1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

Size: px
Start display at page:

Download "1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3"

Transcription

1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 21-Dec-2018 Multiple N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S0303A NSWC, PORT HUENEME DIVISION 63 Missile Way, BLDG 1217 Port Hueneme CA latoya.ford@navy.mil DCMA Palmdale Sierra Highway, Suite B-120 Palmdale CA SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. New Directions Technologies 137 W. Drummond Avenue, Suite A Ridgecrest CA B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM 13) 05ZG9 FACILITY CODE 03-Jun THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc )SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) FAR E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible ) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Russell Miller, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/russell Miller 21-Dec-2018 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR) 53.2

2 2 of 3 GENERAL INFORMATION The purpose of this modification is to add incremental funding. All terms and conditions remain the same. A conformed copy of this Task Order is attached to this modification for informational purposes only. The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from CLIN/SLIN Type Of Fund From ($) By ($) To ($) 7207CA WCF 7207CB WCF 7207CC WCF 7207CD WCF 7207CE WCF 7207CF WCF 7207CG WCF 9201AF WCF The total value of the order is hereby increased from CLIN/SLIN From ($) By ($) To ($) 7207AA 7207CA 7207CB 7207CC 7207CD 7207CE 7207CF 7207CG 9201AA 9201AF The Period of Performance of the following line items is hereby changed as follows: CLIN/SLIN From To 7207CA 12/21/2018-6/30/2019

3 3 of CB 12/21/2018-6/30/ CC 12/21/2018-6/30/ CD 12/21/2018-6/30/ CE 12/21/2018-6/30/ CF 12/21/2018-6/30/ CG 12/21/2018-6/30/ AF 12/21/2018-6/30/2019

4 1 of 123 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7000 R425 Operations and Systems Support Services in accordance with PWS, Section C (Fund Type - TBD) $1,4, R425 Operations & Maintenance of NSWC PHD Corporate Network. (Fund Type - TBD) R425 Funding Document , for Operations and Systems support. Ref: TI-01 (Fund Type - TBD) R425 Funding Document , for OSS support for Code 104. Ref: TI-01 (Fund Type - TBD) 7001 R425 Application Maintenance Services in accordance with PWS, Section C (Fund Type - TBD) $2,287, R425 Funding Document , for Application Maintenance support. Ref: TI-02 (Fund Type - TBD) R425 Funding Document , for AM support. Ref: TI-05 (WCF) R425 Funding Document , for AM support. Ref: TI-02 (WCF) 7002 R425 Help Desk Support Services in accordance with PWS, Section C (Fund Type - TBD) $659, R425 Funding Document , for Help Desk support. Ref: TI-03 (Fund Type - TBD) R425 Funding Document , for IT support for L Dept. Ref: TI-12 (O&MN,N)

5 2 of 123 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Funding Document , for IT support for L Dept. Ref: TI-12 (O&MN,N) R425 Funding Document , for L Department IT support. Ref: TI-12 (WCF) R425 Funding Document , for HD support for Code 104. Ref: TI-03 (WCF) R425 Funding Document , for Command IT support services. Ref: TI-12 (WCF) 7003 R425 IT Documentation Support Services in accordance with PWS, Section C (Fund Type - TBD) $1,190, R425 Funding Document , for IT Documentation support. Ref: TI-04 (Fund Type - TBD) R425 Funding Document , for IT Documentation support. Ref: TI-08 (Fund Type - TBD) R425 Funding Document , for ITD support. Ref: TI-04 (WCF) R425 Funding Document , for ITD. Ref: TI-04 (Fund Type - TBD) 7004 R425 New Application Development Support Services in accordance with PWS, Section C (Fund Type - TBD) $3,342, R425 Funding Document , for New Systems Development support. Ref: TI-05 (WCF) R425 Funding Document , for NSDSA support. Ref: TI-11 (O&MN,N) R425 Funding Document , for NSD. Ref: TI-05 (WCF)

6 3 of 123 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 Funding Document , for NSD support. Ref: TI-02 (WCF) R425 Funding Document , for NSD support. Ref: TI-05 (WCF) R425 Funding Document , for NSD support. Ref: TI-05 (WCF) 7005 R425 Information Awareness Operations and Documentation Support Services in accordance with PWS, Section C & (Fund Type - TBD) $2,164, R425 Funding Document , for IA Operations and Documentation support. Ref: TI-06 (Fund Type - TBD) R425 Funding Document , for DDG-1000/ZTSS support. Ref: TI-14 (RDT&E) R425 Funding Document , for SDTS TSRCN support. Ref: TI-15 (RDT&E) R425 Funding Document for LCS support. Ref: TI-10 (O&MN,N) R425 Funding Document , for SACC-A ISEA IA. Ref: TI-13 (O&MN,N) R425 Funding Document , for MIPS HBSS support. Ref: TI-16 (O&MN,N) R425 Funding Document , for DDG-1000/ZTSS/CIDE. Ref: TI-14 (RDT&E) R425 Funding Document , for SDTS TSRCN. Ref: TI-15 (RDT&E) R425 Funding Document , for LCS TSCE support. Ref: TI-10 (O&MN,N) R425 Funding Document , for LCS

7 4 of 123 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF TSCE support. Ref: TI-10 (O&MN,N) R425 Funding Document , for Asymmetric Warfare RMF support/latte/c&a support. Ref: TI-17 (OPN) R425 Funding Document , for SDTS TSRCN. Ref: TI-15 (RDT&E) R425 Funding Document , for RMF documentation/validation services. Ref: TI-22 (WCF) R425 Funding Document , for RMF documentation/validation services. Ref: TI-22 (WCF) R425 Funding Document , for SACC-A ISEA IA. Ref: TI-09 (O&MN,N) R425 Funding Document , for ISSE and Validator services for RMF. Ref: TI-22 (OPN) R425 Funding Document , for HET 3.0 IA and platform IT. Ref: TI-20 (O&MN,N) R425 Funding Document , for TSCE support. Ref: TI-10 (O&MN,N) R425 Funding Document , for TSCE Lab IA. Ref: TI-18 (O&MN,N) R425 Funding Document , for GFCS ISEA IA. Ref: TI-19 (O&MN,N) R425 Funding Document , for GWS MK 34 ISEA SIT labs. Ref: TI-09 (OPN) R425 Funding Document , for SDTS TSRCN IA. Ref: TI-15 (RDT&E) R425 Funding Document , for C&A for RAM EDS/DX. Ref: TI-23 (OPN)

8 5 of 123 For Cost Type / NSP Items Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7006 Data requirements for in accordance with PWS Paragraph(s) , CDRL(s) A001 - A006, and applicable DID(s). The Government shall have unlimited rights to all non-commercial Technical Data and Computer Software/Computer Software Documentation generated under this effort IAW DFARS and ,unless an assertion is provided and accepted by the Government with the offer in accordance with DFARS The costs for all non-commercial Technical Data and Computer Software/Computer Software Documentation generated by the contractor directly or indirectly in its performance of this procurement effort is included in the price/costs paid by the Government under CLIN(s) See Note A 1.0 LO NSP For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7100 R425 Operations and Systems Support Services in accordance with PWS, Section C See Note B. (Fund Type - TBD) 7101 R425 Application Maintenance Services in accordance with PWS, Section C See Note B. (Fund Type - TBD) 7102 R425 Help Desk Support Services in accordance with PWS, Section C See Note B. (Fund Type - TBD) 7103 R425 IT Documentation Support Services in accordance with PWS, Section C See Note B. (Fund Type - TBD) 7104 R425 New Application Development Support Services in accordance with PWS, Section C See Note B. (Fund Type - TBD) 7105 R425 Information Awareness Operations and Documentation Support Services in accordance with PWS, Section C & See Note B. (Fund Type - TBD) $2, $1,042, $40, $36, $1,855, $42, For Cost Type / NSP Items Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

9 6 of 123 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7106 Data requirements for in accordance with PWS Paragraph(s) , CDRL(s) A001 - A006, and applicable DID(s). The Government shall have unlimited rights to all non-commercial Technical Data and Computer Software/Computer Software Documentation generated under this effort IAW DFARS and ,unless an assertion is provided and accepted by the Government with the offer in accordance with DFARS The costs for all non-commercial Technical Data and Computer Software/Computer Software Documentation generated by the contractor directly or indirectly in its performance of this procurement effort is included in the price/costs paid by the Government under CLIN(s) See Note A & B. 1.0 LO NSP For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7107 Holding CLIN for tracking funding using Priced SLINs for CLIN AA R425 FUNDING DOCUMENT:NWCFCST (Overhead) APPN:NWCF FED: 09/30/2017 WCD:09/30/2017 PWS Sec C (Operations & Systems Support (OSS) TI-01 (WCF) 7107AB R425 Funding Document For OSS support FS: NSWC Ref: TI-01 (WCF) 7107AC R425 Funding Document Ref: TI-01 (WCF) 7107AD R425 Funding Document , for Command IT support. Ref: TI-01 (WCF) 7107AE R425 Funding Document , for Code 102 Command Support. Ref: TI (WCF) 7107AF R425 Funding Document , for Command-wide Operations and Systems support. Ref: TI-01. (WCF) 7107AG R425 IN SUPPORT OF TI NSWC PHD CODE 104 REQUIREMENTS (WCF) 7108 Holding CLIN for tracking funding using Priced SLINs for CLIN 7101.

10

11

12

13 10 of 123 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF Supporting GFCS ISEA, and LCS (10 USC 2410(a) Authority is invoked) Ref: TI-10 (O&MN,N) 7112AQ R425 Funding Document OMN, FED/WCD: 9/30/2017 Ref: TI-09 (O&MN,N) 7112AR R425 Funding Document SCN (DDG-120), FED: 9/30/2017 WCD: 11/30/2017 Ref: TI-09 (O&MN,N) 7112AS R425 Funding Document WCF, FED/WCD: 9/30/2017 Ref: TI-17 (WCF) 7112AT R425 Funding Document OMN, FED/WCD: 9/30/2017 (10 U.S.C. 2410(a) Authority is invoked) Ref: TI-10 (O&MN,N) 7112AU R425 Funding Document SCN (DDG-1000), FED: 9/30/2021 WCD: 12/31/2018 Ref: TI-14 (SCN) 7112AV R425 Funding Document OMN, FED/WCD: 9/30/2017 Ref: TI-13 (O&MN,N) 7112AW R425 Funding Document OMN, FED/WCD: 9/30/2017 (10 USC 2410(a) Authority is invoked) Ref: TI-11 (O&MN,N) 7112AX R425 Funding Document OMN, FED/WCD: 9/30/2017 (10 U.S.C. 2410(a) Authority is invoked) Ref: TI-11 (O&MN,N) 7112AY R425 Funding Document Ref: TI-06 (WCF) 7112AZ R425 Funding Document Ref: TI-09 (OPN) 7112BA R425 Funding Document Ref: TI-09 (OPN) 7112BB R425 Funding Document Ref: TI-27 (RDT&E) 7112BC R425 Funding Document Ref: TI-28 (RDT&E) 7112BD R425 Funding Document Ref: TI-13 (O&MN,N)

14 11 of 123 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7112BE R425 Funding Document Ref: TI-22 (WCF) 7112BF R425 Funding Document Ref: TI-22 (WCF) 7112BG R425 Funding Document Ref: TI-14 (SCN) 7112BH R425 Funding Document Ref: TI-16 (O&MN,N) 7112BJ R425 Funding Document , for Command IT support. Ref: TI-06 (WCF) 7112BK R425 Funding Document , for HET 3.0 IA and Platform IT Accreditation. Ref: TI (O&MN,N) 7112BL R425 Funding Document , ATO support for Apple PowerMac. Ref: TI (O&MN,N) 7112BM R425 Funding Document in support of TI-10-06, SCN (LCS-7). (SCN) 7112BN R425 Funding Document in support of TI-14-03, SCN (DDG-1000). (SCN) 7112BP R425 Funding Document in support of TI (O&MN,N) 7112BQ R425 Funding Document in support of TI-06 (WCF) 7112BR R425 IN SUPPORT OF TI IN SUPPORT OF TMMP/ATIS/IT (O&MN,N) 7112BS R425 IN SUPPORT OF TI NSWC PHD CODE 104 REQUIREMENTS (WCF) 7112BT R425 IN SUPPORT OF LCS TSCE INTEGRATION SERVICES APPN: OMN/FED/WCD: 30SEP18*/FD: N WX00546/*10 USC 2410(a) AUTHORITY INVOKED (O&MN,N) 7112PQ R425 Funding Document For SDTS TSRCN support RDT&E, FED/WCD: 9/30/2018 DOC #N WX01406 Ref: TI-15 (RDT&E) 7200 R425 Ceiling moved to (Fund Type - TBD) Option

15 12 of 123 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7201 R425 Ceiling moved to (Fund Type - TBD) Option 7202 R425 Ceiling moved to (Fund Type - TBD) Option 7203 R425 Ceiling moved to (Fund Type - TBD) Option 7204 R425 Ceiling moved to (Fund Type - TBD) Option 7205 R425 Ceiling moved to (Fund Type - TBD) Option For Cost Type / NSP Items Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7206 Data requirements for 7207 in accordance with PWS Paragraph(s) , CDRL(s) A001 - A006, and applicable DID(s). The Government shall have unlimited rights to all non-commercial Technical Data and Computer Software/Computer Software Documentation generated under this effort IAW DFARS and ,unless an assertion is provided and accepted by the Government with the offer in accordance with DFARS The costs for all non-commercial Technical Data and Computer Software/Computer Software Documentation generated by the contractor directly or indirectly in its performance of this procurement effort is included in the price/costs paid by the Government under CLIN See Note A & B. 1.0 LO NSP For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7207 Option Period Two. Operations and Systems Support Services, Application Maintenance Services, Help Desk Support Services, IT Documentation Support Services, New Application Development Support Services, and Information Awareness Operations and $11,882,992.61

