61

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

Embed Size (px)

Citation preview

Page 1: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3
Page 2: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 2 of 3

GENERAL INFORMATION

The purpose of this modification is to exercise option period I CLINs (5201, 5202, 5203, 5204, 5205, 6206,

and 6207) for a period of performance of 30 November 2013 to 30 November 2014.

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from by to.

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

520101 RDT&E 0.00

520102 RDT&E 0.00

520103 RDT&E 0.00

520104 O&MN,N 0.00

5202 APN 0.00

5203 APN 0.00

520401 APN 0.00

520402 APN 0.00

520403 APN 0.00

5205 APN 0.00

620601 RDT&E 0.00

620602 RDT&E 0.00

620603 RDT&E 0.00

620604 O&MN,N 0.00

620605 APN 0.00

620606 APN 0.00

620607 APN 0.00

620608 APN 0.00

620609 APN 0.00

620610 APN 0.00

620701 RDT&E 0.00

620702 APN 0.00

620703 APN 0.00

620704 APN 0.00

Page 3: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 3

620705 APN 0.00

The total value of the order is hereby increased from by to

.

CLIN/SLIN From ($) By ($) To ($)

5201 0.00

5202 0.00

5203 0.00

5204 0.00

5205 0.00

6206 0.00

6207 0.00

Page 4: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 1 of 58

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price ------ --- ----------------- ---- ---- --------------- ---------------- 5001 R425 Mobolization/Tran

sition Period. Can be funded with RDT&E, O&MN,

APN or any combination of appropriations (TBD)

5101 R425 SR Professional

(AWTD) Services in Support of PMA

205. Can be funded with RDT&E, O&MN or a combination of both (TBD)

510101 R425 SR PROF (AWTD) IAW SOW 3.2b

(O&MN,N) 510102 R425 SR PROF (AWTD) IAW SOW 3.2a

(RDT&E) 5102 R425 Professional

(AWTD) Services in Support of PMA

205 (APN)

510201 R425 PROF (AWTD) IAW SOW 3.3

(APN) 5103 R425 Program Analyst

(AWTD) Services in support of PMA

205 (APN) 510301 R425 PROG ANALYST

(AWTD) IAW SOW 3.4 (APN)

5104 R425 SR Professional

(LVC) Services in Support of PMA

Page 5: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 2 of 58

205 (APN) 510401 R425 SR PROF (LVC) IAW SOW 3.1

(APN) 5105 R425 SME (CAP)

Services in support of PMA

205 (APN) 510501 R425 SME CAP IAW SOW

3.1 (APN)

For FFP / NSP Items: Item PSC Supplies/Services Qty Unit ------ --- ----------------- ---- ---- 5107 Technical Data in

support of CLINs

5101-5105 and 5108-5111

For FFP Items: Item PSC Supplies/Services Qty Unit ------ --- ----------------- ---- ---- 5108 R425 1st Option for

Increased Capacity for SR

Professional Services, AWDT or

LVC, in support

of PMA 205. 3 month PoP to be

exercised anywhere between 1 Jan 13 - 31 Aug 13. This effort

may be funded with RDT&E, O&MN,

APN or a combination of appropriations (TBD) Option

5109 R425 2nd Option for

Increased Capacity for SR

Professional Services, AWDT or

LVC, in support

Unit Price Total Price --------------- ----------------

Unit Price Total Price --------------- ----------------

Page 6: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58

of PMA 205. 3 month PoP to be

exercised anywhere between 1 Jan 13 - 31 Aug 13. This effort may be funded with RDT&E, O&MN, APN or any combination of appropriations (TBD) Option

5110 R425 1st Option for

Increased Capacity for Professional Services. 3 month

PoP to be exercised anywhere between 1 Jan 13 - 31 Aug 13 (APN) Option

5111 R425 2nd Option for

Increased Capacity for Professional Services in support of PMA 205. 3 month PoP to be exercised anywhere between 1 Jan 13 - 31 Aug 13 (APN) Option

5201 R425 SR Professional

(AWTD) Services

in support of PMA

205. This effort

may be funded with RDT&E, O&MN or a combination of the appropriations

(TBD)

520101 R425 BS-205001.A12412, IAW SOW Para 3.2a

(1-6) (RDT&E) 520102 R425 BS-205001.A12422, IAW SOW Para 3.2a

(1-6) (RDT&E)

Page 7: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 4 of 58

520103 R425 BS-205001.A12432, IAW SOW Para 3.2a

(1-6) (RDT&E) 520104 R425 BS-205001.F161,

IAW SOW Para 3.2b (1-6) (O&MN,N)

5202 R425 Professional

(AWTD) Services

in support of PMA

205 (APN) 5203 R425 Program Analyst

(AWTD) services

in support of PMA

205 (APN) 5204 R425 SR Professional

(LVT) services in

support of PMA 205 (APN)

520401 R425 BS-205001.C125A12 , IAW SOW PARA:

PARA 3.1A (1.7)

(APN)

520402 R425 BS-205001.C125A42 , IAW SOW PARA:

PARA 3.1A (1.7)

(APN)

520403 R425 BS-205001.C125A12 , IAW SOW PARA:

PARA 3.1A (1.7)

(APN) 5205 R425 SME (CAP)

Services in support of PMA

205 (APN) For FFP / NSP Items: Item PSC Supplies/Services Qty Unit ------ --- ----------------- ---- ---- 5207 Technical Data in

support of CLINs

5201-5205 and 5208-5211

For FFP Items:

Item PSC Supplies/Services Qty Unit

Unit Price Total Price --------------- ----------------

Unit Price Total Price

Page 8: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 5 of 58

------ --- ----------------- ---- ---- --------------- ---------------- 5208 R425 1st Option for

Increased Capacity for SR Professional Services, AWTD or LVC, in support of PMA 205. 3 month PoP to be exercised anywhere between 1 Dec 13 - 31 Aug 14. This effort can be funded with RDT&E, O&MN, APN or any combination of the appropriations (TBD) Option

5209 R425 2nd Option for

Increased Capacity for SR Professional Services, AWDT or LVC, in support of PMA 205. 3 month PoP to be exercised anywhere between 1 Dec 13 - 31 Aug 14. This effort can be funded with RDT&E, O&MN, APN or any combination of these approriations (TBD) Option

5210 R425 1st Option for

Increased Capacity for Professional Services in support of PMA 205. 3 month PoP to be exercised anywhere between 1 Dec 13 - 31 Aug 14 (APN) Option

5211 R425 2nd Option for

Page 9: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 6 of 58

Increased Capacity for Professional Services in support of PMA 205. 3 month PoP to be exercised anywhere between 1 Dec 13 - 31 Aug 14 (APN) Option

For ODC Items: Item PSC Supplies/Services ------ --- ----------------- 6106 R425 ODCs, inclusive

of G&A, for travel and other

incidental costs

in support of CLINs 5101-5105. This effort may be funded with RDT&E, O&MN, APN or any combination of appropriations (TBD)

610601 R425 MAT TVL IAW SOW

41.-42 (APN)

610602 R425 MAT TVL IAW SOW

41.-42 (RDT&E)

610603 R425 BS-205000.C226R38 , IAW PAR

4.1-4.2, MAT TVL

(APN) 6107 R425 Support of

Government property (NMCI seats) authorized in 5252.245-9500(a)( 4) for the Base

period of performance (CLIN

5101-5105) in accordance with 5252.237-9503. This estimate is

Qty Unit Est. Cost ---- ---- ----------------

1.0 LO $78,507.00

1.0 LO $15,742.00

Page 10: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 7 of 58

inclusive of G&A (O&MN,N)

610701 R425 NMCI IAW 4.3 (APN)

610702 R425 NMCI IAW 4.3 (RDT&E)

610703 R425 BS-205000.C226R38 , IAW PAR IAW PAR

4.3, NMCI (APN) 6112 R425 ODCs, inclusive 1.0 LO $21,017.00

of G&A, for travel and other incidental costs in support of Increased Capacity CLINs 5108-5111. This effort may be funded with RDT&E, O&MN, APN or any combination of appropriations (TBD) Option

6113 R425 Support of 1.0 LO $6,224.00

Government property (NMCI seats) authorized in 5252.245-9500(a)( 4) for the increased capacity effort (CLINS 5108-5111) under the Base period of performance in accordance with 5252.237-9503. This estimate is inclusive of G&A. (O&MN,N) Option

6206 R425 ODCs, inclusive 1.0 LO $86,551.00

of G&A, for travel and other incidental costs in support of CLINs 5201-5205. This effort may be funded with

Page 11: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 8 of 58

RDT&E, O&MN, APN or any combination of appropriations (TBD)

620601 R425 BS-205001.A12412, IAW SOW Para:

Para 3.2a (1-6) (RDT&E)

620602 R425 BS-205001.A12422, IAW SOW Para 3.2a

(1-6) (RDT&E)

620603 R425 BS-205001.A12432, IAW SOW Para:

Para 3.2a (1-6) (RDT&E)

620604 R425 BS-205001.F161, IAW SOW Para:

Para 3.2b (1-6) (O&MN,N)

620605 R425 BS-205001.C125A12 , IAW SOW Para:

Para 3.3a (1-6) (APN)

620606 R425 BS-205001.C125AB2 , IAW SOW Para:

Para 3.4a (1-3) (APN)

620607 R425 BS-205001.C125A12 , IAW SOW Para:

Para 3.1a (1-7) (APN)

620608 R425 BS-205001.C125A42 , IAW SOW Para:

Para 3.1a (1-7) (APN)

620609 R425 BS-205001.C125A12 , IAW SOW Para:

Para 3.1a (1-7) (APN)

620610 R425 BS-205001.C125A22 , IAW SOW Para:

Para 3.5a (1-5) (APN)

6207 R425 Support of 1.0 LO $6,103.00

Government

Page 12: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 9 of 58

property (NMCI seats) authorized in 5252.245-9500(a)( 4) for the Option

I period of performance (CLINs 5201-5205) in accordance with 5252.237-9503. This estimate is inclusive of G&A (TBD)

620701 R425 BS-205001.A12412, IAW SOW Para:

Para 3.2a (1-6) (RDT&E)

620702 R425 BS-205001.C125A12 , IAW SOW Para:

Para 3.3a (1-6) (APN)

620703 R425 BS-205001.C125AB2 , IAW SOW Para:

Para 3.4a (1-3) (APN)

620704 R425 BS-205001.C125A12 , IAW SOW Para:

Para 3.1a (1-7) (APN)

620705 R425 BS-2050001.C125A2 2, IAW SOW Para:

Para 3.5a (1-5) (APN)

6212 R425 ODCs, inclusive 1.0 LO $21,374.00

of G&A, for travel and other incidental costs in support of Increased Capacity CLINs 5208-5211. This effort may be funded with RDT&E, O&MN, APN or any combination of appropriations (TBD) Option

6213 R425 Support of 1.0 LO $6,330.00

Page 13: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 10 of 58

Government property (NMCI seats) authorized in 5252.245-9500(a)( 4) for the increased capacity effort (CLINS 5208-5211) under the Option I period of performance in accordance with 5252.237-9503. This estimate is inclusive of G&A. (O&MN,N) Option

For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price ------ --- ----------------- ---- ---- --------------- ---------------- 8301 R425 SR Professional 12.0 MO $18,217.60 $218,611.20

(AWTD) Services in support of PMA 205. This effort can be funded with RDT&E, O&MN or any combination of appropriations (TBD) Option

8302 R425 Professional 12.0 MO $13,352.00 $160,224.00

(AWTD) services in support of PMA

205 (APN) Option

8303 R425 Program Analyst 12.0 MO $6,249.60 $74,995.20

(AWTD)Services in support of PMA 205 (APN) Option

8304 R425 SR Professional 12.0 MO $19,081.60 $228,979.20

(LVC) Services in support of PMA 205 (APN) Option

8305 R425 SME (CAP) 12.0 MO $18,249.60 $218,995.20

Services in support of PMA

Page 14: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 11 of 58

(APN) Option

For FFP / NSP Items: Item PSC Supplies/Services Qty Unit ------ --- ----------------- ---- ---- 8307 Technical Data in

support of CLINs

8301-8305 and 8308-8311

For FFP Items: Item PSC Supplies/Services Qty Unit ------ --- ----------------- ---- ---- 8308 R425 1st Option for 3.0 MO

Increased Capacity for SR

Professional Services, AWTD or

LVC, in support

of PMA 205. 3 month PoP to be

exercised anywhere between 1 Dec 14 - 31 Aug 15. This effort

can be funded with RDT&E, O&MN,

APN or any combination of appropriations. (TBD) Option

8309 R425 2nd Option for 3.0 MO

Increased Capacity for SR

Professional services, AWTD or

LVC, in support

of PMA 205. 3 month PoP to be

exercised anywhere between 1 Dec 14 - 31 Aug 15. This effort

can be funded with RDT&E, O&MN,

APN or any combination of appropriations (TBD)

Unit Price Total Price --------------- ----------------

$0.00

Unit Price Total Price --------------- ----------------

$18,217.60 $54,652.80

$19,081.60 $57,244.80

Page 15: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 12 of 58

Option 8310 R425 1st Option for 3.0 MO $13,352.00 $40,056.00

Increased Capacity for Professional Services in support of PMA 205. 3 month PoP to be exercised anywhere between 1 Dec 14 - 31 Aug 15 (APN) Option

8311 R425 2nd Option for 3.0 MO $13,352.00 $40,056.00

Increased Capacity for Professional Services in support of PMA 205. 3 month PoP to be exercised anywhere between 1 Dec 14 - 31 Aug 15 (APN) Option

For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost ------ --- ----------------- ---- ---- ---------------- 9306 R425 ODCs, inclusive 1.0 LO $88,022.00

of G&A, for travel and other

incidental materials in support of CLINs 8301-8305. This effort may be funded with RDT&E, O&MN, APN or any combination of appropriations (TBD) Option

9307 R425 Support of 1.0 LO $6,207.00

Government property (NMCI seats) authorized in 5252.245-9500(a)( 4) for the Option

II period of

Page 16: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 13 of 58

performance (CLINs 8301-8305) in accordance with 5252.237-9503. This estimate is inclusive of G&A (O&MN,N) Option

9312 R425 ODCs, inclusive 1.0 LO $27,058.00

of G&A, for travel and other incidental costs in support of Increased Capacity CLINs 8308-8311. This effort may be funded with RDT&E, O&MN, APN or any combination of the appropriations (TBD) Option

9313 R425 Support of 1.0 LO $1,117.00

Government property (NMCI seats) authorized in 5252.245-9500(a)( 4) for the Increased Capacity effort (CLINs 8308-8311 ) under the Option II period of performance in accordance with 5252.237-9503. This estimate is inclusive of G&A (O&MN,N) Option

POINTS OF CONTACT

Contract Specialist Winward Truitt

Code 2.5.3.4.1

Phone Number 407-380-8172

Email [email protected]

Contract Specialist David Srinivasan

Page 17: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 14 of 58

Code 2.5.3.3.2

Phone Number 407-380-8126

Email [email protected]

Contracting Officer Lisa Nelson

Code 2.5.3.4.1

Phone Number 407-380-8549

Email [email protected] Notes: (1) This acquisition is applicable to Zone 2, National Capital as a 100% small business set aside. (2) This task order is issued in accordance with the terms and conditions of the basic Seaport-e multiple award contract (MAC).

