.,
CU
CU
RA
,STE
PHE
NJ.,
CU
CU
RA
,SH3W
ENJ
.,VO
SS,KEN
NETH
E.
BELC
NER,ROD
NEY
VOSS
,KEN
NETHE.
CUIK
E,8A
R8AR
AA.
CU3K
,HIC
NELL
EI.
COCU
RA,STE
PKENJ.
,
114?
549
425
425
4~5
425
4~5
4~5
425
425
425
425
1124
011
5?80
011
5111
5?13
1613
3013
1028
1515
032
/132
1132
1118
118
114
4822U
220
631
144
44 692 38 14 74 105O
40 40 75 29 344
344
?9
0827
163TE7
U41N
AL,DATA
PllX
ESSI
NCO4
621O
JTEB
141M
L,DA
TAPI
WESS
IHG
0548
182TEB
141N
AL,DATA
P7rm
i.?d
NC10
846B
5TEP
J41K
AL,
DATAP7
fXES
SINC
1084
670TER
NINA
L,DAT
APRO
CESS
ING
054%
10TE
R141
HAL,DITA
PRw
xWIG
Gu/
?%O
l%81
UN
AL,D
AT
APR
XlS
51tA
G10
8461
3TE
IU41
NA
L,DA
TAP
RX
Es!
Hffi
1084
714TE
RNIN
AL,DATAPl
tXES
SINC
0059
163TBN
IIUA
L,DhT
AP7K
ICDS
1M08
4920
6TtU
E41N
AL,
DATAP7
42CE
SS1N
C10
8468
4$EIU
41HA
L,DATAPI
WESS
IMC0
7716
3TBM
IINA
L,DA
YAP
IiXE
SIIH
l10
84?1
2TE
F41
1NA
L,D
hTAPRX
ESSI
NCG0
77%8
TE8M
NAL,DA
TAP
KIC
ES
WC
G077
940TE7
4fIN
AL,
DATAPR
XESS
IIK
0221
791TEM
INAL
,DiT
APK7
CESS
1KG0
7676
8T8M
11NA
L,SER
VER
G076
?70TEM
I174
AL,
SERV
ERGO
167?
6TEB
441H
AL,
SERV
ERG0
7677
7lWU
tMAL
,SER
VER
G077
042TtS
TIH
STRW
14T
0282
471TES
TSE
T,H0
DEJ4LI
NE02
8247
2TES
TSE
T,14
XM34LI
RE04
6247
2TES
TSET
,~~
LINE
0462
550Tt3
tSET
,N3D
t31LINE
0462
551TES
TSET
,~LI
NE04
0422
5TES
TER,CA
BLE
0548
68?mm,
CABL
E20
J660
3TIW
DWAI
NRE
FLKI
WTER
G076
5%TR
ANSC
EIVE
R,t!I
GNTF
WTG0
7661
8TRA
NSCE
IVER
,EIGl
fTEO
RT10
9207
2TRA
NSCE
IVER
,RAD
IO10
9207
3TRA
NSCE
IVER
,RAD1
O01
4408
5TRA
KSNI
TTER
,(X3N
TT0L
1156
838TRA
NS4t
ITTE
R,ELEC
TIVM
C11
5683
9TRA
NS44
1TTE
R,ELEC
TAX3
NIC
1159
921TRM
S441
1TER
,V1
DFL3
0827
160TRM
SFOr
T,HA
CNET
ICTAP
E10
8484
9TRMS
PO~,
MAGN
ETICTAP
E10
9177
1TRMS
K)RT
,MAG
NETI
CTAPE
1156
035TRAN
SFOR
T,MAG
NETI
CTAPE
1084
691TR
N4SF
0RT,MAG
NETI
CTAPE
CO17
866TRA
NSFO
RT,MAGN
ETICTAP
E08
0203
4TRA
KSF1
3RT,NAGW
ICTA
PE.,
APPL
IEDDIG
ITALDA
TASY
S7’O
ISL
EA
RS1f
fil&
ItE
LE
CT
RlN
ST
RDI
VTE
LEVI
DD3SYST
DL’3MC
HIcI
vlsE
RvE
SUNHI
CKL4
YSTE
NSINC
DIGI
TALEQU
IPHE
NTCOR
PHA
CITI
KINI
CTE
CHWI
CYIN
CHI
C7LW
RVE
HIC7
KXMR
VESU
Nll
ICAK
lSYS
TE31
SIN
CICPE
RSON
ALUli
WTER
HICI
U6ER
VETE
LEVI
DA23SYST
F2!SItK
H1cm
ERvE
HICI
C6ER
VEEv
ERExSk
nals
MCSE
LAKA
RCOW
(DIS
CO
NT
INU
ED
)C
ISC
f3SY
WD
BIN
CC
2SC
0sY3T
msI
NC
cIsa
lS
rsm
INc
C2S
CQSY
ST
E41
SlN
CP
K)E
NIX~
PA
CE
INC
.lN
TE
RK
hTIC
NA
LD
AT
ASC
IEN
CE
SIN
TE
RN
AT
IMA
LD
AT
ASC
IEN
CE
SIN
TERN
ATIO
NAL
DATASC
IENC
ESIm
AT14
11AL
DATASC
IENC
ESIm
ATIO
NAL
DATASC
IENC
13TE
XT7a
txIN
CTE
KTln
NIxMC
TEKn
A3NI
xINC
AHER
ICANNET
WRKCO
NNEC
TION
AnER
IcANNEN
ORKc0
NNwT
Ia4
VP
T12
2A
OH
3AP
T38
6SX
3/50
VT
240A
PC/A
Tx/
TuR
Bo
x/T
uR80
3/60
H4P1
49P
T12L
3B6S
XTV
1970
x/Tu
RBo
xpuR
BO18
00A
IIIR
EUOO
XLAS
KAS
HAS
H1-3
2DI
ASM-
32A?