16 13 of 123 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF Documentation Support Services in accordance with PWS, Section C 3.1.1, 3.1.2, 3.2.1, 3.2.2, 3.3.1, 3.4.1, & See Note B. 7207AA R425 Holding SLIN for 7207 funding. (Fund Type - OTHER) 7207AB R425 IN SUPPORT OF TI-8 - CONFIGURATION MANAGEMENT SUPPORT (WCF) 7207AC R425 IN SUPPORT OF TI-20 - HARPOON INFORMATION ASSURANCE AND CERTIFICATION SUPPORT 10 USC 2410(a) AUTHORITY INVOKED (O&MN,N) 7207AD R425 IN SUPPORT OF TI-24 - ATO SUPPORT FOR THE APPLE POWERMAC WORKSTATION 10 USC 2410(a) AUTHORITY INVOKED (O&MN,N) 7207AE R425 IN SUPPORT OF TI-14 - ZUMWALT TEST SUPPORT SYSTEM (SCN) 7207AF R425 IN SUPPORT OF TI-1 - IN SUPPORT OF NSWC PHD CODE 104 TASKING (WCF) 7207AG R425 IN SUPPORT OF TI-2 - IN SUPPORT OF NSWC PHD CODE 104 TASKING (WCF) 7207AH R425 IN SUPPORT OF TI-3 - IN SUPPORT OF NSWC PHD CODE 104 TASKING (WCF) 7207AJ R425 IN SUPPORT OF TI-4 - IN SUPPORT OF NSWC PHD CODE 104 TASKING (WCF) 7207AK R425 IN SUPPORT OF TI-5 - IN SUPPORT OF NSWC PHD CODE 104 TASKING (WCF) 7207AL R425 IN SUPPORT OF TI-6 - IN SUPPORT OF NSWC PHD CODE 104 TASKING (WCF) 7207AM R425 IN SUPPORT OF TI-25 - IN SUPPORT OF NSWC PHD CODE 104 TASKING (WCF) 7207AN R425 IN SUPPORT OF TI-09 - ISSE/VALIDATOR SERVICE IN SUPPORT OF RISK MANAGEMENT FRAMEWORK (OPN)

17

18 15 of 123 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7207BE R425 IN SUPPORT OF TI-14(Rev) 4 - IN SUPPORT OF NSWC PHD CODE 104 TASKING (RDT&E) 7207BF R425 IN SUPPORT OF TI-23 - IN SUPPORT OF NSWC PHD CODE 104 TASKING (OPN) 7207BG R425 Funding Document (SCN) 7207BH R425 Funding Document (O&MN,N) 7207BJ R425 Funding Document (O&MN,N) 7207BK R425 Funding Document (O&MN,N) 7207BL R425 Funding Document (O&MN,N) 7207BN R425 Funding Document (WCF) 7207BP R425 Funding Document (WCF) 7207BQ R425 Funding Document (WCF) 7207BR R425 Funding Document (WCF) 7207BS R425 Funding Document (WCF) 7207BT R425 Funding Document (WCF) 7207BU R425 Funding Document (WCF) 7207BV R425 Funding Document (WCF) 7207BW R425 Funding Document (RDT&E) 7207BX R425 FUNDING DOC (O&MN,N) 7207BY R425 FUNDING DOC (O&MN,N) 7207BZ R425 FUNDING DOC (O&MN,N) 7207CA R425 FUNDING DOC (WCF)

19

20 17 of 123 Item PSC Supplies/Services Qty Unit Est. Cost 9101AF R425 Funding Document For LCS TSCE integration services support Ref: TI-10 (O&MN,N) 9101AG R425 Funding Document , in support of Code 102 Command Support. Ref: TI (WCF) 9101AH R425 Funding Document in support of TI-10-06, SCN (LCS-7). (SCN) 9101AJ R425 Funding Document in support of TI (O&MN,N) 9101AK R425 IN SUPPORT OF LCS TSCE INTEGRATION SERVICES APPN: OMN/FED/WCD: 30SEP18*/FD: N WX00546/*10 USC 2410(a) AUTHORITY INVOKED (O&MN,N) 9200 R425 Ceiling moved to 9201 (Fund Type - TBD) Option 9201 Other Direct Costs in support of CLIN See Note B &C. $319, AA R425 Holding SLIN for 9101 funding. (Fund Type - OTHER) 9201AB R425 IN SUPPORT OF TI-7 - IN SUPPORT OF NSWC PHD CODE 104 TASKING (WCF) 9201AC R425 IN SUPPORT OF TI-11 - IN SUPPORT OF NSWC PHD CODE 104 TASKING 10 USC 2410(a) AUTHORITY INVOKED (O&MN,N) 9201AD R425 Funding Document (O&MN,N) 9201AE R425 Funding Document (O&MN,N) 9201AF R425 FUNDING DOC (WCF) HQ B NOTE (CLIN(S) 7000 and if exercised 7100 and 7207) NOTE A - Offeror shall complete the "Price Group" and "Estimated Total Price" blocks of each data item on the Contract Data Requirements List(s), attached hereto. For CLIN(s) 7006 and if exercised, 7106 and 7206 these are "Not Separately Priced" (NSP) CLINs. HQ B NOTE (OPTION) NOTE B - Option Item to which the Option clause in Section I applies and which is to be supplied only if and to the extent that said option is exercised. The base period of the task order will be CPFF and (if the options are exercised) the option periods will be CPFF. NOTE C - ODC (CLIN(s) 9000 and if exercised 9100 and 9201) The Government estimates total ODCs for this Task Order to be as specified below: (Fee is not authorized) TRAVEL MATERIAL TOTAL BASE YEAR $157,801 $135,000 $292,801 FIRST OPTION YEAR $162,535 $139,050 $301,585 SECOND OPTION YEAR $167,411 $1,222 $310,632

21 18 of 123 CLAUSES INCORPORATED BY FULL TEXT HQ B PAYMENTS OF FEE(S) (LEVEL OF EFFORT ALTERNATE 1) (NAVSEA) (MAY 2010) (a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed-fee type contracts for level of effort type contracts. (b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled "FIXED FEE" (FAR ) or "INCENTIVE FEE", (FAR ), as applicable. Such payments shall be submitted by and payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR ), subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid at the hourly rate(s) specified above per man-hour performed and invoiced. Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract. In no event shall the Government be required to pay the Contractor any amount in excess of the funds obligated under this contract. (End of Text) HQ B TRAVEL COSTS - ALTERNATE I (NAVSEA) (MAY 2000) (a)(1) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordance with FAR The costs to be reimbursed shall be those costs accepted by the cognizant DCAA. (a)(2) In accordance with Class Deviation 2000-O0005, DOD Contractors may choose to use either the FTR rates and definitions for travel, lodging and incidental expenses effective 31 December 1998 or the current FTR rates and definitions. The Contractor must choose either the 1998 definitions and rates or the current FTR definitions and rates and apply them consistently to all travel while this class deviation, or its successor, is in effect. (b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in and around the worksite, and from the worksite to the Contractor's facility. (c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR ; however, Contracting Officer approval shall be required prior to incurring relocation expenses and travel costs incident to relocation. (d) The Contractor shall not be reimbursed for the following daily local travel costs: (i) travel at U.S. Military Installations where Government transportation is available, (ii) travel performed for personal convenience/errands, including commuting to and from work, and (iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for the Contractor's or employee's convenience. (End of Text) HQ B CONTRACT SUMMARY FOR PAYMENT OFFICE (COST/FIXED PRICE) (FEB 1997) This contract includes the following mixture of cost reimbursement and fixed price line items: ITEM TYPE

22 19 of CR 7001 CR 7002 CR 7003 CR 7004 CR 7005 CR 7100 CR 7101 CR 7102 CR 7103 CR 7104 CR 7105 CR 7200 N/A 7201 N/A 7202 N/A 7203 N/A 7204 N/A 7205 N/A 7207 CR 9000 CR 9100 CR 9200 N/A 9201 CR CR Cost Reimbursement FP Fixed Price (End of Text)

23 20 of 123 SECTION C DESCRIPTIONS AND SPECIFICATIONS SECTION C DESCRIPTIONS AND SPECIFICATIONS General Section applies to all CLINs Vision Statement First Choice for customer focused Information Technology Solutions. 1 Introduction This performance work statement shall provide for Information Technology Support Services for Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD). The scope of the effort includes support to all areas of command operations to achieve and sustain compliance with applicable information assurance laws and regulations of the Department of the Navy (DON). 1.1 Mission NSWC PHD is committed to high quality and reliable Information systems. We continue to develop and promote standard approaches for addressing and resolving complex problems related to information systems based initiatives, practices and processes. 1.2 Scope The contractor shall support the NSWC PHD Information Technology team, developing formal plans and setting realistic milestones, objectives and deadlines. The Contractor must support the requirements of a complex matrix organization, supporting various sponsor driven requirements with the goal of developing IT tools that can be leveraged across organizational boundaries. In addition to operating and maintaining the current Navy standard / Research, Development, Test and Evaluation (RDT&E) applications and infrastructure, NSWC PHD requires continuous visibility into emerging technologies, seeking more efficient and effective ways of accomplishing both mission and business tasking. A systems approach to an integrated IT architecture infrastructure, operating in a Navy accredited Network environment is the driving imperative in all applications and considerations. 2 General Requirements This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort. 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Contracting Officers Representative (COR) immediately. 2.2 Business Relations

24 21 of 123 The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration Contract Management The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at NSWC Port Hueneme and the contractor's corporate offices Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions in a timely fashion. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task orders. The contractor shall assign work effort and maintaining proper and accurate time keeping records of personnel assigned to work on the requirement Personnel Administration The contractor shall provide the management and support required to adequately perform the tasking of this requirement. The contractor shall provide for employees during designated Government non-work days or other periods where Government offices are closed due to weather or security conditions. The contractor shall ensure their employees capabilities and skills remain current by providing initial and refresher training as required to meet the PWS requirements. The contractor shall make necessary travel arrangements for employees. The contractor shall provide necessary infrastructure to support contract tasks. The contractor shall provide administrative support to employees in a timely fashion (time keeping, leave processing, pay, emergency needs) so as to not interrupt delivery of required products and services. 2.4 Subcontract Management The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after their nomination is accepted by the Procuring Contracting Officer (PCO) via written correspondence. 2.5 Contractor Personnel, Disciplines, and Specialties The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The contractor team must adhere to paragraph 4.5 (Applicable Directives) of this PWS. PHD hosts an array of complex technologies that serve as the underlying foundation of most systems utilized throughout the Command. All contractor resources must be able to work independently and maintain a

25 22 of 123 mastery skill set of the technologies supported, both for systems as currently implemented and as technologies are introduced for implementation Sr. Systems Engineer specializing in the support of Storage Area Network (SAN) and Blade Server Technologies The contractor shall possess the skills to administer a highly virtualized SAN/Blade Server infrastructure in a mixed MS Windows (current in service versions), VMWare and Citrix Enterprise Infrastructure. The SAN currently utilizes the HP Enterprise Virtual Array and cclass Blade architecture supporting a variety of networking standards including Ethernet, Fibre Channel, Fibre Channel over Ethernet (FCoE), InfiniBand, iscsi, and Serial Attached SCSI (SAS). The contractor must be intimately familiar with all aspects of SAN/Blade system architecture including, fiber channel fabric/zoning/lun management, capacity management, traffic analysis, firmware management, configuration and administration of all SAN/Blade hardware, ongoing maintenance schedules and system operation. Position is also responsible for all disaster recovery preparedness and administration using policy based backup applications with fiber channel and SCSI based tape library systems. The contractor must have demonstrated experience in Navy Information Security requirements and implementations. The contractor must have demonstrated ability to coordinate complex requirements across multiple, parallel development programs to systems availability and ensure IAVA/M and STiG compliance. Systems engineer must have the ability to support multiple Host Based Security System (HBSS) implementations including the configuration and monitoring of HBSS Fragmentary Orders (FRAGO). The contractor shall perform regular/scheduled system security scans, and reports all findings and required analysis using approved DoN tools, such as eeye Retina and approved Tools/checklists. Evidence supporting the findings must be validated and submitted as deliverables in required formats to the IAM. This includes recommendations, remediation, mitigations, and POA&Ms detailing proposed actions. System Engineers must correlate and analyze data for severity and validity, generate reports identifying security vulnerabilities and instructions for corrective action, maintain a standard vulnerability assessment tool set and reporting mechanisms to ensure compliance. The contractor shall possess knowledge of DoD and DoN Information Assurance (IA) controls with the use of STIGs, SRRs, and Gold Disk implementation and controls and have the skills to develop/execute test plans to complete all required analysis/evidence collection to support findings in accordance with paragraph 4.5 of this PWS. In addition, the candidate must have the ability to implement policy, assign responsibilities, and prescribe procedures for applying integrated, layered protection of the systems and networks in accordance with paragraph 4.5 of this PWS Sr. Database Engineer / Web Developer (Web Application & Database Sustainment) The contractor shall support the development and deployment of distributed relational databases and associated Business Intelligence (BI) systems (e.g. IBM Cognos) including both traditional reporting and On-Line Analytical Processing (OLAP). The contractor must be experienced in Information Assurance requirements, including Database and Web Security Technical Implementation Guidelines (STIGs). Understanding of Navy Working Capital Fund (WCF) accounting principles and generation of reports / OLAP analysis from WCF funding and cost information. The contractor must be experienced in preparing and presenting briefs on Systems' capabilities and requirements at the senior executive level. The contractor must demonstrate ability to coordinate complex requirements across multiple, parallel development programs.

26 23 of 123 The contractor shall demonstrate mastery of the skill set required for the support of distributed WEB based applications using.net (current approved Navy series) and Java technologies. Experience leading and designing Service Oriented Architecture (SOA) based application development efforts. The contractor must demonstrate experience in leveraging object relational mapping (ORM) technologies such as LINQ to SQL or ADO.NET Entity Framework to automate DAL development. The contractor must demonstrate experience in Navy Security requirements implementation and their impacts to overall software architecture. The contractor must demonstrate experience in using heterogeneous identity management and PKI infrastructure and the proven experience to apply these technologies to a given software architecture. The contractor must demonstrate experience with all phases of Business Intelligence (BI) development process, including domain analysis, extraction, transformation and load (ETL) tools, Kimball Method data warehouse design, OLAP cube development and management. The contractor must demonstrate Experience with the Microsoft SQL server (current approved Navy version) stack including Microsoft Structured Query Language (MSSQL), SQL Server Integration Services (SSIS), SQL Server Analysis Services (SSAS), and SQL Server Reporting Services (SSRS). Experience with Very Large Database (VLDB) deployment and management, including partitioning strategies and disaster recovery planning. Experience with Test-Driven Development, Unit Testing and techniques, and rigorous Configuration Management (CM) processes. The contractor must demonstrate experience in analyzing system specifications and requirements to derive approaches for implementation of programs for systems sustainment and application/stig compliance. The contractor must demonstrate knowledge of DOD and DON IA Policy, and DISA Security Technical Implementation Guidelines (STIGs) for application and database development. The contractor shall possess an understanding of configuration and administration of Microsoft Office SharePoint Services, Microsoft Internet Information Services (IIS) and the.net Framework, including Integrated Windows Authentication, Kerberos and Directory Services Authentication, PKI and SSL troubleshooting. The contractor must demonstrate experience in mapping software requirements to relational database design including normalization and de-normalization is required. Experience in Object Relational Mapping technologies such as Entity Framework is required. Experience with AJAX and JQuery is desirable. The contractor must demonstrate experience with Model-View-Controller (MVC) and/or Representational State Transfer (ReST) applications design is desirable. The contractor must demonstrate experience related to the development to support and sustain WEB-based applications using C#,.NET and JavaScript is required. The contractor must demonstrate experience directly related to the development of applications with MS SQL server as a backend data store. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 2.6 Location and Hours of Work Accomplishment of the results contained in this PWS requires work at NSWC Port Hueneme and at various contractor, subcontractor, and Government facilities (mainly in the continental United States). Primary work location shall be at NSWC PHD main campus in Port Hueneme, CA. Normal workdays are Monday through Friday except US Federal Holidays. The standard hours of operation for NSWC PHD Port Hueneme site personnel are Pacific Time, Monday-Friday. The standard hours of operation for remote site and travel destination work places are determined locally and may vary. 2.7 Travel / Temporary Duty (TDY) Travel to other government facilities or other contractor facilities may be