Only clauses and provisions requiring fill-ins, or unique to the task order have been included in full text in the task order. (3) The task order is for a total performance period of three years inclusive of all options. (4) This task order will contain firm-fixed-price level-of-effort (FFP-LOE) labor CLINs (which is a type of firm-fixed-price contracting), a firm-fixed-price (FFP) CLIN for the mobilization/transition CLIN, and cost reimbursable (no fee) CLINs for ODCs

including travel, material and NMCI. FFP-LOE for the majority of the effort is deemed appropriate as it requires the contractor to

provide a specified level of effort in return for a fixed negotiated price. (5) The Contract Line Item Number (CLIN) structure of the task order is as follows:

CLIN Period of Performance Dates of Performance

Services:

5001 Base 1 December 2012 - 31 December 2012

51XX Base 1 January 2013 - 30 November 2013

52XX Option I 1 December 2013 - 30 November 2014

83XX Option II 1 December 2014 - 30 November 2015

ODCs:

61XX Base 1 January 2013 - 30 November 2013

62XX Option I 1 December 2013 - 30 November 2014

93XX Option II 1 December 2014 - 30 November 2015 (6) Funding for each CLIN will be added at the SubCLIN (SLIN) level (ie 510101, 510102, etc.) (7) The Ceiling Value of the Task Order is as follows: The following will be completed at time of award/issuance of task order. CLIN PoP Dates of Performance Services: 5001 Base 1 Dec 2012 - 31 Dec 2012 51XX Base 1 Jan 2013 - 30 Nov 2013 52XX Option 1 Dec 2013 - 30 Nov 2014 83XX Option 1 Dec 2014 - 30 Nov 2015

SubTotal of Services ODCs: 61XX Base 1 Jan 2013 - 30 Nov 2013 62XX Option 1 Dec 2013 - 30 Nov 2014

Total Value of CLINs During PoP

$121,490.00 $120,358.00

Page 18: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 15 of 58

93XX Option 1 Dec 2014 - 30 Nov 2015 $122,404.00

Subtotal of ODCs $364,252.00 Grand Total of Services & ODCs

* Each set of CLINs includes the associated increased capacity.

Page 19: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 16 of 58

SECTION C DESCRIPTIONS AND SPECIFICATIONS

Note: All the provisions and clauses of Section C of the Basic Seaport-e Multiple Award Contract apply to this

Task Order, unless otherwise specified in the task order, in addition to the following:

C-1 STATEMENT OF WORK (SOW) FOR PROGRAM/PROJECT ADMINISTRATION FOR NAVAIR

PMA205 AVIATION TRAINING SYSTEMS PROGRAM

1.0 Introduction

The Naval Air Systems Command (NAVAIR) Aviation Training Systems Program Office (PMA205) delivers high

quality, affordable products and support to the United States Navy. Products and services delivered on behalf of the

customer include, but are not limited to: training equipment and facilities for aircraft, avionics, electronic-warfare

systems, and all other equipment related to Navy air power.

PMA205 is the training systems point of contact for the Naval Aviation Enterprise. This program office is the advocate for promoting consistent application of Navy Training Systems Policies across multiple programs and platforms, by leveraging commonality, re-use and interoperability. PMA205 provides training systems that optimize

Naval Aviation Enterprise infrastructure and interoperability solutions. PMA205 tasking includes full life-cycle acquisition support of training systems in support of naval strategic and operational objectives in accordance with

DoD Directive 5000.1 and DoD Instruction 5000.2. PMA205 is responsible for acquisition program management of

Acquisition Category (ACAT) programs, Abbreviated Acquisition Programs (AAP), Non-Acquisition Programs,

(NDAPS) and supports training systems acquisition under larger-platform ACAT programs.

This will be a non-performance based Task Order under the SeaPort-e Multiple Award Contract (MAC). SeaPort-e is NAVAIR’s command-wide contract vehicle for the procurement of program, project, financial, administrative and limited engineering support services for NAVAIR programs. This Task Order will be primarily Firm-Fixed-Price Level of Effort (FFP-LOE) with cost reimbursable Contract Line Item Numbers (CLINs) for Other Direct Costs (ODCs).

2.0 Scope

The contractor shall provide support services to the Aviation Training Systems Program Office, PMA205, through all

phases of Naval Aviation training systems acquisition, including: Materiel Solutions Analysis; Technology

Development; Engineering and Manufacturing Development; Production and Deployment; Operations and Support;

training facilities and equipment; in-service engineering; and full life-cycle acquisition sustaining support. The contractor shall provide the required levels of experience and qualifications in program/project administration, including but not limited to acquisition; financial; technical; production; and administrative support of PMA205.

Specific requirements are contained in sub-paragraphs in section 3.0.

2.1 Applicable Documents

The following is a list of regulatory documents that shall dictate and guide the performance of all personnel. Throughout the life of this task order, if any policy, instruction, or regulation is replaced or superseded, the replacement or superseding version shall apply. The following is a list of key regulatory documents.

CNAF 3500.1B Joint TYCOM Squadron Training Matrices

DoD 5220.22M National Industrial Security Program Operating Manual

DoD Directive 5000.1 The Defense Acquisition System

DoD Instruction 5000.2 Operation of the Defense Acquisition System

MIL-HDBK-29612/1A (Parts 1-5) A Guidance for Acquisition of Training Products and Services

OPNAVINST 1500.76B Naval Training Systems Requirements, Acquisition, and Management

OPNAVINST 1500.7017 Training Transfer Agreement

Page 20: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 17 of 58

OPNAVINST 3500.31G Readiness Report On Training Progress of Combat Aircrews

OPNAVINST 3710.7U NATOPS General Flight and Operating Instructions

SECNAV 5000.2E Implementation and Operation of the Defense Acquisition System and the Joint Capabilities

Integration and Development System

3.0 Requirements

3.1 Senior Professional, Live-Virtual-Constructive (LVC) - The contractor shall:

a) Aircraft Procurement Navy (APN)

1) Analyze requirements and program plans for a LVC training capability, integrate Naval Aviation aircraft and simulators into both large and small-scale exercises. Coordinate Navy participation in the United States Air Force (USAF) LVC Pilot Program with the Air Force Research Lab and Air Combat Command, leverage fielded and ongoing efforts by other DoD and Industry organizations, document lessons-learned, and identify solutions to problems and challenges. Provide subject matter expertise to the Air Warfare Training Development (AWTD) Integrated Product Team (IPT) in support of Office of Naval Research (ONR) LVC Enabling Capability projects.

2) Analyze training Concepts of Operations (CONOPS) for emerging Naval Aviation systems and capability, including but not limited to LVC, Naval Integrated Fire Control - Counter Air (NIFC-CA) and the F-35.

3) Provide subject matter expertise with the Tactical Training Range, Ocean Systems and Integrated Training Solutions IPT Leads to acquire LVC and interoperable training systems components that support the Fleet Training Strategy. Support the Navy Aviation Simulation Master Plan (NASMP) initiative in meeting Commander, Naval Air Forces (CNAF) policy guidance to increase the fidelity of Naval Aviation simulators.

4) Support PMA205 in analyzing requirements to ensure interoperability between Navy and Joint training networks (e.g. Navy Continuous Training Environment (NCTE), Joint National Training Capability (JNTC), USAF Distributed Mission Operations (DMO), USA Synthetic Environment (SE) Core, and United States

Marine Corps (USMC) Aviation Distributed Virtual Training Environment (ADVTE)). Provide results of analysis of

interoperability issues and propose solutions to the Government.

5) Provide subject matter expertise to assist in developing and acquiring a cross-domain training solution to support distributed training and training range integration.

6) Provide analysis and briefings to support trade studies, requirements analysis and system integration efforts. Prepare briefs, point papers, reports, correspondence, meeting agendas, attendance, minutes, action items and trip reports as required. Support technical and program reviews as required. Identify potential cost, schedule and performance risks; prepare mitigation plans and assess progress to plan. (CDRLs A001 & A002)

7) Coordinate PMA205’s participation in quarterly meetings of the Aviation Training Systems Executive Council (ATSEC). Provide support and preparation for meetings, including: preparing agendas, coordinating attendance, facilitating preparations, preparing meeting minutes, recording and tracking action items,

and follow-up on action items. Review / analyze ATSEC agenda topics and provide recommendations to PMA205

on strategies, courses of actions, and proposals.

b) For the purposes of the FFP-LOE contract, the following level of effort for this labor category shall be supplied:

CATEGORY OF DIRECT LABOR PERIOD OF PERFORMANCE MAN-HOURS Sr Professional (LVC) - BASE YEAR 11 months, 1 JAN 13 - 30 NOV 13 Sr Professional (LVC) - OPTION YEAR 1 12 months, 1 DEC 13 - 30 NOV 14 Sr Professional (LVC) - OPTION YEAR 2 12 months, 1 DEC 14 - 30 NOV 15

Page 21: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 18 of 58

Total Sr Professional (LVC) 3.2 Senior Professional, Air Warfare Training Development (AWTD) - The contractor shall:

a) Research Development Test and Evaluation (RDT&E)

1) Research, investigate, and evaluate program requirements, goals, and objectives for Aviation Systems Training Program Office. Research and evaluate strategies, courses of action, and proposals to recommend successful integration of advanced systems capabilities and next generation weapons capabilities into simulators. Develop processes and procedures for the acquisition and fielding of systems to support advanced training technologies in the following focus areas: visual systems, modeling, instructor operating stations and debrief systems, motion, and LVC interaction. Evaluate, define and recommend strategies for emerging technology to replace or augment existing systems and subsystems and integrate new technologies into other warfare areas and joint warfare distributed training systems. Participate in technical design reviews, program reviews, team meetings, and ad hoc meetings as required. Provide technical support for research evaluation, development, and transition of innovative Naval Aviation training technologies to address current requirements and emerging Fleet needs for all Naval Aviation Training Systems across PMA205.

2) Develop technology performance analysis/evaluation, training/mission rehearsal, and program

performance metrics capabilities. Complete all preparation tasks and required analysis as directed by AWTD.

Develop fleet instructional performance analyses, and cost/business case analyses for all PMA205 technology

insertion initiatives. Provide recommendations to AWTD regarding feasibility.

3) Develop the AWTD program schedules and recommend alternatives to optimizing technology insertion benefits, reduce cost/schedule/risk impacts, improve transition compliance success and develop appropriate

product metrics. Evaluate contract and Government program deliverables from both a fleet aviation perspective and

from a technology performance/metrics perspective.

4) Investigate, evaluate, and facilitate the transition to operational use, technologies and training methods that will support/improve the employment of new and existing training systems. Technical expertise and

close collaboration with the fleet and the defense industry is required so as to be aware of requirements and technological and doctrinal changes requiring creation of new, or upgrades to existing training systems. Develop

cost/business case analyses for all PMA205 technology insertion initiatives. Develop inputs to independent cost

analysis for Life Cycle Cost (LCC), Lean Six Sigma, cost realism, and other cost/performance trade studies and

activities, including Total Ownership Cost (TOC), Cost As an Independent Variable (CAIV) and LCC evaluation.

Participate in Government reviews prior to transitioning technologies and methods.

5) Develop information requests. Evaluate technical reviews and reports. Support technical, programmatic, and administrative exchanges between Government, industry and academia. Develop inputs to the technology insertion tracking database and relevant documentation for the technology insertion programs and their corresponding training support systems; including subject matter submittals; scientific and technical merit and feasibility of ideas; results and anticipated benefits of the efforts; expectation to pursue commercial applications, transition to a Government sponsored effort; financial and contractual data (as appropriate); technical and administrative reports.

6) Deliver programmatic and technical services that assist in the resolution of data calls, fleet training

issues, and budget submissions. Support technical reviews and program management meetings. Develop briefs, point

papers, reports, correspondence, meeting agendas, attendance, minutes, action items, and trip reports as required. Identify potential cost, schedule and performance risks; develop mitigation plans and evaluate progress to

plans. Support PMA205 in financial resource management including: budget formulation, budget execution, analysis, and Navy Enterprise Resource Planning (N-ERP) operations. (CDRLs A001 & A002)

b) Operations and Maintenance Navy (OMN):

1) Monitor strategies, courses of actions, and proposals to recommend successful integration of advanced systems capabilities and next generation weapons capabilities into simulators. Track processes and procedures for the acquisition and fielding of systems to support advanced training technologies in the following

Page 22: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 19 of 58

focus areas: visual systems, modeling, instructor operating stations and debrief systems, motion, and LVC interaction. Monitor technology initiatives and studies that result in acquisition recommendations to reduce duplication, promote standards, and support interoperability. Monitor strategies for emerging technology to replace or augment existing systems and subsystems and integrate new technologies into other warfare areas and joint warfare distributed training systems. Participate in technical design reviews, program reviews, team meetings, and ad hoc meetings as required. Provide support to track cross-functional acquisition planning and strategies, programs controls, and structure.

2) Track technology performance analysis/evaluation, training/mission rehearsal, and program performance metrics. Track and update all tasks and analysis as directed by AWTD. Update fleet instructional performance analyses, and cost/business case analyses for all PMA205 technology insertion initiatives.

3) Maintain the AWTD program schedules and recommend alternatives to optimizing technology

insertion benefits, reduce cost/schedule/risk impacts, improve transition compliance success and assess appropriate

product metrics. Track contract and Government program deliverables from both a fleet aviation perspective and from a

technology performance/metrics perspective.

4) Prepare and facilitate the transition to operational use, technologies and training methods that will

support/improve the employment of new and training systems. This close collaboration with the fleet and the defense industry is required so as to be aware of requirements and technological and doctrinal changes requiring creation of new, or upgrades to existing, training systems. Modify inputs to independent cost analysis for life-cycle

costs, Lean Six Sigma, cost realism, and other cost/performance trade studies and activities, including TOC, CAIV

and LCC evaluation. Provide recommendations regarding the accuracy of the analysis to the Government. Participate in Government reviews prior to transitioning technologies and methods.

5) Coordinate and prepare information requests, technical reviews, and reports. Support technical, programmatic, and administrative exchanges between Government, industry and academia. Maintain and deliver revisions to the technology insertion tracking database and relevant documentation for the technology insertion programs and their corresponding training support systems; including subject matter submittals; scientific and technical merit and feasibility of ideas; results and anticipated benefits of the efforts; expectation to pursue commercial applications, transition to a Government sponsored effort; financial and contractual data (as appropriate); technical and administrative reports.