I55
1540
1040
1012
0013
1ONO
DIFI
ED13
1OIU
3DIF
IED
1502
1503
Am MC80
ANC8
0HO
TWNi
AMC
AUlU
C3TI
VEPl1
3DHT
600
lA31
WV3L
AIKCA
171U
0TIV
EP7UD
HT60
0N/
A-CC
41)II
IUXA
VEFKAf
ERDEV
ICESNA
23Vl
WXSC
IENT
IFIC
-ATL
ANTA
lNC
6460
SDF
SC
IEN
TIF
IC-B
TLA
NT
hIN
C64
60S
DF
WE
TE
KSA
KDID
33IN
C18
55B
APPL
IEDDIG
ITALDA
TASY
STRI
S29
22SU
NHI
CIC6
YSTF
31S
INC
DP2
HEum
-PAc
nRD
co91
44A
tIEW
1’FP
ACiM
ROCO
C152
1BS
UNII
ICIC
BY
ST
RISMC
EX
P2
CC
44P
UT
ER
IE31
CIIC
OR
P94
171
EX
AB
TT
ECO
RP
EX
B82
00
1420
2259
5106
0140
3006
7368
1057
2371
1E20
51AB
4I10
1M9
8800
520
7704
166
7704
153
838F
2327
-16
818
6810
5846
9304
0247
7704
167
1704
154
BR26
988
6110
0730
2A1
288Y
329
A12B
8Y33
0A0
688S
022
A068
BS02
350
440
1363
4013
6490
371
1314
7013
1468
B114
783
R095
557
B025
041
1003
310
067
651ASC
0506
651A
SC05
0719
1500
2251
200
2251
730
5309
961
1-13
1811OC
428O
3107
E,98
932
3216
E013
3504
8G06
4823
4172
8569
WELL
,F1
3HNI
ES.VC
6S,KIN
NETHE.
VC6S
,KEN
NETNE.
RAGI
N,AN
GELA
,S.,
KAIS
ER,JOH
NB.
CLEV
ELAN
D,JEF
F1.
,LE
E,LU
CIAL.
RA14
PTW,I
171L
LIAHA.,
13.3
BBIN
S,STEV
ENW.
,UM
PY01
4,UIL
LIMA.
,HC
LEM3
RE,FRAN
CESD.
Cill
CRES
TER,J&%P
HG
PkRK
ER,PAT
RICI
AJK
KS01
4CBA
RLFi
SH.,
SAUI
SBUR
Y,CER
RARDF
TALL
IEU,KA
THLE
ENh.
RA
ISE
Y,WAL
TERF.
VC6S
,KEN
NETHE.
V@S,
KENN
ETHE.
VOSS
,KEN
NETHE.
VOSS
,KEN
NETHE.
fUCU
RA,STE
PHENJ.
,CU
CURA
,STE
PHENJ.
,CU
CURA
,STE
PHENJ.
,CU
CURA
,STE
PHENJ.
,VC
M,KE
NNET
HE.
CUCU
RA,STE
PHENJ.
,VC
SS,KEN
NETHE.
CUCU
RA,STE
PNENJ.
,VC
6S,KEN
NETHE.
V~,
KENN
ETHE.
VOSS
,KEN
KETRE.
VCM,
K3MH
ETHE.
Voss
,mm
E.
BELC
HER
,IDD
NEY
BEU
I’ER
,IO
DN
EYBE
LCR
ER,K
$MEY
BELC
HER
,KID
NEY
WEL
L,Fu
3NNI
ES.CO
LLIN
S,MN
E-KA
RIE
CLEV
ELAN
D,JEF
F1.
,CL
EVEL
AND,JEF
F1.
,EL
LIOT
T,DAV
IDF.
BAZA
,CAR
HEHR.,
BAZA
,CAR
HENR.,
500.
131
400.
1349
.65
51.
1624
1151
150.
750
4169
3594
1349
1150
750
150.
z~~l
1300
9920
9920
8120
8120
3320
2711
521
8516
4i23
6223
6265
1663
~5
4673
661
661
461
46J
2499
1300
011
000
4’/4
1000
052
0u19
5U41
5012BI
4171
2220
1159
9]1T
AM
SFO
RT
,H
AC
N17
1CTA
PE01
4412
6TR
AI,FIB
EROP
TIC
0144
130TR
AY,FIB
EROP
TIC
1157
?52TRUC
K,PI
CKUP
115?
?50TRUC
K,VA
N,PA
NEL
1157
751TRUC
K,VA
N,PA
NEL
0061
068TR
UCK,VA
N,PA
NEL
0061
069TRO
CK,VAN
,PA
NEL
0061
070TRO
CX,VAN
,PA
NEL
0061
071T
RU
CK
,VA
N,PANE
L04
6216
4TY
PWII
ITE
RG
O16
786tA
NG
0614
86V
AN
,MIN
I00
614B
IVA
N,H
I141
0801
830V
fZIW
MD
PEG
O14
187W
OMS
ThT
ION
,OFF
ICE
CO
?478
8WA
XST
AT
ION
;OFF
ICE
G07
4?89
WA
XST
MIO
R,O
FFIC
E
SU
N141
CI’W
ST
R4S
INC
GRAS
SVAL
LEYGRO
UPlN
CTIE
GRAS
SVAL
LEYWWF
INCTNE
RMDNo
IWco
mRDPA
RTS
FWOn
oK)R
coNY
WPAR
TsID
RDNO
K)RCOlW
UIPA
RTS
mlloW3
Wco
IWOPA
RTS
mRDW
IOll
comR
DPAR
Ts‘
mRDm
comR
DPAR
TsmR
ot$
llOI
lco
llMl
lPART
S
X66
071
NoNE
NONE
F250
mLIN
EE1
50EC
WILI
NEE1
50A
EK
ET
AR
MK
ET
AR
AliK
6TA
RM
K6T
AR
IN1’
ER
)ihT
ION
AL
BUSI
NESSHAC
IIIN
E895
FORDIa
nORcoFt
MDP
AR
TS
AETV
3TAR
FoRD
mcOm
RDPA
RTs
AERL
ETAR
mull
unuR
comR
DPAR
T’s
HIHIVA
N198
9TE
KTIV
3HIXIKC
1720
cElf
TERc
OREI
KcCE
KTER
4XIR
EIHC
cE14
TERa
7REI
llc
241G
0121
vc6s
,Em
E.00
6398
BELC
NER,kO
ONEY
0063
$8BE
LCHE
R,RO
DNEY
1FTN
F25Y
XPNA
0748
2VCS
S,KE
NNET
NE.