27 24 of 123 required and will be specified in a Technical Instruction to be issued at the time of the requirement. All travel requirements (including plans, agenda, itinerary, or dates) shall be pre-approved by the government (subject to local policy & procedures), and is on a strictly cost reimbursable basis. Costs for travel shall be billed in accordance with the regulatory implementation of Public Law , FAR Travel Costs (subject to local policy & procedures; may reference FAR), and the Joint Travel Regulations (JTR). 3 Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. 3.1 Operations and Maintenance Contractor shall provide Information Technology professionals who have an expert knowledge and experience in the oversight of NSWC PHD s corporate computing plant Operations and Systems Support The Contractor shall provide continuous support for the commands computing plant that supports the NSWC PHD Command Corporate / RDT&E / SIPRNET (Secure Internet Protocol Network) infrastructure which are critical to accomplish NSWC PHD s mission. Support services will include server and database administration as well as OS upgrades and security patches required to maintain operational availability and full compliance with current Information Assurance requirements. Server and application support is required 24 hours a day, 7 days a week for the entire performance of this contract. The contractor shall make hardware upgrades and system modifications to all systems which are not covered by the Navy Services contract (e.g. NMCI). The contractor will provide technical support to customers who need advice, assistance, and training in operation of the Naval Defense Message System/Command . The contractor is responsible for the proper formatting, classification and textual content of all messages being released. The contractor maintains message profiles and routing information for all message traffic relevant to PHD NSWC. Performance Standards a) STD: NSWC PHD computing plant is monitored and maintained in full compliance with Section 4.5 of this PWS and any deviations reported to the Information Technology Manager at PHD in writing within 4 hours of discovery. AQL: NSWC PHD computing plant is monitored and maintained in full compliance with Section 4.5 of this PWS and any deviations reported to the Information Technology Manager at PHD in writing within 12 hours of discovery. b) STD: Perform continuous analysis of NSWC PHD s computing plant (hardware and software) problem areas in order to define: the functional requirements that need to be addressed; the existing capability for meeting the functional requirements; the gap that exists between the existing and desired capability; and assumptions and constraints that govern all proposed solutions to the stated requirements. Document and deliver to the Information Technology Manager at PHD in writing within 24 hours of discovery. AQL: Perform continuous analysis of NSWC PHD s computing plant (hardware and software) problem areas in order to define: the functional requirements that need to be addressed; the existing capability for meeting the functional requirements; the gap that exists between the existing and desired capability;

28 25 of 123 and assumptions and constraints that govern all proposed solutions to the stated requirements. Document and deliver to the Information Technology Manager at PHD in writing monthly. c) STD: Report network availability, at the user level, by hour, broken down by Information Awareness (IA) boundary and application, delivered at the end of each business week. AQL: Report network availability, at the user level, by hour, broken down by Information Awareness (IA) boundary and application, delivered at the end of every second business week. Deliverables A001 Network Availability Status Report A002 Information Technology Support Services Status Report A003 Information Technology Product Delivery Report A004 Information Technology Helpdesk Status Report Application Maintenance The Contractor shall provide continuous support for maintenance, integration, configuration management, and documentation of corporate information systems, databases, Commercial-off-the-shelf (COTS) systems, and client/server technologies for all in-service command applications. The Contractor shall maintain web applications, support WEB-Based Collaborative environments, maintain client facing services, and all helpdesk applications. Contractor shall modify/upgrade existing applications using Navy authorized tools. Performance Standards a) STD: NSWC PHD in service software is monitored and maintained in full compliance with Section 4.5 of this PWS and any deviations reported to the Information Technology Manager at PHD in writing within 4 hours of discovery. AQL: NSWC PHD in service software is monitored and maintained in full compliance with Section 4.5 of this PWS and any deviations reported to the Information Technology Manager at PHD in writing within 12 hours of discovery. b) STD: Perform continuous analysis of NSWC PHD s in service software systems in order to define process and product trends, along with recommended courses of corrective action in writing weekly. AQL: Perform continuous analysis of NSWC PHD s in service software systems in order to define process and product trends, along with recommended courses of corrective action in writing monthly. Deliverables A002 Information Technology Support Services Status Report A003 Information Technology Product Delivery Report 3.2 IT Support Contractor shall provide Information Technology professionals who have an expert knowledge and experience to assist in the orderly operational support of NSWC PHD s corporate computing plant Help Desk

29 26 of 123 The Contractor shall provide first level call support via existing telecom and/or IT infrastructure. The contractor will provide on-site response/resolution of service calls. The contractor will support queries to the Help Desk by the end user and ensure the expeditious closure of all open items. Performance Standards a) STD: Document compliance with standards for IT service management (ITIL) in writing monthly. AQL: Document compliance with standards for IT service management (ITIL) in writing monthly. b) STD: Perform continuous analysis of NSWC PHD s helpdesk tracking tickets in order to define process and product trends, along with recommended courses of corrective action in writing weekly. AQL: Perform continuous analysis of NSWC PHD s helpdesk tracking tickets in order to define process and product trends, along with recommended courses of corrective action in writing monthly. Deliverables A002 Information Technology Support Services Status Report A003 Information Technology Product Delivery Report A004 Information Technology Helpdesk Status Report IT Documentation Support The Contractor shall author, maintain, and provide updates to system documentation, quality assurance plans, and configuration management data to support various NSWC PHD IT systems. The Contractor shall support the Navy Enterprise IT system process and Federal Portfolio Management compliance processes of DADMS, DITPR DoD/DON Enterprise Architecture in accordance with paragraph 4.5 of this PWS. The Contractor shall ensure that the compliant documentation is produced to support command operations. The contractor shall support documentation involved in Security Hardening of IT Hardware such as required DoD Information Assurance Certification and Accreditation Process documentation and ensuring that all systems maintain an up-to-date accreditation. Performance Standards a) STD: Review, update, and submit a report indicating total number of systems being supported and their accreditation status in writing biweekly. AQL: Review, update, and submit a report indicating total number of systems being supported and their accreditation status in writing monthly. b) STD: Perform continuous analysis of NSWC PHD s systems in order to define documentation requirement deficiencies, along with recommended courses of corrective action in writing biweekly. AQL: Perform continuous analysis of NSWC PHD s systems in order to define documentation requirement deficiencies, along with recommended courses of corrective action in writing monthly. c) STD: Perform continuous analysis of NSWC PHD's portfolio to ensure completeness, documenting actions taken weekly.

30 27 of 123 AQL: Perform continuous analysis of NSWC PHD's portfolio to ensure completeness, documenting actions taken monthly. Deliverables A002 Information Technology Support Services Status Report A003 Information Technology Product Delivery Report 3.3 New Development Contractor shall provide Information Technology professionals who have an expert knowledge and experience in the development of integrated systems and software New Systems Development The contractor shall provide software development and hardware integration services for implementation of IT solutions that support the stations mission, in accordance with the standards and guidance in section 4.5 of this PWS. The Contractor shall provide support in the areas of design, development, integration, configuration management, and documentation for corporate information systems, databases, WEB based applications, COTS and GOTS systems. The contractor shall develop prototypes for Government approval. The contractor shall conduct testing of the prototype to ensure that it meets all requirements identified prior to rollout. Performance Standards a) STD: Document all customer requirements in a Systems Requirements Specification, in writing, within 3 days of tasking meeting. AQL: Document all customer requirements in a Systems Requirements Specification, in writing, within 1 week of tasking meeting. b) STD: Document a System development approach appropriate for the IT effort, in accordance with the Requirements Specification, as a Systems Development Plan in writing within 1 week of an approved Requirements Specification. AQL: Document a System development approach appropriate for the IT effort, in accordance with the Requirements Specification, as a Systems Development Plan in writing within 2 weeks of an approved Requirements Specification. c) STD: Document a System testing approach appropriate for the IT effort, in accordance with the Systems Development Plan, as a Systems Testing Plan in writing within 3 days of an approved Systems Development Plan. AQL: Document a System testing approach appropriate for the IT effort, in accordance with the Systems Development Plan, as a Systems Testing Plan in writing within 1 week of an approved Systems Development Plan. d) STD: Document that the developed system is ready to deploy, in accordance with the Systems Testing Plan, in writing within 3 days of successful completion of the Systems Testing Plan. AQL: Document that the developed system is ready to deploy, in accordance with the Systems Testing Plan, in writing within 1 week of successful completion of the Systems Testing Plan. Deliverables A002 Information Technology Support Services Status Report

31 28 of 123 A003 Information Technology Product Delivery Report 3.4 IA Support Contractor shall provide Information Assurance (IA) professionals who have an expert knowledge and experience to assist in the information securing, monitoring, and documentation of NSWC PHD s corporate computing plant IA Operations The contractor shall provide security integration services for implementation of IA solutions that support the stations mission, in accordance with the standards and guidance in section 4.5 of this PWS. The Contractor shall provide support in the areas of design, development, integration, configuration management, and documentation for corporate information systems, databases, WEB based applications, COTS and GOTS systems. The contractor shall conduct testing and certification services of the Corporate Computing Plant and associated applications / networks to ensure that it meets all IA requirements. Performance Standards a) STD: Document all customer requirements in a Systems Requirements Specification, in writing, within 3 days of tasking meeting. AQL: Document all customer requirements in a Systems Requirements Specification, in writing, within 1 week of tasking meeting. b) STD: Document a System Security approach appropriate for the IT effort, in accordance with the Requirements Specification, as part of a Systems Development Plan in writing within 1 week of an approved Requirements Specification. AQL: Document a System Security approach appropriate for the IT effort, in accordance with the Requirements Specification, as part of a Systems Development Plan in writing within 2 weeks of an approved Requirements Specification. c) STD: Document a System Security testing approach appropriate for the IT effort, in accordance with the Systems Development Plan, as part of a Systems Testing Plan in writing within 3 days of an approved Systems Development Plan. AQL: Document a System Security testing approach appropriate for the IT effort, in accordance with the Systems Development Plan, as part of a Systems Testing Plan in writing within 1 week of an approved Systems Development Plan. d) STD: Certify that the system meets all known security requirements within 3 days of successful completion of the Systems Testing Plan and that it is ready for Authority to Operate in the Naval Computing Environment. AQL: Certify that the system meets all known security requirements within 1 week of successful completion of the Systems Testing Plan and that it is ready for Authority to Operate in the Naval Computing Environment. Deliverables A002 Information Technology Support Services Status Report A003 Information Technology Product Delivery Report IA Documentation Support The Contractor shall author, maintain, and provide updates to system

32 29 of 123 documentation, quality assurance plans, configuration management data and security certification requirements to support various NSWC PHD IT systems. The Contractor shall support the Navy Enterprise IT system process and Federal Portfolio Management compliance processes of DADMS, DITPR DoD/DON Enterprise Architecture in accordance with paragraph 4.5 of this PWS. The Contractor shall ensure that the compliant documentation is produced to support command operations. The contractor shall support documentation involved in Security Hardening of IT Hardware such as required DoD Information Assurance Certification and Accreditation Process documentation and ensuring that all systems maintain an up-to-date accreditation. Performance Standards a) STD: Review, update, and submit a report indicating total number of systems being supported and their accreditation status in writing biweekly. AQL: Review, update, and submit a report indicating total number of systems being supported and their accreditation status in writing monthly. b) STD: Perform continuous analysis of NSWC PHD s systems in order to define documentation requirement deficiencies, along with recommended courses of corrective action in writing biweekly. AQL: Perform continuous analysis of NSWC PHD s systems in order to define documentation requirement deficiencies, along with recommended courses of corrective action in writing monthly. c) STD: Perform continuous analysis of NSWC PHD's portfolio to ensure completeness, documenting actions taken weekly. AQL: Perform continuous analysis of NSWC PHD's portfolio to ensure completeness, documenting actions taken monthly. Deliverables A002 Information Technology Support Services Status Report A003 Information Technology Product Delivery Report 4. Special Requirements This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. 4.1 Security and Safety DD Forms 254: Overarching security requirements and Contractor access to classified information shall be as specified in the basic DD Form 254, which will be further identified in the DD Form 254 for each TO, as required. TRUSTWORTHY STATEMENT In accordance with SECNAV M , the Navy Personnel Security Program Manual, Chapter 6, Section 6-6, Paragraph 2b and 2c, as well as Homeland Security Presidential Directive 12 (HSPD-12) and United States Office of Personnel Management Memorandum, Final Credentialing Standards for Issuing Personal Identity Verification Cards under HSPD-12 dated 31 July 2008, the contractor shall ensure that all individuals performing work on behalf of the government have a current, favorably adjudicated Background Investigation (BI) of the appropriate level. Individuals that require IT-I level access to sensitive DoD and DoN IT systems require a favorable adjudication of a

33 30 of 123 Position of Trust Single Scope Background Investigation (PT/SSBI) and individuals that require IT-II level access require a favorable adjudication of a Position of Trust Tier 3 investigation (PT/T-3). Requests for position of trust background investigations must be submitted to OPM by the NSWC PHD Security Office. Point of contact is the Personnel Security Specialist, (805) The contractor shall prepare a monthly personnel roster of individuals performing work on behalf of the government. The reporting period shall be within 30 calendar days after effective date of order. Subsequent reports shall be submitted monthly thereafter, not later than the 10 th day of the reporting month. 4.2 Transition The contractor shall follow the transition plan submitted as part of the proposal and keep the Government fully informed of status throughout the transition period. Throughout the phase-in/phase-out periods, it is essential that attention be given to minimize interruptions or delays to work in progress that would impact the mission. The contractor must plan for the transfer of work control, delineating the method for processing and assigning tasks during the phase-in/phase-out periods. 4.3 Government / Contractor Furnished Materials The Government will make available the consumable materials, office space, communications capability and information for use by contractor personnel who are stationed onsite in the performance of this contract. 4.4 Data Ownership and Intellectual Property Protection All data produced as deliverables and developed as by-products under this procurement are Government property. The Government reserves the right to reproduce and distribute such data as it deems necessary. The contractor is responsible for ensuring compliance with all intellectual property, copyright and trademark laws and for the appropriate marking of copyrighted and trademarked data incorporated into data and deliverables produced under this procurement, including obtaining permission for use and reproduction by the Government, as appropriate. 4.5 Applicable Directives The contractor shall comply with all documents listed below as mandatory and support all efforts under paragraph 3.0 of this PWS, Performance Requirements. 10 U.S.C (as amended) Defense business systems: architecture, accountability, and modernization, title10/USCODE-2011-title10-subtitleA-partIV-chap131-sec2222/contentdetail.html DODDIR (current series) Management of the Department of Defense Information Enterprise, /pdf/800001p.pdf DODINST (current series) Cybersecurity, /directives/corres/pdf/850001_2014.pdf DODINST (current series) Information Assurance (IA) Implementation, /DoDI_8500-2_IA_Implementation.pdf