6) Provide programmatic and technical services to assist in the resolution of data calls, fleet training

issues, and budget submissions. Support technical reviews and program management meetings. Prepare briefs, point

papers, reports, correspondence, meeting agendas, attendance, minutes, action items and trip reports as required.

Identify potential cost, schedule and performance risks; prepare mitigation plans and monitor progress to plan. Support PMA205 in financial resource management including: budget formulation, budget execution, analysis, and

Navy Enterprise Resource Planning (N-ERP) operations. (CDRLs A001 & A002)

c) For the purposes of the FFP-LOE contract, the following level of effort for this labor category shall be supplied:

CATEGORY OF DIRECT LABOR PERIOD OF PERFORMANCE MAN-HOURS Sr Professional (AWTD) - BASE YEAR 11 months, 1 JAN 13 - 30 NOV 13 Sr Professional (AWTD) - OPTION YEAR 1

12 months, 1 DEC 13 - 30 NOV 14

Sr Professional (AWTD) - OPTION YEAR 2

12 months, 1 DEC 14 - 30 NOV 15

Total Sr Professional (AWTD)

3.3 Professional, Air Warfare Training Development (AWTD) - The contractor shall:

a) APN

1) Analyze strategies, courses of actions, and proposals to recommend successful integration of advanced systems capabilities and next-generation weapons capabilities into simulators. Assess processes and

Page 23: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 20 of 58

procedures for the acquisition and fielding of systems to support acoustics and maritime training technologies in the following focus areas: visual systems, modeling, instructor operating stations and debrief systems, motion, and LVC interaction. Analyze and support acoustics and maritime technology initiatives and review studies that result in acquisition recommendations to reduce duplication, promote standards, and support interoperability. Review and recommend strategies for emerging technology, to replace or augment existing systems and subsystems; and integrate new technologies into other warfare areas and joint warfare distributed training systems. Participate in technical design reviews, program reviews, team meetings, and ad hoc meetings as required. Provide support to assess cross-functional acquisition planning and strategies, programs controls, and structure.

2) Assess acoustics and maritime technology performance analysis/evaluation, training/mission

rehearsal, and program performance metrics capabilities. Complete all tasks and analysis as directed by AWTD.

Review fleet instructional performance analyses, and cost/business case analyses for all PMA205 technology

insertion initiatives. Provide recommendations to AWTD regarding feasibility.

3) Assist the team in reviewing the program schedules and recommend alternatives to optimizing

technology insertion benefits, reduce cost/schedule/risk impacts, improve transition compliance success and assess

appropriate product metrics. Review contract and Government program deliverables from both a fleet aviation perspective and from a technology performance/metrics perspective.

4) Prepare and facilitate the transition to operational use, acoustics and maritime technologies and training methods that will support/improve the employment of new and existing training systems. This close collaboration with the fleet and the defense industry is required so as to be aware of requirements and technological and doctrinal changes requiring creation of new, or upgrades to, existing, training systems. Review inputs to independent cost analysis for life cycle costs, Lean Six Sigma, cost realism, and other cost/performance trade studies and activities, including TOC, CAIV and LCC evaluation. Participate in Government reviews prior to transitioning technologies and methods.

5) Produce information requests. Analyze acoustic and maritime technical reviews and reports. Conduct technical, programmatic, and administrative exchanges between Government, industry and academia. Implement revisions to the technology insertion tracking database and relevant documentation for the technology insertion programs and their corresponding training support systems; including subject matter submittals; scientific and technical merit and feasibility of ideas; results and anticipated benefits of the efforts; expectation to pursue commercial applications, transition to a Government sponsored effort; financial and contractual data (as appropriate); technical and administrative reports.

6) Provide programmatic and technical services to assist in the resolution of acoustics and maritime

data calls, fleet training issues, and budget submissions. Support technical reviews and program management meetings. Prepare briefs, point papers, reports, correspondence, meeting agendas, attendance, minutes, action items

and trip reports as required. Identify potential cost, schedule and performance risks; prepare mitigation plans and

assess progress to plan. (CDRLs A001 & A002)

b) For the purposes of the FFP-LOE contract, the following level of effort for this labor category shall be supplied:

CATEGORY OF DIRECT LABOR PERIOD OF PERFORMANCE MAN-HOURS Professional (AWTD) - BASE YEAR 11 months, 1 JAN 13 - 30 NOV 13 Professional (AWTD) - OPTION YEAR 1 12 months, 1 DEC 13 - 30 NOV 14 Professional (AWTD) - OPTION YEAR 2 12 months, 1 DEC 14 - 30 NOV 15

Total Professional (AWTD)

3.4 Program Analyst, Air Warfare Training Development (AWTD) - The contractor shall:

a) APN

1) Coordinates the Small Business Innovation Research (SBIR), Small Business Technology

Page 24: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 21 of 58

Transfer (STTR) and Science & Technology (S&T) technology transition processes for PMA205 in support of the AWTD IPT. Coordination includes, but is not limited to: close communication with SBIR/STTR Technical Points of Contact (TPOCs), NAVAIR, ONR & Joint Service SBIR Offices, and NAVAIR Chief Technology Officer (CTO); collect feedback on technology needs from PMA205 Training System IPTs; manage proposals submitted to SBIR/STTR topic calls; draft and coordinate all SBIR Technology Transition Agreements (TTAs), briefs and endorsement chain activities; and review/track cost, schedule and performance of all SBIR/STTRs.

2) Provide administrative and analytical support as directed by the AWTD IPT Lead to include: briefings, white papers, trip reports, business-case analysis, analysis of alternatives, and Industry wide SBIR/STTR

co-investment opportunities. (CDRLs A001 & A002)

3) For the purposes of this FFP-LOE contract, the following level of effort for this labor category shall be supplied:

CATEGORY OF DIRECT LABOR PERIOD OF PERFORMANCE MAN-HOURS Program Analyst (AWDT) - BASE YEAR 11 months, 1 JAN 13 - 30 NOV 13 Program Analyst (AWDT) - OPTION YEAR 1

12 months, 1 DEC 13 - 30 NOV 14

Program Analyst (AWDT) - OPTION YEAR 2

12 months, 1 DEC 14 - 30 NOV 15

Total Sr Professional (LVC)

3.5 Acoustics Subject Matter Expert (SME), Common Anti-Submarine Warfare Products (CAP) - The contractor shall:

a) APN

1) Analyze acoustics-related program requirements, goals, and objectives for Aviation Systems Training Program Office. Review and provide input to strategies, courses of actions, and proposals for successful

integration of advanced acoustics into simulators. Analyze acoustic simulation and training requirements based on

knowledge of fleet mission needs, hardware capabilities and operator assessments. Assess acoustic simulation and

training technical documentation, test planning and acceptance procedures.

2) Provide recommendations for future capabilities in acoustic and Air Anti-Submarine Warfare (ASW) training, tactics and CONOPS using simulation resources based on knowledge of Oceanographic Atmospheric Master Library (OAML), Naval Research Laboratory (NRL) Orlando, Program Executive Officer- Integrated Warfare Systems (PEO-IWS) and other PMAs’ acoustics-related documentation. Technical expertise and

close cooperation with the fleet and the defense industry is required so as to be aware of requirements and technological and doctrinal changes requiring new capabilities.

3) Provide recommendations to the Platform Training System IPT leads, the Integrated Training Solutions IPT and the NAVAIR Maritime/ Unmanned Aviation and Strike Weapons (U&W) Department on proposed updates to the NASMP and support of Integrated ASW training. Provide technical assessment of acoustic training and simulation engineering data and other source materials as directed in support of assigned IPT. Provide technical and management support to PMA205 as directed in support of the P-3 Air Crew Tactical Team Trainer (PACT3) initiative. Support the Advanced Processing Build Peer Review Process (APB PRP) and oversee utilization of the APB PRP’s acoustic simulation capability in the NAVAIR Air ASW platform trainers, test facilities and other Navy systems.

4) Analyze and recommend strategies for emerging acoustics technology to replace or augment existing systems and subsystems and integrate new technologies into distributed training systems. Conduct studies that result in acquisition recommendations to reduce duplication, promote standards, and support interoperability of ASW capability across Navy aviation training systems. Produce information requests and analyze acoustic and Air ASW technical reviews and reports. Conduct technical exchanges between Government, industry and academia. Liaise with Naval Aviation Warfare Center Training Systems Division (NAWCTSD) simulation and training

Page 25: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 22 of 58

engineering group to analyze and facilitate transition of acoustics-related technologies between training system programs.

5) Provide technical services to assist in the resolution of acoustics and Air ASW data calls, fleet training issues, and budget submissions. Provide subject matter expertise at technical reviews and program management meetings to support acoustic and Air ASW training (typical topics include: Improved Extended Echo Ranging (IEER), Multi-static Active Coherent, and acoustics sensor and targets. Analyze acoustics-related technical data to support discussions and decision-making as required. Prepare briefs, point papers, reports, correspondence, meeting agendas, attendance, minutes, action items and trip reports as required. Identify potential cost, schedule and performance risks; prepare mitigation plans and assess progress to plan. (CDRLs A001 & A002)

b) For the purposes of the FFP-LOE contract, the following level of effort for this labor category shall be supplied:

CATEGORY OF DIRECT LABOR PERIOD OF PERFORMANCE MAN-HOURS SME (CAP) - BASE YEAR 11 months, 1 JAN 13 - 30 NOV 13 SME (CAP) - OPTION YEAR 1 12 months, 1 DEC 13 - 30 NOV 14 SME (CAP) - OPTION YEAR 2 12 months, 1 DEC 14 - 30 NOV 15

Total SME (CAP)

3.6 Technical Data

All product deliverables and supporting documentation, reports, and required data tasks in the Statement of Work shall be delivered in accordance with the attached CDRLs. The CDRLs consist of a monthly Contractor’s Progress, Status, and Management Report (CDRL A003); and a monthly Funds and Man-hour Expenditure Report (CDRL A004). Technical Reports as required, containing all point papers, issue sheets, briefings, minutes, and analytical documentation (CDRL A001). Trip Reports in accordance with CDRL A002. Substantiating records such as paid invoices for material, travel vouchers and accompaying receipts, etc. shall be made available upon request.

3.7 Operation Security Program (OPSEC)

The contractor shall develop, implement, revise and maintain a facility level OPSEC Program to protect critical

information during the performance of this contract. The contractor shall be responsible for subcontractor implementation of the OPSEC Program requirements for this contract. Contractor personnel will be subject to a

Government security investigation and must meet eligibility requirements for access to classified information at the

level noted in the DD254. The contractor shall ensure that any new employees, prior to their starting on the task,

have and maintain a minimum of Department of Defense (DoD) National Agency Check plus Special Investigation

Inquiry (NACLC), or be able to obtain the interim equivalent, during the period of performance in order to perform

the work assigned and access the facilities required to perform the task.

3.8 Mobilization/Transition Plan

PHASE IN - The mobilization period shall be utilized to hire and train the Contractor personnel, obtain appropriate

security clearances, obtain base auto passes, and conduct and transfer of work from the outgoing incumbent to the new

Contractor. The Contractor shall assume full responsibility for all Aviation Training Systems Contractor Support Services IAW the SOW upon completion of the mobilization period. During this period, the Contractor

shall work with the incumbent Contractor to ensure a smooth transition occurs.

A transition plan shall be developed and implemented that identifies the methodology for continuation of responsibilities specified in the SOW. An efficient and effective transition must be assured to meet the multiple and dynamic schedules within ongoing and planned contract actions. The following are elements that should be considered:

· Work turnover · Administrative Support (e.g. Procuring Navy Marine Corps Intranet (NMCI) computers, travel systems) · Security requirements

Page 26: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 23 of 58

PHASE OUT - If the Contractor is an unsuccessful Offeror in any subsequent Government solicitation for Aviation Training Systems Contractor Support Services, or the contract is terminated for any reason, the Contractor shall, during the last month of this contract, provide all reasonable support to the Government and the successor Contractor to ensure an orderly transition and minimize any impact to cost, schedule and performance. The Contractor shall negotiate with the successor on transfer of earned worker benefits for personnel who wish to work for the successor Contractor. The Contractor shall retain full responsibility for all Aviation Training Systems Contractor Support Services IAW the SOW during this phase out period and until completion of the contract.

4.0 Other Direct Costs

4.1 Material

a) The contractor may be required to provide miscellaneous supplies and hardware for report publication and dissemination and other equipment, supplies and mailings, travel fees, rental fees, and incidentals associated with the meetings/rentals in support of this effort through ODC. Purchase of materials such as unclassified

and classified reproduction costs, binders, notebooks, briefing materials, and overnight shipping less than $250.00 do

not require Contracting Officer’s Representative (COR) approval. However, any single purchase of these materials, or any other materials not listed, that exceeds $250.00 shall have COR approval. Note that the contractor

shall not purposely split up material purchases in order to avoid reaching the $250.00 threshold. Only those material expenses having prior COR approval shall be reimbursed to the contractor.

b) The contractor shall notify the Procuring Contracting Officer (PCO) and the COR when the sum of all ODC purchases (materials and travel) reaches 75 percent of the proposed estimate for ODCs for each contract year.

c) All material associated with this contract that is purchased by the contractor shall become the property of the Federal Government.

4.2 Travel

a) The contractor shall be required to travel and/or work on-site at the Government’s request.

b) Local and long distance, domestic, and international, travel shall be required for this effort. All travel expenses shall be authorized by the Level II IPT Lead, and only those travel expenses having valid receipts and travel claims shall be reimbursed to the contractor. Travel shall be reimbursed at cost in accordance with the Department of Defense Joint Travel Regulations.

c) Reimbursement of travel within 50 miles of work location shall not be authorized.

d) Travel will be authorized to support the tasks identified including, but not limited to, the following:

The estimated travel is based on a 12-month period of performance.

Location Number of Trips

Number of Days per Person per

Trip

Number of People

Estimate for each Period

LVC: Orlando, FL 3 4 1 Norfolk, VA 3 3 1 Akron, OH 1 3 1 Cedar Rapids, IA 1 3 1 San Diego, CA 2 5 1 Washington, DC 2 2 1 Nellis AFB, NV 3 4 1 China Lake, CA 3 4 1 AWTD: Orlando, FL 5 3 1

Page 27: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 24 of 58

Norfolk, VA 2 3 1 Dayton, OH 1 3 1 San Diego, CA 2 4 1 Washington, DC 3 1 1 Las Vegas, NV 1 3 1 Cedar Rapids, IA 1 3 1 CAP: Jacksonville, FL 1 2 1 Hauppague, NY 1 2 1 Whidbey Island, WA 1 5 1 Patuxent River, MD 1 2 1 Patuxent River, MD 3 5 1 Patuxent River, MD 1 2 1 Hauppague, NY 4 3 1 San Diego, CA 2 5 1 Austin, TX 1 4 1 Hauppague, NY 1 2 1 Orlando, FL 1 4 1 Stennis Space Center, 2 3 1 MS Washington, DC 2 3 1 Austin, TX 1 3 1 New London, CT 1 5 1

4.3 NMCI

a) NMCI resources shall be acquired in accordance with Section J, Attachment 5 of the Task Order.