1FTD
E14Y
1NHB
6030
8VC6
S,KE
mE.
1FTD
E14Y
3NHB
6030
9V~S
,KE
NNET
NE.
lFI’
DA14
U7K2
B690
13VC6
S,im
mE.
1EYQ
A14U
1K2B
6439
0V@S
S,KE
HNET
NE.
lFI’
DA14
U4K2
B643
97VOS
S,KE
NNET
NE.
1FTD
A14U
7K2B
1175
7VOS
S,KE
NNET
NE.
240S
488
EVAN
S,AG
NESB
.1F
TDE1
4Y1G
RA75
360VC6
S,KE
NNET
NE.
1FTD
A140
2K2C
2M14
3VC6
S,KE
NNET
NE.
V14i
ltTD
A144
6K2C
2184
5VO
SS,KEN
NETNE.
B031
615
BELC
IIER
,711D
NEY
LIIT
LE,HUG
ND.
SNED
LUND
,HARI
LYNK.
U30D
CCCK
,CWT.,
1200
.00
318/
.00
3181
!.UU
1549
1J.00
1351
4.00
1151
4.00
1159
).00
1093
0.00
1093
0.00
1171
3.00
660.
0045
46.0
011
892.
0011
892.
0019
13.oo
2048
.45
2048
.45
2048
.45
r.&
EXHIBIT E
SUBCONTRACTINGPLAN
T.MLE OF CONTENTS
S.Qa
4.1.14.1.1.14.1.1.24.1.24.1.34.1.44.1.54.1.6
.:t 4.1.7
4.1.84.1:8.14.1.8.24.1.94.1.9.1
-..
Definitions 4-5Small Business Concer n....... . . . . . . ..”. .””” .s -...”” -.”” ”4-5Small Disadvanmged Business Concern . . . . . . . . ””. ” ” . . . . . . . . . . ~~ 46percentage Gods . . . . . . . . . . . . .....””....”..o.”....”.” ..416Dollar Gods . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. . . . . . . . . . . . . . . .
Princi@ TyP@ofSubcon~cu. . . . . . . . . . . . . . . . . . . . . . . . . . . .. .4-7
. . . . . . . . . . . . . . “ . . “. . . . . . . . . .
. . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . ..
. . . . . . . . . . . . . ...”
~dminismtion o~theSubconncting Program . . . . . . . . . . . . . . . . . . . .4-15
.4-15Administrator. . . . . . . . . . . . . . . . . . . . . . . . ...’.. . “.. . ...1.4-15
4.1.9.2 De@ptionofDuties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.1.10 Efforts to Assure Equitable Oppomnity To Compete . . . . . . . . . . . . . . . . 4-174.1.10.1 - “
. . . . . . . ... . . . . . . . . . . . . . . . . . . .
4.1.10.2. . . . . . . .. . . . . . . . . . ...” . . . . .
4.1.11. . . . . . . . . .. . . . . . . . . . ...” ““. . .
4.1.12 Clause kclusion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.1.13 Cooperation mdRePornng . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.1.14 Records Mtintenmce . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.:.14.1 Identifi@on of SmaWSmdl Disadvanmgti Business Concerns . . . . . .4.1.14.2 Organimtions Conwti . . . . . . ..o . . . . . . . . . . . . . . . . . . . . .4.1.14.3 Subconmct Solitimtions Momtia$100,0OO . . . . . . . . . . . . . . . .4.1.14.4 Out.r=ch Effo~ To Locate Small/Small Disadvm@gd Business Sources4.1.14.5 Internal Guidance and Encouragement to Buyers . . . . . . . . . . . . . . .4.1.14.6 Support of Award Data Submittal to Government . . . . . . . . . . . . . .4.1.15 Approved purch=tig Sys&m . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.1.16 Payment mSubconwmfi . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4.1.17 corpomte Poficy . . ” ” . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
.4-23
.4-24
.4-24. 4-24.4-25.4-254-25
.4-25
. 4-26.4-27.4-27.4-28
44
.-..,,..,.!.: -.,~-,,:. : - $::!,..., “.. -”!.,..rr.:... , ,, . . . ..,.,:.. .::,. ,., . . . . . ,.
4.1.1
4.1.1.1
Definitions
Small Business Concern
As used in this Subcontracting Plan, the term “Sm~l Business
Concern” mtxms a business as defined pursuant to Section 3 of the
Small Business Act and reievant regulations.Gefl=~ly,thisrn~s
a Small Business Concern organized for profit, which k independently
owned and operated, is not dominant in the field of operations in
which it is bidding, and meets the size standards as prescribed in
Government regulations.
4.I.1.2 Small Disadvantaged Business Concern
As used in this Subcontracting Plan, the term “Small Disadvantaged
Business Concern” mezmsa Small Business Concern which is at least
51 percent owned by one or more socially and economically
disadvantaged individuals; or, in the case of any publicly owned
business, at least 51 percent of the stock of which is owned by one or
more socially and economically disadvantaged individuals; and, whose
management and daily business operations are controlled by one or
more such individuals.
The term “socially and economically disadvantaged individuals”
includes Black Americans, Hispanic Americans, Native Americans,
Asian-Pacific Americans, Subcontinent Asian Americans, and other
minorities (as qualified by the U.S. Small Business Administration),
or any other individual found to be qualified by the Small Business
Administration under 13 CFR 121.1. The term “Native Amerias”.
includes American Indians, Eskimos, AIeuts, and Native Hawaiians.
4-5
The wm - .+Sian-Pacific Americans” inc!udes United States citizens
Whose origins are in Japan, China, the phdippines, vietnam~ ‘or=?
