117
CONTRACT NASI-99140 (Modifications) The following information has been determined to be exempt from disclosure and has been deleted from the contract modifications: l Estimated cost and fixed fee The deleted material is exempt from disclosure under 14 C.F.R. 1206.300 (b) (4) which covers trade secrets and commercial or financial information obtained from a person and priviledged or confidential. It has been held that commercial or financial matter is “confidential” for purposes of this exemption if its disclosure would be likely to have either of the following effects: (1) impair the Government’s ability to obtain necessary information in the future; or (2) cause substantial harm to the competitive position of the person from whom the information was obtained, National Parks and Conservation v. Morton, 498 F2d 765 (D.C. Cir. 1974). Disclosure of the financial information could cause substantial competitive harm to the contractor by providing its competitors insight into the company’s costing practices and management approaches. Furthermore, disclosure would discourage other companies from participating in future competitive procurements, thereby impairing the Government’s ability to obtain complete and accurate cost data, and in turn, frustrating the mandate to obtain maximum competition in negotiated procurements.

CONTRACT NASI-99140 (Modifications)...1247E 32 7:00 AM - II:30 PM yr- : 1236 1 7:00 AM - 7100 PM 3. Section 3.2, CLIN 2 - Mechanical/Electrical Drive Svstem Onerations and Power Dispatching,

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

  • CONTRACT NASI-99140 (Modifications)

    The following information has been determined to be exempt from disclosure and has been deleted from the contract modifications:

    l Estimated cost and fixed fee

    The deleted material is exempt from disclosure under 14 C.F.R. 1206.300 (b) (4) which covers trade secrets and commercial or financial information obtained from a person and priviledged or confidential. It has been held that commercial or financial matter is “confidential” for purposes of this exemption if its disclosure would be likely to have either of the following effects: (1) impair the Government’s ability to obtain necessary information in the future; or (2) cause substantial harm to the competitive position of the person from whom the information was obtained, National Parks and Conservation v. Morton, 498 F2d 765 (D.C. Cir. 1974).

    Disclosure of the financial information could cause substantial competitive harm to the contractor by providing its competitors insight into the company’s costing practices and management approaches. Furthermore, disclosure would discourage other companies from participating in future competitive procurements, thereby impairing the Government’s ability to obtain complete and accurate cost data, and in turn, frustrating the mandate to obtain maximum competition in negotiated procurements.

  • OMB Approval 2700-0042 1 1 L. RACT ID CODE PAGE OF PAGE(S)

    AMENDMENT OF SOLlClTATlON/MODlFlCATlON OF CONTRACT 2. AMENDMENT/MODlFlCATlON NO 3 EFFECTIVE DATE

    1 9/l/99 6. ISSUED BY -ZDDE 1

    National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-2199

    4. REQuISITION~PURCHASE RED NO

    7 ADMINISTERED BY (If other then kern 6j

    -wmT-jL.

    I CODE 1

    6. NAME AND ADDRESS OF CONTRACTOR (No. Sheet, County, State and Z/P- C&e)

    Diversified Technology & Services of Virginia, Inc.

    1186 1 Canon Boulevard, Suite E

    (4 9A AMENDMENT OF SOLICITATION NO

    98 DATED (SEE /JEM 17)

    Newport News, VA 23606-2556 10A MODIFICATION OF CONTRACT/ORDER NO

    I 1 NASl-99140 rir .,< 4

    1OB. DATED (SEE /JEM 13)

    CODE FACILITY CODE 8/30/99

    11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    cl The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers c] isextended, 0 is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15. and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEtVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATA SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. lf by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and data specified. 12. ACCOUNTING AND APPROPRIATION DATA (/frequned)

    PR RB.103 1; JO R23849, RTR 5223 15 10100, Amount $402,OOO/JO 24432, RTR 5223 1515000, Amount $48,000; (Complete)

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

    (,) A- MIS CHANGE ORDER IS ISSUED PURSUANT TO: (Spedyauthmty) THE CHANGES SET FORTH IN ITEM 14 ARE MAD6IN THE CONTRACT ORDER NO. IN I~-EM ,OA.

    B THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes ,n paytng office, appropnat!on date, etc) SET FORTH IN rlEM 14, PURSUANT TO THE ALllHORTP/ OF FAR 43.103(b)

    C. THIS SUPPLEMENTAL AGREEMEM IS ENTERED INTO PURSUANT TO AUTHORITY OF:

    4 FAR 52.243-2 Changes - Cost-Reimbursement (AUG 1987) - Alternate II (APR 1984) and FAR 52.232-22 - Limitation of Funds (APR 1984)

    D. OTHER Specify type of modkabon and authority)

    E. IMPORTANT: Contractor 0 is not, q IS required to sign this document and return -I- copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCFsecbon headings. ,nc/ud;ng so/~ntatrorJcon&ract subpct matter where feasible.)

    The purposes of this modification are to: (1) effect Statement of Work changes that reduce the shift requirements for various REOS facilities and delete the requirement for the contractor to operate and maintain the Unitary Plan Wind Tunnel @uilding 125 1); (2) incorporate an advance agreement to permit shift changes and/or facility additions. deletions, and changes without an equitable adjustment until such time the maximum level-of-effort is projected to be exceeded; (3) effect changes to the financial baseline requirements and to the 533 reporting requirements; and (4) to increase the funds previously available and allotted via the basic contract by $450,000. The contract-specified level-of-effort, estimated cost, and fixed fee remain unchanged by this action. Accordingly, the contract is modified as follows:

    (continued)

    Except at provided hereln. all termS and condlbons Of the document referenced rn Item 9A or lOA, as heretofore changed, remams unchanged and !n full force and effect

    16A NAME AND TITLE OF CONTRACTING OFFICER (Type orpnnt)

    DAVID H. JONES 15C DATE SIGNED 16B UNITED SWTES OF AM ICA

    -2 7- yy By i‘ %I/.?, $&&?@J

    16C DATE SIGNED

    y- 3L:' - i/q

    30.105 Computer Generated

    STANDARD FORM 30 (REV 10-83) Prsscnbed by GSA FAR (48 CFR) 53 243

  • I , ’

    I. B. 1, Items To Be Furnished, the paragraph entitled, CLIN 2 - Mechanical/Electrical Drive Svstems, is revised to delete the reference to the Unitary Plan Wind Tunnel. Due to Government budget cuts, the contractor will no longer be required to maintain and operate this research facility. This change is made pursuant to Section I Clause 52.243-2, Changes - Cost-Reimbursement (AUG 1987) -Alternate II (APR 1984) and to H. 14, Advance Agreement - Changes To Shifts And Facilities, which is incorporated by this modification (Ref. Paragraph IV). Accordingly, the third paragraph of B. 1 is restated as follows:

    “CLIN 2 - MECHANICAL/ELECTRICAL DRIVE SYSTEMS: Work includes the operation of Main Drive Systems for the 16 FT Transonic Tunnel, Transonic Dynamics Tunnel, 0.3 Meter Transonic Cryogenic Tunnel, Scramjet Test Facility and the duties of Power Dispatcher. The specific requirements for CLIN 2 are contained in Section C. The work covered by this CLIN requires no written work request for the contractor to proceed with performance. All of the work described in Section C for CLIN 2 shall begin on the effective date of the contract, September 1, 1999.”

    II. Pursuant to Section I Clause 52.232-22, Limitation of Funds, the funds previously available and allotted through the basic contract award are hereby increased by $450,000. The total allotted for payment of cost is increased by 6 and the total allotted for payment of fee is increased by-. The period for which funding is available is extended to October 18, 1999. Accordingly, B.4, Contract Funding, paragraphs (a) and (b) are restated as follows:

    (4 For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of Funds clause, the total amount allotted by the Government to this contract is _ This allotment is for the performance of research equipment operations services and covers the following estimated period of performance: from the effective date of the contract through October 18, 1999.

    @I An additional amount ofblllis obligated under this contract for payment of fee.

    III. C. 1, Statement of Work - Research Equipment Operations Services, is revised to change/reduce the shift requirements for various facilities under the contract and to delete the requirement for the contractor to operate and maintain the Unitary Plan Wind Tunnel (Building 125 1). This change is made pursuant to Section I Clause 52.243-2, Changes - Cost-Reimbursement (AUG 1987) -Alternate II (APR 1984), and to H. 14, Advance Agreement - Changes To Shifts And Facilities, which is incorporated by this modification (Ref. Paragraph IV). Accordingly, the following changes are hereby made to the Statement of Work.

    1. Section 2.12, Facilities, is revised to delete the Unitary Plan Wind Tunnel (UPWT), Building 125 1 from the list of facilities under Drive Control Systems. The Contractor will not be responsible for maintaining and operating this facility. Accordingly, the list of drive control systems is restated as follows:

    “Drive Control Svstems

    Drive Control, Building 124 1 for the 16 foot Transonic Tunnel, Building 1146 Transonic Dynamics Tunnel (TDT), Building 648 Frequency Converter Building, Building 1235, for Scramjet Test Facility, Building 1247B, and 0.3 Meter Transonic Cryogenic Tunnel, Building 1242”

    Page 2 of 5

  • I ’ .

    2. Section 2.13, Shift Requirements, the table that sets forth the REOS shift requirements is revised to delete the reference to Building Number 125 1 and to change the starting and/or ending shift times for several REOS facilities. Accordingly, the table is restated as follows:

    Building Number Number of Shifts Normal Operating Hours Notes I 1241/1235 3 IO:00 PM - IO:00 PM* *Sunday-Friday

    648 TDT Drive 2 7:30 AM - IO:30 PM

    648 Heavy Gas 3 6:00 AM - IO:45 PM

    1277 1 6:30 AM - 3:00 PM

    1265 1 6:30 AM - 3:00 PM

    1247B 1 7:00 AM - 3:30 PM

    1247E 32 7:00 AM - II:30 PM yr- : 1236 1 7:00 AM - 7100 PM

    3. Section 3.2, CLIN 2 - Mechanical/Electrical Drive Svstem Onerations and Power Dispatching, is revised to delete all Contractor requirements related to the Unitary Plan Wind Tunnel, Bldg. 125 1. The specific changes are as follows:

    A. The first sentence is revised to ‘delete the reference to the Unitary Plan Wind Tunnel, Bldg. 125 1. Accordingly, the sentence is restated as follows:

    “The Contractor shall be responsible for the safe and efficient operations of the Main Drive Systems for the 16 Foot Transonic Tunnel, Bldg. 1146 (operated from Drive Control, Bldg. 1241); the Transonic Dynamics Tunnel, Bldg. 648; the 0.3 Meter Cryogenic Tunnel, Bldg. 1242, and the Scrarnjet Test Facility, Bldg. 1247B (both operated from the Frequency Converter, Bldg. 1235).”

    B. The standard operating procedures (SOP’s) applicable to the Unitary Plan Wind Tunnel, Bldg. 125 1 are no longer applicable to this contract; therefore, SOP’s 24-PR-4, 24-PR- 5,24-PR-6, 24-PR-7,24-PO-2, and 24-OP-1 are hereby deleted from the list.