34 31 of 123 DODINST (current series) Risk Management Framework (RMF) for DoD Information Technology (IT), /pdf/851001_2014.pdf DODINST 8570 (current series) Information Assurance Workforce Improvement Program, /pdf/857001m.pdf CJCSI F (current series) Information Assurance (IA) And Support To Computer Network Defense (CND), /unlimit/6510_01.pdf SECNAVINST A (current series) Department Of The Navy Information Technology Applications And Data Management, /Directives/05000%20General%20Management%20Security%20and%20Safety%20Services /05-00%20General%20Admin%20and%20Management%20Support/ A.pdf SECNAV M (current series) Department of the Navy (DoN) Information Security Program (ISP) Instruction, /Directives/05000%20General%20Management%20Security%20and%20Safety%20Services /05-500%20Security%20Services/ A.pdf SECNAVINST M (current series) Department Of The Navy Information Assurance (IA) Workforce Management Manual To Support The IA Workforce Improvement Program, SECNAVINST B (current series) Department Of The Navy Information Assurance Policy, /05000%20General%20Management%20Security%20and%20Safety%20Services /05-200%20Management%20Program%20and%20Techniques%20Services/5239.3B.pdf OPNAVINST C (current series) Navy Information Assurance (IA) Program, /05000%20General%20Management%20Security%20and%20Safety%20Services /05-200%20Management%20Program%20and%20Techniques%20Services/5239.1C.pdf NAVSEAINST A (current series) Naval Sea Systems Command (NAVSEA) Information Assurance (IA) Program, / A.pdf NIST SP (current series) Security and Privacy Controls for Federal Information Systems and Organizations, /publications/nistpubs/ rev3/sp rev3-final_updatederrata_ pdf DODINST M (current series) DoD Directives Program, ISO/IEC (current series) standard for IT service management, IEEE/EIA (current series) Standard for Information Technology - Software Life Cycle Processes, / html Federal Information Processing Standards Publications (FIPS PUBS) (current series), Communication Tasking Orders (CTO), current applicable series Security Technical Implementation Guidelines (STIGs), current applicable series

35 32 of 123 NAVSEA, NSWC PHDs and other applicable instructions, directives, policies, regulations, and standard operational procedures 5 Deliverables The contractor shall provide deliverables as described in subsequent task orders. Deliverables shall be specified by the government. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD. Identifier Name Description A001 A002 A003 A004 A005 Network Availability Status Report Information Technology Support Services Status Report Information Technology Product Delivery Report Information Technology Helpdesk Status Report Contractor's Personnel Roster and Security Listing Document describing the availability of network applications and services at PHD to be delivered weekly. To be delivered by the 5th of each month. To be delivered as required Metrics on process health and products supported, to be delivered by the 5th of each month. To be delivered by the 5th of each month. A006 Emergency Muster Report To be delivered Monthly 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 Port Hueneme Division, Naval Surface Warfare Center (PHD NSWC) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address 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 PHD NSWC ADD'L REQMTS 1. WAGE DETERMINATION The Department of Labor Wage Determination for Ventura, California, Wage Determination No Revision 12 dated 12/30/2016 is provided as attachment (2) to the Task Order. Compliance with the wage determination is mandatory. Include the appropriate Wage Determination Labor category codes

36 33 of 123 in accordance with Service Contract Act, for each corresponding labor categories used in your labor cost proposal. NOTE: Escalation of rates in the option years for labor categories under the SCA is not allowable. If a new wage determination is incorporated via issuance of a modification, adjustment may be made to the extent that the increase is made to comply with or the decrease is voluntarily made by the Contractor as a result of the new wage determination. Any adjustment will be limited to increases or decreases in wages and fringe benefits, and the accompanying increases or decreases in social security and unemployment taxes and workers compensation insurance, but shall not otherwise include any amount for general and administrative costs, overhead, or profit. 2. REQUIREMENTS FOR NON-GOVERNMENT PERSONNEL WORKING ON-SITE AT NSWC PHD Monthly report of contractor personnel assigned to desks/work stations/seats in any or all NSWC PHD buildings, including temporary buildings, highlighting gains and losses and including physical location (building), telephone number and NSWC PHD branch-level organizational code supported, and shall highlight any personnel gains or losses. (A006) 3. SECURITY CLEARANCE (NAVSEA) (SEP 1990) The security classification of this procurement is specified in the Contract Security Classification Specification, DD Form 254, Attachment (1) attached hereto. 4. RESERVED 5. PHD NSWC - POST AWARD MEETING (a) A Post Award Meeting with the successful offeror will be conducted within 15 working days after award of the contract. The meeting will be held (TBD at contract award). (b) The contractor will be given at least five working day notice prior to the date of the conference by the Contracting Officer. (c) The requirement for a Post Award meeting shall, in no event, constitute grounds for excusable delay by the Contractor in performance of any provisions in the contract. CLAUSES INCORPORATED BY FULL TEXT HQ C ITEM(S) - DATA REQUIREMENTS (NAVSEA) (SEP 1992) The data to be furnished hereunder shall be prepared in accordance with the Contract Data Requirements List, DD Form 1423, Exhibit one (1), attached hereto. (End of Text) HQ C CONTRACTOR'S PROPOSAL (NAVSEA) (MAR 2001) (a) Performance of this contract by the Contractor shall be conducted and performed in accordance with detailed obligations to which the Contractor committed itself in Proposal * dated * in response to NAVSEA PHD NSWC Solicitation No. N *. (b) The technical volume(s) of the Contractor's proposal is incorporated by reference and hereby made subject to the provisions of the "ORDER OF PRECEDENCE" (FAR ) clause of this contract. Under the "ORDER OF PRECEDENCE" clause, the technical volume of the Contractor's proposal referenced herein is hereby

37 34 of 123 designated as item (f) of the clause, following "the specification" in the order of precedence. (End of Text) HQ C UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA)(AUG 1994) If, during the performance of this or any other contract, the contractor believes that any contract contains outdated or different versions of any specifications or standards, the contractor may request that all of its contracts be updated to include the current version of the applicable specification or standard. Updating shall not affect the form, fit or function of any deliverable item or increase the cost/price of the item to the Government. The contractor should submit update requests to the Procuring Contracting Officer with copies to the Administrative Contracting Officer and cognizant program office representative for approval. The contractor shall perform the contract in accordance with the existing specifications and standards until notified of approval/disapproval by the Procuring Contracting Officer. Any approved alternate specifications or standards will be incorporated into the contract. (End of Text)

38 35 of 123 SECTION D PACKAGING AND MARKING Section D Packaging and Marking CLAUSES INCORPORATED BY FULL TEXT HQ D 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) Contract dollar amount (4) Whether the contract was competitively or non-competitively awarded (5) Sponsor: Information Technology 06 (Name of Individual Sponsor) NAVSEA NSWC PHD (Name of Requiring Activity) Port Hueneme, CA (City and State) (End of Text)

39 36 of 123 SECTION E INSPECTION AND ACCEPTANCE SECTION E INSPECTION AND ACCEPTANCE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY Destination Government Destination Government Destination Government Destination Government 1.0 INTRODUCTION QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) This quality assurance surveillance plan (QASP) is pursuant to the requirements listed in the performance work statement (PWS) entitled Information Technology Support Services for Naval Surface Warfare Center, Port Hueneme Division. This plan sets forth the procedures and guidelines NSWC Port Hueneme will use in ensuring the required performance standards or services levels are achieved by the contractor. 1.1 Purpose The purpose of the QASP is to describe the systematic methods used to monitor performance and to identify the required documentation and the resources to be employed. The QASP provides a means for evaluating whether the contractor is meeting the performance standards/quality levels identified in the PWS and the contractor s quality control plan (QCP), and to ensure that the government pays only for the level of services received This QASP defines the roles and responsibilities of all members of the integrated project team (IPT), identifies the performance objectives, defines the methodologies used to monitor and evaluate the contractor s performance, describes quality assurance documentation requirements, and describes the analysis of quality assurance monitoring results. 1.2 Performance Management Approach The PWS structures the acquisition around what service or quality level is required, as opposed to how the contractor should perform the work (i.e., results, not

40 37 of 123 compliance). This QASP will define the performance management approach taken by NSWC Port Hueneme to monitor and manage the contractor s performance to ensure the expected outcomes or performance objectives communicated in the PWS are achieved. Performance management rests on developing a capability to review and analyze information generated through performance assessment. The ability to make decisions based on the analysis of performance data is the cornerstone of performance management; this analysis yields information that indicates whether expected outcomes for the project are being achieved by the contractor Performance management represents a significant shift from the more traditional quality assurance (QA) concepts in several ways. Performance management focuses on assessing whether outcomes are being achieved and to what extent. This approach migrates away from scrutiny of compliance with the processes and practices used to achieve the outcome. A performance-based approach enables the contractor to play a large role in how the work is performed, as long as the proposed processes are within the stated constraints. The only exceptions to process reviews are those required by law (federal, state, and local) and compelling business situations, such as safety and health. A results focus provides the contractor flexibility to continuously improve and innovate over the course of the contract as long as the critical outcomes expected are being achieved and/or the desired performance levels are being met. 1.3 Performance Management Strategy The contractor is responsible for the quality of all work performed. The contractor measures that quality through the contractor s own quality control (QC) program. QC is work output, not workers, and therefore includes all work performed under this contract regardless of whether the work is performed by contractor employees or by subcontractors. The contractor s QCP will set forth the staffing and procedures for self-inspecting the quality, timeliness, responsiveness, customer satisfaction, and other performance requirements in the PWS. The contractor will develop and implement a performance management system with processes to assess and report its performance to the designated government representative. The contractor s QCP will set forth the staffing and procedures for self-inspecting the quality, timeliness, responsiveness, customer satisfaction, and other performance requirements in the PWS. This QASP enables the government to take advantage of the contractor s QC program The government representative(s) will monitor performance and review performance reports furnished by the contractor to determine how the contractor is performing against communicated performance objectives. The government will make determination regarding incentives based on performance measurement metric data and notify the contractor of those decisions. The contractor will be responsible for making required changes in processes and practices to ensure performance is managed effectively. 2 ROLES AND RESPONSIBILITIES 2.1 The Contracting Officer The contracting officer (PCO) is responsible for monitoring contract compliance, contract administration, and cost control and for resolving any differences between the observations documented by contracting officer's representative (COR) and the contractor. The PCO will designate one full-time COR as the government authority for performance management. The number of additional representatives serving as technical inspectors depends on the complexity of the services measured, as well as the contractor s performance, and must be identified and designated by the PCO. 2.2 Contract Specialist Assigned by the PCO to provide daily administration of the contract Provides input to the PCO and the COR as to the quality of performance for areas addressed in this QASP. 2.3 The Contracting Officer s Representative The contracting officer s representative (COR) is designated in writing by the PCO to act as his or her authorized representative to assist in administering a contract. COR limitations are contained in the written appointment letter. The COR is responsible for technical administration of the project and ensures proper government surveillance of the

41 38 of 123 contractor s performance. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the government s behalf. Any changes that the contractor deems may affect contract price, terms, or conditions shall be referred to the PCO for action. The COR will have the responsibility for completing QA monitoring forms used to document the inspection and evaluation of the contractor s work performance. Government surveillance may occur under the inspection of services clause for any service relating to the contract. 2.4 Subject Matter Expert (SME) SMEs are individuals who may be assigned by the COR to perform limited technical oversight of specific projects, work areas, or Technical Instructions issued under the contract The SME provides input to the COR as to the quality of technical performance for their respective area(s) of expertise A SME cannot, in any manner, alter the scope of the contract, make commitments or authorize any changes on the Government s behalf. 3 IDENTIFICATION OF REQUIRED PERFORMANCE STANDARDS/QUALITY LEVELS The required performance standards and/or quality levels are included in the PWS (section 3). If the contractor meets the required service or performance level, it will be paid the monthly amount agreed on in the contract. Table 1 Overall Performance Rating Overall Performance Rating Excellent Very Good Satisfactory Marginal Unsatisfactory Standard Performance meets contractual requirements and exceeds many requirements to the Government s benefit. Performance meets contractual requirements and exceeds some to the Government s benefit. Performance meets contractual requirements. Performance does not meet some contractual requirements. The element being assessed reflects a serious problem for which the contractor has not yet implemented satisfactory corrective measures. Performance does not meet contractual requirements and recovery is not likely in a timely manner. Contractor s corrective actions to date are ineffective. Table 2 Task Performance Evaluation Criteria and Standards ELEMENT UNSATIS- FACTORY I. Task Performance Contractor Timeliness frequently misses deadlines, or is slow or non-responsive to respond to Government requests. MARGINAL SATIS-FACTORY VERY GOOD Contractor occasionally misses deadlines, schedules or is slow or occasionally non-responsive to respond to Government requests. Contractor routinely meets deadlines, schedules, quickly responds to Government requests. Contractor routinely meets deadlines and schedules and occasionally delivers early and responds immediately to Government requests. EXCEPT IONAL Contractor routinely delivers ahead of deadlines, schedules, and responds immediately to Government requests.

42 39 of 123 Quality II. Staffing Deliverables are typically not well researched and contain many technical inaccuracies. Rework is frequently required. Contractor provides marginally qualified or unqualified personnel. Lapses in coverage occur regularly. III. Customer Satisfaction Deliverables are occasionally not well researched and contain some technical inaccuracies. Rework is occasionally required. Contractor provides marginally qualified personnel. Lapses in coverable occur more than occasionally. Deliverables received are well researched, complete and technically accurate. No more than one (1) revision is typically needed to accept the item. Other deliverables meet all Contract requirements. Contractor provides qualified personnel. Lapses in coverage occur occasionally and are successfully managed by the contractor with to minimize impact on timeliness or quality. New/and or substitute resumes submitted IAW contract reqmts. Personnel work products fully consistent with resume qualifications. Data Deliverables received are well researched, complete and technically accurate. Other deliverables meet all Contract requirements. Contractor provides a mix of qualified and highly qualified personnel. Lapses in coverage are rare and are successfully managed by the contractor with no impact on timeliness or quality. New/and or substitute resumes submitted IAW contract reqmts. Personnel work products fully consistent with resume qualifications Data Deliverables received are always well researched, complete and technically accurate. They frequently exceed technical expectations. Rework is not required. Other deliverables typically exceed all Contract requirements. Contractor provides highly qualified personnel. Lapses in coverage are rare and are successfully managed by the contractor with no impact on timeliness or quality. New/and or substitute resumes submitted IAW contract reqmts. Personnel work products fully consistent with resume qualifications. Fails to meet customer expectations Contractor occasionally fails to meet customer expectations. Meets customer expectations. Routinely meets or occasionally exceeds customer expectations. Exceeds customer expectations.