The following table indicates the planned number of NMCI seats in support of this contract.

Period of Performance NMCI seats required # NMCI Onsite # NMCI Seats Offsite Base

Option I Option II

b) All 4 NMCI assets shall be laptops. The 4 NMCI seats reflect “Task Function 3” level of access per the definitions in Attachment 5.

c) The SME shall be an offsite employee and does not require an NMCI seat, but requires “Task

Function 2” level of access (PKI certificate or CAC card with CAC enabled computer) per Attachment 5.

5.0 Government-Furnished Property

All Government furnished information, material, and equipment will be specified in the Task Order. All Government

furnished information is the property of the U.S. Government and shall not be transferred to any individual or agency

public or private without the express written approval of the Task Order Contracting Officer, except as required for the

specific performance of tasks under this contract. The Government shall provide the contractor with access to relevant

documentation, and desk space, as required in the execution of contracted tasks.

6.0 Place of Performance

The services to be performed herein shall be performed at Naval Air Station Patuxent River, MD; contractor facilities; other vendor locations; and Government sites as required. 2 spaces are available for onsite (NAS Pax River) performance while 3 spaces shall be provided offsite by the contractor. The following onsite/offsite spaces are anticipated:

CATEGORY ONSITE OR OFFSITE SR Professional (LVC)

Page 28: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 25 of 58 SR Professional (AWDT) Professional (AWDT) Program Analyst (AWDT) Subject Matter Expert (CAP)

7.0 Utilities

Support program and data management shall be provided or submitted via use of NMCI, Microsoft Office products,

and other program office software utilities.

C-2 ACRONYMS

ACAT Acquisition Category ADVTE Aviation Distributed Virtual Training Environment

APB PRP Advanced Processing Build Peer Review Process

APN Aircraft Procurement Navy ASW Anti-Submarine Warfare ATSEC Aviation Training Systems Executive Council AWTD Air Warfare Technology Development CAIV Cost As an Independent Variable CAP Common Anti-Submarine Warfare Products CDRL Contract Data Requirements List CLIN Contract Line Item Number CNAF Commander, Naval Air Forces CONOPS Concepts of Operations COR Contracting Officer’s Representative CTO Chief Technology Officer DAU Defense Acquisition University DAWIA Defense Acquisition Workforce Improvement Act

DIS Distributed Interactive Simulation DMO Distributed Mission Operations

DoD Department of Defense HLA High Level Architecture IPT Integrated Product Team IEER Improved Extended Echo Ranging

JNTC Joint National Training Capability

LCC Life Cycle Cost LVC Live-Virtual-Constructive MAC Multiple Award Contract NAC National Agency Check NASMP Navy Aviation Simulation Master Plan NATOPS Naval Aviation Training and Operating Procedures Standardization

NAVAIR Naval Air Systems Command NAWCTSD Naval Air Warfare Center Training Systems Division

NCTE Navy Continuous Training Environment N-ERP Navy Enterprise Resource Planning NIFC-CA Naval Integrated Fire Control - Counter Air

NMCI Navy Marine Corps Intranet NRL Naval Research Laboratory OAML Oceanographic Atmospheric Master Library

ODC Other Direct Costs OMN Operations and Maintenance Navy

ONR Office of Naval Research OPNAVINST Office of the Chief of Naval Operations Instruction

OPSEC Operation Security PACT3 P-3 Air Crew Tactical Team Trainer

PCO Procuring Contracting Officer

Page 29: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 26 of 58

PEO-IWS Program Executive Officer-Integrated Warfare Systems

PMA Program Manager Aviation R&D Research and Development RDT&E Research Development Test and Evaluation

SBIR Small Business Innovation Research S&T Science and Technology SE Synthetic Environment SECNAV Secretary of the Navy SME Subject Matter Expert SOW Statement of Work STTR Small Business Technology Transfer TENA Test and Training Enabling Architecture

TOC Total Ownership Cost TPOC Technical Point of Contact TTA Technology Transition Agreements

TYCOM Type Commander U&W Unmanned Aviation and Strike Weapons

USAF United States Air Force USMC United States Marine Corps

C-3 LABOR QUALIFICATIONS

The contractor shall employ only personnel who meet the minimum qualifications provided under SECTION C-3

LABOR QUALIFICATIONS and are fully qualified and competent to perform the tasks specified in this SOW. The

contractor shall ensure that such personnel are utilized in a manner that maximizes productivity and efficiency. For

purposes of surveillance, resumes of contractor personnel performing support services as described within this SOW

are subject to verification by the COR to ensure that the support personnel meet or exceed the proposed category

descriptions. Note: Programs are identified in parentheses "( )".

1) SENIOR PROFESSIONAL (LVC)

This position shall possess the education and experience as follows:

a) EDUCATION

(1) Graduate degree in a technical or scientific field related to aviation technologies such as, but not limited to, engineering, physics, psychology, mathematics, operations research, management, or computer science.

(2) Desired, not required - Defense Acquisition Workforce Improvement Act (DAWIA), Level II,

Program Management.

b) EXPERIENCE

(1) Minimum of six (6) years of technical experience related to Navy Aviation training, simulators,

training ranges and the NCTE. (2) Minimum of two (2) years of practical operational experience associated with Navy Aviation

graduate level training. (3) Must have a broad knowledge of policies, methods and practices to assess Navy Aviation

readiness. (4) Must have a broad knowledge of and understanding of Navy organizations roles and

responsibilities. A basic knowledge and understanding of the NASMP is required. (5) Must possess basic but broad knowledge of using simulation components with the Test and

Training Enabling Architecture (TENA), High Level Architecture (HLA) and Distributed Interactive Simulation

(DIS) protocols. (6) Must be able to coordinate and work with a variety of professional personnel associated with the

assigned duties.

2) SENIOR PROFESSIONAL (AWTD)

Page 30: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 27 of 58

This position shall possess the education and experience as follows:

a) EDUCATION

(1) Graduate degree in a technical or scientific field such as, but not limited to, engineering, physics,

psychology, mathematics, operations research, management, or computer science.' (2) Desired, not required - DAWIA, Level II, Program Management. (3) Desired, not required - DAWIA Level I, Systems Planning, Research, Development and

Engineering (SPRDE) - Science and Technology Management.

b) EXPERIENCE

(1) Minimum of eight (8) years of technical experience related to the transition to operational use of

technologies and training methods that support/improve Naval Aviation training systems. (2) Must have an in-depth knowledge of both fixed- and rotary-wing aircraft; their fleet

missions/operations; and individual platform-specific approaches to training. Must have a broad knowledge and

understanding of Navy Aviation training, training systems and components, and training ranges. (3) Must have a knowledge and understanding of, and experience with, the technology transition to

weapon system programs or training systems. Ability to ascertain and convey issues with or aspects of technology

gaps; fleet platform capability needs; and cost/investment analysis. Knowledge and understanding of DoD S&T/Research and Development (R&D) directives.

(4) Must be able to coordinate and work with a variety of professional personnel associated with the

assigned duties.

3) PROFESSIONAL (AWTD)

This position shall possess the education and experience as follows:

a) EDUCATION

(1) Baccalaureate or graduate degree in a technical or scientific field related to acoustics or Maritime

technologies such as, but not limited to, engineering, physics, psychology, mathematics, operations research,

management, or computer science. (2) Desired, not required - DAWIA, Level II, Program Management. (3) Desired, not required - DAWIA Level I, SPRDE - Science and Technology Management.

b) EXPERIENCE

(1) Minimum of two (2) years of technical experience related to Program Management or Science &

Technology Management. (2) Minimum of four (4) years of operational experience associated with current Maritime and/or ASW

training, tactics, and CONOPS. (3) Must have a knowledge and understanding of, and experience with, the technology transition to

weapon system programs or training systems. Ability to ascertain and convey issues with or aspects of technology

gaps; fleet platform capability needs; and cost/investment analysis. Knowledge and understanding of DoD S&T/R&D directives and the Naval Aviation IPTs.

(4) Must be able to coordinate and work with a variety of professional personnel associated with the

assigned duties.

4) PROGRAM ANALYST (AWTD)

This position shall possess the education and experience as follows:

a) EDUCATION

(1) Baccalaureate or graduate degree in a technical or scientific field such as, but not limited to, engineering, physics, psychology, mathematics, operations research, management, or computer science.

(2) Desired, not required - College course in Research Methods

Page 31: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 28 of 58

(3) Desired, not required - Defense Acquisition University (DAU) Course CLE 045 Introduction to

DoD Science & Technology Management (4) Desired, not required - DAU Course CLE 021 Technology Readiness Assessments

b) EXPERIENCE

(1) Knowledge and understanding of, or experience with training systems. (2) Minimum of one (1) year of research or equivalent experience. (3) Desired, not required - Administration experience. (4) Must be able to coordinate and work with a variety of professional personnel associated with the

assigned duties.

5) SUBJECT MATTER EXPERT (CAP)

a) EDUCATION

(1) Graduate or PhD degree in a technical or scientific field related to acoustics. (2) Desired, not required - DAU Course CLE 045 Introduction to DoD Science & Technology

Management.

b) EXPERIENCE

(1) Minimum of eight (8) years of detailed knowledge of and practical experience in Navy Aviation

acoustics and Air ASW training, tactics and CONOPS using simulation resources. (2) Minimum of five (5) years of acquisition experience, with three (3) years in a DoD program directly

supporting Training and/or Training Systems Acquisition. (3) Must be experienced in performing acoustic assessments, preparing technical reports and capable of

providing concepts and products necessary to make critical training decisions for the future. (4) Must have an in-depth knowledge of the OAML. (5) Must be able to coordinate and work with a variety of professional personnel associated with the

assigned duties.

· The Key Labor categories for this task order are Senior Professional (LVC & AWTD) and SME (CAP).

· Personnel performing under this task order are required to hold a minimum of the following security clearances

Position/labor category Security Clearance Level Senior Professional (LVC) Top Secret Senior Professional (AWTD) Top Secret Professional (AWTD) Top Secret Program Analyst (AWTD) Secret Subject Matter Expert (CAP) Top Secret

8.0 Navy Implements new requirement to include standard language in SOW/PWS for services regarding

Enterprise-wide Contractor Manpower Reporting Application (ECMRA)

“The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the training systems via a secure data collection site. The

contractor is required to completely fill in all required data fields using the following web address:

https://doncmra.nmci.navy.mil.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.”

Page 32: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 29 of 58

SECTION D PACKAGING AND MARKING

Packaging and Marking shall be in accordance with Section D of the basic Seaport-e MAC.

Clauses in Section D shall apply to all CLINs listed in Section B, as applicable. CLAUSES INCORPORATED BY FULL TEXT

HQ D-2-2008 MARKING OF REPORTS (NAVSEA) (SEP 1990)

All reports delivered by the Contractor to the Government under this contract shall prominently

show on the cover of the report:

(1) name and business address of the Contractor

(2) contract number

(3) task order number

(4) sponsor: Susan Schug, (301) 757-6167 [email protected]

(Name of the Individual Sponsor)

__Naval Air Systems Command, PMA 205________________

(Name of the Requiring Activity)

__47123 Buse Rd, Room 345, Patuxent River, MD 20670 Ship To DODAAC: N00019_______

Page 33: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 30 of 58

SECTION E INSPECTION AND ACCEPTANCE

Clauses specified in Section E of the Seaport-e Multiple Award Basic Contract are incorporated into this order if

applicable. Clauses in Section E shall apply to all CLINs in Section B, as applicable.

The COR will erify that the Contractor performs in accordance with the Statement of Work and the Government

receives the quality of services called for in this contract.

CLINs 5001, 5101-5105, 5108-5111, 5201-5205, 5208-5211, 6106, 6107, 6112, 6113, 6206, 6207, 6212, 6213,

8301-8305, 8308-8311, 9306, 9307, 9312, 9313 - Inspection and Acceptance shall occur at Destination by a Government representative.

CLINs 5107, 5207 and 8307 - Inspection and Acceptance shall occur in accordance with the Contract Data

Requirements List, CDRL DD1423, form. CLAUSES INCORPORATED BY FULL TEXT

5252.246-9512 INSPECTION AND ACCEPTANCE (NAVAIR) (OCT 2005)

(a) Inspection and acceptance of the supplies or services to be furnished hereunder shall be performed by The

Contracting Officer Representative/Task Order Manager (COR/TOM) (b) Acceptance of all Contract Line Items/Sub Line Items (CLINs/SLINs) shall be made by signature of the accepting authority on a DD Form 250 submitted through the WAWF system. Acceptance will only occur when the

accepting authority is sure that inspections performed demonstrate compliance with contract requirements.

5252.246-9514 INSPECTION AND ACCEPTANCE OF TECHNICAL DATA AND INFORMATION

(NAVAIR) (FEB 1995)

Inspection and acceptance of technical data and information will be performed by the Procuring Contracting Officer

(PCO) or his duly authorized representative. Inspection of technical data and information will be performed by ensuring successful completion of the requirements set forth in the DD Form 1423, Contract Data Requirements List

(CDRL) and incorporation/resolution of Government review comments on the data items. Acceptance will be evidenced by execution of an unconditional DD Form 250, Material Inspection and Receiving Report, as appropriate, and/or upon receipt of a second endorsement acceptance by the PCO on the attachment to this contract

entitled NAWCTSD 4330/60 Data Item Transmittal/Acceptance/ Rejection Form. The attached form will not be used

for high cost data such as drawings, specifications, and technical manuals.