    IV. Because of the very uncertain future regarding funding availability and technical needs for the REOS contract, it is desirable to structure the contract with sufficient flexibility to enable the Government and the contractor to react to changing requirements without excessive administrative burden. In order to implement this approach, an advance agreement is necessary. This agreement shall authorize the Government to issue change modifications to update the shifts and facilities under the contract as necessary; however, no equitable adjustment in cost or fee will be executed until such time that the maximum level-of-effort specified in the contract is projected to be exceeded. This change is made pursuant to Section I Clause 52.243-2, Changes - Cost-Reimbursement (AUG 1987) -Alternate II (APR 1984). Accordingly, the following advance agreement is hereby incorporated in the contract as H. 14.

    Page 3 of 5

  • I ,

    “H. 14 ADVANCE AGREEMENT - CHANGES TO SHIFTS AND FACILITIES

    From time to time, as the Government’s funding and technical needs change, the Government may change the facilities (Ref. C. 1, Statement of Work, Paragraph 2.12) and shifts (Ref. C. 1, Statement of Work, Paragraph 2.13). Contract modifications will be issued to effect any long-term (i.e., greater than 30 days) changes in facilities or shifts; however, no equitable adjustment for cost and fee be considered for these changes until the maximum level-of-effort set forth at B.2 is projected to be exceeded. In the event, that the Government does not allot sufficient funds to allow completion of the work (i.e., fund the entire level-of-effort), the Government may pursue a fee reduction in accordance with the Limitation of Funds clause of the contract, FAR 52.232-22, paragraph (1). The Government shall give the contractor 30 days preliminary written notice of any long-term change in the facilities or shifts.”

    v. . Pursuant to Section I Clause 52.243-2, Changes - Cost-Reimbursement (AUG 1987) - Alternate II (APR 1984), Exhibit B, Contract Documentation Requirements, is revised as follows:

    A. To facilitate the Government’s internal system for collecting contract funding resources from its respective customers, it is necessary that the contractor provide sub-category cost reporting for individual facilities under CLINs 1 & 2. The Financial Baseline Plan and budgets shall be required at the CLIN and total contract level only. Accordingly, Paragraph 5 is restated as follows:

    “5. The Contractor shall submit separate 533M’s for each of the following:

    a. Summary of Entire Contract Effort

    b. CLIN 1 - Fluid Systems Operations and Routine Maintenance and Corrective Repairs

    (1). High Pressure Research Air Generation (Cost Reporting Only) (2). Transonic Dynamics Tunnel (Cost Reporting Only) (3). 8-Ft High Temperature Tunnel (Cost Reporting Only) (4). Mobile LN2 Truck (Cost Reporting Only) (5). Building 1247B (Cost Reporting Only)

    c. CLIN 2 - Drive Systems Operations and Power Dispatching, and Routine Maintenance and Corrective Repairs

    (1). 16 FT TT Drive Control, Power Distribution, and Frequency Converter Station for 0.3M Transonic Cryogenic Tunnel (Cost Reporting Only)

    (2). TDT Drive Control (Cost Reporting Only)

    d. CLIN 3 - NTF Support and Routine Maintenance and Corrective Repairs

    B. Paragraph I.F, Financial Baseline Plan - In order to maintain a reasonable baseline for contract cost in conjunction with H. 14, Advance Agreement - Changes to Shifts and Facilities (Ref. Paragraph IV, this modification), it is desirable for the financial baseline plan be based on the facilities and shifts currently required and that it be updated whenever facilities or shifts are added, deleted, or changed via contract modification. Accordingly, the last two sentences of

    Page 4 of 5

  • paragraph 1.F is substituted with the following:

    “This plan shall be updated whenever the contract is modified to add, delete, or change required facilities and shifts.”

    Page 5 of 5

  • I 1 1 CONTRACTIDCODE

    OMB Approval 2700.0042 1 PAGE OF PAGE(S)

    AlWNDMENT OF SOLICITATION/MODIFICATlON OF CONTRACT 2 AMENDMENT/MODIFICATION NO 3 EFFECTIVE DATE 4 REQUISITION/PURCHASE REQ NO

    2 912 l/99 8 ISSUED BY CODE 1 7 ADMINISTERED BY (/f other fhan lfem 6J

    I National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-2199

    I 8. NAME AND ADDRESS OF CONTRACTOR (No Sfreef. County. Sfafe and ZIP Code)

    Diversified Technology & Services of Virginia, Inc.

    1156 1 Canon Boulevard, Suite E Newport News, VA 23606-2556

    iI .

    CODE 1 FACILITY CODE

    1 2 5. PROJECT NO (Napplrcable)

    CODE [

    (0 1 9A AMENDMENT OF SOLICITATION NO

    10A MODIFICATION OF CONTRACT/ORDER NO

    11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS -

    0 The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [7 isextended. 1 is not extended. Offers must acknowledge receipt of this amendment’prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing items 8 and 15. and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATA SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and data specified. 12. ACCOUNTING AND APPROPRIATION DATA (Ifrequrred)

    PR RB. 1036; JO MljS9, RTR 9922OOSllO0, Amount $96,000, (Complete)

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

    (4 A. THIS CHANGE ORDER IS ISSUED PURSUANTTO. (Spec~fyaofhcnfyj THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

    4 B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes ,n pay,ng off/cc. appropnafron date. efc) SET FORTH IN ITEM 14. PURSUANTTO THE AUTH0RrT-Y OF FAR 43 103(b) C THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANTTO AUTHORIW OF

    I 0 OTHER Speafy type of modlflcabon and authority)

    E. IMPORTANT: Contractor [XI is not, 0 IS required to sign this document and return _ copies to the issuing office. 14 DESCRIPTION OF AMENOMENT/MOOIFICATION (Oqanaed by UCFsecf,on headmgs, mc/ud,ng so/~ofabon/confracf sub,ecf maffw where feasrblej

    Pursuant to Section I Clause 52.232-22, Limitation ofFunds. the funds previously available and allotted through Modification No. 1 are hereby increased b>. $ 96,000. The total allotted for payment of cost is increased by -nd the total allotted for payment of fee is increased by- The period for which funding is available is extended to October 3 1, 1999. Accordingly, B.4, Contract Funding, paragraphs (a) and (b) are restated as follows:

    (continued) Except at prowded herean, all terms and condrbons of the document referenced in Item 9A or 10A. as heretofore changed. remans unchanged and in full force and effect

    15A NAME AND TITLE OF SIGNER (Type crpnnf) 16A NAME AND TITLE OF CONTRACTING OFFICER (Type OrprmfJ

    1% CONTRACTOR/OFFEROR

    (Slgnafure of person aufhcrned 10 s,gn,

    NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

    15C DATE SIGNED

    30.105 Computer Generated

    STANDARD FORM 30 (REV 10.83) Prescr,bed by GSA FAR (48 CFR) 53 243

  • (4 For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of Funds clause, the total amount allotted by the Government to this contract is “. This allotment is for the performance of research equipment operations services and covers the following estimated period of performance: from the effective date of the contract through October 3 1, 1999.

    0) An additional amount of w is obligated under this contract for payment of fee,

    ***********************************************

    CONTRACT TAEWLATION

    Cost Est. Fixed Fee .’ CPFF Funding

    Basic Award 0 R $ 3,967,999 $ 10,000 105,188 Mod. No. 1 0 450,000 0 Mod. No. 2 3.967.99: 96.000 0

    $ $ 556,000 105,188

    Page 2 of 2 NASl-99140 Modification No. 2

  • OMB Approval & 2700-0042 1. CONTRACTIDCODE . PAGE OF PAGBS .

    AMENDMENT OF SOLlClTATlOlVhlODlFlCATlON OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISfTIOfVPURCHASE REQ. NO. 5. PROJECT NG. (If applicable)

    3 11 I4199 See Block 12. 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE

    National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

    9. NAME AND ADDRESS OF CONTRACTOR (No., street wunty, State, andZip Code) J& 9A. AMENDMENT OF SOLKXTATfON NO.

    Diversitied Technology & Services of Virginia, Inc. (DTSV) 90. DATED (SEE fTEM 11) Attn: Virginia Smith P. 0. Box 12988 10A. MODIFICATION OF CONTRACT/ORDER NO. Newport News. VA 23612-2988 NASl-99140

    X 1Oe. DATED (SEE t-TEM 13)

    CODE 1 FACILITY CODE 8/30/99 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    q The above numbered solicitation is amended as set forth in Item 74. The hour and date specified for receipt of Offers [7 is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

    (a) By completing Items 8 and 15. and returning copies of the amendment: (b) By acknowfedging receipt of this amendment on each copy of the offer submitted; or (c) f3y separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECENED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter. provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

    P/R: RB. 1070; M4077: TOTAL OBLIGATION $500,000 COMPLETE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

    IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 04 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN fTEM 14 ARE MADE IN THE CONTRACT ORDER

    NO. IN ITEM 10A.

    x 0. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN fTEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

    D. OTHER (SPECIFY TYPE OF MODIFICATION AND AUTHORfTY)

    E. IMPORTAM: Contractor X is not required to sign this document and return -copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF sect&n headings, including sokitalkm!wntract subject matter where feasible.)

    The purpose of this modification is to incrementally fund the subject contract. The amount available for payment and allotted to this contract is increased by $500,000 of which- is allotted for payment of cost and - is allotted for fee. Accordingly, the following changes are hereby made to the Contract ‘Schedule:

    NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

    STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

  • ‘\

    ,.. - a -‘

    A. Section B, 8.4, Contract Funding (NASA 18-52.232-81) (JUN 1990), Paragraphs (a) and (b) are amended as follows:

    “(4 For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of Funds clause, the total amount allotted by the Government to this contract is wand covers the following period of performance: August 30,1999 through December 31 ,1999.

    (b} An additional amount o-s obligated under this contract for the payment of fee.”

    CONTRACT TABULATION

    Est. Cost Fixed Fee CPFF Fundinq m

    Basic $3367,999 $ 10,000 105,188 Mod.

    - 1 0

    -7 0 450,006 0

    Mod. 2 0 0 0 !36,000 0 Mod. 0 0 0 500,000 3 0

    Total - - $3,967,999

    ‘Include-or cost an-for fee.

    $1,056,000’ 105,188

    -

    Page 2 of 2 NASl-99140 Modification No. 3

  • OMB Approval #: 2700-0042

    1. CONTRACT ID CODE , PAGE OF PAGES ,

    AMENDMENT OF SOLICITATION/MODIFICATlON OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 4. REQUISITION/PURCHASE REQ. NO.