Samoa, Guam, the U.S. TfIJSt Teficory of the Pacific Islands, the
*Northern Maikna Islands, Laos, Kampuchea (Cambodia), Taiwan,
Burma, Republic of rhe Yfarshail Islands, or the Fed&ated SUUcsof
Micronesia. Socially and economically disadvantage enLiU= also
include Indian tribes and Native Hawaiian organizations.
4.1.2 Percentage Goals
The following goals for the use of Small Business and Small
Disadvantage Business Concerns as subcontractors have been
established based upon the estimated total dollar amount specifki in
- paragsaph 4.1.3:
● Small Business Concerns 40.5%
● Small Disadvantaged Business Conccxns 37.6%
4.1.3 Dollar Goals
CSC has established, in this Plan, the following subcontracting goals:
● Small Business Concerns S2,092,510
● Small DisadvanmgCd Business Concerns 27,002,628
● Other than Small or Small
Disadvantaged Business Concerns$4~.7~.21(J
● Total Dollars to be Subcontracted S71,795,349
4-5
4.1.4
. .
4.1.5 “ Hincipal Types of Subcontrac~
.
lle principal types of supplies and services CSC contemplates
subcontracting are:
●
●
●
●
●
●
●
4.1.5.1 The types of supplies and sawices planned to be subcontracted to Small Business
Coneems include:
●
●
●
●
●
●
4-7
TO
TA
LCO
NT
RA
CT
@-=
4w--
kb“-“
=(-
Sm
dl
Bd
n.o
sl%
ncc
tns
42.S
%40
.3%
Sm
sil
Dls
adu
mta
aad
Bu
slrw
s39
.8%
37.9
%
Can
culr
n
0011.s
tGxk
&Co
t8b8
cl~@
~
fS
mal
lB
mln
asa
Co
ncs
4ns
s477
.071
S55
3.20
8In
Sm
dD
isad
van
tag
ed6,
S32
.481
7.09
3.17
6
BtA
nass
Cencum
s
OU
Iw?l
mn
Sndl
01
Sm
otl
9.5
01.S
24
1t,
348.7
05
Ill*a
dva
nta
ged
fhm
inrn
ss(2
xtce
ms
—
39.9
%3M
16
37.0
%36
.2%
$901
.424
S26
,651
t1.
404,
60S
326.
715
111,SJ0
,801
551.4
64
..——
39.2
%
36.2
% !
$26,6
51
328,7
15
55$,4
64
39.2
%
36.2
%
$26.
651
326.
716
551.
464
392%
36.2
%
S26
.651
328,
715
551,
464
.——
.
392%
39.2
%40
5%
36.2
%36
2%37
6%
S26.6
51
“$26.6
!)1
$2.0
92.5
10
328.7
15
326.7
15
2?.
002.6
2M
5S
1.4
64
551,4
64
42.7
00.2
10
—-—
....
——
..—
Tu
ldE
sllm
awd
An
lou
ldS
16.5
12.3
75$1
8.99
S.0
t19
$30,
846.
909
S90
6.82
9$9
06.6
29$8
06.6
23S
906.
829
S90
6.t1
29$9
06.8
TJ
S71
.795
,349
10B
aS
ub
con
lmC
lm~
..-—
.—
.—--
--..
.—
----
Tab
lo4.
1-l
CS
CS
Subcanlt
acti
ng
Go
als
by
Cw
lmc
tP
*Iio
tI
BA
SIC
LEV
ELO
FE
FF
OR
T
Sm
all
Dls
adva
ntt
god
EhA
noss
Concw
ns
To
lal E
s~im
ahdAm
ow
d10
B@
Subccm
lmcla
d
Td
da
4.1
-2(X
Ws
Subconlt
acti
ng
Go
als
by
Contm
cl
Pw
iod
“
,-L
)
ADDI
TION
ALLE
VELOFEF
FORT
Sm
411S
r.m
ine
mC
ancanw
Sm
all
Ols
cdva
rdsg
ad
Oudnaas
Concenm
Eh
no
llB
udrr
oas
Crm
ccfm
Patc
an!01C
ontr
actA
mo
un
t
Sm
all
Ois
aduanla
gad
Ou
sin
oss
Co
nct
ma
Pm
cont
otC
ontm
ct
Am
ou
nt
OU
mr
Than&
nallof
Sm
all
Ois
aduaota
gud
13uain
am
Cancolm
Tu
ldE
slim
ara
dA
mount
To
B.
Su
bc
orr
tmc
tarl
ToId
Contr
aJ
Am
ount
Tab
lo4.1
-sC
SC
hS
uhconbacti
ng
Go
als
by
Contm
ct
Pw
iod
● Training
4.1.5.2 The types of supplies and services planned to be subcon~ct~ to Small
Disadvantaged Business Concerns include:
,-
●
●
●
●
●
✎
● “
:.
4.1.5.3 The types of supplies and services planned to be subcontract to Women-Owned
Small Business Concerns include:
4.1.6
._. .—..-. —. .- --..——- --. —
I
:-
4.1.9 Administration of the Subcontracting Program
4.1.9.1 Administrator
The individual who will administer the Subcontracting Program for.-this contract is:
.
Name:
Title:
Telephone No:
4.1.9.2 Description of Duties
The will be responsible for implementing
corporate policy to ensure CSC*Scompliance with Federal regulations.
The also will maintain liaison with Government
representatives charged with monitoring those efforts.Specific
functions will W.
● To eolkct and review current information regarding
Government regulations, and to disseminate that
information to appropriate CSC personnel.
● To assist in establishing goals and measuring
performance against those goals.
4-15
m
..
●
●
✎
●
To ensure that all required reports are submitted in a
timely manner.
To coordinate with the Contracting Officer and other
appropriate Government officials concerning CSC*s
actions with respect to any subcontracts awarded or any
other considerations with respect to CSC’S Small and
Small Disadvantaged Business Subcontracting Program.
To c~rdinate CSC @cipzttion in studies and
programs which further the interests of SmalI and Small
Disadvantaged Business Concerns.