43 40 of 123 IV. Management Performance Problem Problems are unresolved, Resolution repetitive, or take excessive Government effort to resolve. Responsiveness Communication Contractor s management is unresponsive to Government requests and concerns. Contractor fails to communicate with Government in an effective and timely manner. V. Cost Management & Efficiency Problems are generally resolved but take unusual Government effort to resolve or take an excessive amount of time to resolve. Contractor s management is occasionally unresponsive to Government requests and concerns. Contractor occasionally fails to communicate with Government in an effective and timely manner. Problems are resolved quickly with minimal Government involvement. Contractor s management is responsive to Government requests and concerns. Contractor routinely communicates with Government in an effective and timely manner. Problems occur infrequently and are generally resolved quickly with minimal Government involvement. Contractor s management is responsive to requests and concerns and occasionally proactive in anticipating concerns. Contractor routinely communicates with Government in an effective and timely manner and it frequently proactive in managing communications. Problems are non-existent or the contractor takes corrective action without Government involvement. Contractor s management takes proactive approach in dealing with Government representatives and anticipates concerns. Contractor takes proactive approach such that communications are almost always clear, effective and timely.

44 41 of 123 Cost Mgmt & Reporting Other Direct Cost (ODC) Contractor regularly experiences cost overruns. Cost reports are late and contain errors. Invoicing is not accurate or submitted in a timely manner. Supporting detail is missing or incomplete. Subcontractor invoices are rarely paid in a timely manner. ODCs are not accurately or timely reported or invoiced. Errors are not quickly corrected. Does not comply with contract requirements for ODC authorizations. Burdened unit costs usually higher than proposed. Contractor may experience occasional cost overruns. Cost reports are occasionally late and/or contain errors. Invoices are occasionally late or contain errors. Supporting detail contains occasional errors. Subcontractor invoices are not paid in a timely manner. SB subcontractor invoices are not expedited. ODCs are occasionally not reported or invoiced in timely manner. Errors not consistently corrected in a timely manner. Occasionally does not comply with authorization requirements in contract. Burdened unit costs are frequently higher than proposed. Contractor routinely completes the effort within the originally agreed-to estimated cost. Funds and resources used in cost-effective manner. Cost reports are timely, accurate, complete and clearly written. Invoices are timely and accurate. All supporting detail is provided. Subcontractor invoices are paid in a timely manner. SB subcontractor invoices are expedited. ODCs are accurately and timely reported and invoiced. Any errors noted are quickly corrected. Contractor complies with contract requirements for ODC authorization 98% of time. Burdened unit costs are rarely higher than proposed. Contractor routinely completes the effort within the originally agreed-to estimated cost and experiences occasional cost underruns. Funds and resources used in cost-effective manner. Cost reports are timely, accurate, complete and clearly written. Invoices are timely and accurate. All supporting detail is provided. Subcontractor invoices are paid in a timely manner. SB subcontractor invoices are expedited. ODCs are accurately and timely reported and invoiced. Errors are rare and quickly corrected. Contractor complies with contract requirements for ODC authorization 100% of time. Burdened unit costs are occasionally lower than proposed. Contractor often completes the effort at lower than estimated costs. Funds and resources used in a most cost-effective manner. Cost reports are timely, accurate, complete and clearly written. Invoices are timely and accurate. All supporting detail is provided. Subcontractor invoices are paid in a timely manner. SB subcontractor invoices are expedited. ODCs are accurately and timely reported and invoiced. Contractor complies with contract requirements for ODC authorization 100% of time. Burdened unit costs are often lower than proposed. 4 METHODOLOGIES TO MONITOR PERFORMANCE 4.1 Surveillance Techniques In an effort to minimize the performance management burden, simplified surveillance methods

45 42 of 123 shall be used by the government to evaluate contractor performance when appropriate. The primary methods of surveillance are: Ø Random monitoring, which shall be performed by the COR designated inspector. Ø Periodic Inspection COR typically performs the periodic inspection on a monthly basis. 4.2 Customer Feedback The contractor is expected to establish and maintain professional communication between its employees and customers. The primary objective of this communication is customer satisfaction. Customer satisfaction is the most significant external indicator of the success and effectiveness of all services provided and can be measured through customer complaints. Performance management drives the contractor to be customer focused through initially and internally addressing customer complaints and investigating the issues and/or problems but the customer always has the option to communicate complaints to the COR, as opposed to the contractor. Customer complaints, to be considered valid, must set forth clearly and in writing the detailed nature of the complaint, must be signed, and must be forwarded to the COR. The COR will accept those customer complaints and investigate. Customer feedback may also be obtained either from the results of formal customer satisfaction surveys or from random customer complaints. 4.3 Acceptable Quality Levels The acceptable quality levels (AQLs) included in the PWS for contractor performance are structured to allow the contractor to manage how the work is performed while providing negative incentives for performance shortfalls. For certain critical activities such as those involving Information Assurance, the desired performance level is established at 100 percent. Other levels of performance are keyed to the relative importance of the task to the overall mission performance at NSWC Port Hueneme. 5 QUALITY ASSURANCE DOCUMENTATION 5.1 The Performance Management Feedback Loop The performance management feedback loop begins with the communication of expected outcomes. Performance standards are expressed in the PWS. 5.2 Monitoring Forms The government s QA surveillance, accomplished by the COR, will be reported using the COR Monthly Report. The report, when completed, will document the government s assessment of the contractor s performance under the contract to ensure that the required results are being achieved The COR will retain a copy of all completed COR Monthly Reports. 6 ANALYSIS OF QUALITY ASSURANCE ASSESSMENT 6.1 Determining Performance Government shall use the monitoring methods cited to determine whether the performance standards/service levels/aqls have been met. If the contractor has not met the minimum requirements, they may be asked to develop a corrective action plan to show how and by what date it intends to bring performance up to the required levels. 6.2 Reporting At the end of each month, the COR will prepare a written report for the PCO summarizing the overall results of the quality assurance surveillance of the contractor s performance. This written report, which includes the contractor s submitted monthly report, will become part of the QA documentation. It will enable the government to demonstrate whether the contractor is meeting the stated objectives and/or performance standards, including cost/technical/scheduling objectives. This will then determine the

46 of 123 CPAR rating and will be done annually. 6.3 Reviews, Resolution and Remedies The COR may require the contractor s project manager, or a designated alternate, to meet with the PCO and other government IPT personnel as deemed necessary to discuss performance evaluation. The COR will define a frequency of in-depth reviews with the contractor, including appropriate self-assessments by the contractor; however, if the need arises, the contractor will meet with the COR as often as required or per the contractor s request. The agenda of the reviews may include: Monthly performance assessment data and trend analysis Issues and concerns of both parties Projected outlook for upcoming months and progress against expected trends, including a corrective action plan analysis Recommendations for improved efficiency and/or effectiveness The COR and contractor should jointly formulate tactical and long-term courses of action. Decisions regarding changes to metrics, thresholds, or service levels should be clearly documented. Changes to service levels, procedures, and metrics will be incorporated as a contract modification at the convenience of the PCO Remedies (Prior to Overall Rating). Upon notification to the contractor that performance fails to meet AQL, the Government may at its discretion require the contractor, at no additional charge to the Government, to: 6.3.3a Correct the quality deficiencies identified; 6.3.3b Re-perform the work at no additional cost to the Government; or 6.3.3c If mission requirements preclude both (a) and (b), to return to the Government all fee associated with the work not meeting AQL Remedies (Upon Overall Rating). Upon assignment of overall ratings for the period of performance, the Government will, at its discretion, exercise such remedies as it may deem appropriate from those shown in paragraphs (4.9) and (4.10) below, in addition to such remedies as may have been imposed through paragraph (4.7) above, for work failing to meet AQL All quality deficiencies not corrected via paragraph (4.7a) and (4.7b) above will be noted in the Contractor Performance Assessment Reporting System (CPARS). All instances requiring fee return per paragraph (4.7c) above will similarly be noted in CPARS If an option period is exercised at the expiration of the period being rated, the contractor shall, within 15 calendar days either of the option exercise or of notification by the contracting officer of the determination of unsatisfactory performance during the preceding rating period, whichever is later, provide the Government with a written quality improvement Get Well plan outlining the actions the contractor will take during the option period to correct the quality defects noted by the Government for the previous period and prevent their reoccurrence in the option period and beyond, if additional option periods are possible under the terms of the procurement. Successful execution of the Get Well plan will be subject for CPARS reporting for that option period. CLAUSES INCORPORATED BY FULL TEXT HQ E INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form (End of Text)

47 44 of 123 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: /1/2016-6/30/ /1/2016-6/30/ /1/2016-6/30/ /1/2016-6/30/ /1/2016-6/30/ /1/2016-6/30/ /1/2017-6/30/ /1/2017-6/30/ /1/2017-6/30/ /1/2017-6/30/ /1/2017-6/30/ /1/2017-6/30/ AA 7/2/2017-6/30/ AB 7/19/2017-6/30/ AC 10/1/2017-6/30/ AD 12/22/2017-6/30/ AE 2/3/2018-6/30/ AF 4/4/2018-6/30/ AG 5/23/2018-6/30/ AA 7/2/2017-6/30/ AB 7/19/2017-6/30/ AC 10/1/2017-6/30/ AD 12/22/2017-6/30/ AE 4/4/2018-6/30/ AF 5/23/2018-6/30/ AA 7/10/2017-6/30/ AB 7/19/2017-6/30/ AC 10/1/2017-6/30/ AD 10/1/2017-6/30/ AE 12/22/2017-6/30/ AF 4/4/2018-6/30/ AG 5/23/2018-6/30/ AA 7/2/2017-6/30/ AB 7/19/2017-6/30/ AC 7/19/2017-6/30/ AD 10/1/2017-6/30/ AE 10/1/2017-6/30/ AF 12/22/2017-6/30/ AG 12/22/2017-6/30/2018

48 45 of AH 4/4/2018-6/30/ AJ 4/4/2018-6/30/ AK 5/23/2018-6/30/ AA 7/10/2017-6/30/ AB 7/19/2017-6/30/ AC 10/1/2017-6/30/ AD 4/4/2018-6/30/ AE 5/23/2018-6/30/ AF 5/23/2018-6/30/ AA 7/2/2017-6/30/ AB 7/10/2017-6/30/ AC 7/10/2017-6/30/ AD 7/10/2017-6/30/ AE 7/10/2017-6/30/ AF 7/1/2017-6/30/ AG 7/10/2017-6/30/ AH 7/10/2017-6/30/ AJ 7/10/2017-6/30/ AK 7/10/2017-6/30/ AL 7/19/2017-6/30/ AM 8/4/2017-6/30/ AN 8/4/2017-6/30/ AP 8/4/2017-6/30/ AQ 9/12/2017-6/30/ AR 9/12/2017-6/30/ AS 7/12/2017-6/30/ AT 7/12/2017-6/30/ AU 9/12/2017-6/30/ AV 9/12/2017-6/30/ AW 9/12/2017-6/30/ AX 9/12/2017-6/30/ AY 10/1/2017-6/30/ AZ 10/1/2017-6/30/ BA 10/1/2017-6/30/ BB 10/1/2017-6/30/ BC 10/1/2017-6/30/ BD 10/1/2017-6/30/ BE 10/31/2017-6/30/ BF 10/31/2017-6/30/ BG 11/27/2017-6/30/ BH 11/27/2017-6/30/ BJ 12/22/2017-6/30/ BK 2/3/2018-6/30/2018

49 46 of BL 2/3/2018-6/30/ BM 3/2/2018-6/30/ BN 3/2/2018-6/30/ BP 3/15/2018-6/30/ BQ 4/4/2018-6/30/ BR 5/23/2018-6/30/ BS 5/23/2018-6/30/ BT 6/8/2018-6/30/ PQ 8/4/2017-6/30/ AA 7/1/2018-6/30/ AB 7/1/2018-6/30/ AC 7/1/2018-6/30/ AD 7/1/2018-6/30/ AE 7/1/2018-6/30/ AF 7/1/2018-6/30/ AG 7/1/2018-6/30/ AH 7/1/2018-6/30/ AJ 7/1/2018-6/30/ AK 7/1/2018-6/30/ AL 7/1/2018-6/30/ AM 7/1/2018-6/30/ AN 7/1/2018-6/30/ AP 7/1/2018-6/30/ AQ 7/1/2018-6/30/ AR 7/1/2018-6/30/ AS 7/1/2018-6/30/ AT 7/16/2018-6/30/ AU 7/16/2018-6/30/ AV 7/16/2018-6/30/ AW 7/16/2018-6/30/ AX 8/8/2018-6/30/ AY 8/8/2018-6/30/ AZ 8/8/2018-6/30/ BA 8/8/ /31/ BB 8/8/2018-6/30/ BC 8/8/2018-9/30/ BD 8/8/2018-6/30/ BE 8/24/2018-6/30/ BF 8/24/2018-6/30/ BG 9/11/2018-6/30/ BH 9/25/2018-6/30/ BJ 9/25/2018-6/30/ BK 9/25/2018-6/30/2019

50 47 of BL 9/25/2018-6/30/ BN 9/25/2018-6/30/ BP 9/25/2018-6/30/ BQ 9/25/2018-6/30/ BR 9/25/2018-6/30/ BS 9/25/2018-6/30/ BT 9/25/2018-6/30/ BU 9/25/2018-6/30/ BV 9/25/2018-6/30/ BW 11/9/2018-6/30/ BX 11/29/2018-6/30/ BY 11/29/2018-6/30/ BZ 11/29/2018-6/30/ CA 12/21/2018-6/30/ CB 12/21/2018-6/30/ CC 12/21/2018-6/30/ CD 12/21/2018-6/30/ CE 12/21/2018-6/30/ CF 12/21/2018-6/30/ CG 12/21/2018-6/30/ /1/2016-6/30/ /1/2017-6/30/ AA 7/10/2017-6/30/ AB 7/10/2017-6/30/ AC 7/10/2017-6/30/ AD 7/19/2017-6/30/ AE 9/12/2017-6/30/ AF 10/31/2017-6/30/ AG 2/3/2018-6/30/ AH 3/2/2018-6/30/ AJ 3/15/2018-6/30/ AK 6/8/2018-6/30/ AA 7/1/2018-6/30/ AB 7/1/2018-6/30/ AC 8/8/2018-6/30/ AD 9/11/2018-6/30/ AE 9/25/2018-6/30/ AF 12/21/2018-6/30/2019 Section F Deliveries and Performance Clauses in Section F of the SeaPort-e Multiple Award IDIQ contract are applicable to this solicitation/contract, and are supplemented herein.