    4 5. PROJECT NO. (If applicable)

    See Block IL. 6. ISSUED BY 7. ADMINISTERED BY (if other than Item 6) CODE

    National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

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

    Diversilied Technology K: Services of Virginia, Inc. (DTSV! Am: Virginia Smith P. 0. Box 19988 Newport News. VA 23612-2988

    9B. DATED (SEE ITEM 17)

    10A. MODIFICATION OF CONTRACT/ORDER NO.

    3.4s I-99130 x

    106. DATED (SEE ITEM 13)

    CODE 1 FACILITY CODE 8/30/99 Il. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    c] The above numbered solicitation is amended as set forth in Item 141 The hour and date specified for receipt of Offers 0 is extended, 0 is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

    (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified 12. ACCOUNTING AND APPROPRIATION DATA (/f required)

    P/R: RB. I OS 1; M4077: TOTAL OBLIGATION $SO.WO COMPLETE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

    IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (xl A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

    NO. IN ITEM 1OA.

    X 52.243-2 CHANGES -COST REIMBURSEMENT(AUG 87)--ALT II (APR 84) B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appmpliation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

    D. OTHER (SPECIFY TYPE OF MODIFICATION AND AUTHORITY)

    E. IMPORTANT: Contractor X is required to sign this document and return copies to the issuing office. 3 14. DESCRIPTION OF AMENDMENTlMODlFlCATlON (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

    - The purpose of this modification is to amend the Statement of Work by deleting subparagraph 3.3.5.1 under paragraph 3.3.5 entitled, Configuration Control and to incrementally fund the subject contract. The amount available for payment and allotted to this contract is increased by $50,000 of which-is allotted for payment of cost and-is allotted for fee. Accordingly, the following changes are hereby made to the Contract Schedule:

    FAR (48 CFR) 53.243

  • ,. . ..- A. Section B, 8.4, Contract Funding (NASA 18-52.232-81) (JUN 1990) Paragraphs (a) and (b) are amended

    7 ’

    as follows:

    “(4 For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of Funds clause, the total amount allotted by the Government to this contract ismnd covers the following period of performance: August 30, 1999 through January 2,200O.

    (b) An additional amount of-is obligated under this contract for the payment of fee.”

    B. Section C, C.1, Statement of Work, Paragraph 3.3.5, Configuration Control, is amended by deleting subparagraph 3.3.5.1 as follows: ” The contractor shall submit redline drawings for proposed changes to the PCS. The Contractor shall maintain 100% configuration control of the wiring from the microprocessors to the first terminal block junction commonly known as “KJ Boards”.

    C. The Estimated Cost and Fixed Fee shall remain unchanged.

    ALL OTHER TERMS AND CONDITIONS SHALL REMAIN UNCHANGED

    CONTRACT TABULATION

    Est. Cost Fixed Fee CPFF Fundinq u

    Basic $3,967,999 Mod. 1 0 Mod. 2 0 0 0 Mod. 3 0 0 0 Mod. 4 0 0 0

    Total - w !§3,967,999

    ‘Includes-or cost and -for fee.

    $ 10,000 105,188 450,000 0

    96,000 0 500,000. 0

    50,000 0

    $1 ,106,OOO * 105,188

    Page 2 of 2 NASl-99140 Modification No. 4

  • / --. ~Aopron)27ooQw

    AMEkliMENT OF SOLICITATION/MODIFICATlON OF CONTRACT 1.CX%..wwCTIDCooE PAGE OF PffiE(.s)

    1 .2 2. MAMUEHTNODlFlCAllON NO. 3. -DATE 4. REaiJlSmONlP URCHASE wa. r-40. 5. PROJECT No. @fa@lhb&)

    5 1~2f20/99 See Block 12 8. IssuEDBY CGOEI 7. ADMINM-ERED BY (if offwr bzsn frcm 6)

    National Aeronautics and Space Administration Langley Research Center

    RECEf+=“V Hampton, VA 23661-2199 DEC 27 19%

    Attn: Virginia Smith - P.O. Box 12988

    Newport News VA 23612-2988

    11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    The above numbered soliciition is amended as set forth in Item 14. The how and date sperMed for receipt of OHen is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the scJiin or as amended, by one of the following memcds: (a) By axnpfeting Items .8 and 15. and returning one (1) co(y of the amendmm (b) By acknowledging receipt of this amendment on each copy of the offer submitted: or (c) By separate letter or telegram which includes a reference to the soiicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESfGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATA SPEClflED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment yqu desire to change an offer already submitted. such change may be made by telegram or letter, provided each telegram or letter makes reference to the soiii and this amendment and is received prior to the opening hour and data specified. 12. ACCOUNllNG AND APPROPRlATlON DATA (lfrequwd)

    P/R: RB,ld95: M1077; $500,000 Obfigeted+mple&

    13. THIS I-FEMXPPLlES UNLY TO MODIFICATIONS OF CONTRACTS/ORDERS, lT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN lTEM 14.

    (.‘) A m’s CHANGE ORDER ls ISSUED PURSUANT TO: f.%¶C@‘aufhonly) THE CHANGES SET FORTH IN ITEM 14 ARE MACE IN THE CONTRACT ORDER NO. ,N ,TEM ,,,A

    x s. THE ABOVE NUMBERED CONTRACT/ORDER IS h4ODlflED TO REFLECT THE ADMINISTRATIVE CHANGES (such 4s chanpes n payng off&, appmprfatxu, ate, etc.) SET FORTH IN ITEM 14. PURSUANTTO THE AUTHORITY OF FAR 43.103(b\.

    c. mis SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF,

    D. OTHER Spwty type of modification and authomy)

    E. IMPORTANT: Contractor q is not, 0 IS required to sign &is document and return copies to the issuing office. 14 DESCRlPTlCN Or AUEYrrS~E.~~~D!FICATlON ~Cqw& 5 /K’.= -SC%7 twdk$+r. CtiKe?~ scte.*~~ ‘=7zx? s&e! .me.n*r &em !cGsive.]

    The purpose of this modification is to incrementally fund the subject contract. The amount available for payment and allotted to this contract is increased by $500.000 of which-s allotted for payment of cost and -is allotted for fee. Accordingly. the following changes are hereby made to the Contract Schedule:

    (continued)

    -Pt al wwldd herem alI temx and conditions of the dowmen referenced in Item 9A or 1OA. as heretofore ch+d.

    15A NAME AND TITLE OF SIGNER (Type orprrr,,

    (sgngnatur.3

    NSN 754C-O1-152-8070 PREVIOUS EDfTlON UNUSABLE

    1% DATE SIGNED 16C. DATE SIGNED

    I ‘/X/99

    30-105 Canpurer Generated

    STANDARD FORM 30 (REV. l&83) Prescribed by GSA FAR (48 CFR) 53.243

  • A. Section B, 8.4, Contract Funding (NASA 18-52.232-81) (JUN 1990), Paragraphs (a) and (b) are amended as folloinrs:

    ‘(a) For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of Funds clause, the total amount allotted by the Government to this contract is period of performance: August 30,1999 through March 31,200O.

    -and covers the following

    (b) An additional amount of m is obligated under this contract for the payment of fee.”

    CONTRACT TABULATION

    Est. Cost Fixed Fee CPFF Fundinq

    Basic Mod. 1 0 Mod. 2 0 Mod.3 . 0 Mod. 4 0 Mod. 5 . 0

    --- . Total _

    - $3,967,999 $ 10,000 105,188 0 0 450,000 0 0 0 96,000 0 0 0 500,000 0 0 0 50,000 0 0 0 5oo.ooc 0

    . -- -m ‘$3,967,999 $ 1,606,000’ 105,188

    ‘Includes -for cost and d for fee.

    Page 2 of 2 NASl -99140 Modification No. 5

  • OMB Awrwal27oMoQ 1. CONI. ..s. r ID CODE PAGE OF PAGE(S)

    AMENDMENT OF SOLlClTATlON/MODlFlCATlON OF CONTRACT 1 I 2 2 AUENDMENT/?.4ODlFlCATlON NO. 3. EFFECTWEDATE 4. REOU~S~T~~~+PURC~~ASE REO. NO. 5. PROJECT NO. (/f a@ca&)

    6 2/22/00 See Block 12 6. ISSUED BY CODE1 7. ADMINISTERED BY f/f other lhan /mm 6) CODE 1

    National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-2199

    8. NAME AND ADDRESS OF CONTRACTOR (NO. S?mat. Campy. Smm andl/P: code) (4 9A AMENDMENT OF SOUClTATlON NO. .~

    Diversified Technology & Serevices of Virginia. Inc. (DTSV) Attn: Viqinia Smith P.O. Box 1’988 98. DATED (SEE KEM If) Newport News VA 236 12-2988 -: p,

    10A MODIFICATION OF CONTRACT/ORDER NO.

    NM 1-99 140 X

    100. DATED (SEE ITEM 13)

    axe FACW-WCODE 8~3Of99 11, THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    q The above numbered sokcitatton is amended as set forth in ftem 14. The hour and date specffied for rsceipt of Offers [7 isextended. c] isnotextendedr Offers must acknowledge receipt of this amendment $6 to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Aems 8 and 15. and returning one (1) copy of the amendment; (b) By acknowtadging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a refarance to the sokciition and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR ME RECEIPT OF OFFERS PRfOR TO THE HGlJR AND DATA SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. ff by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the sotkftatfon and this amendment, and is received pior to me opening hour and data specified. 12 ACCOUNllNG AND APPROPRIATION DATA (It taqdd)

    P/R: RB. 1135: R24706: S 1,750,OOOz PR: RB. I 125; M4077: $250.000 Total Obli,oation $2,000,000 Complete

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

    (ti) A THlSCHANGEORDERISlSSUEDPU FSUANT To: (spedy aumorlyl THE CHANGES SET FORTH IN ITEM 14 ARE MADE !N THE CONTRACT OROER NO. IN ITEM 1OA .

    X 6. THE ABOVE NUMBERED CONTRACTKNWER IS MOMflED TO REFLECT ME ADMINISfRATlVE CHANGES (such 4s dran~6+s h paynp o/fix ap~r~prrafion defe. efc.) SET FORTH IN lTEM,l4. PURSUANT TO THE AUWORllY OF FAR 43.103(b).

    C. THIS SUPPLEMENTAL AGREEMENT IS EFJ-TERED INTO PURSUANT TO AUTHORITY OF:

    D. OTHER Swafy type of moMii110n and aahonty)

    E. IMPORTAM: Contractor Ix1 q is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENTNOMflCATlON (Orpanirsd by UCF S&W hudy?gr n&&g ooriaat~mU s&pU mamr dem fw&Is.)