Page 34: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 31 of 58

SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows:

5001 12/1/2012 - 12/31/2012

5101 1/1/2013 - 10/30/2013

5102 1/1/2013 - 11/30/2013

5103 1/1/2013 - 11/30/2013

5104 1/1/2013 - 11/30/2013

5105 1/1/2013 - 11/30/2013

5201 12/1/2013 - 11/30/2014

5202 12/1/2013 - 11/30/2014

5203 12/1/2013 - 11/30/2014

5204 12/1/2013 - 11/30/2014

5205 12/1/2013 - 11/30/2014

6106 1/1/2013 - 11/30/2013

6107 1/1/2013 - 12/31/2013

6206 12/1/2013 - 11/30/2014

6207 12/1/2013 - 11/30/2014 Clauses specified in Section F of the Seaport-e basic contract are incorporated into this order if applicable. CLIN - DELIVERIES OR PERFORMANCE The period of performance for the following firm requirements is as follows: CLIN Period of Performance 5001 1 December 2012 - 31 December 2012 5101 1 January 2013 - 30 November 2013 5102 1 January 2013 - 30 November 2013 5103 1 January 2013 - 30 November 2013 5104 1 January 2013 - 30 November 2013 5105 1 January 2013 - 30 November 2013 6106 1 January 2013 - 30 November 2013 6107 1 January 2013 - 30 November 2013

The period of performance for the following Increased Capacity Option CLINs is as follows: CLIN Period of Performance 5108 3 months after date of option exercise 5109 3 months after date of option exercise 5110 3 months after date of option exercise 5111 3 months after date of option exercise 6112 3 months after date of option exercise 6113 3 months after date of option exercise

Option Exercise Period

Anywhere between 1 January 2013 - 31 August 2013 Anywhere between 1 January 2013 - 31 August 2013 Anywhere between 1 January 2013 - 31 August 2013 Anywhere between 1 January 2013 - 31 August 2013 Anywhere between 1 January 2013 - 31 August 2013 Anywhere between 1 January 2013 - 31 August 2013

The period of performance for the 1st Option year of effort is as follows: CLIN Period of Performance 5201 1 December 2013 - 30 November 2014 5202 1 December 2013 - 30 November 2014 5203 1 December 2013 - 30 November 2014 5204 1 December 2013 - 30 November 2014

Option Exercise Period NLT 30 November 2013 NLT 30 November 2013 NLT 30 November 2013 NLT 30 November 2013

Page 35: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 32 of 58

5205 1 December 2013 - 30 November 2014 NLT 30 November 2013 6206 1 December 2013 - 30 November 2014 NLT 30 November 2013 6207 1 December 2013 - 30 November 2014 NLT 30 November 2013 The period of performance for the Increased Capacity Option CLINs is as follows: CLIN Period of Performance 5208 3 months after date of option exercise 5209 3 months after date of option exercise 5210 3 months after date of option exercise 5211 3 months after date of option exercise 6212 3 months after date of option exercise 6213 3 months after date of option exercise

Option Exercise Period

Anywhere between 1 December 2013 - 31 August 2014 Anywhere between 1 December 2013 - 31 August 2014 Anywhere between 1 December 2013 - 31 August 2014 Anywhere between 1 December 2013 - 31 August 2014 Anywhere between 1 December 2013 - 31 August 2014 Anywhere between 1 December 2013 - 31 August 2014

The period of performance for the 2nd Option year of effort is as follows: CLIN Period of Performance 8301 1 December 2014 - 30 November 2015 8302 1 December 2014 - 30 November 2015 8303 1 December 2014 - 30 November 2015 8304 1 December 2014 - 30 November 2015 8305 1 December 2014 - 30 November 2015 9306 1 December 2014 - 30 November 2015 9307 1 December 2014 - 30 November 2015

Option Exercise Period NLT 30 November 2014 NLT 30 November 2014 NLT 30 November 2014 NLT 30 November 2014 NLT 30 November 2014 NLT 30 November 2014 NLT 30 November 2014

The period of performance for the Increased Capacity Option CLINs is as follows: CLIN Period of Performance 8208 3 months after date of option exercise 8209 3 months after date of option exercise 8310 3 months after date of option exercise 8311 3 months after date of option exercise 9312 3 months after date of option exercise 9313 3 months after date of option exercise

Option Exercise Period

Anywhere between 1 December 2014 - 31 August 2015 Anywhere between 1 December 2014 - 31 August 2015 Anywhere between 1 December 2014 - 31 August 2015 Anywhere between 1 December 2014 - 31 August 2015 Anywhere between 1 December 2014 - 31 August 2015 Anywhere between 1 December 2014 - 31 August 2015

The Government may, at anytime within the period specified above, require the Contractor to furnish the items

listed above for delivery at the time(s), places(s), and prices(s) set forth in this contract. Option items shall be

ordered, if at all, unilaterally by the contracting officer in accordance with the table above.

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

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

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

(a) The contractor shall concurrently deliver technical data and information per DD Form 1423, Blocks 12 and 13 (date of first/subsequent submission) to all activities listed in Block 14 of the DD Form 1423 (distribution and addresses) for each item. Complete addresses for the abbreviations in Block 14 are shown in paragraph (g) below. Additionally, the technical data shall be delivered to the following cognizant codes, who are listed in Block 6 of the DD Form 1423.

(1) PCO, Code [Lisa L. Nelson, 407-380-8549, [email protected]]. (2) ACO, Code [Gus Lietzau, 520-325-5793 X24, [email protected]]. (3) TOM, Code [Susan Schug, (301) 757-6167, [email protected]].

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

in writing by the PCO.

Page 36: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 33 of 58

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

required data by the technical activity designated in Block 6.

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

status of delivery) shall also be provided to the codes reflected above and the technical activity responsible for the

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

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

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

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

of notice of rejection.

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

NAWCTSD

Procuring Contracting Officer Lisa Nelson Via Contract Specialist Winward Truitt

Code: AIR-2.5.3.4.1 12350 Research Parkway Orlando, FL 32826 Contract Specialist Winward Truitt Code: AIR-2.5.3.4.1 12350 Research Parkway Orlando, FL 32826 E-mail: [email protected]

NAVAIR

Contracting Officer Representative/Task Order Manager

Susan Schug (301) 757-6167

[email protected] PMA 205 47123 Buse Rd, Suite 345 Patuxent River, MD 20670

5252.247-9521 PLACE OF PERFORMANCE (NAVAIR) (OCT 2005)

The services to be performed herein shall be performed at Naval Air Station Patuxent River Maryland, Building

2272 and contractor site.

Page 37: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 34 of 58

SECTION G CONTRACT ADMINISTRATION DATA

Clauses specified in Section G of the Seaport-e Multiple Award Basic Contract are incorporated into this order if applicable.

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS

(JUN 2012). (a) Definitions. As used in this clause—

(1) “Contract financing payment” and “invoice payment” have the meanings given in section 32.001 of the

Federal Acquisition Regulation.

(2) “Electronic form” means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.

(3) “Payment request” means any request for contract financing payment or invoice payment submitted by the

Contractor under this contract.

(4) “Receiving report” means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when—

(1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic

submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the

Contracting Officer’s determination with each request for payment;

(2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System);

(3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as

the electronic format; or

(4) When the Governmen twide commercial purchase card is used as the method of payment, only submission of

the receiving report in electronic form is required.

(d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in

Section G of the contract.

(e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate

payment clauses in this contract when submitting payment requests.

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause—

Page 38: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 35 of 58

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

activity, or organization

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

WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done

external to the entitlement system.

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

receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall—

(1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and

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

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/

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

Interchange, or File Transfer Protocol.

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

requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s): Combo

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

WAWF, as specified by the contracting officer: NAVAIR PMA 205, 47123 Buse Rd, Suite 345, Ratuxent River, MD

20670, DODAAC: N00019

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

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

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC TBD

Issue By DoDAAC N61340

Admin DoDAAC TBD

Inspect By DoDAAC N00019

Ship To Code N00019

Ship From Code TBD

Mark For Code N00019

Service Approver (DoDAAC) TBD

Service Acceptor (DoDAAC) TBD

Accept at Other DoDAAC TBD

Page 39: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 36 of 58

LPO DoDAAC TBD

DCAA Auditor DoDAAC TBD

Other DoDAAC(s) TBD

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

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

price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the “Send

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

_COR: Susan Schug (301) 757-6167 [email protected]

_CS: [email protected]___ (g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting

activity’s WAWF point of contact.: N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

5252.201-9501 DESIGNATION OF CONTRACTING OFFICER’S REPRESENTATIVE (COR) (NAVAIR)

(OCT 1994)

(a) Officer has designated Susan Schug as the authorized Contracting Officer’s Representative (COR) for this contract.

(b) The duties of the COR are limited to the following: COR/TOM duties will be listed in the COR/TOM

appointment letter to be issued at contract award.

252.204-0011 CONTRACT-WIDE: PRORATION (SEP 2009)

The payment office shall make payment from each ACRN within the contract or order in the same proportion as the

amount of funding currently unliquidated for each ACRN.

5252.204-9503 EXPEDITING CONTRACT CLOSEOUT (NAVAIR) (JAN 2007)

(a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar

amount of $1,000 or less at the time of final contract closeout. The term "residual dollar amount" shall include all

money that would otherwise be owed to either party at the end of the contract, except that, amounts connected in any

way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining

residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party

might be considered to the extent permitted by law.

(b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed

that the administrative costs for either party associated with collecting such small dollar amounts could exceed the

amount to be recovered.

5252.232-9511 NOTICE OF REQUIREMENTS FOR PROMPT PAYMENT (NAVAIR) (MAR 2006)

The Government anticipates that this contract will be distributed to Defense Finance and Accounting Service (DFAS) by the DOD Electronic Document Access (EDA) system. DFAS is responsible for payment of contractor invoices.

Page 40: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 37 of 58

(a) In accordance with FAR Clause 52.232-33 "Payment By Electronic Funds Transfer--Central Contractor Registration", the contractor is responsible for providing updated information to the Central Contractor Register (CCR) database. Additionally, the contractor is responsible for maintaining its active status in the CCR database.

(b) If the DUNS, CAGE code, TIN or address set forth in the contract do not match the information in the CCR,

then DFAS will return invoices without payment. Therefore, it is imperative that the contractor ensure the DUNS,

CAGE code, TIN and contractor address on the contract are accurate and in compliance with the CCR database.

Additionally, any changes/updates made to the CCR database should be communicated to the Contracting Officer for

the purpose of modifying the contract to reflect the new data.

5252.232-9528 REIMBURSEMENT OF COSTS ASSOCIATED WITH OPNAV SERVICES

(NAVAIR)(JUN 2012) This procurement does not contain the requirement to support the Office of the Chief of Naval Operations

(OPNAV). No such requirement is included in the Statement of Work nor shall be contained in any flow down

requirements to subcontractors. Since OPNAV service support is not a requirement of the statement of work, the

Contracting Officer's Representative (COR) is prohibited from endorsing any such costs/charges. The Government will

not pay for such costs as they are outside the scope of this contract.

5252.232-9529 INCURRED COST REPORTING AND PROGRESS REPORTING FOR SERVICES

(NAVAIR)(DEC 2012) The following applies to the prime contractors and all subcontractors. If desired, a subcontractor may directly

submit the required data in accordance with the contract CDRL A007. When a subcontractor reports directly to the Government, the prime contractor shall highlight the subcontractor costs to be directly reported to the Government.

General: The contractor shall segregate costs incurred under this contract and provide a report as a supplement to

each invoice submitted for payment in accordance with the requirements of this clause and CDRL A007. This report

shall include the elements outlined below and, at a minimum, be submitted jointly with the invoice. The total of all

cost elements below shall match the applicable invoice amount. If there are no costs associated to a particular element,

the report shall state “Not Applicable”. The data tables outlined in Attachment [insert appropriate contract attachment

number] shall be utilized as required herein and attached to the report. (a) Incurred Costs:

(1) Summary: An incurred cost summary shall be reported by completing the "Header" and "Invoice

Summary" tabs include in Attachment 10.

(2) Labor: Incurred costs for labor shall be reported by completing the "invoiced labor" tab, and, if applicable,

the "If Individuals>Hourly Tripwire" tab included in Attachment 10. Additional information regarding individual labor

categories and fully burdened labor rates shall be provided upon request.

(3) Other Direct Costs (ODCs), including Travel and Material: Total fully burdened other direct costs shall

be reported by completing the "Invoice Summary" tab included in Attachment 10. In addition, an itemized listing of the

unburdened other direct charges, including travel and material, shall be provided. For materia l greater than $3,000, the

invoice number, date, total amount, company, purchase order number, and description of each item shall be included.

For travel, the dates, names of individuals traveling, destination, purpose and total cost shall be outlined. A copy of

the travel voucher with accompanying receipts shall be provided upon request. For material less than

$3,000,supplemental data shall be provided upon request. The report shall also include the following statements regarding ODCs and Labor: "No fee has been applied to ODCs, and the applicable fee rate does not exceed that identified in NAVAIR Clause 5252.215-9512, Saving Clause."

(b) Progress: A description of progress made during the invoice period by meeting contract requirements shall be

included in the report. At a minimum, the description shall include the following: deliverables completed and delivered, problem areas encountered, and any impacts on cost, technical and schedule. 5252.242-9511 CONTRACT ADMINISTRATION DATA (NAVAIR)(MAR 2008)

Page 41: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 38 of 58

(a) Contract Administration Office.

(1) Contract administration functions (see FAR 42.302 and DFARS 242.302) are assigned to:

See the ADMINISTERED BY Block on the face page of the contract or modification (to be completed at award).

(2) Contract administration functions withheld, additional contract administration functions assigned, or special instructions (see FAR 42.202) are: TBD or as delineated by Procuring Contracting Officer (PCO) correspondence. (b) Inquiries regarding payment should be referred to: MyInvoice at https://myinvoice.csd.disa.mil//index.html. Accounting Data SLINID PR Number Amount -------- ---------------------- --------------------- 510101 130031668000001 LLA : AD 1731804 4A2A 251 00019 0 050120 2D 000000

Standard Number: DIRECT CITE OMN Cost Code: A00001502292 510102 130031668000002 LLA : AA 1731319 47HY 251 00019 0 050120 2D 000000 RDTE Cost code:A10001502292 510201 130031668000003 LLA : AB 1731506 47C2 251 00019 0 050120 2D 000000 APN 7 Cost Code: A20001502292 510301 130031668000004 LLA : AC 1731506 47C2 251 00019 0 050120 2D 000000 Cost Code: A30001502292 APN 7 510401 130031668000005 LLA : AB 1731506 47C2 251 00019 0 050120 2D 000000 Cost Code:A20001502292 APN 7 510501 130031668000006 LLA : AB 1731506 47C2 251 00019 0 050120 2D 000000 APN7 Cost Code:A20001502292 610601 130031668000007 LLA : AB 1731506 47C2 251 00019 0 050120 2D 000000 APN 7 Cost Code:A20001502292 610602 130031668000008 LLA : AA 1731319 47HY 251 00019 0 050120 2D 000000 RDTE Cost Code:A10001502292

Page 42: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 39 of 58

610701 130031668000009 LLA : AB 1731506 47C2 251 00019 0 050120 2D 000000 APN 7 cost code: A20001502292 610702 130031668000010 LLA : AA 1731319 47HY 251 00019 0 050120 2D 000000 RDTE Cost Code:A10001502292 BASE Funding 920903.40 Cumulative Funding 920903.40 MOD 01 610601 1300316680-0001 LLA : AB 1731506 47C2 251 00019 0 050120 2D 000000 Standard Number: 130031668000007 DIRECT CITE APN 7 Cost Code:A20001502292 610603 1300316680-0002 LLA : AF 1731506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130031668000013 DIRECT CITE COST CODE: A30001502292 610701 1300316680-0001 LLA : AB 1731506 47C2 251 00019 0 050120 2D 000000 Standard Number: 130031668000009 DIRECT CITE APN 7 cost code: A20001502292 610703 1300316680-0002 LLA : AE 1731506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130031668000014 DIRECT CITE COST CODE: A30001502292 MOD 01 Funding 0.00 Cumulative Funding 920903.40 MOD 02 520101 1300389412-0001 LLA : AG 1741319 47HY 251 00019 0 050120 2D 000000