51 48 of Alt 1 -- Stop-Work Order CLAUSES INCORPORATED BY FULL TEXT HQ F DATA DELIVERY LANGUAGE FOR SERVICES ONLY PROCUREMENTS All data to be furnished under this contract shall be delivered prepaid to the destination(s) and at the time(s) specified on the Contract Data Requirements List(s), DD Form (End of Text)

52 49 of 123 SECTION G CONTRACT ADMINISTRATION DATA Section G Contract Administration Data SYSTEM FOR AWARD MANAGEMENT (SAM) The contractor must be registered in SAM in order to be eligible for award. The Contractor must maintain registration throughout the ordering period. PAYMENT will not be made to the contractor if the Contractor s registration lapse. CLAUSES INCORPORATED BY REFERENCE Billing Instructions OCT 2005 CLAUSES INCORPORATE BY FULL TEXT Line Item Specific: Sequential ACRN Order (SEP 2009) The payment office shall make payment in sequential ACRN order within the line item, exhausting all funds in the previous ACRN before paying from the next ACRN using the following sequential order: Alpha/Alpha; Alpha/Numeric; Numeric/Alpha; and Numeric/Numeric. (End of Text) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS , Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at and (2) Be registered to use WAWF at 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 (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

53 50 of 123 (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). Cost Voucher (Cost Reimbursable, T&M, LH, or FPI) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (Contracting Officer: Insert inspection and acceptance locations or Not applicable.) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) HQ0339 N63394 S0303A N63394 N63394 N63394 N/A N63394 N63394 Destination N/A TBD N/A (*Contracting Officer: Insert applicable DoDAAC information or See schedule if multiple ship to/acceptance locations apply, or Not applicable. )

54 51 of 123 (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 notifications. The Contractor shall enter the address identified below in the Send Additional Notifications field of WAWF once a document is submitted in the system. (Contracting Officer: Insert applicable addresses or Not applicable. ) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Local WAWF point of contact Karen Dawley (805) or Karen.dawley@navy.mil (2) For technical WAWF help, contact the WAWF helpdesk at (End of clause) All blanks in the clause will be completed at time of award. HQ G CONTRACT ADMINISTRATION DATA Enter below the address (street and number, city, county, state and zip code) of the Contractor's facility which will administer the contract if such address is different from the address shown on the SF 26 or SF 33, as applicable. * (End of Text) To be completed by the contractor if the contractor s administration address is different HQ G CONTRACTING OFFICER S REPRESENTATIVE CONTRACTING OFFICER S REPRESENTATIVE: SHARON SANDERS Port Hueneme Division Naval Surface Warfare Center (PHD NSWC) Attn: Sharon Sanders 63 Missile Way Port Hueneme, CA 930 The Contractor shall forward a copy of all invoices to the Contracting Officer's Representative. (End of Text) HQ G PURCHASING OFFICE REPRESENTATIVE PURCHASING OFFICE REPRESENTATIVE:

55 52 of 123 Procuring Contracting Officer Mr. Joshua Tuxhorn 63 Missile Way Port Hueneme, CA Contract Specialist Mr. Russell Miller 63 Missile Way Port Hueneme, CA Defense Contract Audit Agency (DCAA) * Defense Contract Management Activity (DCMA) * (End of Text) HQ G SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (APR 2015) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line item number (CLIN) level, rather than on a total contract/to basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may encryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO notification as required herein. (End of Text)

56

57 54 of 123

58

59

60 57 of 123

61 58 of 123

62

63 60 of 123

64 61 of 123

65 62 of 123

66 63 of 123

67 64 of 123

68 65 of 123

69 66 of 123

70 67 of 123

71 68 of 123

72 69 of 123

73 70 of 123

74 71 of 123

75 72 of 123

76 73 of 123

77 74 of 123

78 75 of 123

79 76 of 123

80 77 of 123

81 78 of 123

82 79 of 123 SECTION H SPECIAL CONTRACT REQUIREMENTS Section H Special Contract Requirements 1.0 SPECIAL CONSIDERATIONS 1.10 Safety and Environmental Protection 1.11 Safety 1.11a Contractor personnel shall comply with all applicable DoD, DoN, OSHA, NAVSEA, NFELC, NBVC, local installation and NSWC PHD safety instructions, policies, procedures and guidance while on Government property at NSWC PHD, remote sites or travel destinations. The contractor shall request clarification of safety procedures and guidance from a Government safety observer or manager, a responsible Government employee or the COR in any case where ambiguity or confusion may arise. 1.11b Contractor personnel shall immediately report all unsafe working conditions to a responsible Government employee. 1.11c The contractor shall immediately notify the COR of any serious contractor personnel injuries or deaths sustained in the performance of this requirement. Minor injuries not requiring immediate medical attention shall be reported to the COR by the following business day. Notification shall be made by any practical, reliable means available to the contractor. If the COR is not available, the contractor shall notify the Contracting Officer instead and inform the COR as soon as is possible. The contractor shall cooperate with all official investigations of injuries and deaths. However, nothing in this paragraph shall be so interpreted as to deprive any person of due process or other civil rights Environmental Protection and Compliance 1.12a The contractor shall comply with all applicable Federal, State, and local laws and DoD, DoN, NAVSEA, NFELC, NBVC, and NSWC PHD instructions, policies, procedures and guidance pertaining to the procurement, handling, storage, transfer, use and disposal of hazardous material (HAZMAT) and Hazardous Waste (HAZWASTE). 1.12b If handling of HAZMAT and HAZWASTE is required for the completion of the work in this requirement, the contractor shall contact the NSWC PHD or Department HAZMAT Coordinator not less than 1 week prior to commencing such work to ensure compliance with the latest procedures, including those for handling potential spills and maintaining appropriate Material Safety Data Sheets (MSDS). 1.12c No HAZMAT and HAZWASTE shall be brought onto Government-owned and -leased property unless such material is necessary for the completion of this requirement, is accompanied by a current MSDS, and is handled by properly trained and certified personnel, as applicable. 1.12d For all work involving HAZMAT and HAZWASTE to be performed on property owned or leased by the Government, the contractor shall provide the following: 1.12d(1) A list of HAZMAT items to be used, the estimated quantity of each, and their Volatile Organic Component (VOC) rating (as applicable), to be provided to the COR and Government HAZMAT Coordinator not less than 3 weeks prior to commencing work. 1.12d(2) A detailed plan for the proper disposal of all HAZWASTE generated

83 80 of 123 during the performance of the work, to be provided to the COR not less than 1 week prior to commencing work. 1.12d(3) A detailed description of the engineering and supervisory controls to be used to minimize both human and environmental exposure to HAZMAT and HAZWASTE, to include a Storm Water Pollution Prevention Plan, to be provided to the COR not less than 1 week prior to the start of work. 1.12d(4) A verification that spill kits will be on site, to be provided to the COR not less than 1 week prior to the start of work. 1.12d(5) A list of employees who will be on site working with HAZMAT and HAZWASTE and their training record that qualifies them to perform and supervise this work, to be provided to the COR not less than 1 week prior to the start of work. 1.12e Not less than 1 week prior to starting work involving HAZMAT, the Contractor shall verify to the COR that all the HAZMAT and their MSDSs are accounted for and properly stowed. If the contractor does not have possession of the necessary HAZMAT one week prior to the start of work involving HAZMAT, or if an emergent requirement for HAZMAT is identified during the conduct of any tasking in this PWS, the contractor may not purchase and bring onto Government-owned and -leased property such necessary HAZMAT without first notifying the contracting officer and the COR and receiving written concurrence. Notification may be made by and must include all pertinent facts relative to the HAZMAT, its purchase and handling, and its MSDSs. 1.12f All HAZWASTE generated by the contractor during the performance of this requirement shall be the responsibility of the contractor to dispose of in accordance with applicable Federal, State and local laws, regulations and instructions. 1.12g The contractor shall identify to the COR not less than 2 weeks prior to the start of work involving HAZMAT and HAZWASTE a qualified HAZMAT Coordinator who will monitor contractor storage, transfer, handling, use and disposal of HAZMAT and HAZWASTE on Government-owned and -leased property. The contractor shall request clarification of HAZMAT and HAZWASTE procedures and guidance from the Government HAZMAT Coordinator in any case where ambiguity or confusion may arise. 1.12h The contractor shall identify to the COR when any work under this requirement is determined or discovered to impact the protection of endangered plant or animal species, environmentally-sensitive areas, or historically or culturally significant areas or artifacts prior to commencing such work (Not Used) 1.22 (Not Used) 1.30 Hours of Operation and Location of Work 1.31 Accomplishment of the results contained in this PWS requires work at NSWC Port Hueneme and at various contractor, subcontractor, and Government facilities (mainly in the continental United States). Primary work location shall be at NSWC PHD main campus in Port Hueneme, CA. Normal workdays are Monday through Friday except US Federal Holidays. The standard hours of operation for NSWC PHD Port Hueneme site personnel are Pacific Time, Monday-Friday. The standard hours of operation for remote site and travel destination work places are determined locally and may vary. 1.31a (Not Used)

84 81 of b (Not Used) 1.32 Contractors Working at Government Facilities 1.32a (Not Used) 1.32b Provision will be made by the Government to allow necessary building, site, and facility access for contractor personnel on weekends and Federal holidays in support of this requirement. 1.32c Contractors requiring routine or repeated access to Naval Base Ventura County (NBVC) under this procurement may participate in the RAPIDGate program at their discretion as an alternative to securing daily base passes. Note that Common Access Cards (CACs) will not be issued to contractor personnel merely to allow convenient access to NBVC as an alternative to securing daily base passes or participating in the RAPIDGate program. The provisions of paragraph (3.23) below apply with respect to issuing CACs Hours of operation may be altered at no notice as necessitated by Force Protection posture or as a result of severe weather, disaster, fire, facility condition, security incident or other similar emergency or event Extraordinary Leave Days and Excused Leave for Government Personnel 1.34a If an extraordinary day off, wherein Federal employees are excused from work with pay on what would be a normal work day without charge to leave, is granted to Federal employees by the direction of the President or an agency head, such as has occurred periodically on what would have been normal work days adjacent to major Federal holidays or on the occasion of Presidential funerals or national days of mourning, the contractor shall continue to provide contracted services in accordance with the requirement (Not Used) 1.40 Emergency Operations 1.41 In the event normal access to any part of the NSWC PHD command or any Government-owned remote site or travel destination is closed as a result of fire, flood, severe weather, power failure, loss of other utilities, force protection posture, terrorist activity, military action, natural or man-made disaster, civil unrest, or other emergency resulting in Government personnel being dismissed or dispersed to other facilities, affected contractor personnel shall be relocated or otherwise directed away from the emergency or disrupted area by the contractor. The contractor shall communicate with the COR as soon as is safely possible to determine whether and when Government facilities may be once again available for use by appropriate contractor personnel. If the COR cannot be reached, the contractor shall contact the Contracting Officer (Not Used) 1. Emergency Muster Reports. In the event of large-scale or widespread emergencies, or emergencies confined to highly populated areas, either in the United States or overseas, the Government may, at its discretion, request an Emergency Muster Report for contractor personnel. 1.a In the event a muster report is requested, the contractor will, within one working day of receiving the request, report to the COR or other point of contact designated by the COR the names, geographical locations, and physical status of the contractor personnel assigned to this procurement. Physical condition shall be described as Mustered unharmed, Mustered injured, Missing, Deceased, or Unknown as applicable to the situation. Follow-on

85 82 of 123 update reports may be requested as the emergency develops. 1.b Privacy Act Statement: The information gathered shall be used by the Government exclusively for the purposes shown in paragraphs [1.b(1)] through [1.b(3)] below. Provision of this information by the contractor and by contractor personnel is voluntary and declining a muster shall, by itself, not be considered relevant to the performance of this requirement. 1.b(1) Cooperation with emergency personnel in rescue and recovery efforts. 1.b(2) Determining whether personnel with security clearances and access to classified information are missing, particularly if missing overseas. 1.b(3) Managing impacts to Government mission areas relative to the tasking in the requirement Communications Security (COMSEC) Material and Classified Information 1.44a If an emergency situation creates the possibility of compromise of COMSEC material and equipment, the contractor shall follow the NSWC PHD Emergency Action Plan (EAP) and the applicable NSWC PHD Instruction(s). 1.44b If an emergency situation creates the possibility of compromise of classified information and classified equipment other than COMSEC material, the contractor shall follow their Emergency Action Plan (EAP). See paragraph (3.80) below Points of Contact, Maps and Facility Drawings Points of Contact. See Section G Maps and Facility Drawings. For reasons of security and force protection, maps and facility drawings may be provided by the Government only to contractors making written requests for such information. Requests shall be addressed to the COR after receipt of order. The Government retains the right to deny any and all such requests Emergent Travel. Emergent travel shall be coordinated with the COR prior to travel. The contractor shall inform the COR via electronic mail of the purpose of travel, Government POC, number of persons traveling, destination, estimated duration and cost in terms of both hours and dollars Prioritization 1.71 Weekly meetings may be held between the COR and the contractor to prioritize the technical requirements Provision of Support in Foreign Jurisdictions 1.81 FMS Case Citation. In providing Foreign Military Sales (FMS) support under any of the paragraphs of the PWS. The contractor shall ensure all FMS services and products delivered be in support of specific FMS cases to be identified in consultation with the technical code and the COR Status of Forces Considerations. When providing support under this PWS within foreign national jurisdictions, whether for FMS or USN tasking, the contractor shall comply with the requirements of paragraphs (1.82a) through (1.82d) below. 1.82a Definitions. Paragraphs [1.82a(1)] through [1.82a(3)] provide definitions of terms for use only in meeting this requirement and shall have no bearing on the interpretation of these terms outside of this requirement.