    The purpose of this modification is to incrementally fund the subject contract. The amount available for payment and allotted to this contract is increased by $2.000.000 of which-s allotted for payment of cost and-is allotted for fee. Accordingly, the following changes are hereby made to [h-tract Schedule: \ RECEIVED ‘\ >\ \ FEB 28 2000

    (continued)

    ISA NAME AND TITLE OF SIGNER (l-vpe orpmt)

    1%. CONlRACTOfUOFFEROR

    64mum NSN 7540-01-152-8070 PREVlOUS EDITION UNUSABLE

    15C. DATE SIGNED

    2/22/00 (Sg7afum of tifraang

    30-105 d cmwtw GemMated

    STANDARD FORM 30 (REV. loss) Presuibed by GSA FAR (48 CFW 53.243

    . ,“’ 7’ -a; ,

  • A. Section B, B.4, Contract Funding (NASA 18-52.232-81) (JUN 1990), Paragraphs (a) and (b) are amended as follows:

    “(a) For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of Funds clause, the total amount allotted by the Government to this contract im and covers the following period of performance: August 30,1999 through September 30,200O.

    (b) An additional amount of- is obligated under this contract for the payment of fee.”

    CONTRACT TABULATION

    Est. Cost Fixed Fee CPFF Fundinq

    Basic - _ $3,967,999 $ 10,000 105,188 Mod. 1 0 0 0 450,000 0 Mod. 2 0 0 0 96,000 0 Mod. 3 0 0 0 500,000 0 Mod. 4 0 0 0 50,000 0 Mod. 5 0 0 0 500,000 0 Mod. 6 0 0 0 2.000.000 0

    Total - v $3,967,999 $3,606,000’ 105,188

    ‘Includes-or cost and -for fee.

    Page 2 of 2 NASl -99140 Modification No. 6

  • ~~~b!J~l270&0042 1. CONTfimw r ID CODE PAGE OF PAGE(S)

    AMENDMENT OF SOLlClTATlON/MODlFlCATiON OF CONTRACT I 2 2. AMENDMENT/MOOIFICATION NO. 3. EFFECTWE DATE 4. REQUlSlTlOWURCHASE REQ. NO. 5. PROJECT NO. (fl applicable)

    7 3/I G/O0 See Block 12 6. ISSUED BY CODE 1 7. AOMlNlSTEREO BY (Ilorher man /rem 6) CODE 1

    National Aeronautics and Space Administration Langley Research Center Hampton, WA 23681-2199

    5. NAME AND ADDRESS OF CONTRACTOR (NC. Slmet, Counfy, slate a&ZIP: We) 1 (4 9A. AMENDMENT OF SOLICITATION NO.

    Diversified Technology & Serevices of Virginia. Inc. (D’FSVj Attn: Virginia Smith P.O. Box 11988 Newport News VA 236 12-2988

    ,‘-, .+a

    98. DATED (SEE l7EM 7 1)

    10A MOOlFlCATlON OF CONTRACT/OROEA NO.

    NAS 1-99 140 X

    108. DATED (SEEITEM 73)

    WOi99 COOE FAUUI’Y CODE

    11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is not extended.

    Offen must acknowledge receipt of this amendment prior to Uw hour and date specified in the solicitation or as amended. by one of the following methods:

    (a) By completing Items 8 and 15. and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each w of the offer submitted; or (c) f3y separate letter or telegram which includes a reference to the sofiiitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATA SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer atrwdy submitted. such change may be made by telegram or letter, provided each telegram or letter makes reference to the soliition and this amendment, and is received p&r to the opening hour aid da& specified. - 12. ACCOUNTING AND AJ’PROPRIATION DATA (Mm@-&)

    N/A

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

    (fl) A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (.?#w&ysUmoMy) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 11%

    X 6. THE ABOVE NUMBERED COMRACTX)RDER IS MOOIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such ds changes n payng office. a~,-oPnaliDn dare. erC.) SET FORTH IN IEM 14. PURSUANT TO THE AlIlHC43W OF FAR 43.103(b).

    C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORIlY OF:

    I D. OTHER Seeury iyw al rmdiiical~on and aulhortly) E. IMPORTAM: Contractor q is not, 0 IS required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF Ah4ENOMENTMOOIFICATlO (Oqanmzd by UCF SecliDn neadirps. ncluuhg so~&atarJmnrract su&sci maner *here tezs&/a.)

    The purpose of this modification is to change the” funded through” date from September 30. 3-000 to August 29.2000 to correct a clerical error on Modification X0.6. .4ccordingly, the following changes are hereby made to the Contract Schedule:

    15A NAME AND TITLE OF SIGNER (Type orpm,,

    158. COMRACTOWOFFEROR

    (sgrlarum cd person aunlorQe.3 lo slpl)

    NSN 75X-01.152.6070 PREVIOUS EDITION lJNUSASLE

    15C. DATE SIGNED 16C. DATE SIGNED

    3/ I 4/00

    as105 Canwter Generated

    u STANDARD FORM 30 (RN. 10-63) Prescnbad by GSA FAR (4s CFR) 53.243

    L

  • A. Section B, 8.4, Contract Funding (NASA 18-52.232-81) (JUN 1990) Paragraphs (a) and (b) are amended as follows:

    “(4 For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of Funds clause, the total amount allotted by the Government to this contract is- nd covers the following period of performance: August 30, 1999 through August 29,200O.

    (b) An additional amount of-s obligated under this contract for the payment of fee.”

    **t**tt****t***ttt***************************************************************************************************

    CONTRACT TABULATION

    Est. Cost Fixed Fee CPFF Fundinq

    Basic - 0 $3,967,999 $ 10,000 105,188 Mod. 1 0 0 0 450,000 0 Mod. 2 0 0 0 96,000 0 Mod. 3 0 0 0 500,000 0 Mod. 4 0 0 0 50,000 0 Mod. 5 0 0 0 500,000 0 Mod. 6 0 0 0 2,000,000 0 Mod. 7 .A-- 0 0 0 0

    Total $3,967,999

    ‘Includes w for cost and -or fee.

    $3,606,000* 105,188

    Page 2 of 2 NASl-99140 Modification No. 7

  • W’f? 14 ‘00 14:25 FR CfWSPW LWGLEY 8@4 864 8851 TO 47199 P.02 ZQ’FkJcl 7 ,I! c- BT:ET 80‘ br rJdJ L- dL r

    NaUanol Anranrutlco mnd Bpaoe Admlnlatratlon Letnqlay Remearoh Canter Hampton, WA 23881.2rQQ

    logy R Serviccr of Virginia, Iri. (l)TSv) r\tm: Vitginla Smith P.O. Box I’,988 Ycwporc ‘kws VA 23612-2988

    1 FAR 52.243-2 chsagas-Cost Reimburstmtnt (Au0 1987)Alt u (APR 1984) FAR 52.2X-22 Limitstion ofFunds (APRI964)

    The purpoam of this modification arc to: (1) Add in-scope changes CO the Statmwnt of Work to support any future NTF Tunnel shutdowns; add Specialized Suppon Efforts to the N’I’F facility and chnnp the shift requirements for rhe XfT, B- I2S6 md (2) Add additioo;ll ftmdirtg to the contract. Accordingly. the contract is mod&xi aa follow:

    .?O’d zs:z’r 000e-Of-00 .’

  • I .

    1. Pursuant to Section I Clause 52.23222, Limitation of Funds the amount available for payment and allotted to this contract is increased by $184,000 of which-is allotted for payment of cost and follaws is allotted for fee. Accordingly, 8.4, Contract Funding, paragraphs (a) and (b) are restated as

    . .

    ‘(4 For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of Funds clause, the total amount allotted by the Government to this contract is- and covers the following period of performance: August 30,1999 through August 31,200O.

    (b) An additional amount of -is obligated under this contract for the payment of fee.”

    2. Section C, C.1, Statement of work- Research Equipment Operations Services is revised to:

    A. Change the shift requirements for the NTF Facility B-i236 from one shift, 7:OOa.m. - 7:OOp.m. to two shifts, from 7:OOa.m. -113Op.m.

    B. Add the following paragra& to Section 3.0, OPERATl&& t&-&&h 3.3 CUN-3 NTF support: .-

    _.... . i _ .--;

    3.3.1.6. The contractor shall perform scheduled maintenancekq)edions on I components internal to the tunnel. Maintenance shall include troubleshooting, minor repairs, replacement - of defective components, and lubrication. The components include but are not limited to:

    Test Section Pocket Doors Nacelle Fakings Fan Shaft Balance Weights Ln2 Injector Fakings Shaft Bellows Arc Sector Fixed Fakings Liner Panels Fan Shaft Aero Faking Fan Shaft Alley Nacelle Access Panels (3) Nacelle Fakings Nacelle Penetration Flange Test Section Actuators Model Support Floor and Ceiling Reentry Flaps Corner Filets Arc Sector Locks Sidewall (Door) Locks Sidewall (Door) Lifts 9 X 12 Door Drives 9X12DoorLocks Slot Covers Flex Plates Pressure Probes Turning Vanes Plenum Doors Downstream Nacelle IGV Ring and Rollers Safeset Coupling Fan Shroud Pucks Greenhouse Blowout Doors Access Housing Doors High Speed Diffuser

    Page 2 of 4 NASl-99140 Modifiition No. 8

  • I . :

    Turning Vanes

    Anomalies noted during the inspection(s) shall be reported to the Facility Coordinator within 4 hours of discovery.

    3.3.1.7 The contractor shall maintain the mechanical portion of the Model Roll Drive Unit. This shall include removal and installation of the unit, brake repair/replace, and disassembly of the unit to facilitate maintenance by other crafts.

    3.3.1.8 Facility Coordinator.

    The contractor shall open and close tunnel penetrations as directed by the

    3.3.1.9 The contractor shall support projects perfprmed by other contractors as determined by the Facility Coordinator and/or the COTR that impact the configuration control of the NTF. The support may include: third party design reviews, design and documentation, template fabrication, and associated installation and checkout support. . . -

    3.3.1 .lO The contractor shall work with other contractor(s) and the facility electrical staff to verify the facility critical interlocks.

    3.3.1.11 Specialized Support Efforts (NTF)

    On occasion the Contractor may be called upon to provide specialized support to the NTF that is not specifically identified in the contract SOW. Specialized support is defined as Wind Tunnel Test Initiated Tasks and Facility Infrastructure Tasks that are not considered self-sustaining and on going at the NTF. When initiated, a request shall be reviewed by the COTR and Project Manager and a determination made as to applicability to the REOS contract. Based on this review a Task Order may be initiated by the COTR. The Contractor shall assess the requirements and determine the resources and costs to perform the work. Written estimates detailing resources, costs and schedule shall be submitted by the Contractor to the COTR for review and approval. Task orders approved and issued by the COTR will become TTRs. Task Order/lTRs shall be tracked by the Contractor through task completion.