4.1.10 Efforts to Assure Equitable Opportunity to Compete
The following is a description of efforts which will be taken to assure
Small Business and SmaU Di=dv~~g~ Business Concerns ~1 have .
equitable opportunity to compete for subcontracts.
4.1.10.1
.
4-17
,(- ,’ :!-C .1, ,-- .~’ :rl. ..,,,!,! .,. ,., . . . . .; :.,’;, v ,,! :.? :! :.. .~,:.. ,; ,:[. ;,r!, .l\ .,,.
●
●
●
●
To ensure consideration of Small md Small
Disadvanmged Business Concerns
discussions with small and smallTo promote
disadvantaged businesses regarding potential
subcontracting opportunities.
To retain capabilities information for- small and small
disadvantage firms,
To ensure that, to the maximum extent practicable,
small and small disadvantage businesses are
encouragd to compete for subcontracts.
To ensure that, in keeping with the urgency of the
requirement, sufficient time is allowed to determine if
and why small and small disadvmbged businesses did
not respond to solicitations.
●
..
\
4-16
●
-.. . . . . . ----- .
-.
4.1.12 Clause Inclusion
In accordance with FAR 19.708(a), CSC will include the clause at
52.219-8, entitled “Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns,” in solici~tions and subcon-ts
when the value is expected to exceed S25,000, unless for personal
~ces or to be performed entirely outside the United States and its
territories and possessions. In addition, as the prime contractor, CSC
wilI require ail subccmuactors (except Small Business Concerns) who
receive subcontracts in excess of S500,000 (S1,000,000 in the case of
a contract for construction of any public facility) to adopt a plan.
4-23
“-”. e !r lISC-:(]SIIIM >,“ ,;r(,fy ).iil :.,l:\ . .,1:., !- .. .. . .... . . ... 1- ,..r: :: ;,. ... I . . . . . . . ,,,- “.. .
4.1.13
+pp..- J .= 1:
- ,.
similar to the plan required by the clause at 52.219-9. e~[l[l~ “Smzdl
Business and Small Disac!vanta~ed Business Subconuacting Plan. ”
Cooperation and Reporting
.
4.1.14 Records
CSC will cooperate in any smail and smaIl disadvantaged business
studies or surveys u may be required by the Small Business
Administration. In addition, CSC will submit periodic reports in order
that the Government may determine the extent of CSC’s compliance
with this subcontracting plan, including Standard Form 294,.
Subcontracting Repofi for Individual Contracts, and Standard Form
295, Summary Subcontract Report, in accordance with the instructions
on the forms. CSC assures that any subcontmctors who are selected
to perform services, will agree to submit these Standard Forms, as
applicable.
Maintenance
To assistin demonstrating compliance with Government requirements,
CSC will maintain at least the following
4.1.14.1 Identification of Small/Small Disadvantaged
types of records:
Business Concerns
CSC will document compliance by maintaining Small Business and
SrnaiI Disadvantaged Business Concern source lists, guides, and other
&ta identifying potential suppliers.
PPP&&&
4.1.14.2 Organizations Contacted
CSC will maintin records indicating orgmi=tions contac:ed to locate
Small and Small Disadvan&ged Business Concerns.
4.1.14.3 Subcontract Solicitations of ~Vore Than ~ iOO,~O
CSC will maintain, on a contract-by -conmct basis, records on all
subcontmct solicitations over S 100 ,CCO, indicating oh each solicitation
(a) whether Small Business Concerns were solicited, and if not, why
not; (b) whether small disadvantaged business concerns were solicited,
and if not, why not; and (c) if applicable, reasons for the failure of
solkitd Small or Small Disadvantaged Business Concerns to receive
the subcontract award.
4.1.14.4 Outreach Efforts To Locate Small/Small Disadvantaged
Sources
Business
4.1.14.5 Internal
Records to support outreach efforts will include contacts with minority
and smaIl business trade associations, business development
Organizatiotls, and attendance at small and small di=dvan~gd
procurement conferences and trade fairs.
Guidance and Encouragement to Buyers
Records ti be maintained to support internal activities that guide and
encourage buyers to monitor activities and to evaluate comptice with
the program’s requiremen~. CSC is committed to achieving the
objectives est.abiishd in its Small Business and Small Disadvanugd
Business Subcontracting Plan.
4-25
. .-,J.
.,- - ;,. !. . . . . .
.,: r..”’ -’”:, -..1 .. ’..., ,. . . .
1-
●
●
●
●
✎
4.i.14.6 Support of Award Data Submitted to the Government
CSC will prepare and maintain the following subcontract
documentation package which will contain the history of activities
from decision to buy through the solicitation process and subsequent
award.
● Customer Work Requirements
●
● Statement of Work or Specifications
● Notification of Intent To Subcontract
●
●
●
●
●
● ✎
● Certifications and Represenmtions
1:’-..
4.1.15
●
●
●
●
● Contracting Officer Consent to Placement
●
The primary records maintained by CSC to monitor and evaluate our
subcontracting results will be the Subcontracting Report for Individual
Contracts, Standard Form 294, and the Summary Subcontracting.
Report, Standard Form 295. These repom list prime contract
number, title and value, business classification, the dollar amount of
total subcontracting, and percentage for small business, small
disadvantaged businc+s, and large business of the total amount. CSC’S
detiled Small Business Program Repofi
Standard Forms 294 and 295 for reporting
Approved Wrchasing System
then is compiled on the
to the Government.
4.1.16 “ Payment
CSC*S Applied Technology Division is integrated into a centralized,
fully-automated procurement function which is DCMC-approvd, in .
accordance with Contractor Purchasing System Review (CPSR)
procedure.
to Subcontractors
CSC complies with the statutory requirements in FJ.R 19-702.
4-2,7
,. .1-, ,.1::- : “~’’’::l,’... . .-..,,-. .,:. ,.. :,!, ,1 ;::{. ,: .,. ).,QC .( ‘1:13.)11$1)$1- h..