86 83 of a(1) For the purposes of paragraphs (1.82b) through (1.82d) below, the phrase immediate United States jurisdiction shall be understood to refer to the territory of the United States and its possessions; the ships, submarines, vessels and aircraft of the United States Government; the embassies, consulates and other diplomatic missions of the United States; and any other territory, edifice or conveyance over which the United States exercises national sovereignty. 1.82a(2) For the purposes of paragraphs (1.82b) through (1.82d) below, the phrase foreign national jurisdiction shall be understood to refer to the territory of a foreign sovereign nation and its possessions; the ships, submarines, vessels and aircraft of such nation; the embassies, consulates and other diplomatic missions of such nation; and any other territory, edifice or conveyance over which such nation exercises national sovereignty, with the exception of foreign Government ships in United States territorial seas and internal waters and foreign government aircraft in United States air space. 1.82a(3) The term Status of Forces Agreement (SOFA) shall, for the purposes of this PWS, include not only actual Status of Forces Agreements (SOFAs) but also Visiting Forces Agreements (VFAs), Memoranda of Understanding (MoUs) and any other similar agreement, however titled, that governs, defines or clarifies the circumstances and terms under which United States armed forces, civil servants, and their supporting contractors are allowed to operate within foreign territory or national jurisdiction and which normally addresses issues pertaining to the presence and activities of United States forces and nationals, including matters pertaining to civil and criminal jurisdiction. 1.82b The contractor shall ensure that all support provided at any location outside immediate United States jurisdiction, whether ashore in a foreign country or territory, afloat in a foreign vessel, airborne in a foreign aircraft, or otherwise under foreign national jurisdiction, shall comport with the contents of the Status of Forces Agreement (SOFA) applicable to that country or countries. The contractor shall brief its personnel providing such support on the pertinent contents of the applicable SOFA(s) prior to their departure for the foreign jurisdiction(s). 1.82c Where support under this PWS is provided in a foreign national jurisdiction wherein no SOFA is in force, the contractor shall brief its personnel on that fact prior to their departure for that foreign jurisdiction. The contractor shall report the lack of a SOFA to the COR prior to the departure of such personnel for the foreign jurisdiction(s). Contractor personnel shall attend applicable SOFA indoctrination training at host facilities if available. 1.82d The contractor shall submit to the COR a written report explaining the circumstances and disposition, if known, of any incident within a foreign national jurisdiction wherein its personnel are arrested, detained or otherwise taken into custody by US or foreign government personnel, whether during or outside working hours. The report shall be made not later than 2 business days after the contractor becomes aware of the incident and may be made by or in hard copy format. The contractor shall ensure the COR has received the report and is aware of its subject. If the COR is not available, the contractor shall make such report to the Contracting Officer with copy to the COR. The contractor shall provide updated reports to the COR as the incident develops, unless this requirement is waived by the COR. Reports shall include the following information about the incident, if available to the contractor at the time of the report: 1.82d(1) Name(s) of contractor personnel involved.

87 84 of d(2) Name(s) of US Government personnel involved, if any. 1.82d(3) Whether foreign nationals were involved and their names and nationalities, if known. 1.82d(4) Whether US or foreign law enforcement personnel were involved. 1.82d(5) Whether US citizens or foreign nationals were injured or killed. 1.82d(6) Whether US diplomatic missions or personnel were notified of the incident, and by whom. 1.82d(7) Whether any local US military command was notified of the incident and by whom. 1.82d(8) Whether the contractor personnel remain in the foreign jurisdiction or have traveled elsewhere. 1.82d(9) Brief description of incident to include date(s), time(s) and locations(s), as applicable. 1.82d(10) What action, if any, the contractor has taken to dispose of the incident. 1.82e These reports are for information only and nothing in the (1.82) series paragraphs shall be so interpreted as to deprive any personnel of due process or other civil rights. Where provision of this information, or any part of it, to the Government may be felt by the contractor or the contractor personnel to limit or infringe such rights, the contractor shall first contact the COR for clarification. If the COR is not available, the contractor shall instead contact the Contracting Officer. 1.82f Unless specifically required by the terms of a particular SOFA, or unless required by other US law, instruction or policy, the Government will not provide legal representation abroad to contractor personnel taken into custody, detained or prosecuted by a host nation law enforcement agency Government Furnished Property and Government Furnished Information 1.91 Scope. Contractor personnel working in Government buildings and occupying Government spaces will be granted use of Government Furnished Property (GFP) to the extent necessary to perform the requirements of this procurement as defined in paragraphs (1.92) through (1.95) below. Access to Government Furnished Information (GFI) is governed by the provisions of paragraph (3.00) below and of the Department of Defense Contract Security Classification Specification, DD Form 254, attached to this requirement Office Space and Furnishing. Contractor personnel occupying Government spaces will be allowed office space comparable to that provided nearby Government personnel performing broadly similar functions. The contractor will have necessary use of office furnishings with desks or cubicles, chairs, and file cabinets. Navy-Marine Corps Intranet (NMCI) computers and landline telephones will be made available for official use only by contractor personnel at the Government site. Contractor personnel shall be responsible for complying with security regulations regarding telephone, and Internet use. The contractor shall have access to all Government Furnished Equipment (GFE) necessary to perform the requirement Consumable Materials. Except as may be specified elsewhere in this requirement, use of Government consumable materials by the contractor is authorized on a case-by-case basis within the restrictions shown in Paragraphs (1.93a) through [1.93b(2)] below.

88 85 of a Government Consumables shall not be used for the production of newsletters; presentations or reports exceeding 300 printed pages (total, including all copies); or optical media exceeding 20 copies in total. The COR may waive this restriction at the Government s discretion in the case of classified products; where mission-critical timeliness, security or business sensitivity considerations requires the use of Government consumables; or where the Government possesses a unique consumable the contractor cannot procure in a cost-effective or timely fashion. 1.93b Within the restrictions of Paragraph (1.93a) above, the contractor may use nominal amounts of Government consumable materials as shown in Paragraphs [1.93b(1)] through [1.93b(2)] below. 1.93b(1) Use of nominal amounts of printer and photocopier paper for printing and copying of important naval message traffic, electronic mail messages, financial spreadsheets, and similar low-volume documents. 1.93b(2) Use of pens, paper, tape, and similar desktop consumables in teaming environments, such as conferences, meetings, process improvement events or program reviews, where the use of contractor-supplied consumables would impose delay or be otherwise impractical. In such circumstances, use of consumable materials must be comparable to that used by Government teammates No GFP shall become the property of the contractor. All GFP, except authorized consumable materials, shall be returned to the custody of the Government at the expiration of this procurement Damage to and Loss of GFE 1.95a Damage to GFE. Damage to Government furnished equipment (GFE) resulting from intentional or negligent misuse by contractor personnel is the responsibility of the contractor for repair or replacement at the discretion of the Government. Liability for damaged GFE will be limited to the replacement costs, including shipping and handling. Damage to GFE during use by contractor personnel that results from normal usage, pre-existing condition or anomalies is the responsibility of the Government. 1.95b Loss of GFE. Loss of GFE where theft is neither known nor suspected is the responsibility of the contractor for replacement at the discretion of the Government. Liability for damaged GFE will be limited to the replacement costs, including shipping and handling. 1.95c Theft of GFE. 1.95c(1) Loss of GFE through known and suspected theft shall be reported to local law enforcement at the time the loss is discovered and a copy of the subsequent report shall be provided to the COR not more than two business days after the report is available to the contractor. 1.95c(2) Where loss of the GFE through known and suspected theft has resulted from the negligence of the contractor, such as being due to improper storage, transportation and security procedures, the loss is the responsibility of the contractor for replacement at the discretion of the Government. 1.95c(3) Where loss of the GFE through known and suspected theft has not resulted from the negligence of the contractor, the loss is the responsibility of the Government All GFI shall be returned to the custody of the Government at the expiration of this procurement unless otherwise directed by the Department of Defense Contract Security Classification Specification, DD Form 254, attached to this procurement. No unauthorized copies of GFI shall be made by the

89 86 of 123 contractor CONTRACTOR IDENTIFICATION 2.10 Contractor personnel are required to identify themselves as such at the beginning of official communications with Government personnel, whether in person, by telephone, teleconference or electronic mail, or by any other means, unless the contractor is already personally known to all participants in an official communication to be a contractor, such as in the case of continuing official contact. In all cases where doubt may exist, the contractor personnel shall identify themselves as contractors and by the company name of their employer All messages from contractors shall, without exception, clearly identify the sender as a contractor and include the company name of their employer SECURITY 3.10 Security Requirements Specification 3.10a This procurement does require access to communications security (COMSEC) equipment. 3.10b This procurement does require access to intelligence information (INTEL). 3.10c This procurement does not require access to Sensitive Compartmented Information (SCI). 3.10d This procurement does require access to North Atlantic Treaty Organization (NATO) information. 3.10e This procurement does require access to the Secure Internet Protocol Router Network (SIPRNET). 3.10f This procurement does not require access to Operations Security (OPSEC) Sensitive information. 3.10g This procurement does require access to Foreign Government Information (FGI) Security Clearances. 3.15a Contractor personnel shall obtain and maintain at a minimum a security clearance level of SECRET to work on this requirement. Clearances shall be maintained for the duration of this procurement. System Administrators and other authorized contractor personnel who require root access to IT systems will obtain and maintain at a security clearance level of TOP SECRET. 3.15b A list of personnel and their security clearances on file shall be delivered to the COR no later than 20 business days following award and shall be updated with the monthly personnel listing deliverable. CDRL A General Security Procedures 3.21 Contractor personnel shall comply with all DoD, DoN, NAVSEA, Naval Base Ventura County (NBVC), Naval Facilities Expeditionary Logistics Center (NFELC), NSWC, local Navy installation and NSWC PHD security instructions, policies, procedures and guidance as they apply to the contractor both on and off Government property at NSWC PHD, remote sites or travel destinations, to include following established check-in and check-out procedures of all contractor personnel occupying Government facilities or otherwise requiring

90 87 of 123 physical access to Naval Base Ventura County, NFELC and NSWC PHD. The provisions of paragraph (3.25) below apply to check-out procedures (Not Used) 3.23 Common Access Cards (CACs) 3.23a CAC issuance is at the discretion of the Government. The Government reserves the right to change the criteria for CAC issuance at any time without notification to the contractor. The contractor is responsible for ensuring the return of all CACs issued their employees to Naval Base Ventura County Security upon contractor employee separation, the expiration of this procurement and the termination of this procurement as required in paragraph (3.24) below. Reports of the status of contractor personnel occupying NSWC PHD facilities and of the return of CACs shall be made in accordance with paragraphs [3.30c(1)] and [3.30c(2)] respectively, above. 3.23b CACs will normally be issued only to individual contractor personnel who are assigned to this requirement and who meet at least one of the three following criteria: 3.23b(1) The individual requires access to multiple DoD facilities or access to multiple non-dod Federal facilities on behalf of the Department on a recurring basis for a period of 6 months or more. Note that CACs will not be issued to contractor personnel merely to allow convenient access to NBVC as an alternative to securing daily base passes or participating in the RAPIDGate program. See paragraph (1.32) above. 3.23b(2) The individual requires both physical access to a DoD facility and access, via logon, to a DoD network. Access to a DoD network must require the use of a computer with a Government-controlled configuration located in a DoD facility or use of a DoD approved remote access procedure. 3.23b(3) The individual requires remote access to DoD networks that use only the CAC logon for user authentication. 3.23c The contractor is responsible for ensuring its personnel meet all Government requirements for CAC issuance, including possession of an appropriate final security clearance Government Facilities. The provisions of paragraph (1.32) above apply to contractor personnel working at Government facilities Rescission of Access to Government Facilities 3.25a Access to Government facilities is at the discretion of the Government. The Government reserves the right to rescind access by contractor personnel to Government facilities at any and all times and without presenting reason. 3.25b In each instance when contractor employees depart Naval Base Ventura County at the end of their employment with the company or firm, at the end of the PoP of this procurement, upon their transfer to another procurement, and upon being denied access to Government facilities for whatever reason, the contractor shall ensure the prompt return to the Government of all of the following materials in the possession of that employee: 3.25b(1) Government-owned keys to desks, offices, etc. 3.25b(2) Common Access Cards (CACs), except for CACs issued to retired military personnel and retired civil servants on that basis

91 88 of b(3) Base Passes, except for passes issued to retired military personnel and retired civil servants on that basis 3.25b(4) Base stickers for the employee s vehicles, except for stickers issued to retired military personnel and retired civil servants on that basis 3.25b(5) GFE and GFI, with special attention to IT equipment, CI, and CPI 3.25b(6) Courier pass, if issued to the departing employee 3.25c In executing the provisions of paragraph (3.24b) above, the contractor may collect the materials listed in that paragraph and return them to the custody of an appropriate Government employee or direct the contractor employee to surrender these items at the Naval Base Ventura County Security Office, whichever is appropriate to the circumstances. In all cases the contractor shall follow current Naval Base Ventura County and NSWC PHD Security instructions appropriate to the circumstances Emergency Operations. The provisions of paragraph (1.40) above apply to emergency operations under conditions of heightened security and Anti-Terrorism Force Protection posture Isolated Personnel Reporting. Contractor personnel traveling to the Area of Responsibility (AOR) of the United States Pacific Command (PACOM) and other Unified Combatant Commands (UCCs), excepting US territory, shall complete an Isolated Personnel Report (ISOPREP) or other similar document specified by the UCC when required as a precondition to entering the AOR on official business under this requirement Information Protection 3.31 Contractor personnel granted access to the NMCI network will be required to complete Navy Information Assurance (IA) or comparable training, at the Government s discretion, and complete and sign appropriate IA forms required to be granted continued access to Government information technology networks Contractor personnel occupying NSWC PHD facilities, and contractor personnel who routinely visit NSWC PHD facilities, may, at the Government s discretion, be required as a condition of access to said facilities to sign a Certificate of Non-Disclosure (CND), also referred to as a Non-Disclosure Agreement (NDA), to protect classified and unclassified Government financial and other business sensitive information they may become aware of through proximity to Government personnel, information and spaces. Contractor personnel may, at the Government s discretion, be required to sign a CND (or NDA) to protect financial and other proprietary information pertaining to other contractors if the completion of the tasking in this PWS necessitates access to such information. If required, the COR shall issue CNDs/NDAs to the contractor, who will return signed CNDs/NDAs to the COR within three business days. The provisions of Section H of this procurement pertaining to Non-Disclosure Statements, CNDs and NDAs apply Not Used 3.50 Not Used 3.60 Not Used 3.70 Not Used 3.80 Not Used 3.90 Training Requirements

92 89 of The contractor shall comply with all of the security requirements outlined and referenced in the Department of Defense Contract Security Classification Specification, DD Form 254 and its attachments The contractor shall require all prime contractor and subcontractor personnel performing this requirement to successfully complete the following training at the frequency listed in paragraph 3.92a below and maintain currency of training for the duration of the Period of Performance: 3.92a Basic Training Specified of All Requirements TRAINING OPSEC Information Awareness Counter Intelligence Awareness FREQUENCY Once per fiscal year Once per calendar year Once per calendar year 3.92b Specialized Training Required for this Requirement TRAINING Anti-Terrorist Force Protection Courier NATO In-brief NATO Out-brief Annual NSWC PHD COMSEC Monthly NSWC PHD COMSEC FREQUENCY Once per calendar year Once per calendar year Once at Receipt of Order Once at end of procurement Once per calendar year Monthly 3.92c The training requirements specified in paragraphs (3.92a) and (3.92b) above shall apply once to each contractor employee per course per period ( FREQUENCY ) regardless of the number of NSWC PHD procurements to which the individual contractor employee is assigned. Completion of each training requirement for one NSWC PHD procurement shall meet the training requirements for all NSWC PHD procurements within the period specified ( FREQUENCY ) The contractor shall maintain a list of personnel who have completed the training specified in paragraph (3.92) above. This list shall be submitted with a letter certifying that the list is current, complete, and accurate as of the date of submission. The list and certification shall be submitted to the COR with a copy to the Contracting Officer, within 5 days after receipt of order and quarterly thereafter. When there are any changes to contractor s personnel and when it is specifically requested by the COR or Contracting Officer, the list and certification shall be provided within 5 days from the date of the request. Contractor personnel working on two or more NSWC PHD procurements need complete this training only once per stated period and it shall be applicable to all current NSWC PHD procurements. See paragraph (3.92c) above. However, completion of such training shall be certified individually for each NSWC PHD procurement with this training requirement. NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS For the purposes of FAR clauses , NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, , NOTICE OF TOTAL HUBZONE SET-ASIDE, , NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS, and NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SETASIDE, the determination of whether a small business concern is independently owned and operated, not