Standard Number: 130038941200001 Direct Cite COST CODE: A00002018828 520102 1300389412-0001 LLA : AH 1741319 47HY 251 00019 0 050120 2D 000000

Standard Number: 130038941200002 Direct Cite COST CODE: A10002018828

Page 43: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 40 of 58

520103 1300389412-0001 LLA : AJ 1741319 47HY 251 00019 0 050120 2D 000000

Standard Number: 130038941200003 Direct Cite COST CODE: A20002018828 520104 1300389412-0001 LLA : AK 1741804 4A2A 251 00019 0 050120 2D 000000

Standard Number: 130038941200015 Direct Cite COST CODE: A30002018828 5202 1300389412-0001 LLA : AL 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200005 Direct Cite COST CODE: A40002018828 5203 1300389412-0001 LLA : AM 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200006 Direct Cite COST CODE: A50002018828 520401 1300389412-0001 LLA : AN 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200007 Direct Cite COST CODE: A40002018828 520402 1300389412-0001 LLA : AP 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200008 Direct Cite COST CODE: A60002018828 520403 1300389412-0001 LLA : AQ 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200009 Direct Cite COST CODE: A40002018828 5205 1300389412-0001 LLA : AR 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200010 Direct Cite COST CODE: A70002018828 620601 1300389412-0001 LLA : AS 1741319 47HY 251 00019 0 050120 2D 000000

Standard Number: 130038941200011 Direct Cite COST CODE: A00002018828 620602 1300389412-0001 LLA : AT 1741319 47HY 251 00019 0 050120 2D 000000

Standard Number: 130038941200012 Direct Cite COST CODE: A10002018828

Page 44: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 41 of 58

620603 1300389412-0001 LLA : AU 1741319 47HY 251 00019 0 050120 2D 000000

Standard Number: 130038941200013 Direct Cite COST CODE: A20002018828 620604 1300389412-0001 LLA : AV 1741804 4A2A 251 00019 0 050120 2D 000000

Standard Number: 130038941200014 Direct Cite COST CODE: A30002018828 620605 130038912-0001 LLA : AW 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200016 Direct Cite COST CODE: A40002018828 620606 1300389412-0001 LLA : AX 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200017 Direct Cite COST CODE: A50002018828 620607 1300389412-0001 LLA : AY 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200018 Direct Cite COST CODE: A40002018828 620608 1300389412-0001 LLA : AZ 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200019 Direct Cite COST CODE: A60002018828 620609 1300389412-0001 LLA : BA 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200020 Direct Cite COST CODE: A40002018828 620610 1300389412-0001 LLA : BB 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200021 Direct Cite COST CODE: A70002018828 620701 1300389412-0001 LLA : BC 1741319 47HY 251 00019 0 050120 2D 000000

Standard Number: 130038941200022 Direct Cite COST CODE: A00002018828 620702 1300389412-0001 LLA : BD 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200023 Direct Cite COST CODE: A40002018828 620703 1300389412-0001 LLA :

Page 45: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 42 of 58

BE 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200024 Dierct Cite COST CODE: A50002018828 620704 1300389412-0001 LLA : BF 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200025 Direct Cite COST CODE: A40002018828 620705 1300389412-0001 LLA : BG 1741506 47C2 251 00019 0 050120 2D 000000

Standard Number: 130038941200026 Direct Cite COST CODE: A70002018828 MOD 02 Funding Cumulative Funding

Page 46: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 43 of 58

SECTION H SPECIAL CONTRACT REQUIREMENTS

Clauses specified in Section G of teh Seaport-e Maultiple Award Basic Contraxct are incorporated into this order if applicable, H-1 DOWNWARD PRICE ADJUSTMENT FOR PERSONNEL VACANCIES (AUG 2012) Pursuant to NAVAIR 5252.237-9501, “Addition or Substitution of Key Personnel (Services) (NAVAIR) (OCT 2005), in the event of a disruption in service (i.e. personnel vacancies), the PCO, in coordination with the customer,

may determine that a downward price adjustment is necessary to protect the Government from paying for services not

rendered under a Firm Fixed Price (FFP) type contract. If services are unavailable for 10 or more consecutive working days, the Government has the right to unilaterally reduce the price of contract labor CLINs 5101-5105, 5108-5111, 5201-5205, 5208-5211, 8301-8305 and 8308-8311 by

multiplying the applicable labor category’s fully burdened rate proposed and incorporated into Attachment (3) of the

contract, by the hours of service not provided to the Government using the following formula: Burdened Rate X Hours X Days = Reduction in Payment to Contractor E.G. The Contractor employee’s proposed burdened rate for the Senior Professional (LVC) is $75/hour, and the contract calls for this employee to provide eight hours’ work a day. If this employee is unavailable for 10 business days,

and no suitable replacement is provided, the Government has the unilateral right to reduce the amount paid to the

Contractor as follows: $75.00 * 8 hours * 10 days = $6,000.00 reduction in payment to Contractor. This clause in no way limits the Government’s rights under FAR 52.249-8 ((Default) Fixed-Price Supply & Service), referenced in Section I of the basic SeaPort contract. The Government may find the contractor in default for any deficiencies in services. In addition, the Government may withhold some or all payments pursuant to FAR 52.246-4(d) referenced in Section E of the basic SeaPort contract. H-2 LEVEL OF EFFORT (FIRM FIXED PRICE) (AUG 2012) (a) The contractor shall expend the total number of man-hours set forth for each labor category identified below,

unless otherwise required by contract modification:

CATEGORY OF DIRECT LABOR PERIOD OF PERFORMANCE MAN-HOURS BASE YEAR: Senior Professional (LVC)* 11 months, 1 JAN 13 - 30 NOV 13 Senior Professional (AWTD)* 11 months, 1 JAN 13 - 30 NOV 13 Professional (AWTD) 11 months, 1 JAN 13 - 30 NOV 13 Program Analyst (AWTD) 11 months, 1 JAN 13 - 30 NOV 13 Subject Matter Expert (CAP)* 11 months, 1 JAN 13 - 30 NOV 13 Total Base Year Requirement

Option Year 1: Senior Professional (LVC)* 12 months, 1 DEC 13 - 30 NOV 14 Senior Professional (AWTD)* 12 months, 1 DEC 13 - 30 NOV 14 Professional (AWTD) 12 months, 1 DEC 13 - 30 NOV 14 Program Analyst (AWTD) 12 months, 1 DEC 13 - 30 NOV 14 Subject Matter Expert (CAP)* 12 months, 1 DEC 13 - 30 NOV 14 Total Option Year 1 Requirement

Option Year 2: Senior Professional (LVC)* 12 months, 1 DEC 14 - 30 NOV 15 Senior Professional (AWTD)* 12 months, 1 DEC 14 - 30 NOV 15

Page 47: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 44 of 58

Professional (AWTD) 12 months, 1 DEC 14 - 30 NOV 15 Program Analyst (AWTD) 12 months, 1 DEC 14 - 30 NOV 15 Subject Matter Expert (CAP)* 12 months, 1 DEC 14 - 30 NOV 15

Total Base, Option Year 1 & Option Year 2 Requirement

If exercised, the following Man-hours associated with Increased Capacity will be required, also.

CATEGORY OF DIRECT LABOR PERIOD OF PERFORMANCE MAN-HOURS Inc. Capacity under Base Year:

Senior Professional (LVC or AWTD) 1st

Option* 3 months after option exercise

Professional (AWTD) 1st Option 3 months after option exercise

Senior Professional (LVC or AWTD) 2nd

Option* 3 months after option exercise

Professional (AWTD) 2nd

Option 3 months after option exercise

Total Base Inc. Capacity Options

Inc. Capacity under Option Year 1:

Senior Professional (LVC or AWTD) 1st

Option* 3 months after option exercise

Professional (AWTD) 1st Option 3 months after option exercise

Senior Professional (LVC or AWTD) 2nd

Option* 3 months after option exercise

Professional (AWTD) 2nd

Option 3 months after option exercise

Total Option Year 1 Inc. Capacity Options

Inc. Capacity under Option Year 2:

Senior Professional (LVC or AWTD) 1st

Option* 3 months after option exercise

Professional (AWTD) 1st Option 3 months after option exercise

Senior Professional (LVC or AWTD) 2nd

Option* 3 months after option exercise

Professional (AWTD) 2nd

Option 3 months after option exercise

Total Option Year 2 Inc. Capacity Options

Total Base, Option Year I and Option Year 2 Inc. Capacity Options

*Denotes Key Personnel Total Base, Option Year 1, Option Year 2 Requirements and all Options for Increased Capacity = hours (b) The contractor shall be paid the total amount set forth for funded CLINs in Section B of the contract upon verification by the contracting officer or contracting officer’s representative that the contractor expended the required

level of effort set forth above and that the performance was acceptable.

(c) Performance shall be accomplished in each category by contractor personnel having qualifications as represented by

the contractor in its proposal, as accepted by the Government.

(d) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed

in direct support of this contract and shall not include time and effort expended on such things as local travel to and from

an employee's usual work location, uncompensated effort while on travel status, truncated lunch periods, work (actual or

inferred) performed at non-work locations, or other time and effort which does not have a specific and direct contribution

to the tasks described in Sections B and C. (e) In the event that less than one hundred (100%) percent of the established level of effort of a term order is actually

Page 48: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 45 of 58

expended by the completion date of the contract, the Government shall have the option of:

(1) Requiring the Contractor to continue performance until the effort expended equals one hundred (100%)

percent of the established Level of Effort, provided period of performance remains on the contract; or

(2) Effecting a reduction in the price by the percentage by which the total expended man-hours is less than

one hundred (100%) percent of the established Level of Effort.

5252.204-9505 SYSTEM AUTHORIZATION ACCESS REQUEST NAVY (SAAR-N) REQUIREMENTS

FOR INFORMATION TECHNOLOGY (IT) (NAVAIR) (MAY 2012)

(a) Contractor personnel assigned to perform work under this contract may require access to Navy Information Technology (IT) resources (e.g., computers, laptops, personal electronic devices/personal digital assistants (PEDs/PDAs), NMCI, RDT&E networks, websites such as MyNAVAIR, and Navy Web servers requiring Common

Access Card (CAC) Public Key Infrastructure (PKI)). Contractor personnel (prime, subcontractor, consultants, and

temporary employees) requiring access to Navy IT resources (including those personnel who previously signed SAAR DD Form 2875) shall submit a completed System Authorization Access Request Navy (SAAR-N), OPNAV

5239/14 (Jul 2008) form or latest version thereof, and have initiated the requisite background investigation (or provide proof of a current background investigation) prior to accessing any Navy IT resources. The form and instructions for processing the SAAR-N form are available at: NAVAIR Contractor Forms.

(b) SAAR-N forms will be submitted to the Contracting Officer’s Representative (COR) or Alternate COR, or to

the government sponsor, if the contract does not name a COR or Alternate COR via the contractor’s Facility Security Officer (FSO). If the contract does not have an assigned COR or Alternate COR (ACOR), the designated

SAAR-N Government Sponsor for contractor employees requiring IT access, [fill-in name] shall be responsible for

signing and processing the SAAR-N forms. For those contractors that do not have a FSO, SAAR-N forms shall be

submitted directly to the COR/ACOR or designated SAAR-N Government Sponsor. Copies of the approved SAAR-N forms may be obtained through the COR/ACOR or designated SAAR-N Government Sponsor. Requests

for access should be routed through the [email protected] mailbox.

(c) In order to maintain access to Navy IT resources, the contractor shall ensure completion of initial and annual IA

training, monitor expiration of requisite background investigations, and initiate re-investigations as required. If

requested, the contractor shall provide to the COR/ACOR or designated SAAR-N Government Sponsor documentation sufficient to prove that it is monitoring/tracking the SAAR-N requirements for its employees who are

accessing Navy IT resources. For those contractor personnel not in compliance with the requirements of this clause,

access to Navy IT resources will be denied/revoked.

(d) The SAAR-N form remains valid throughout contractual performance, inclusive of performance

extensions and option exercises where the contract number does not change. Contractor personnel are required to

submit a new SAAR-N form only when they begin work on a new or different contract.

5252.209-9510 ORGANIZATIONAL CONFLICTS OF INTEREST (NAVAIR) (SERVICES)(MAR 2007)

(a) Purpose. This clause seeks to ensure that the contractor (1) does not obtain an unfair competitive advantage over

other parties by virtue of its performance of this contract, and (2) is not biased because of its current or planned interests (financial, contractual, organizational or otherwise) that relate to the work under this contract.

(b) Scope. The restrictions described herein shall apply to performance or participation by the contractor (as defined

in paragraph (d)(7)) in the activities covered by this clause.

(1) The restrictions set forth in paragraph (e) apply to supplies, services, and other performance rendered with

respect to the suppliers and/or equipment listed in Section C. The contract will specify to which suppliers and/or

equipment subparagraph (f) restrictions apply.

(2) The financial, contractual, organizational and other interests of contractor personnel performing work under this contract shall be deemed to be the interests of the contractor for the purposes of determining the existence of an Organizational Conflict of Interest. Any subcontractor that performs any work relative to this contract shall be

Page 49: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 46 of 58

subject to this clause. The contractor agrees to place in each subcontract affected by these provisions the necessary

language contained in this clause.

(c) Waiver. Any request for waiver of the provisions of this clause shall be submitted in writing to the Procuring Contracting Officer. The request for waiver shall set forth all relevant factors including proposed contractual safeguards or job procedures to mitigate conflicting roles that might produce an Organizational Conflict of Interest. No waiver shall be granted by the Government with respect to prohibitions pursuant to access to proprietary data.

(d) Definitions. For purposes of application of this clause only, the following definitions are applicable:

(1) “System” includes system, major component, subassembly or subsystem, project, or item.

(2) “Nondevelopmental items” as defined in FAR 2.101.

(3) “Systems Engineering” (SE) includes, but is not limited to, the activities in FAR 9.505 -1(b).

(4) “Technical direction” (TD) includes, but is not limited to, the activities in FAR 9.505-1(b).

(5) “Advisory and Assistance Services” (AAS) as defined in FAR 2.101.

(6) “Consultant services” as defined in FAR 31.205-33(a).

(7) “Contractor”, for the purposes of this clause, means the firm signing this contract, its subsidiaries and affiliates, joint ventures involving the firm, any entity with which the firm may hereafter merge or affiliate, and any

other successor or assignee of the firm.

(8) “Affiliates,” means officers or employees of the prime contractor and first tier subcontractors involved in the

program and technical decision-making process concerning this contract.

(9) “Interest” means organizational or financial interest.

(10) “Weapons system supplier” means any prime contractor or first tier subcontractor engaged in, or having a

known prospective interest in the development, production or analysis of any of the weapon systems, as well as any

major component or subassembly of such system. (e) Contracting restrictions.