:--
4.1.17 Corporate Policy
CSC’S Corporate Management Policies on Small Business and Small
Disadvantaged Business Subcontracting Progmms, Labor Surplus k=
Subcontracting Programs, and Utilization of Women-ownd Business
Concerns, along with the
are firmly committed to fulfilling the goals of the Small and Small
Disadvantaged Contracting P!an ~ stated, pursuant to the requirements
of the RFP..
*28
;r, .,,.,, .,, ~ :... :.: . . . . . . -- .,: .p ::. , .. . . ..- . . . . . <, .,.. . . . . . . . ., ’,.,. ,,..1 :7- ,~,.
I1-.L
EXHIBIT F
iEGISTER OFHAGE 0ETERt41NAT10N AND FRINGE BENEFITS
U.S.
DE
PA
IIT
ME
l!T
OF
LA
BO
RE
MP
LO
YM
EII
TS
TA
ND
AR
DS
AD
MIN
IST
RA
TIO
NW
AG
EA
ND
IIOU
RD
IVIS
ION
WA
SIII
NG
TO
N,
D.C
.20
210
RE
GIS
TE
RO
FW
AG
ED
ET
ER
MIN
AT
ION
SU
ND
ER
TIIE
SER
VIC
EC
OII
TR
AC
TACT
Ala
nL
.M
oss
Div
isio
nof
Dir
ecto
rW
age
Det
erm
inat
ions
Cla
ssof
Serv
ice
Em
plo
yees
(Page
1of
6
Stat
e:V
irgi
nia
Are
a:V
AC
OU
NT
IES:
;]J’
iMPT
Otl
—
LO
CA
LIT
Y
1
Wag
eD
eter
min
atio
n11
..:78
-103
0(R
ev.
2.—
—3)
Dat
e:00
/00/
1992
Min
imum
.I
Fri
l~ge
Ben
efit
Pay
men
ts—
.
Ilou
rly
Wag
eIl
ealk
h&
Vac
atio
nIl
olid
ayO
t:l~e
rW
elta
reI
Em
plo
yed
on
con
~rac
tsfo
rA
dm
lnis
krat
lve,
Cle
rica
l,an
d‘1
’ec!
li]i
cal
serv
ices
atN
ASA
Lan
gley
Res
earc
hC
ente
rin
the
abov
elo
calit
y:
1.A
cco
un
tin
gClerk
I$
6.55
2.
Accounting
Clerk
II
$8.21
3.A
cco
un
tin
gClerk
111
$8.55
4.
Accounting
Clerk
IV
$10.37
5.
File
Clerk
I$
5.17
6.
File
Clerk
II
$5.73
7.
File
Clerk
111
$6.99
8.
Inve
ntor
yC
lerk
$5.
399.
llessenger
$5.62
10.
Order
Clerk
I$
6.36
11.Order
Clerk
II
$8.34
12.
Payroll
Clerk
$7.50
13.
Rec
epti
on
ist
$6.
0914
.Secretary
I$
/.50
15.
Secretary
$8.67
16.Secretary
111
$9.23
17.
Secretary
IV$
10.1
3“
18.
Secr
etar
yV
$10
.58
19.
Sten
ogra
pher
I$
7.63
20.
Sten
ogra
pher
II$
8.56
II
——
—._
—
U.S
.D
EP
AR
TM
Etl
TOF
LABOR
EMPLOYMEIITSTANDARDS
ADMINISTRATION
WAGE
AN
DH
OU
RD
IVIS
ION
l#A
SllI
NG
TO
N,
”D
.C.
2021
0
REGISTER
OF
WAGE
DETERMINATIONS
UNDER
TllESERVICE
CONTRACT
ACT
Ala
nL
.fl
oss
Division
of
Director
Wage
Determinations
Cla
ssof
Se~
vice
Em
ploy
ees
21.
2-).
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
“k43
.44
.
Sw
itchb
oard
Ope
rato
rSw
itch
boar
dO
pera
tor-
Rec
epti
onis
tT
ypis
t1
Typ
ist
IIWord
Processor
IWord
Processor
II
Computer
Data
Librarian
Computer
Operator
IComputer
Operator
II
Computer
Operator
III
Computer
Operator
IV
Co
mp
ute
rP
rog
ram
mer
I4/
Co
mp
ute
rP
rog
ram
mer
114/
Co
mp
ute
rP
rog
ram
mer
III
4/
Computer
Systems
Analyst
I4/
Computer
Systems
Analyst
II
4/
Computer
Sys
tem
sA
nal
yst
III
4/
Key
Entry
Operator
IK
eyE
ntr
yO
per
ato
rII
Peripheral
Equipment
Operator
Aircrafk
Mec
han
icA
ircr
aft
Shee
tmet
alM
echa
nic
Air
craf
tW
orke
rD
raft
erI
LOCALITY
Paq
e2
of6
State:
Virginia
——
Area:
VA
COUNTIES:
liA14PTON
t
Wag
eD
eker
mln
atio
nN
o.:
78-1
030
(Rev
.23
)D
ate:
08/0
0/19
92
Mln
i,mum
Hou
rly
Wag
e
$6.
34$
6.65
$6.
41$
7.67
$6.
43$
7.97
$7.
47$
7.73
$9.
06$
10.8
4$
12.4
6$
10.9
2$
13.5
0$
16.0
3$
14.6
5$
16.5
7$
19.3
4$
6.35
$7.
86$
7.22
$13
.09
$13
.09
$11
.96
$7.
01
Fri
nge
Ben
efit
Pay
men
ts
IIea
lth
&W
elfa
reva
cati
onH
olid
ayoL
l)eL
-
—
.II
Us.
DIS
PA
RT
ME
IITOF
LABOR
EMPLOYMEIITSTANDARDS
AD
MIN
IST
RA
TIO
NWAGE
AtlDIIOURDIVISION
HASIIINGTON,
D.C.