93 90 of 123 dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation, and further, meets the definition of a HUBZone small business concern, a small business concern certified by the SBA for participation in the SBAs 8(a) program, or a service disabled veteran owned small business concern, as applicable, shall be based on the status of said concern at the time of award of the SeaPort-e MACs and as further determined in accordance with Special Contract Requirement. CLAUSES INCORPORATED BY FULL TEXT ADDITIONAL DEFINITIONS (MAY 1993) As used throughout this contract, the following terms shall have the meanings set forth below: (a) DEPARTMENT means the Department of the Navy. (b) REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR) All references to the FAR in this contract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS), unless clearly indicated otherwise. (c) REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSE ACQUISITION REGULATION All references in this document to either the Armed Services Procurement Regulation (ASPR) or the Defense Acquisition Regulation (DAR) shall be deemed to be references to the appropriate sections of the FAR/DFARS. (d) NATIONAL STOCK NUMBERS Whenever the term Federal Item Identification Number and its acronym FIIN or the term Federal Stock Number and its acronym FSN appear in the contract, order or their cited specifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number (NIIN) and National Stock Number (NSN) respectively which shall be defined as follows: (1) National Item Identification Number (NIIN). The number assigned to each approved Item Identification under the Federal Cataloging Program. It consists of nine numeric characters, the first two of which are the National Codification Bureau (NCB) Code. The remaining positions consist of a seven digit non-significant number. (2) National Stock Number (NSN). The National Stock Number (NSN) for an item of supply consists of the applicable four position Federal Supply Class (FSC) plus the applicable nine position NIIN assigned to the item of supply. (End of Text) LEVEL OF EFFORT ALTERNATE I (MAY 2010) (a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in Sections B and C of this contract. The total level of effort for the performance of this contract shall be total man-hours of direct labor, including subcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level of effort. (b) Of the total man-hours of direct labor set forth above, it is estimated that (Offeror to fill-in) man-hours are uncompensated effort.

94

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 10-Mar-2015 10483794 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 28-Feb-2017 See Section G N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 17-Dec-2015 1300540532 N/A 6. ISSUED

More information

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /26/2016 N/A N/A

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /26/2016 N/A N/A AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES U 1 7 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 29-Jan-2015 1300472729, 1300473204,

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 21-Mar-2016 1300543247-0001 N/A 6.

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 20-Jul-2018 1300729673 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 03-Aug-2016 See Section G. N/A 6.

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 25-May-2018 1300664461-0002 N/A 6.

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Jul-2016 MULTIPLE N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 05-Nov-2014 1300458964 N/A 6. ISSUED

More information

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

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 02-Jan-2012 N/A 6. ISSUED BY CODE N00178 7. ADMINISTERED BY

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 28-Sep-2016 1300592091 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 13-Jan-2010 93529832 N/A 6. ISSUED

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID PAGE OF PAGES R 1 5 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(Ifapplicable) 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) N/A 6. ISSUED BY CODE N00421 7. ADMINISTERED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 09-Mar-2018 1300699464 N/A 6. ISSUED

More information

1 I 9 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15. PROJECT NO. (IF APPLICABLE) PS04

1 I 9 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15. PROJECT NO. (IF APPLICABLE) PS04 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11 CONTRACT ID CODE I PAGE OF PAGES 1 I 9 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15. PROJECT NO. (IF APPLICABLE)

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 17-Dec-2015 Multiple N/A 6. ISSUED

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. Contract ID Code Page 1 Of 5 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Firm Fixed Price 2. Amendment/Modification No. 3. Effective Date 4. Requisition/Purchase Req No. 5. Project No. (If applicable)

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 19-Nov-2018 1300755086, 1300755162

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 23-Apr-20 1300408474 N/A 6. ISSUED

More information

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /02/2015 N/A N/A

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /02/2015 N/A N/A AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE OF S U 1 5 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P00003

More information

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /19/2013 N/A N/A

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /19/2013 N/A N/A AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES U 1 6 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 8 2. AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 01-Dec-2015 1300535692 N/A 6. ISSUED

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES R 1 11 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(Ifapplicable)

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 30-Jul-2015 1300517711 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 17-Nov-2016 See Section G N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 07-Aug-2015 N/A N/A 6. ISSUED BY CODE

More information

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 0007

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 01-Jul-2014 1300420650, 1300420693

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 03-Aug-2017 1300465289 N/A 6. ISSUED

More information

4. REQUISITION / PURCHASE REQ. 3. EFFECTIVE DATE SEE BLOCK 16C 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

4. REQUISITION / PURCHASE REQ. 3. EFFECTIVE DATE SEE BLOCK 16C 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 10 2. AMENDMENT/MODIFICATION NO. PS10 3. EFFECTIVE DATE SEE BLOCK 16C 4. REQUISITION / PURCHASE REQ. NO. 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 19-Oct-2016 - N/A 6. ISSUED BY CODE

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 6

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 6 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 6 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 14-Jul-2017 1300649133 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 19-Jun-2014 1300429306 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Jun-2010 01581851 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 07-May-2010 01206682 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 08-Jun-2016 1300485893 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) -Jan-16 1300538416 N/A 6. ISSUED BY

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 30-Oct-2014 1300458690 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 01-Mar-2016 See Section G N/A 6. ISSUED

More information

NAA. National Archives and Records Adminstration (NAA) Madan M. Kar (301) Adelphi Road RM1510 College Park MD

NAA. National Archives and Records Adminstration (NAA) Madan M. Kar (301) Adelphi Road RM1510 College Park MD AWARD/CONTRACT 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES UNDER DPAS (15 CRF 350) 2. CONTRACT (Proc. Inst. Ident.) NO. 3. EFFECTIVE DATE 08/16/2004 PR20040729018 5. ISSUED BY CODE 8800 6. ADMINISTERED

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 6 2. AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 10/26/2016 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 20-Oct-2010 1300166868-00001 N/A 6.

More information

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 03/09/2006 MOD 04/21/2008

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 03/09/2006 MOD 04/21/2008 DELIVERY ORDER FINAL 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 03/09/2006 MOD 04/21/2008 N00167-08-MR-65330 5. ISSUED BY CODE N00167 6. ADMINISTERED BY CODE S2101A NSWC, CARDEROCK

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 13-Oct-2017 See Section G N/A 6. ISSUED

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J 1 7 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 01-Aug-2018 00679498-0003;00730387

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 08-Aug-2014 1300430871, 1300390223-0001

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 30-Jan-2014 1300387551-0005 N/A 6.

More information

Annex 1: Background: The Oil and Gas Sector in Somalia

Annex 1: Background: The Oil and Gas Sector in Somalia S/AC.29/2015/SEMG/OC.31 1 Annex 1: Background: The Oil and Gas Sector in Somalia Oil and Gas as a Threat to Peace and Security The SEMG discussed the threat to peace and security posed by the extractives

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 08-Sep-2017 See Section G. N/A 6.

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 26-Nov-2013 1300388029 N/A 6. ISSUED

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 10 2. AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

SOLICITATION, OFFER, AND AWARD

SOLICITATION, OFFER, AND AWARD 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES SOLICITATION, OFFER, AND AWARD UNDER DPAS (15 CFR 350) 1 105 2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 6 2. AMENDMENT/MODIFICATION NO. 0003 3. EFFECTIVE DATE JUNE 15, 2017 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.

More information

Tariff Revisions to Accommodate California Department of Water Resources (DWR) Bond-Related Costs

Tariff Revisions to Accommodate California Department of Water Resources (DWR) Bond-Related Costs December 4, 2002 Advice 2315-E (Pacific Gas and Electric Company ID U 39 E) Public Utilities Commission of the State of California Subject: Tariff Revisions to Accommodate California Department of Water

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 16-Sep-2010 MOD N/A 6. ISSUED BY CODE

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 19-Apr-2013 1300331273; 1300331141

More information

x HHSN W 07/11/2012

x HHSN W 07/11/2012 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 0014 6. ISSUED BY National Institutes of Health NIH Info Tech Acquisition and Assessment Center Bethesda MD 20892-7511 See Block 16C IO-OLAO/NITAAC 1.

More information

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 05/23/2005 MOD 02/13/2008

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 05/23/2005 MOD 02/13/2008 DELIVERY ORDER FINAL 1. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 05/23/2005 MOD 02/13/2008 N00178-08-MR-63999 5. ISSUED BY CODE N00178 6. ADMINISTERED BY CODE S2101A NSWC, DAHLGREN DIVISION 17632

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 05 05-Apr-2009

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 17-Sep-2014 1300354949 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 07-Jan-2014 N/A N/A 6. ISSUED BY CODE

More information

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER N00019-13-C-0014 For use with the latest version Lockheed

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 14-May-2014 1300272770 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 29-Sep-2009 N00039-09-MR.13 N/A 6.

More information

SOLICITATION, OFFER AND AWARD

SOLICITATION, OFFER AND AWARD SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 2. CONTRACT NO. 3. SOLICITATION NO. 4. TYPE OF SOLICITATION 5. DATE ISSUED HQ0727-15-R-0001 [ ] SEALED BID (IFB)

More information

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Termination for Convenience

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Termination for Convenience DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION Termination for Convenience Contracts Directorate DCMA-INST 101 OPR: DCMA-AQ SUMMARY OF CHANGES. This revision adds references and text

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 27-Oct-25 1300486847 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 22-Jan-2016 N/A N/A 6. ISSUED BY CODE

More information

SOLICITATION, OFFER AND AWARD

SOLICITATION, OFFER AND AWARD SOLICITATION, OFFER AND AWARD 2. CONTRACT NO. N00024-09-C-2240 7. ISSUED BY NAVAL SEA SYSTEMS COMMAND STOP20401333ISAAC HULLAVE SE WASHINGTON NAVYYARD DC 20376-2040 N00024 1. THIS CONTRACTIS A RATED ORDER

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 29-Jun-2014 1300278561 N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 29-Sep-2014 N/A N/A 6. ISSUED BY CODE

More information

10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA

10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) -Mar-2011 MOD N/A 6. ISSUED BY CODE

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 26-Mar-2014 1300400327/1300394960

More information

1. THIS CONTRACT IS A RATED ORDER. UNDER DPAS (15 CFR 700) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. HDEC08-13-C Jun 2013.

1. THIS CONTRACT IS A RATED ORDER. UNDER DPAS (15 CFR 700) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. HDEC08-13-C Jun 2013. 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES AWARD/CONTRACT UNDER DPAS (15 CFR 700) 1 62 2. CONTRACT (Proc. Inst. Ident.) NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. HDEC08-13-C-0015

More information

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

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 28-Feb-2012 N66604-1300247242 N/A 6. ISSUED BY CODE N66604

More information

(b)(3), (b)(4), (b)(5)

(b)(3), (b)(4), (b)(5) NGB-ZC-AQ (715) 28 January 2005 MEMORANDUM FOR RECORD SUBJECT: Contracting Officer s Decision for Enterprise Operations and Security Services procurement. 1. In accordance with FAR Subpart 15.3, National

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 23-Feb-2015 See Section G N/A 6. ISSUED

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 21-Jul-2014 See Schedule N/A 6. ISSUED

More information

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M67854-02-A-9008 7. FOR SOLICITATION INFORMATION

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 15-Mar-2011 N66604-1062-7724 N/A 6.

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 18-Feb-2015 PMB-14-SE-14016- N/A 6.

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 6

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 6 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 6 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 24-Mar-2017 17-DAR-012 N/A 6. ISSUED

More information

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M67854-02-A-9000 7. FOR SOLICITATION INFORMATION

More information

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M67854-02-A-9010 7. FOR SOLICITATION INFORMATION

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-May-2015 1300494920 N/A 6. ISSUED

More information

Local Government pension Scheme End of Year Return 2016/2017

Local Government pension Scheme End of Year Return 2016/2017 Local Government pension Scheme End of Year Return 2016/2017 This document will guide you through completing the End of Year spreadsheet that must be returned to the Dorset County Pension Fund at the end

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE 1 OF 2 2. AMENDMENT/MODIFICATION NO. 0005 3. EFFECTIVE DATE 12/15/2017 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDER UNDER

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDER UNDER LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDER UNDER JSF LRIP 6 CONTRACT NUMBER N00019-11-C-0083 Generated using

More information

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) 1. FAR 52.215-6 PLACE OF PERFORMANCE a. The Offeror or Respondent, in the performance of any contract resulting

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 13-Nov-2014 various N/A 6. ISSUED

More information

DMMS TECHNICAL INSTRUCTION MANUAL

DMMS TECHNICAL INSTRUCTION MANUAL Payment Systems & Business Technology Domestic Money Monitoring System DMMS TECHNICAL INSTRUCTION MANUAL DMMS Instruction Manual. Ver004 Page 1 Identifier: Revision: Effective Date: Last Update Date: DMMS.001

More information

I. Changes To Purchase Order Terms and Conditions. A. The November 1995 version of the DoD FAR Supplement clause applies to this Order.

I. Changes To Purchase Order Terms and Conditions. A. The November 1995 version of the DoD FAR Supplement clause applies to this Order. Additional Purchase Order Terms And Conditions Basic Ordering Agreement For Repair And/Or Modification For Various Aircraft Programs (Prime Contract No. N00421-05-G-0001) All of the additional terms and

More information

Purpose: The purpose of this modification is to incorporate updates to all Seaport e Contracts.

Purpose: The purpose of this modification is to incorporate updates to all Seaport e Contracts. Page 1 of 11 Modification Details Purpose: The purpose of this modification is to incorporate updates to all Seaport e Contracts. 1. Make the following Changes in Section G: a. ADD HQ G-2-0005 Payment

More information

L3 Technologies, Inc.

L3 Technologies, Inc. 1. When the materials or products furnished are for use in connection with a U.S. Government contract or subcontract, in addition to the L3 General Terms and Conditions for Supply and Services Subcontracts,

More information

LOCKHEED MARTIN AERONAUTICS CO. PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER

LOCKHEED MARTIN AERONAUTICS CO. PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER LOCKHEED MARTIN AERONAUTICS CO. PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER LRIP 8 F-35 Sustainment - Prime Contract N00019-13-R-0078

More information