[ X ] (1) To the extent the contractor provides systems engineering and/or technical direction for a system or commodity but does not have overall contractual responsibility for the development, the integration, assembly and

checkout (IAC) or the production of the system, the contractor shall not (i) be awarded a contract to supply the system or any of its major components or (ii) be a subcontractor or consultant to a supplier of the system or of its

major components. The contractor agrees that it will not supply to the Department of Defense (either as a prime contractor or as a subcontractor) or act as consultant to a supplier of, any system, subsystem, or major component

utilized for or in connection with any item or other matter that is (directly or indirectly) the subject of the systems

engineering and/or technical direction or other services performed under this contract for a period of one year after the

date of completion of the contract. (FAR 9.505-1(a))

[ ] (2) To the extent the contractor prepares and furnishes complete specifications covering nondevelopmental items to be used in a competitive acquisition, the contractor shall not be allowed to furnish these items either as a prime contractor or subcontractor. This rule applies to the initial production contract, for such items plus a specified time period or event. The contractor agrees to prepare complete specifications covering non-developmental items to be used in competitive acquisitions, and the contractor agrees not to be a supplier to the Department of Defense, subcontract supplier, or a consultant to a supplier of any system or subsystem for which complete specifications were prepared hereunder. The prohibition relative to being a supplier, a subcontract supplier, or a consultant to a supplier of these systems of their subsystems extends for a period of [insert the period of prohibition] after the terms of this contract. (FAR 9.505-2(a)(1))

[ X ] (3) To the extent the contractor prepares or assists in preparing a statement of work to be used in competitively acquiring a system or services or provides material leading directly, predictably and without delay to such a work statement, the contractor may not supply the system, major components thereof or the services unless the contractor

Page 50: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 47 of 58

is the sole source, or a participant in the design or development work, or more than one contractor has been involved in preparation of the work statement. The contractor agrees to prepare, support the preparation of or provide

material leading directly, predictably and without delay to a work statement to be used in competitive acquisitions,

and the contractor agrees not to be a supplier or consultant to a supplier of any services, systems or subsystems for

which the contractor participated in preparing the work statement. The prohibition relative to being a supplier, a

subcontract supplier, or a consultant to a supplier of any services, systems or subsystems extends for a period of one

year after the terms of this contract. (FAR 9.505-2(b)(1))

[X] (4) To the extent work to be performed under this contract requires evaluation of offers for products or services, a

contract will not be awarded to a contractor that will evaluate its own offers for products or services, or those of a

competitor, without proper safeguards to ensure objectivity to protect the Government’s interests. Contractor agrees

to the terms and conditions set forth in the Statement of Work that are established to ensure objectivity to protect the

Government’s interests. (FAR 9.505-3) [ X ] (5) To the extent work to be performed under this contract requires access to proprietary data of other companies, the contractor must enter into agreements with such other companies which set forth procedures deemed adequate by those companies (i) to protect such data from unauthorized use or disclosure so long as it remains proprietary and (ii) to refrain from using the information for any other purpose other than that for which it was furnished. Evidence of such agreement(s) must be made available to the Procuring Contracting Officer upon request. The contractor shall restrict access to proprietary information to the minimum number of employees necessary for performance of this contract. Further, the contractor agrees that it will not utilize proprietary data obtained from such other companies in preparing proposals (solicited or unsolicited) to perform additional services or studies for the United States Government. The contractor agrees to execute agreements with companies furnishing proprietary data in connection with work performed under this contract, obligating the contractor to protect such data from unauthorized use or disclosure so long as such data remains proprietary, and to furnish copies of such agreement to the Contracting Officer. Contractor further agrees that such proprietary data shall not be used in performing for the Department of Defense additional work in the same field as work performed under this contract if such additional work is procured competitively. (FAR 9.505)

[ X ] (6) Preparation of Statements of Work or Specifications. If the contractor under this contract assists substantially in the preparation of a statement of work or specifications, the contractor shall be ineligible to perform or participate in any capacity in any contractual effort (solicited or unsolicited) that is based on such statement of work or specifications. The contractor shall not incorporate its products or services in such statement of work or specifications unless so directed in writing by the Contracting Officer, in which case the restrictions in this subparagraph shall not apply. Contractor agrees that it will not supply to the Department of Defense (either as a prime contractor or as a subcontractor) or act as consultant to a supplier of, any system, subsystem or major component utilized for or in connection with any item or work statement prepared or other services performed or materials delivered under this contract, and is procured on a competitive basis, by the Department of Defense with [insert the period of prohibition] after completion of work under this contract. The provisions of this clause shall not apply to any system, subsystem, or major component for which the contractor is the sole source of supply or which it participated in designing or developing. (FAR 9.505-4(b))

[ ] (7) Advisory and Assistance Services (AAS). If the contractor provides AAS services as defined in paragraph (d) of

this clause, it shall be ineligible thereafter to participate in any capacity in Government contractual efforts (solicited or unsolicited) which stem directly from such work, and the contractor agrees not to perform similar work

for prospective offerors with respect to any such contractual efforts. Furthermore, unless so directed in writing by the

Contracting Officer, the contractor shall not perform any such work under this contract on any of its products or

services, or the products or services of another firm for which the contractor performs similar work. Nothing in this

subparagraph shall preclude the contractor from competing for follow-on contracts for AAS.

(f) Remedies. In the event the contractor fails to comply with the provisions of this clause, such noncompliance shall be deemed a material breach of the provisions of this contract. If such noncompliance is the result of conflicting financial interest involving contractor personnel performing work under this contract, the Government may require the contractor to remove such personnel from performance of work under this contract. Further, the Government may elect to exercise its right to terminate for default in the event of such noncompliance. Nothing herein shall prevent the Government from electing any other appropriate remedies afforded by other provisions of this contract, or statute or regulation. (g) Disclosure of Potential Conflicts of Interest. The contractor recognizes that during the term of this contract,

Page 51: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 48 of 58

conditions may change which may give rise to the appearance of a new conflict of interest. In such an event, the contractor shall disclose to the Government information concerning the new conflict of interest. The contractor shall

provide, as a minimum, the following information:

(1) a description of the new conflict of interest (e.g., additional weapons systems supplier(s), corporate restructuring,

new first-tier subcontractor(s), new contract) and identity of parties involved;

(2) a description of the work to be performed;

(3) the dollar amount;

(4) the period of performance; and

(5) a description of the contractor’s internal controls and planned actions, to avoid any potential organizational

conflict of interest.

5252.210-9501 AVAILABILITY OF UNIQUE DATA ITEM DESCRIPTIONS (UDIDs) AND DATA ITEM

DESCRIPTIONS (DIDs) (NAVAIR) (OCT 2005)

Access Procedures for Acquisition Management System and Data Requirements Control List (AMSDL), DoD 5010.12-L, and DIDs listed therein. The AMSDL and all DIDs and UDIDs listed therein are available online via the Acquisition Streamlining and Standardization Information System located at http://assist.daps.dla.mil. To access these documents, select the Quick Search link on the site home page.

5252.211-9502 GOVERNMENT INSTALLATION WORK SCHEDULE (NAVAIR) (OCT 2005)

(a) The Holidays applicable to this contract are: New Year’s Day, Martin Luther King’s Birthday, President’s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran’s Day, Thanksgiving Day, and

Christmas Day.

(b) In the event that the contractor is prevented from performance as the result of an Executive Order or an administrative leave determination that applies to the using activity, such time may be charged to the contract as a

direct cost provided such charges are consistent with the contractor’s accounting practices. In the event that any of

the above holidays occur on a Saturday or Sunday, then such holiday shall be observed as they are by the assigned

Government employees at the using activity.

5252.211-9510 CONTRACTOR EMPLOYEES (NAVAIR)(MAY 2011) (a) In all situations where contractor personnel status is not obvious, all contractor personnel are required to identify themselves to avoid creating an impression to the public, agency officials, or Congress that such contractor personnel are Government officials. This can occur during meeting attendance, through written (letter or email) correspondence or verbal discussions (in person or telephonic), when making presentations, or in other situations where their contractor status is not obvious to third parties. This list is not exhaustive. Therefore, the contractor employee(s) shall: (1) Not by word or deed give the impression or appearance of being a Government employee;

(2) Wear appropriate badges visible above the waist that identify them as contractor employees when in Government spaces, at a Government-sponsored event, or an event outside normal work spaces in support of the contract/order;

(3) Clearly identify themselves as contractor employees in telephone conversations and in all formal and informal written and electronic correspondence. Identification shall include the name of the company for whom they work;

(4) Identify themselves by name, their company name, if they are a subcontractor the name of the prime contractor their company is supporting, as well as the Government office they are supporting when participating in meetings, conferences, and other interactions in which all parties are not in daily contact with the individual contractor employee; and

Page 52: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 49 of 58

(5) Be able to provide, when asked, the full number of the contract/order under which they are performing, and the

name of the Contracting Officer’s Representative.

(b) If wearing a badge is a risk to safety and/or security, then an alternative means of identification maybe utilized if

endorsed by the Contracting Officer’s Representative and approved by the Contracting Officer.

(c) The Contracting Officer will make final determination of compliance with regulations with regard to proper

identification of contractor employees.

5252.215-9505 EXCLUSIVE TEAMING ARRANGEMENTS THAT INHIBIT COMPETITION (NAVAIR)

(OCT 2005) Offerors who propose teaming arrangements on an exclusive basis will be evaluated to determine whether such teaming agreements inhibit competition. In order for the Government to evaluate whether the proposed agreements

inhibit competition, offerors are required to (1) provide a copy of all teaming arrangements, and (2) explain why the

teaming arrangements do not inhibit competition. The documentation must include, but is not limited to: structure of

the teaming arrangement, responsibilities, and liabilities; financial responsibility; managerial responsibility and

accountability; and applicable legal documents. The burden of proving that any exclusive teaming arrangement proposed does not restrict competition shall rest with the offeror. Offerors are advised that should the Government

determine that any such proposed, exclusive teaming arrangement inhibits competition, (1) that determination may

render the offeror's proposal ineligible for award, and (2) the Contracting Officer shall forward the matter to the appropriate authorities as prescribed by Federal Acquisition Regulation Part 3.3.

5252.232-9509 REIMBURSEMENT OF TRAVEL, PER DIEM, AND SPECIAL MATERIAL COSTS

(NAVAIR) (MAY 2012)

(a) Area of Travel. Performance under this contract may require travel by contractor personnel. If travel, domestic or

overseas, is required, the contractor is responsible for making all necessary arrangements for its personnel. These

include but are not limited to: medical examinations, immunizations, passports/visas/etc., and security clearances. All

contractor personnel required to perform work on any U.S. Navy vessel shall obtain boarding authorization from the

Commanding Officer of the vessel before boarding.

(b) Travel Policy. The Government will reimburse the contractor for allowable travel costs incurred by the contractor in performance of the contract in accordance with FAR Subpart 31.2. Consistent with FAR Subpart 31.2, all costs incurred for lodging, meals and incidental expenses required for tasks assigned under this contract shall be considered reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations, prescribed by the General Services Administration for travel in the conterminous 48 United States, (hereinafter the FTR); Joint Travel Regulation, Volume 2, DoD Civilian Personnel, Appendix A, prescribed by the Department of Defense, for travel in Alaska, Hawaii, The Commonwealth of Puerto Rico, and territories and possessions of the United States (hereinafter JTR); and Standardized Regulations (Government Civilians, Foreign Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign Areas," prescribed by the Department of State, for travel in areas not covered in the FTR or JTR (hereinafter the SR).

(c) Travel. Travel and subsistence are authorized for travel beyond a fifty-mile radius of the contractor’s office whenever a task assignment requires work to be accomplished at a temporary alternate worksite. No travel or subsistence shall be charged for work performed within a fifty-mile radius of the contractor’s office. The contractor

shall not be paid for travel or subsistence for contractor personnel who reside in the metropolitan area in which the

tasks are being performed. Travel performed for personal convenience, in conjunction with personal recreation, or daily

travel to and from work at the contractor’s facility will not be reimbursed.

(1) For travel costs other than described in paragraph (c) above, the contractor shall be paid on the basis of actual

amount paid to the extent that such travel is necessary for the performance of services under the contract and is authorized by the COR in writing.

(2) When transportation by privately owned conveyance is authorized, the contractor shall be paid on a mileage basis not to exceed the applicable Government transportation rate as contained in the FTR, JTR or SR. Authorization for the use of privately owned conveyance shall be indicated in the basic contract. Distances traveled

Page 53: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 50 of 58

between points shall be shown on invoices as listed in standard highway mileage guides. Reimbursement will not

exceed the mileage shown in the standard highway mileage guides.

(3) The contractor agrees, in the performance of necessary travel, to use the lowest cost mode commensurate with the

requirements of the mission as set forth in the basic contract and in accordance with good traffic management principles.

When it is necessary to use air or rail travel, the contractor agrees to use coach, tourist class, or similar

accommodations to the extent consistent with the successful and economical accomplishment of the mission for which the travel is being performed.

(4) The contractor’s invoices shall include receipts or other evidence substantiating actual costs incurred for

authorized travel. In no event will such payments exceed the rates of common carriers.

(d) Vehicle and/or Truck Rentals. The contractor shall be reimbursed for actual rental/lease of special vehicles and/or

trucks (i.e., of a type not normally used by the contractor in the conduct of its business) only if authorized in the basic

contract or upon approval by the COR. Reimbursement of such rental shall be made based on actual amounts paid by

the contractor. Use of rental/lease costs of vehicles and/or trucks that are of a type normally used by the contractor in the conduct of its business are not subject to reimbursement.

(e) Car Rental. The contractor shall be reimbursed for car rental, exclusive of mileage charges, as authorized in the

basic contract or upon approval by the COR, when the services are required to be performed beyond the normal

commuting distance from the contractor’s facilities. Car rental for a team on TDY at one site will be allowed for a

minimum of four (4) persons per car, provided that such number or greater comprise the TDY team.

(f) Per Diem. The contractor shall not be paid for per diem for contractor personnel who reside in the metropolitan areas in which the tasks are being performed. Per Diem shall not be paid on services performed within a fifty-mile radius of the contractor’s home office or the contractor’s local office. Per Diem is authorized for contractor personnel beyond a fifty-mile radius of the contractor’s home or local offices whenever a task assigned requires work to be done at a temporary alternate worksite. Per Diem shall be paid to the contractor only to the extent that overnight stay is necessary and authorized under this contract. The authorized per diem rate shall be the same as the prevailing per diem in the worksite locality. These rates will be based on rates contained in the FTR, JTR or SR. The applicable

rate is authorized at a flat seventy-five (75%) percent on the day of departure from contractor’s home or local office,

and on the day of return. Reimbursement to the contractor for per diem shall be limited to actual payments to per diem

defined herein. The contractor shall provide actual payments of per diem defined herein. The contractor shall provide

supporting documentation for per diem expenses as evidence of actual payment.

(g) Shipboard Stays. Whenever work assignments require temporary duty aboard a Government ship, the contractor

will be reimbursed at the per diem rates identified in paragraph C8101.2C or C81181.3B(6) of the Department of

Defense Joint Travel Regulations, Volume II.