    3. The Estimated Cost and Fixed Fee and Level of effort shall remain unchanged.

    Page 3 of 4 NASl -99140 Modification No. 8

  • c-

    CONTRACT TABULATION

    BaSiC Mod. 1 Mod. 2 Mod. 3 Mod. 4 Mod. 5 Mod. 6 Mod. 7 Mod. 8 Total

    Cost Est. Fu

  • 1. CONTRACT IO COM cnmAppmml~

    PAGE OF PAOEM

    AMENDMENT OF SOLlClTATlON/MOOlFlCATlON OF CONTRACT 1 2 2. AMENOMENTA4O0lFlCATlON NO. 3. EFFECTMOATE 4. Rf3xJl.sllloNfPu~ REa. No. 5. moJEclND.(n~)

    9 5/17/00 See Block 12 a ISSUED BY COCEI 1. ADWNISTERED 0-i IJlocher t)un Ihm 3) COOEI

    National Aeronautics and Space Administration Langley Research Center Hampton, WA 23681-2199

    6. NAME AND ACORESS OF CONTRACTOR (No. Sbw& Camly, sbh nd Zll? CadaJ (4) 9A AMENDMENT OF SOLICITATION NO.

    Diversified Technology & Serevices of Virginia, Inc. (DTSV) Attn: Virginia Smith P.O. Box 12988 98. DA-ED [sEfnEM 11) New-port News VA 23612-2988

    1oA MODIFICATION OF mcTioRoER No.

    NASl-99140 X -

    . 108. DATED (SEE ITa 13) ‘

    COOE F-CODE 8/30/99 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    TheaboMnumbaredsdkitatknisamandedasset~inltsm14. TfmhouranddatespeciiWforre03iptofOlTers isnotextended.

    O(fenmust~receiptofthisamendmentpriorbmehaKanddate~in~sdidtatbnor~amended.byon%dthefdkwingmsthods: (a)Bywmpletingltttms8and15,Mdretumingone(l)~dtheamendment@)Byadvlow(edging~ptofthbramendment~each~oftheoffersubmitted;or(c)By separate letter or telegram which includes a refemnw to the sc&iMon and amendment numb-s. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATA SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to chaoge an offer already submi8ed. such change may bs made by telegram or letter. provided each telegram q letter makes rehence to the sdidtationandthisamendment.andisreceivsdpriortotheopaninghouranddataspeci(Sad. 12. ACCOUNTING AND APPROPFUATION DATA (/I-

    SEE ACCOUNTING AND APPROPRIATION DATA

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

    (0 A. MIS CHANGE ORDER !S ISSUED PURSUANr TO: (SparL a&kdyJ THE CHANGES SET FORTH IN rlEM 14 ARE MADE IN ME CONTRACT ORDER NO. IN ITEM loA.

    X 8. THE ABOVE NUMBERED CONTRAClnxaoER IS MOMFlED TO REFLECT THE ADMINISTRATM CHANGES /such as danget in pz+ing Mice. acpmqafim da&. CTCJ SET FORTH IN KEM (4. PURSUANT TO THE AUlH0Rll-f OF FAR 43.103(b).

    C. MIS SUPPLEMENTAL AGREEMENT IS ENTERED lhT0 PURSUANT TO AUlHORm OF:

    E. IMPORTANT: Contractor q is not. q is required to sign this document and return copies to the issuing office. 14. DESCRIPWIN OF AAAENDMEtfT~OIFlCATK)N (Oqan,%d by W sodtIm head@% m&&g scd&taWlnd w&U miiw mem leasibh.)

    The purpose of this modification is to incrementally fund the subject contract. The amount available for payment and allotted to this contract is increased by $177,999 of which-is allotted for payment of cost an-is allotted for fee. Accordingly, the following changes are hereby made to the Contract Schedule:

    (continued)

    158. CONTRACTOfVOFFEROR 1 1X. OATESIGNEO 168. UNFO ST&fES Of’+iERICA / I l&Z. DATESIGNED

    r/ w 5/17/00 (~Ofp*1o’)~foyp)J

    BY wv-~d -0marf

    NSN 7540-01-152-8070 30-105 PftEwOUS EDITION UNUSIBLE conpu@f-

    STANDARD FORM 30 (REV. lo-w FmoWdbyGSAFAR(48~R)53243

  • I ,

    A. Section B, 8.4, Contract Funding (NASA 18-52.232-81) (JUN 1990) Paragraphs (a) and (b) are amended as follows:

    ‘(a) For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of Funds clause, the total amount allotted by the Government to this contract is-nd covers the following period of performance: August 30,1999 through August 29,200O.

    (b) An additional amount of -is obligated under this contract for the payment of fee.”

    CONTRACT TABULATION

    Basic Mod. 1 Mod. 2 Mod. 3 Mod. 4 Mod. 5 Mod. 6 Mod. 7 Mod. 8

    Est. Cost Fixed Fee CPFF Fundinq m

    0 0 0 0 0 0 0 0

    $3,967,999 0 0 0 0 0 0 0 0

    $ 10,000 105,188 450,000 0

    96,000 0 500,000 0

    50,000 0 500,000 0

    2,000,000 0 0 0

    169,000 0 . . 0 0 0 177,699 0 Mod. 9

    Total - m $3,967,999

    *Includes -for cost and -for fee.

    $3,967,999’ 105,188

    Y’

    ACCOUNTING AND APPROPRIATION DATA

    ,

    P/R: RB.1172; J.O. R24702; $ 13,000 R24706; 116,000 R26436; 15,000 Complete

    P/R: RB.1174; J.O. R24709; 29,500 R25088; 4,499 Partial

    Total Obligation $177,999

    Page 2 of 2 NASl-99140 Modification No. 9

    . .

  • AMENDMENT OF SOLlClTATlON/MOOlFICATlON OF CONTRACT 2 mmm4wmoo~rl~nm NU I ffFECnvC OArc . . RKNJIsllloluPuacwAsc RCQ. No

    10 1 JUL 1 R 2090 See Block 12 6 LssuEoaY C66El 7. ADMlNlSTER~O 81 III C#W UIM IlMl SJ National Aeroneutics and Space AdminlstreUon Langley Research Center Hampton. VA 23661-2199

    6. NM WO AOORESS OF COHTRACTOR (NC Snxt Cowq. Swc and ZIP carfl

    Diversified Technology % Services of Viqinia. Inc. (DTSV) Arm: Virginia Smith P.O. Box 13,w Newpown News VA 236 lI!-29SS

    (4) 1 ?A nMEf4tmsENl OF soLlwTATKlw No.

    1m OATEO fserrlmi 13)

    COOE FACSJlY COOC Y/3Of99

    Il. THIS ITEM ONLY APPUES TO AMENDMENTS OF SOLICITATIONS

    u neamve- solkit3tion~~ asmifcnthInltam14.lltermurnddataspedtiectfwncoiptaf0fh3~ c] Llexlended. is nd axtended. Offers must aCkt-mkJge rocoipl of this amadnmnt priorbthohauandOab:pocihdiftlheho auarnaMea.Dyonaoflhefor~- (a) 8y cwnplding ltmms 8 and 15. and retming one (1) mpy d the ammdmmt: @) By 3131norrlwi receipt of this amendment on each aqay d tha c&f 5ubmw: of Cc) BY

    sepaatta IsitImr or tekgr3ln wtloch indudes P refmImnaa ha the soricitatioll and amendment nunbats. FAILURE OF YOUR ACKNOWLEOGMENT TO BE RECEMD AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATA SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. 11 by w-be of - 3medmentyoudearetachange3noJferjnrdysubmaPd rud,chrogcmybcnudabyWeenmorIc(Ler.prwaedeed,te~orWtermak~rclerenatothe

    ~dlciLsUonendOJIemenbmenLenbirrccMdOnor(omeO&nlnphwrond~tsspeaOLa !2. ACCOUCFTING AN0 AJVR6PRtATI6N o*TA :Uw)

    N ’ A

    13. THl!5 ITEM APPLIES ONLY TO MODlFlCATlONS OF CONTRACTSIORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

    (4) A. WS CHANGE OROER IS lSS,.,G‘, PC:RsuuJT TO: lsprcnL a,#~,+, WC CJ.IANGE.S SET FORTH IN f&M 14 ARC h4AOE IN MC CONTRACT OROER No. IN I-KM 1M

    B. THE ABOVE NUMBEREO CONTWKTKtROER IS UOOIFIEO TO REFLECT THE AIXUNLSTSTRATM CHANOCS IaW dl CnWS (r, D.IW M%-V. .%UW~ -e. *J *’ FrJfl~rc IN ITEM 14. PURSUANT TO TME AUlWORTTY OF FAR 4%103(bt

    x C MIS SUPPLEMENTAL AGREEMENT 6 ENTEREO IN-f6 PURSUANT TO AUlHORI7-f OF

    FAR 5X43-2 chzwges-Cost Reirnbur~ement (AUG I987)Alt II (APR 1984)

    0 OiHERspostl~dnudif~~r+m~,

    ‘i ’

    E. IMPORTANT: Contractor cl is ml. a is required to sign fhls d oament and return & copies to the issuing 06~. 14 OtSCRlPllON OF bMEN6MNThi66IFlCATt6N lorpjrood 4 lJCF rsnon hcJdn93. ,ncbhq sd&MrbtmSa sub&l m&b lrhvc lulb(r.)

    (ConUnued)

    I 1 NM 7cAc01.1~4070 30.105 . PREVIOUS EDITION “NUS.,SOLE

    STANDARD FORM 30 ~REV -a--- PImmma by GSA FAR WG CFRl

    lo-a?) IYZQ

    I

  • 1. Change Section 3.0, OPERATIONS, paragraph 3.3 CLIN-3 NTF Support, by deleting the words in subparagraph 3.3.1.7 in their entirety and replacing it with the following:

    3.3.1.7 The Contractor shall provide maintenance, inspection, and repair for the NTF model support roll drive mechanism. Maintenance shall include the roll motor, bearings, insulation, gear/position potentiometer devices, heaters, and mounting hardware and associated procedures. The Contractor shall maintain the roll drive mechanism at an operational rate of 90 percent. The contractor shall remove/install the mechanism for inspection and repair as required to maintain operational readiness. The Contractor shall maintain the roll drive mechanism system up to the heater controllers and the position controllers. Any replacement parts for repair shall be procured by the contractor. Removal and installation of the roll drive shall be coordinated on a non-interference basis with the rest of the facility maintenance schedule unless it is for the purpose of unscheduled repair.

    2. The Estimated Cost and Fixed Fee and Level of effort shall remain unchanged.

    3. All OTHER TERMS AND CONDITIONS SHALL REMAIN UNCHANGED

    CONTRACT TABULATION

    Basic Mod. 1 Mod. 2 ’ Mod. 3 Mod. 4 Mod. 5 Mod. 6 Mod. 7 Mod. 8 Mod. 9

    Est. Cost

    -I,

    Fixed Fee CPFF $3,967,999

    Mod.10 Total $3.967.99:

    ‘Includes -for cost and-for, fee.