2021
0
RE
GIS
TE
RO
FW
AG
ED
ET
ER
HIN
AT
ION
SU
ND
ER
TIIESERVICE
COIITRACTACT
By
dlr
ectl
on
of
~he
Secretary
of
Labor
Ala
nL
.M
oss
Division
of
Director
Wage
Determinations
C]aSS
Qf
Service
Employees
45.
46.
47.
48.
49.
50.
51.
52.
53.
54.
55.
56.
57.
Dra
fter
IID
raft
erII
ID
raft
erIV
Dra
fter
VIl
lust
rato
rI
Illu
stra
tor
11Il
lust
rato
rII
IT
ech
nic
ian
IT
ech
nic
ian
IIT
ech
nic
ian
111
Ph
oto
Lab
Tec
hic
ian
Em
erge
ncy
Med
ical
Tec
hn
icia
n4/
Reg
iste
red
Ind
ust
rial
Nu
rse
4/
Page
3o
fb
Stat
e:V
irgi
nia
Are
a:VA
COUNTIES:
IIAMPTON
—.
LOCALITY
Wag
eD
e
Min
imu
mIlourly
Wage
$8.
74$
10.6
5$
13.3
6$
16.2
5$
7.09
$8.
84$
10.7
7$
8.21
$10
.16
$12
.24
$8.
06$
10.0
0$
13.3
9
I
II
erm
lnat
ion
tlo.
:78
-103
0(R
ev.
23)
Dat
e:—
-—00
/08/
1992
Frin
geB
enef
itP
aym
ents
Hea
lth&
Wel
fare
I
Vac
atio
nII
olid
ay
Fri
nge
bene
fits
appl
icab
leto
all
clas
ses
ofse
rvic
eem
ploy
ees
enga
ged
inco
ntra
ctpe
rfor
man
ce:
1/2/
3/
WAGE
DETERMINATION
78-1030
(Rev.
23)
DATE
08/0
8/19
92P
age
4of
6
1/}IEALTII&
WELFARE:
Life,
accident,
and
health
and
pers
onal
leav
e,se
vera
nce
pay,
and
savi
ngs
and
aver
age
of$2
.23
per
hour
com
pute
don
the
basi
sof
onth
eco
ntra
ct.
“insuranceplans,
sick
leave,
pension
plans,
civic
thri,ft
plans:
Employer
contributions
costil~q
ail
all
hours
worked
byse
rvic
eem
ploy
ees
employed
2/
VACATION:
2weeks
paid
vacation
after
1year
of
service
with
acontrac~or
orsu
cces
sor;
3we
eks
after
10
years
of
serv
ice.
Len
gth
ofse
rvic
ein
clud
esth
ew
hole
span
ofco
ntin
uous
serv
ice
with
ttle
pres
ent
(successor)
contractor,
wherever
employed,
and
with
the
predecessor
contractors
in
the
performance
of
similar
work
at
the
same
Federal
facility.
(Reg.
4.173)
3/
lIOLIDAYS:
10
paid
holidays
per
year:
New
Year’s
Day,
Martin
Luther
King
Jr.’
sBirtl]day,
Washington’
s.Blrthday,
Memorial
Day,
Independence
Day,
Labor
Day,
Columbus
Day,
Veterans’
Day,
Thanksgiving
Day
,an
dC
hri
stm
asD
ay.
(Acontractor
may
substitute
for
any
of
the
nam
eh
olid
dys
ano
ther
day
off
wit
hp
ayin
acco
rdan
cew
ith
ap
lan
com
mu
nic
ated
to
the
employees
involved.)
4/
‘1’h
ete
rmIl
serv
ice
empl
oyee
IIdoes
not
include
any
empl
oyee
who
qUZilifi6?S
asan
eXeC
UE
IVe,
adm
inis
trat
ive,
orp
rofe
ssio
nal
employee
as
those
terms
are
identified
in
Regulations,
Par~
5.11,
issued
under
the
Fair
Labor
Standards
Act.
(See
CFR,
Part
541).
t
}4 ,. ., ,.
.
WAGE
DETERMINATION
78-1
030
(Rev
.23
)D
A1’
E08
/08/
1992
Page
5of
6
——
NOTE:
The
contracting
Off
icer
shal
lre
qu
ire
that
any
cI.=
so
fse
rvic
eemployee
which
is
not
list
edherein
and
which
is
to
be
employed
under
the
contract
(i.e.,
the
wor
kto
bepe
rfor
med
isno
t
perf
orm
edby
any
clas
sifi
cati
onlis
ted
i.nth
ew
age
dete
rmin
atio
n),
becl
assi
fied
by
the
contractor
so
as
to
provide
areasonable
relationship
(i.e.,
appropriate
level
of
skill
comparison)
betw
een
such
un
liste
dcl
assi
fica
tio
ns
and
the
clas
sifi
catio
nslis
ted
inth
eW
age
dete
rmin
atio
n.su
cil
conf
orm
edcl
asse
sof
employees
shall
be
paid
the
monetary
wages
and
furnished
the
frin
gebe
nefi
tsas
are
dete
rmin
ed.
Such
conf
orm
ing
proc
edur
essh
all
beim
itiat
edby
the
cont
ract
orpr
ior
totl
~epe
rfor
man
ceof
cont
ract
work
by
such
unlisted
class(es)
of
employees.
Awritten
report
of
the
proposed
conforming
action,
incl
ud
lng
info
rmat
ion
rega
rdin
gth
eag
reem
ent
ordi
sagr
eem
ent
oft}
~eau
thor
ized
repr
esen
tati
.ve
ofth
eem
ploy
ees
involved
or,
where
there
is
noau
thor
ized
repr
esen
tati
ve,
the
employees
themselves,
shall
be
submitted
by
the
contractor
to
the
contractil~g
officer
no
late
rth
an30
days
after
such
unlisted
class(es)
of
employees
perf
orm
san
yco
ntra
ctw
ork.