(h) Special Material. “Special material” includes only the costs of material, supplies, or services which is peculiar to the ordered data and which is not suitable for use in the course of the contractor’s normal business. It shall be furnished pursuant to specific authorization approved by the COR. The contractor will be required to support all material costs claimed by its costs less any applicable discounts. “Special materials” include, but are not limited to, graphic reproduction expenses, or technical illustrative or design requirements needing special processing.

5252.237-9501 ADDITION OR SUBSTITUTION OF KEY PERSONNEL (SERVICES) (NAVAIR)(OCT 2005)

(a) A requirement of this contract is to maintain stability of personnel proposed in order to provide quality services.

The contractor agrees to assign only those key personnel whose resumes were submitted and approved, and who are

necessary to fulfill the requirements of the effort. The contractor agrees to assign to any effort requiring non-key personnel only personnel who meet or exceed the applicable labor category descriptions. No substitution or addition of

personnel shall be made except in accordance with this clause.

(b) If personnel for whatever reason become unavailable for work under the contract for a continuous period exceeding thirty (30) working days, or are expected to devote substantially less effort to the work than indicated in the proposal, the contractor shall propose a substitution to such personnel, in accordance with paragraph (d) below. (c) The contractor agrees that during the term of the contract, no key personnel substitutions or additions will be

Page 54: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 51 of 58

made unless necessitated by compelling reasons including, but not limited to: an individual’s illness, death, termination of employment, declining an offer of employment (for those individuals proposed as contingent hires), or family friendly leave. In such an event, the contractor must promptly provide the information required by paragraph (d) below to the Contracting Officer for approval prior to the substitution or addition of key personnel.

(d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least fifteen (15) days (thirty (30) days if a security clearance must be obtained) prior to the proposed substitution. Each request shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the

proposed substitute, information regarding the full financial impact of the change, and any other information required by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes (no

matter when they are proposed during the performance period) shall have qualifications that are equal to or higher than

the qualifications of the person being replaced. (e) In the event a requirement to increase the specified level of effort for a designated labor category, but not the overall level of effort of the contract occurs, the offeror shall submit to the Contracting Officer a written request for approval to add personnel to the designated labor category. The information required is the same as that required in

paragraph (d) above. The additional personnel shall have qualifications greater than or equal to at least one (1) of the

individuals proposed for the designated labor category.

(f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify the

offeror, in writing, of whether the request is approved or disapproved.

(g) If the Contracting Officer determines that suitable and timely replacement of personnel who have been reassigned,

terminated or have otherwise become unavailable to perform under the contract is not reasonably forthcoming or that the

resultant reduction of productive effort would impair the successful completion of the contract or the task order, the

contract may be terminated by the Contracting Officer for default or for the convenience of the Government, as

appropriate. Alternatively, at the Contracting Officer’s discretion, if the Contracting Officer finds the contractor to be at

fault for the condition, he may equitably adjust (downward) the contract price or fixed fee to compensate the Government for any delay, loss or damage as a result of the contractor’s action.

(h) Noncompliance with the provisions of this clause will be considered a material breach of the terms and conditions of the contract for which the Government may seek any and all appropriate remedies including Termination for Default pursuant to FAR Clause 52.249-6, Alt IV, “Termination (Cost-Reimbursement)”. Key

Personnel Labor Categories are as follows:

Senior Professional (LVC) Senior Professional (AWTD) Subject Matter Expert (CAP)

5252.237-9503 ORDERING PROCEDURES FOR NAVY MARINE CORPS INTRANET (NMCI)

SERVICES (NAVAIR) (MAY 2012) (a) This contract requires the use of Department of Navy (DoN) Information Technology (IT) Resources by

contractor personnel. Such DoN IT resources shall be procured from the NMCI Contractor pursuant to the authori ty of

NMCI Continuity of Services Contract (CoSC), Contract #N00039-10-D-0010, clause H-3 “Ordering”.

(b) Prior to ordering directly from the NMCI Contractor, the contractor shall obtain written authorization from the

Contracting Officer executing this contract, via execution of a modification which funds the Contract Line Item Numbers (CLINs) for NMCI for the period of performance listed in NAVAIR Clause 5252.245-9500. The Contractor

shall not place an NMCI Order prior to the CLIN for NMCI being funded. Any NMCI Order exceeding the funding of

the CLIN for NMCI shall be an unallowable cost pursuant to FAR Part 31.

(c) The Government shall reimburse the Contractor for hardware and services authorized under NAVAIR Clause

5252.245-9500 that are ordered under the CoSC including applicable indirect burdens (general & administrative, etc.)

but excluding profit or fee.

(d) During this contract, if performance no longer requires NMCI/CoSC assets, the Contractor shall terminate

applicable NMCI/CoSC orders in accordance with Attachment 5 in Section J.

Page 55: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 52 of 58

(e) See Attachment 5 in Section J for additional details related to NAVAIR procedures and information related to

contractor NMCI IT use under this contract to include security and NMCI legacy IT contract transition guidance to the

NMCI/CoSC contract.

(f) The Contractor must provide proof that disposal of NMCI hardware was completed in accordance with

Attachment 5 in Section J.

5252.243-9504 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (NAVAIR) (JAN 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who

visitthe contractor’s facilities or in any other manner communicates with contractor personnel during the performance

ofthis contract shall constitute a change under the “Changes” clause of this contract.

(b) The contractor shall not comply with any order, direction or request of Government personnel unless it isissued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.

(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the

Contracting Officer’s. In the event the contractor effects any change at the direction of any person other than the

Contracting Officer, the change will be considered to have been made without authority and no adjustment will be

made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone

number of the Contracting Officer is: Lisa Nelson Naval Air Warfare Center Training Systems Division

Code: AIR- 2.5.3.4.1 12350 Research Parkway Orlando, FL 32826 E-mail: [email protected] l 5252.242-9515 RESTRICTION ON THE DIRECT CHARGING OF MATERIAL (NAVAIR) (JUL 1998)

(a) The term “material” includes supplies, materials, parts, equipment, hardware and Information Technology

(IT) resources including equipment, services and software. This is a service contract and the procurement of material of

any kind that are not incidental to and necessary for contract performance may be determined to be unallowable costs pursuant to FAR Part 31. No materials may be acquired under the contract without the prior written authorization of the Contracting Officer’s Representative (COR). IT resources may not be procured under the material line item of this contract unless the approvals required by Department of Defense purchasing procedures have been obtained. Any material provided by the contractor is subject to the requirements of the Federal Acquisition Regulation (FAR), the Defense Federal Acquisition Regulation Supplement (DFARS), and applicable

Department of the Navy regulations and instructions.

(b) Prior written approval of the COR shall be required for all purchases of materials. If the contractor’s proposal

submitted for a task order includes a list of materials with associated prices, then the COR’s acceptance of the contractor’s proposal shall constitute written approval of those purchases.

(c) The costs of general purpose business expenses required for the conduct of the contractor’s normal business operations will not be considered an allowable direct cost in the performance of this contract. General purpose business expenses include, but are not limited to, the cost for items such as telephones and telephone charges, reproduction machines, word processing equipment, personal computers and other office equipment and office supplies.

5252.245-9500 GOVERNMENT PROPERTY FOR THE PERFORMANCE OF THIS CONTRACT

(NAVAIR) (MAY 2012)

Page 56: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 53 of 58

(a) Authorization is granted to use the Government property identified below without rental charge in the performance of this contract and subcontracts of any tier issued hereunder (see FAR 45.201(a) for further information

regarding identification requirements) : (1) Government property currently accountable and managed under the following contracts:

NONE

Contract

Nomenclature/ Part/

Model/ Mfg

Serial Number (Unique ItemUnit ofiy/

As Is: Unit Acq

Number Description Number Identifier) Issue Yes/No Cost

(2) Government furnished property to be provided under this contract: NONE

Nomenclature/ Description

Part/ Serial Number Quanitiy/ Model/ Mfg (Unique Item Unit of Number Identifier) Issue

As Is: Unit Acq Yes/No Cost

(3) Government furnished material, as defined in FAR 45.101, to be provided under this contract:

NONE

Nomenclature/

Description

Part/ Model/ Mfg Number

Quanitiy/ Unit of Issue

As Is: Yes/No

Unit Acq Cost

(4) If authority has been granted in accordance with FAR 51.102, Contractor access to Government supply sources is authorized for the following items. Paragraph (b) does not apply to purchases under the NMCI/CoSC contract. Schedule/Source Number

Nomenclature/

Description

N00039-10-D-0010 NMCI Seats

Part/ Mfg Unit of Number Issue

Each

Quantity Unit Acq

Authorized Cost

4

(b) The contractor shall prepare requisition documentation for the items listed in paragraph (a)(4 ) above in accordance with the “Military Standard Requisitioning and Issue Procedures (MILSTRIP) for Defense Contractors”, DoD 4000.25-1- M, Chapter 11, which is available at http://www.dtic.mil/whs/directives under publications. The contractor shall submit all requisitions for material from the supply system to the Material Control Activity specified in Section G of this contract. (c) Government property provided above (except for special tooling and special test equipment as defined in FAR 2.101) shall not be installed or constructed or otherwise affixed to property not owned by the Government in such a

fashion as to be nonseverable unless written authorization has been obtained from the Contracting Officer. (d) The contractor is responsible for scheduling the use of all property covered by this clause and the Government

Page 57: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 54 of 58

shall not be responsible for conflicts, delays, or disruptions to any work performed by the contractor due to use of any or all such property, either under this contract or any other contracts under which use of such property is authorized.

Page 58: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 55 of 58

SECTION I CONTRACT CLAUSES

Contract clauses specified in Section I of the SeaPort-e contract are incorporated into this order if applicable. CONTRACT CLAUSE INCORPORATED BY REFERENCE 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT APR 2010 CONTRACT CLAUSE INCORPORATED BY FULL TEXT 52.203-14 -- DISPLAY OF HOTLINE POSTER(S) (DEC 2007) (a) Definition. “United States,” as used in this clause, means the 50 States, the District of Columbia, and outlying areas. (b) Display of fraud hotline poster(s). Except as provided in paragraph (c)—

(1) During contract performance in the United States, the Contractor shall prominently display in common work

areas within business segments performing work under this contract and at contract work sites—

(i) Any agency fraud hotline poster or Department of Homeland Security (DHS) fraud hotline poster identified in

paragraph (b)(3) of this clause; and

(ii) Any DHS fraud hotline poster subsequently identified by the Contracting Officer. (2) Additionally, if the Contractor maintains a company website as a method of providing information to

(1) During contract performance in the United States, the Contractor shall prominently display in common work

areas within business segments performing work under this contract and at contract work sites—

(i) Any agency fraud hotline poster or Department of Homeland Security (DHS) fraud hotline poster identified in

paragraph (b)(3) of this clause; and

(ii) Any DHS fraud hotline poster subsequently identified by the Contracting Officer.

(2) Additionally, if the Contractor maintains a company website as a method of providing information to employees,

the Contractor shall display an electronic version of the poster(s) at the website. (3) Any required posters may be obtained as follows:

Poster(s) Obtain from: www.ig.navy.mil/Divisions/Investigations/hotlines.htm

(Contracting Officer shall insert—

(i) Appropriate agency name(s) and/or title of applicable Department of Homeland Security frau d hotline poster); and

(ii) The website(s) or other contact information for obtaining the poster(s).

(c) If the Contractor has implemented a business ethics and conduct awareness program, including a reporting

mechanism, such as a hotline poster, then the Contractor need not display any agency fraud hotline posters as

required in paragraph (b) of this clause, other than any required DHS posters.

(d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in a ll

subcontracts that exceed $5,000,000, except when the subcontract— (1) Is for the acquisition of a commercial item; or

Page 59: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 56 of 58

(2) Is performed entirely outside the United States.

52.209-9 -- UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY

MATTERS (FEB 2012) (a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the Central Contractor Registration database at https://www.acquisition.gov.

(b) As required by section 3010 of the Supplemental Appropriations Act, 2010 (Pub.L. 111-212), all information

posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. FAPIIS

consists of two segments--

(1) The non-public segment, into which Government officials and the Contractor post information, which can only be

viewed by--

(i) Government personnel and authorized users performing business on behalf of the Government; or (ii) The Contractor, when viewing data on itself; and

(2) The publicly-available segment, to which all data in the non-public segment of FAPIIS is automatically

transferred after a waiting period of 14 calendar days, except for-- (i) Past performance reviews required by subpart 42.15;

(ii) Information that was entered prior to April 15, 2011; or

(iii) Information that is withdrawn during the 14-calendar-day waiting period by the Government official who posted it

in accordance with paragraph (c)(1) of this clause. (c) The Contractor will receive notification when the Government posts new information to the Contractor's record. (1) If the Contractor asserts in writing within 7 calendar days, to the Government official who posted the information, that some of the information posted to the non-public segment of FAPIIS is covered by a disclosure exemption under the Freedom of Information Act, the Government official who posted the information must within 7

calendar days remove the posting from FAPIIS and resolve the issue in accordance with agency Freedom of Information procedures, prior to reposting the releasable information. The contractor must cite 52.209-9 and request

removal within 7 calendar days of the posting to FAPIIS.

(2) The Contractor will also have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them.

(3) As required by section 3010 of Pub/ L 111-212, all information posted in FAPIIS on or after April 15, 2011,

except past performance reviews, will be publicly available.

(d) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of

Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600. 52.217-8 --OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the

contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of

Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not

exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to expiration of the contract. 52.217-9 --OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

Page 60: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 57 of 58

(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days prior to the

expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to

extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _66_

months (five years and six months). 5252.204-9504 DISCLOSURE OF CONTRACT INFORMATION (NAVAIR) (JAN 2007)

(a) The Contractor shall not release to anyone outside the Contractor’s organization any unclassified information (e.g., announcement of contract award), regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval.

(b) Requests for approval shall identify the specific information to be released, the medium to be used, and the

purpose for the release. The Contractor shall submit its request to the Contracting Officer at least ten (10) days

before the proposed date for release.

(c) The Contractor agrees to include a similar requirement in each subcontract under this contract. Subcontractors

shall submit requests for authorization to release through the prime contractor to the Contracting Officer.

Page 61: CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION … · CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 3 of 58 of PMA 205. 3

CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE DRAFT N00178-05-D-4441 HT01 02 58 of 58

SECTION J LIST OF ATTACHMENTS Attachment 1 Past Performance Matrix

Attachment 2 Past Performance Questionnaire

Attachment 3 CLIN Breakout Spreadsheet

Attachment 4 RFP Q&A Form

Attachment 5 NMCI Ordering Process

Attachment 6 DD254

Attachment 7 Task Order Ceiling Spreadsheet Attachment 8 COR Appointment Letter for Susan Schug Attachment 9 Exhibit A007 Incurred Cost Report CDRL

Attachment 10 Incurred Cost and Progress Reporting for Services Contracts

CDRLs Exhibits A001-A005