    Fundinq $ 10,000

    450,000 96,000

    500,000 50,000

    500,000 2,000,000

    0 184,000 177,999

    $ 3,967,999

    & 105,188

    0 0 0 0 0 0 0 0 0 0

    105,188

    ?‘

    Page 2 of 2 NASl-99140

    ' Modification No. 10

  • . 1. CONTRACT 10 CODE AMENDMENT OF SOLICITATION/MOC’-‘ :ATION OF CONTfUCT

    PAGE OF PAGES 1 3

    2. AMENDMEM/MODIFICATION NO. J. EFFECTIVE DATE 4. REQUISITIOtVPURCrw..,i REQ. NO. 5. ‘PROJECT NO. (n a-1

    11 8/3/00 See Block 12. 6. ISSUED BY COOE 7. ADMINISTERED BY (/fouler than /fern 6) CODE

    National Aeronautics and Space Administration Langley Research Center Hampton, VA 23681-0001

    8. NAME AND ADDRESS OF CONTRACTOR (No., street. county, Stale. and Zp Code)

    Diversified Technology & Services of Virginia, Inc. Attn; Casper Catalanotto P.O. Box 12988 New-port News, VA 236 12-2988

    9A. AMENDMENT OF SOLICITATION NO.

    9B. DATED (SEE ITEM 1 I)

    10A. MODlFlCATlON OF CONTRACT/ORDER NO.

    NASl-99140 I x I 1-1 108. DATED (SEE ITi% 13)

    COOE

    -

    FAClUlY CODE I 8130199

    11. THIS KEM ONLY APPLIES TO AMENDMENTS OF SOLlClTATlONS R - u The abova numbered solicitation ia amended as set forth in Item 14. The hour and date specified for receipt of Offers u is extended, u is not extended. Offers must

    acknowiedge receipt of this amendment prior to the hour and date specified in the solicitation w as amended, by one of the folkwing methods: (a) By completing lteme 8 and 15. and returning - copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted: rx (c) By separ: letter or telegram which indudes a reference to ttw solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECElVED AT THE PLACE DESIGNAT- FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amandment yw desire to char an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment. and is received prior lo the opening hour and date specified.

    12. ACCOUNTING AND APPROPRIATION DATA (/f required)

    P/R : RB. 1174; R2.5088; $3.001 Obligated Complete 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

    IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. fx) 1 A J-HIS CHANGE ORDER 1s I~IJED plJRStJj&NT TO: (Specify auihonfy] THE CHANGES SET FORTH IN ITEM 14 ARE MADE lN THE CONTRACT ORDER NC. Ih

    8. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying off& appropd~th dz etc.) SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

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

    0. OTHER {Specim type of modikation and auttmity)

    x 1 FAR Clause 52.2 17-9 Option to Extend the Term of the Contract E. IMPORTANT: Contractor is not required to sign this document and return copy to the issuing office.

    14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicMhkontid subjti malier whem feasible.) ‘! ’

    The purpose of this modification is to exercise the first option period for the second year of performance pursuan Section H. H.12, Options, add a revised Wage Determination and add incremental funding -

    (CONTINUED) ,,. --\ Except as provided herein, all terms and conditions of the dorument referenced in item 9A or lOA, as heretofore changed, remain\\nchanged and in full force and effect.

    1% NAME AND TITLE OF SIGNER (Type or priil) 16A. NAME CTlNG OFFICER (Type cuptint)

    C. SHISLER

    158. CONTRACTOWOFFEROR

    (Signature of person authorized to srgn)

    1 SC. DATE SIGNED I 6C. DATE SIGNED Bi3lQO

    BY

    NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

    I STANDARD FORM 30 (Rev. lo-831 Prescribed by GSA FAR (se CFR) 53.243

  • NASl- 99140 Modification No.1 1 Page 2 of 3

    1. Section B, 8.2, Level-of-Effort, Paragraph A, is deleted in its entirety and the following substituted therefore:

    “A. In the performance of work under this contract, the Contractor is obligated to provide up to 210,376 direct labor hours as defined in-Paragraph B below.”

    2. Section B, B.3, Estimated Cost, Award Fee and Fixed Fee (NASA 1852.216-85)(DECl993), is deleted in its entirety and the following substituted therefore:

    ‘8.3, ESTIMATED COST, AND FIXED FEE (NASA 1852.216-74)(DEC 1991)

    A. The estimated cost of this contract is- exclusive of the fixed fee of 0 The total estimated cost and fixed fee is $8,000,381.”

    3. Section B, B.4, Contract Funding, is hereby replaced by the following to reflect additional funding in the amount-of which ms added to cost andmis added to fee.

    ‘8.4 CONTRACT FUNDING (NASA 18-52.232-81)(JUN1990)

    (4 For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of Funds clause, the total amount allotted by the Government to this contract is -and covers the following estimated period of performance: August 30,1999 through November 30,200O.

    (b) An additional amount of-is obligated under this contract for payment of fee.”

    4. Section F, F.2, Period of Performance (LaRC 52.21 l-91)(AUG 1997) is deleted in its entiretyand the following substituted therefore:

    ‘F.1 PERIOD OF PERFORMANCE (LaRC 52.21 l-91)(AUG 1997)

    The period of performance of this contract shall be 24 months from the effective date of the contract through August 29, 2001.”

    5. Exhibit C, REGISTER OF WAGE DETERMINATIONS AND FRINGE BENEFITS, is changed to incorporate the following attached Wage determination:

    Number Revision 94-2544 19

    Effective Date June 4,200O

    All other terms and condition shall remain unchanged

  • I .

    ******************************************************************************

    NASl-99140 Modification No. 11 Page 3 of 3

    CONTRACT TABULATION

    Basic Mod. 1 Mod. 2 Mod. 3 Mod. 4 Mod. 5 Mod. 6 Mod. 7 Mod. 8 Mod. 9 Mod.10 Mod. 11 Total

    Est. Cost Fixed Fee

    T 9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

    CPFF Fundinq E $3,967,999 $ 10,000 105,188

    0 450,000 0 0 96,000 0 0 500,000 0 0 50,000 0 0 500,000 0 0 2,000,000 0 0 0 0 0 184,000 0 0 177,999 0 0 0 0

    4.032.382 3.001 105.188 $8,000,381 $3,971,000’ 210,376

    ‘Includes~ for cost and-for fee.

    Y’

    .

  • ,- c hnp~~rk.fedworld.govf~~2~.~ 94-2544 VA,NORFOLK 07/12/00 ***FOR OFFICIAL USE ONLY BY FEDERAL AGENCIES PARTICIPATING IN MOU WITH DOL***

    I WASHINGTON D.C. 20210 I I I 1

    Division of 1 Wage Determination No.: 1994-2544

    *William W.Gross Revision No.: 19 Director Wage Determinations.1 Date Of Last Revision: 06/04/2000

    I States: North Carolina, Virginia

    Area: North Carolina Counties of Camden, Chowan, Currituck, Gates, Pasquotank, Perqui Virginia Counties of Chesapeake, Gloucester, Hampton, Isle of Wight, James City, Math Newport News, Norfolk, Poquoson, Portsmouth, Southampton, Suffolk, Surry, Virginia Be Williamsburg, York

    **Fringe Benefits Required Follow the Occupational Listing**

    OCCUPATION TITLE MINIMUM WAGE-RATE

    Mortician School Crossing Guard (Crosswalk Attendant)

    Administrative Support and Clerical Occupations Accounting Clerk I Accounting Clerk II Accounting Clerk III Accounting Clerk IV Court Reporter Dispatcher, Motor Vehicle Document Preparation Clerk Duplicating Machine Operator ' Film/Tape Librarian General Clerk I General Clerk II General Clerk III General Clerk IV Housing Referral Assistant Key Entry Operator I Key Entry Operator II Messenger (Courier) Order Clerk I Order Clerk II Personnel Assistant (Employment) I Personnel Assistant (Employment) II Personnel Assistant (Employment) III Personnel Assistant (Employment) IV Production Control Clerk Rental Clerk Scheduler, Maintenance Secretary I Secretary II Secretary III Secretary IV Secretary V Service Order Dispatcher Stenographer I Stenographer II Supply Technician Survey Worker (Interviewer) Switchboard Operator-Recepzionist Test Examiner Test Proctor

    17.63 7.20

    8.03 10.14 12.62 13.69 12.87 10.98

    9.71 9.71 9.60 7.77 9.56

    11.89 13.29 13.71

    9.13 11.49

    7.89 8.80

    11.5>!' 9.82

    11.35 11.99 13.73 14.26 10.32 10.32 10.32 12.01 13.71 16.07 16.87 11.04 10.45 11.74 13.65 11.18

    8.36 12.01 12.01

    I of8 7/27100 2114 p3

    . .

  • Travel Clerk I Travel Clerk II Travel Clerk III Word Processor I Word Processor II Word Processor III

    Automatic Data Processing Occupations Computer Data Librarian Computer Operator I Computer Operator II Computer Operator III Computer Operator IV Computer Operator V Computer Programmer I (1) Computer Programmer II (1) Computer Programmer III (1) Computer Programmer IV (1) Computer Systems Analyst I (1) Computer Systems Analyst II (1) - Computer Systems Analyst III (1) Peripheral Equipment Operator

    Automotive Service Occupations Automotive Body Repairer, Fiberglass Automotive Glass Installer

    ,Automotive Worker Electrician, Automotive Mobile Equipment Servicer Motor Equipment Metal Mechanic Motor Equipment Metal Worker Motor Vehicle Mechanic Motor Vehicle Mechanic Helper Motor Vehicle Upholstery Worker Motor Vehicle Wrecker Painter, Automotive Radiator Repair Specialist Tire Repairer Transmission Repair Specialist

    Food Preparation and Service Occupations Baker Cook I Cook II Dishwasher Food Service Worker Meat Cutter Waiter/Waitress

    Furniture Maintenance and Repair Occupations Electrostatic Spray Painter Furniture Handler Furniture Refinisher Furniture Refinisher Helper Furniture Repairer, Minor Upholsterer

    General Services and Support Occupations Cleaner, Vehicles Elevator Operator Gardener House Keeping Aid I House Keeping Aid II Janitor Laborer, Grounds Maintenance Maid or Houseman Pest Controller Refuse Collector Tractor Operator Window Cleaner

    7.84 8.37 8.93

    10.35 11.66 13.06

    8.55 9.57

    11.07 13.71 15.88 16.88 15.93 18.03 21.49 25.62 20.06 23.10 27.62

    9.83

    16.79 15.31 15.31 16.03 13.84 16.79 15.31 16.79 13.05 14.56 15.31 16.03 14.56 13.37 16.79

    8.98 8.12 8.98 7.20 7.20

    10.19 7.5'xf

    18.43 13.34 16.03 13.05 14.56 16.03

    7.20 6.26 9.22 6.93 7.72 7.20 7.83 6.46 8.54 7.20 8.79 7.83

    .