‘rhe
cont
ract
ing
offi
cer
‘sha
llre
view
the
proposed
action
and
promptly
subm
ita
repo
rt:
Ot
tl~e
acti
on,
toge
ther
with
the
agen
cys’
reco
mm
enda
tion
and
all
pert
inen
tin
form
atio
nin
clud
inq
Ll)
epo
sitio
nof
the
cont
ract
oran
dth
eem
ploy
ees,
toth
eW
age
and
Nou
rD
ivis
ion,
Em
ploy
mel
\t~~
d[ld
dtds
Adm
inis
trat
ion,
U.S
.D
epar
tmen
tof
!L
abor
,fo
rre
view
.(S
eese
ctio
n4.
6(b
)(2)
ofR
egul
atio
ns29
CFR
4)
Ull
IFO
RM
AL
LO
WA
NC
E:
Ifemployees
are
required
to
wear
uniforms
in
the
performance
of
this
cont
L-ac
t(e
ither
bytl)
ete
rms
ofth
eGovernment
contract,
by
the
empl~yer,
by
the
state
or
local
law,
etc.),
the
cost
of
furnishing
such
uniforms
and
maintaining
(by
laun
deri
ngor
dry
cle
an
ing
)su
chu
l~it
oL
-nls
isan
expense
that
may
not
be
borne
by
an
employee
where
such
cost
redu
ces
the
hour
lyra
tebe
low
that
requ
ired
byth
ew
age
dete
rmin
atio
n,T
heD
epar
tmen
tof
Lab
orw
illac
cept
paym
ent
inac
CL
)t-L
~dll
~~w
ithth
efo
llow
ing
stan
dard
sas
com
plia
nce:
The
contractor
or
subcontractor
is
required
to
furnish
all
employees
with
an
adequate
nu
mb
er
or
un
ifo
rms
wit
ho
ut
CO
SC
or
tore
imb
urs
eem
elo
ye=
for’
the
actu
alco
sto
fth
eu
nif
orm
s.In
add
itio
n,
where
uniform
cleaning
and
maintenance
is
made
the
responsibility
of
the
employee,
all
contractors
and
subcontractors
subject
to
this
wage
determination
shall
(inthe
abse
nce
ofa
bona
fide
collective
bargaining
agreement
providing
for
adifferent
amo
un
t,or
the
furn
ishi
ngO
fcontrary
affirmative
proof
as
to
the
actual
cost),
reimburse
all
employees
for
such
cleaning
and
maintenance
at
arate
Ot
$3.60
aweek
(or
76
cents
aday);
and
effective
April
1,19
91,
the
note
shal
lbe
$4.2
5per
week
(or
$.85
cents
per
day).
Nowever,
in
those
instances
where
the
un
ifo
rms
turn
ish
edar
em
ade
of
“was
han
dw
ear”
mat
eria
ls,
may
be
routinely
washed
and
dried
with
ot])er
personal
garments,
and
do
not
require
any
special
treatment
such
as
dry
cleaning,
daily
was
tiil]
q,
OL
commercial
laundering
inorder
to
meet
the
cleanliness
or
appearance
standards
set
by
the
term
sO
fthe
Go
vern
men
tco
ntr
act,
by
the
con
trac
tor,
by
law
,o
rb
yth
en
atu
reof
the
wor
k,tl
)ere
isH
O
requirement
that
employees
be
reimbursed
foruniform
maintenance
costs.
,,
NAGE
DETERMINA’1’ION
78-1
030
(Rev
.23/
..
DATE
08/0
8/19
92P
age
6of
6.
——
_.
110’
I’E;
Th
ed
uti
eso
f!employees
under
job
tikles
listed
are
those
described
in
the
Service
con
tract
Act
Directory
of
Occupations,
Sec
on
dE
dit
ion
,July
1986,
unless
otherwise
indicated.
See
also
29
CFR
Part
4Section
4.152.
PII
OI?
OL
AD
TE
CN
INIC
IAN
I
The
photo
lab
technician
mus
th=
able
tOprocess
and
evaluate
the
quality
Ofth
eexposed
rolls
of
aerial
film,
ann
ota
tethe
film
with
required
identifying
numbers
and
letters,
make
and
process
contact
prints
from
aerial
film,
and
make
to
scale
project
photoindexes
of
the
mosaicked
strips
Or
aerial
photography
by
use
of~a
copy
camera.
,
.
jA (;-
),. .
.
EXHIBIT G
CONTRAC1SECURITYCLASSIFICATION SPECIFICATION
DEPt\RT}l ENT OF DEFENSE I!.CLE~R~~cE~~o s~FEcuARCIING
.. rAc:L1m cta&9A9cz nmau[u
CORTW4CT SECURITY CLASSIFICATION SPECIFICATION SECRET(The requtrernenti 3/ fhe DoD lndustrml Jecurlty ,t{anual opplv 5. LIWCL OV 3A.l WJUMO1~O UQUIRXI
IO all secur~t~ arpecfJ of [his e~ort. ) NONE
2. THIS SPECIFICATION 1S FOR: ,, ..* 00-,.,. . . .“,,. U,., 3. THIS SPECIFICATION [S: ,, . . -’.*. . . .“,,*u I.,
I A. P“rwx <os?uCT *-CRI I . . OR XOIWU (cvpl. c. de. im .11 c..**J m. oat. ,mmDo,
m-. aDOas*a. No t:? coos““COMPUTER SCIENCES CORPORATION DEFENSE INVESTIGATIVE SERVICE
3217 N. ARMISTEAD AVENUE 2461 EISENHOWER AVENUE
HAMPTON , VA. 23666 T15720 ALEXANDRIA , VA. 22331
I I
7. SUBCONTRA~OR● . m-, AOOUSS, ASO t:? COOC
N/A
8. ACTUAL PERFORMANCE,. !.cCATIOO
COMPUTER SCIENCES CORPORATION3217 N. ARMISTEAD AVENUEHAMPTON, VA. 23666
9. GENERAL IDEN77FICATION OF THIS PROCUREMENT
CAOSCaoe
N/A
T1572@
TO PROVIDE DATA PROCESSING SERVICE TO LANGLEY RESEARCH CENTER
, ,L mwnfsm *
x
DO Fe- 2S4 DEC 90 ?-” ednm” ●*. nmdrl..