    2of8 7i27loO 2: 14 1

  • Health Occupations Dental Assistant Emergency Medical Technician (EMT)/Paramedic/Ambulance Driver Licensed Practical Nurse I Licensed Practical Nurse II Licensed Practical Nurse III Medical Assistant Medical Laboratory Technician Medical Record Clerk Medical Record Technician Nursing Assistant I Nursing Assistant II Nursing Assistant III Nursing Assistant IV Pharmacy Technician Phlebotomist Registered Nurse I Registered Nurse II Registered Nurse II, Specialist Registered Nurse III

    -

    Registered Nurse III, Anesthetist Registered Nurse IV

    Information and Arts Occupations Audiovisual Librarian Exhibits Specialist I Exhibits Specialist II Exhibits Specialist III Illustrator I Illustrator II Illustrator III Librarian Library Technician Photographer I Photographer II Photographer III Photographer IV Photographer V

    Laundry, Dry Cleaning, Pressing and Related Occupations Assembler Counter Attendant Dry Cleaner Finisher, Flatwork, Machine Presser, Hand Presser, Machine, Drycleaning Presser, Machine, Shirts Presser, Machine, Wearing Apparel, Laundry Sewing Machine Operator Tailor Washer, Machine

    Machine Tool Operation and Repair Occupations Machine-Tool Operator (Toolroom) Tool and Die Maker

    Material Handling and Packing Occupations Forklift Operator Fuel Distribution System Operator Material Coordinator Material Expediter Material Handling Laborer Order Filler Production Line Worker (Food Processing) Shipping Packer Shipping/Receiving Clerk Stock Clerk (Shelf Stocker; Store Worker II) Store Worker I Tools and Parts Attendant

    3of8 7/27/00 2: 14 P‘

    10.62 10.62

    9.73 10.92

    .12.21 9.79

    10.46 10.48 13.15

    6.89 7.75 8.46 9.49

    11.84 10.92 15.13 18.51 18.51 22.40

    '22.40 26.84

    14.23 15.55 18.89 20.98 15.55. 18.89 20.98 16.36 11.41 11.73 15.55 18.89 20.98 25.39

    6.04 6.04 7.44 6.04 6.04 6.04 6.04 6.04 7.94 8.42 6.51

    16.03 18.46

    10.72 13.84 14.51

    .14.51 8.86 8.76

    10.91 10.54 10.54 10.89

    8.60 12.98

    .

  • -

    Warehouse Specialist Mechanics and Maintenance and Repair Occupations

    Aircraft Mechanic Aircraft Mechanic Helper Aircraft Quality Control Inspector Aircraft Servicer Aircraft Worker Appliance Mechanic Bicycle Repairer Cable Splicer Carpenter, Maintenance Carpet Layer Electrician, Maintenance Electronics Technician, Maintenance I Electronics Technician, Maintenance II Electronics Technician, Maintenance III Fabric Worker Fire Alarm System Mechanic Fire Extinguisher Repairer Fuel Distribution System Mechanic General Maintenance Worker Heating, Refrigeration and Air conditioning Mechanic Heavy Equipment Mechanic Heavy Equipment Operator Instrument Mechanic Laborer Locksmith Machinery Maintenance Mechanic Machinist, Maintenance Maintenance Trades Helper Millwright Office Appliance Repairer Painter, Aircraft Painter, Maintenance Pipefitter, Maintenance Plumber, Maintenance Pneudraulic Systems Mechanic Rigger Scale Mechanic Sheet-Metal Worker, Maintenance Small Engine Mechanic Telecommunication Mechanic I Telecommunication Mechanic II Telephone Lineman Welder, Combination, Maintenance Well Driller Woodcraft Worker Woodworker

    Miscellaneous Occupations Animal Caretaker Carnival Equipment Operator Carnival Equipment Repairer Carnival Worker Desk Clerk Embalmer Lifeguard Park Attendant (Aide) Photofinishing Worker (Photo Lab Tech., Darkroom Tech) Recreation Specialist Recycling Worker Sales Clerk Sport Official Survey Party Chief (Chief of Party) Surveying Aide Surveying Technician (Instr. Person/Surveyor Asst./Instr.)

    12.49

    18.37 14.28 19.18 15.93 16.75 16.03 13.37 16.79 16.03 17.61 16.79 14.58 14.91 15.98 14.56 16.79 13.84 16.79 15.31 16.79 16.79 16.79 16.79 10.02 16.03 16.75 16.79 13.05 19.30 16.03 16.03 16.03 16.79 16.03 16.79 16.79 15.31 16.79 15.31 16.79 20.16 16.79 16.79‘1' 16.79 16.79 . 13.84

    7.25 8.79 9.22 6.26 7.25

    17.63 6.38 8.01 7.15

    13.50 8.82 6.38 6.38 9.82 6.13 8.93

    .

    4of8 7/27/00 2: 14 P?

  • Swimming Pool Operator Vending Machine Attendant Vending Machine Repairer Vending Machine Repairer Helper

    Personal Needs Occupations Child Care Attendant Child Care Center Clerk Chore Aid Homemaker

    Plant and System Operation Occupations Boiler Tender Sewage Plant Operator Stationary Engineer Ventilation Equipment Tender Water Treatment Plant Operator

    Protective Service Occupations Alarm Monitor Corrections Officer Court Security Officer Detention Officer Firefighter Guard I Guard II Police Officer

    Stevedoring/Longshoremen Occupations Blocker and Bracer Hatch Tender Line Handler Stevedore I Stevedore II

    Technical Occupations Air Traffic Control Specialist, Center (2) Air Traffic Control Specialist, Station (2) Air Traffic Control Specialist, Terminal (2) Archeological Technician I

    rArcheologica1 Technician II Archeological Technician III Cartographic Technician Cashier Civil Engineering Technician Computer Based Training (CBT) Specialist/ Instructor Drafter I Drafter II Drafter III Drafter IV Engineering Technician I Engineering Technician II Engineering Technician III Engineering Technician IV Engineering Technician V Engineering Technician VI Environmental Technician Flight Simulator/Instructor (Pilot) Graphic Artist Instructor Laboratory Technician Mathematical Technician Paralegal/Legal Assistant I Paralegal/Legal Assistant II Paralegal/Legal Assistant III Paralegal/Legal Assistant IV Photooptics Technician Technical Writer Unexploded (UXO) Safety Escort Unexploded (UXO) Sweep Personnel

    8.98 8.82

    10.33 8.82

    6.56 9.42 6.13 9.92

    16.79 17.81 16.79 13.05 17.81

    8.58 12.33 12.33 12.33

    .13.65 7.17 8.58

    14.75

    14.68 12.76 12.76 14.04 15.42

    26.07 17.98 19.79 11.83 13.30 16.43 16.43

    6.45 18.89

    . 20.97 10.42 11.73 ,14.74 17.9b' 12.48 13.35 16.45 19.92 23.27 28.75 16.43 24.14 18.24 . 18.12 12.28 16.43 11.18 13.58 16.61 20.10 18.89 15.55 16.57 16.57

    .

    Sof8 7f27loO 2:14 P!

  • Unexploded Ordnance (UXO) Technician I Unexploded Ordnance (UXO) Technician II Unexploded Ordnance (UXO) Technician III Weather Observer, Combined Upper Air and Surface Programs Weather Observer, Senior (3) Weather Observer, Upper Air (3)

    Transportation/ Mobile Equipment Operation Occupations Bus Driver Parking and Lot Attendant Shuttle Bus Driver

    16.57 20.05 24.02

    (3) 14.08 15.24 14.08

    9.75 7.22 9.33

    Taxi Driver 8.80 Truckdriver, Heavy Truck 11.57 . Truckdriver, Light Truck 9.33 Truckdriver, Medium Truck 9.75 Truckdriver, Tractor-Trailer 11.57

    ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:

    -- HEALTH C WELFARE: Life, accident, and health insurance plans, sick leave, pension pla civic and personal leave, severance pay, and savings and thrift plans. Minimum emplo contributions costing an average of $2.56 per hour computed on the basis of all hours worked by service employees employed on the contract.

    VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successo weeks after 8 years, and 4 weeks after 15 years. Length of service includes the who1

    of continuous service with the present contractor or successor, wherever employed, an

    the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)

    HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther Kin Jr.' S Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Co1 Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitut any of the named holidays another day off with pay in accordance with a plan communic to the employees involved.) (See 29 CFR 4.174)

    THE OCCUPATIONS WHICH HAVE PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (as numbered):

    1) Does not apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156)

    'I ' 2) APPLICABLE TO AIR TRAFFIC CONTROLLERS CNLY - NIGHT DIFFERENTIAL: An employee is entitled to pay for all work performed between the hours of 6:00 P.M. and 6:00 A.M. a rate of basic pay plus a night pay differential amounting to 10 percent of the rate o basic pay.

    3) WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a re tour of duty, you will earn a night differential and receive an additional 10% of bas

    for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours week) and Sunday is part of your regularly scheduled workweek, you are paid at your r

    basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday wor which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty considered overtime work).

    ** UNIFORM ALLOWANCE **

    If employees are required to wear uniforms in the performance of this contract (eithe the terms of the Government contract, by the employer, by the state or local law, etc the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning)

    6of8 7127100 2114 P

  • uniforms is an expense that may not be borne by an employee where such cost reduces t hourly rate below that required by the wage determination. The Department of Labor wi accept payment in accordance with the following standards as compliance:

    The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, of the employee,

    where uniform cleaning and maintenance is made the responsibi all contractors and subcontractors subject to this wage determinatio

    shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual co reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week $.67 cents per day). However, in those instances where the uniforms furnished are ma "wash and wear" materials, may be routinely washed and dried with other personal garm and do not require any special treatment such as dry cleaning, daily washing, or comm

    laundering in order to meet the cleanliness or appearance standards set by the terms

    Government contract, by the contractor, by law, or by the nature of the work, there i requirement that employees be reimbursed for uniform maintenance costs.

    - ** NOTES APPLYING TO THIS WAGE DETERMINATION **

    Source of Occupational Title and Descriptions:

    The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations," Fourth Edition, January 1993, as amended by t Third Supplement, dated March 1997, unless otherwise indicated. This publication may obtained from the Superintendent of Documents, at 202-783-3238, or by writing to the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. Copies of specific job descriptions may also be obtained from the appropriate contrac officer.

    REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE (Standard Form 1 (SF 1444)}

    Conformance Process:

    The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), b classified by the contractor so as to provide a reasonable relationship (i.e., approp level of skill comparison) between such unlisted classifications and the classificati listed in the wage determination. Such conformed classes of employees shall be paid monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract wor such unlisted class(es) of employees. The conformed classification, wage rate, and/o fringe benefits shall be retroactive to the commencement date of the contract. (See S

    4.6 (C) (vi)) When multiple wage determinations are included in a contract, a separat 1444 should be prepared for each wage determination to which a class(es) is to be conformed.

    The process for preparing a conformance request is as follows:

    1) When preparing the bid, the contractor identifies the need for a conformed occupat

    and computes a proposed rate(s).

    2) After contract award, the contractor prepares a written report listing in order pr

    classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), inclu information regarding the agreement or disagreement of the authorized representative

    employees involved, or where there is no authorized representative, the employees

    .

    7of8 7f27lOO 2: 14 P

  • I ’ I

    themselves. This report should be submitted to the Contracting officer no later than days after such unlisted class(es) of employees performs any contract work.

    3) The contracting officer reviews the proposed action and promptly submits a repo.rt

    action, together with the agency's recommendations and pertinent information includin position of the contractor and the employees, to the Wage and Hour Division, lzmployme Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b) (

    ' Regulations 29 CFR Fart 4).

    4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disap

    the action via transmittal to the agency contracting officer, or notifies the contrac officer that additional time will be required to process the request.

    5) The contracting officer transmits the Wage and Hour decision to the contractor.

    6) The contractor informs the affected employees.

    Information required by the Regulations must be submitted on SF 1444 or bond paper.

    When preparing a conformance request, the lEService Contract-Act Directory of Occupati (the Directory) should be used to compare job definitions to insure that duties reque are not performed by a classification already listed in the wage determination. Reme it is not the job title, but the required tasks that determine whether a class is inc in an established wage determination. Conformances may not be used to artificially s combine, or subdivide classifications listed in the wage determination.

    8ofa 7J27loo 2:lJ P?.

  • I / 09/06/2000 la:18 FAX 7578750805 i’.

    i-

    DTSV

    I coNTbmQcOM -0-N ?r(s Q rrro&13 AMENDMENT OF SOUCrrAnON/MOD;FICATXON OF CONTRACT 1 1 2 2 ~cmonnci I ‘,

    12 ?i-lT?n

    2uoo

    4. REaulsmoNIco#H*sE wza No. 5. moJEcrNo..~ R8.1095

    6 cssualev COOE 1 7. *oy*IBI+REDww-mmh.,q cooE[

    National kronavtla and Spwe Administation mlgley F&earn enter Hampbn, VA 23681-2199

    a. wa*w AOOUESSClfC oNTlwTOAPm~. .=ndDp:Qlqt

    OlVERSlFlED TECHNOLOGY & SE VICES OF VIRGINIA, INC. ATTN: CASPER CATALANOn P.O. BOX 12988

    r NEWPORT NEWS, VA 23612-298

    I sa lwEDpsawmfrf)

    PR: RB.1095 JO: lLj4077 oc: 2511 Deobligate: $355.000 (Complete) ONLY TO MODIFICATIONS OF CONTRACTSJORDEFtS,

    ONTRACVORDER NO. AS DESCRIBED IN ITEM 14. (4) A TNl4cn4NGE0RDERLolssllEonms

    “T TQ~adhm#yJniE CWJGESSlTFOUTHIWTWl~AREUAUEINlHECgwnuCT OROERIYJ.#mYlM

    E. IMPORTAN? Contra&x 0 is tvX @ is taquimd ta sign this document and &urn 2 copies to the hsuing offioa. b.

    14. oEscmPnon Of rwENmENT~lflcAtww maw eyucfrrrone m - ‘. ‘- -~mawmfww-j

    The purposes of this modifica ion are (1) to deobligate incremental funding in the amount af 5355.000 from the contract (c ,st will be reduced by - and fee will be reduced by-; and (2) add in-scope changes .to the Statement of Work to remove operations requirements from the subcontractor. According1 the following changes are hereby made to the Contract Schedule:

    . *

    ,

  • A. Section 8.4, Contract Funding, is replaced with the following:

    “8.4 CONTRACT FUNDING (NASA 18-52.232-81) (JUN 1990)

    (a) For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of funds clause, the total amount allotted by the Government to this contract is -. This allotment covers the following estimated period of performance: September 1, 1999 through October 23,200O. ( w An additional amount 01_ is obligated under this contract for payment of fee.”

    Note: The above changes reflect a decrease in cost b-from m to m and a decrease in fee by -from -o-

    B. Section C, C.l,Statement of Work, part 3.3.1.1 is replaced in its entirety with the following:

    Model Preparation Area Support (MPA): The contractor will maintain the single axis loading system located in MPA #3. This semi- automated system is used to perform pretest sting/balance calibrations. The contractor will be responsible for updating the procedure for maintaining the system as described in TTR S18H- 002-97. The contractor will perform required periodic maintenance/ inspection on the system as described in the lTR and make recommendations to improve the productively of the system over time. This will include system and procedural changes.

    C. All other terms and conditions remain unchanged.

    pp

    Mod 1 Mod 2 Mod 3 Mod 4 Mod 5 Mod 6 Mod 7 Mod 8 Mod 9 Mod 10

    Estimated

    Mod 11 w Mod 12

    CONTRACT TABULATION

    Fixed Fee CPFF

    _ $3,967,999

    0 0 i 0 0 0 0 0 0 0 0 0 0 0 0

    i 0 0 4,032,382

    4 $8,000,38:

    Fundinq LOE $ 10.000 105.188

    45o;ooo 96,000

    500,000 50,000

    500,000 2,000,000

    0 184,000 177,999

    0 3,001

    ?E 0

    : 0 0 0

    : 0 0

    105.188 (355,000) 0

    $3,616,000’ 210,376

    ‘Includes-for cost an-for fee

    NASl-99140 Modification 12

    Page 2 of 2 .

  • I. . 09/13/2000 18:37 F.U 7578730805 .

    Bo2

    DIVERSIFIED TECHNOLOGY 8 SERVICES OF VIRGINIA INC. AlTN: CASPER CATALANOTTO P.O. 80X 12988 NEWPORT NEWS, VA 23612-2988

    N/A

    13. THIS ITEM APPLIES ONLY-10 MOOIRCATlONS OF CONTRACTSIORDERS. IT NODIAES THE CONTMCWORDER NO. AS DESCRIBED IN ITEM 14.

    (4) 4 TnsckuNGEonDERlLfesuEDsr~m @pd)aMnm?yj TN UWGESSETFORTl4INllEMl4~WrStnTHECO(rrUCI ofwaN rtmrm4

    a WE 4fm-c rwhmw cm rOIOeROvOOFIEDro~rywu#anu7M~E5~uaulprr~n~QIOI.~~OY.L~SnF~~ WiTEMl~.PUU~TOTWUITMORl-l-VQFM~1~~

    c. muupREwMAL~DcTLY- wroPuasuANllu‘O~ma:

    X FAR 52.243-2 Changes-Cost Reimbursement (AUG 7987) ALT II (APR 1984) 0. OlWRWDPdmmIlcam -anarll

    I

    E. IYPORTAWT: Controaor 0 b na a LI ~uirtd apsigprhia OWlNlltandrrhm~~tOp\o~~U-ngomg. 1’

    14 oE.3cwwmOPiwEN-AllaF)UlnN(r~ ~bfucc~~~~I*rr~~IIyIp*J

    The purpose of this modification is to correct Modification 12, Item B. Accordingly, the following changes are hereby made to the Contract Schedule:

  • . - _I_.~__ _

    c

    A. On Modification 12, Item 14.8. is corrected to read (correction in bold):

    “B. Section C, C. I, Statement of Work, part 3.3.1.1 is amended to add the following as the third paragraph:

    Model Preparation Area Support (MPA): The contractor will maintain the single axis loading system located in MPA #3. This semi-automated system is used to perform pretest sting/ balance calibrations. The contractor will be responsible for updating the procedure for maintaining the system as described in TTR Sl8H-002-97. The contractor will perform required periodic maintenance/ inspection on the system as described in the TTR and make recommendations to improve the productively of the system over time. This will include system and procedural changes.”

    B. All other terms and conditions remain unchanged.

    CONTRACT TABULATION

    Mod 1 Mod 2 Mod 3 Mod 4 Mod 5 Mod 6 Mod 7 Mod 8 Mod 9 Mod 10 Mod 11 Mod 12 Mod 13

    Estimated

    -, . 0 0 0 0 0 0 0 0

    i

    Fixed Fee CPFF

    $3,967,999 0 0 0 0 0 0 0

    ii 0

    4,032,382 0

    $8,000,38:

    ‘Includes-or cost and-for fee

    . . . ’ .

    1

    -

    Funding $ 10,000

    450,000 96,000

    500,000 50,000

    500,000 2,000,000

    0 184,000 177,999

    0 3,001

    (355,000)

    $3,616,00:*

    LOE 105,188

    : 0

    ii 0 0 0

    : 105,188

    0 0 v

    210,376

    NASl-99140 Modification 13

    Page 2 of 2 \

  • sis'01z 0 0 0 88 1'SO 1 0 0 0 0 0 0 0 0 0 0 88 1 'SO 1 301

    1000'i06'€$ 000'162 0

    (OOO'SS€> 100 'E 0 666'LL 1 OOO'P8 1 0 ooo'ooo'z 000'00s 000'0s 000'00s 000'96 000'0sP 000'01 $

    bu!Pund

    aaj JO pue is03 Joj-sapnpuit

    18E'GGG'8S 0 0 0 0 0 0 0 Z8E'ZEO'P 0 0 0 0 0 0 0 0 0

    0 0 0 0 0 0 0 0 0 0

    0

    P1 POW E1 POW z1 POW 11 POW 01 POW 6 POW 8 POW L POW 9 POW s POW P POW E Pol4 z POW 1 POW qsea

    fju!punj

  • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

    ACOUNTING SUMMARY

    - PR JO - oc JO Totals Obligate RB. 1236 M4242 2550X $1 26,000 $126,000 (Complete)

    M4248 33,000 3 3,000 (Complete) R27106 132,000 132,000 (Complete)

    TOTAL: $291,000 (Complete)

    NASI -991 40 Modification 14

    Page 3 of 3

  • 9LE‘O 1Z ,OOL’P6 1 ‘P$ 18€ ‘000‘8$ - 0 OOL‘L8Z 0 0 81 Pol4 881’801 000‘01 $ 666’L96‘€$ qseg 301 bu!PunA djd3 aaj IS03 EXKjmq 88 1‘80 1 000 ‘L68‘E Z8S‘ZEO‘P & 91-1 SPOW NOllVlnflV113WlN03

  • VO1 W311 NI ON 83OkIO 13V8lN03 3Hl NI 30YW 38V Pl W311 NI Hl8C3 US S33NVH3 3Hl fh/mWe 4SdSj 01 lNVflS8nd O3flSSI SI 83080 33NVH3 SlHl V

    -PL N~LI NI amit13s3a stl 'ON t13at1o/i3miNo3 HI smiaow 11

    (wdum) OOO'SLZ$ :a3iwi80 ivioi x0ssz,,,/x0ssz(,, :30 90 iLztJ(,pvzvm,,,, :or ZPZ I'm 'St13at10IS13~1N03 30 SNOllV31AlaOW 01 AlNO S3llddtl W3lI SlHl 'EL

    bJInbJJ/) VlVO NOIlVl8dO8ddV @NV 3NllNn033V 21 paymads ejep pue moq 6uiuado aqt oi JOlJd paAia3aJ SI pue 'juawpuawe siql pue uoiIeji3iIos

    886Z-Zl9EZ VA 'SM3N lUOdM3N 886Z L XO8