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

Size: px
Start display at page:

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

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) 01-Dec N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2101A NAVAIR Aircraft Division Pax River BUNDY ROAD, Bldg 441 Patuxent River MD karen.d.lynch@navy.mil DCMA Baltimore 217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Technology Security Associates Inc Three Notch Road Suite E California MD B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) 3EDD6 FACILITY CODE 01-Jan 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 (b). [X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR (a), Mutual agreement of both parties [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) April N. Matzen, Chief Operating Officer Victoria S Thompson, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/april N. Matzen 18-Dec-2015 BY /s/victoria S Thompson 18-Dec-2015 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

2 2 of 2 GENERAL INFORMATION The purpose of this modification is to (1) realign ceiling from CLIN 7202 in the amount of $28, to increase ceiling on CLIN 7200 and 7201, (2)Exercise Option II CLINs 7200, 7201, 7202, and 7204, (3)provide funding for CLINs 7200, 7201, 7202, and 9202 in the total amount of $259, (4) Update Attachment J4 as of Mod. The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from $690, by $257, to $947, CLIN/SLIN Type Of Fund From ($) By ($) To ($) APN , , RDT&E , , O&MN,N , , O&MN,N , , O&MN,N , , The total value of the order is hereby increased from $915, by $469, to $1,385, CLIN/SLIN From ($) By ($) To ($) , , , , , , , , , , , , The Period of Performance of the following line items is hereby changed as follows: CLIN/SLIN From To

3 1 of 68 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 4000 R4 Base Period: Labor in Support of SOW Paragraph 3; APN Funds;Cost-Plus-Fixed-Fee (APN) 1.0 LO $56, $3, $60, R4 Funding in support of CLIN 4000 in the amount of $48,722.00, ACRN AA; Mod 05 deobligated by $2, (APN) R4 Funding in support of CLIN 4000 in the amount of $11,278.00, ACRN AF; Mod 05 Deobligated by $11, (APN) 4001 R4 Base Period: Labor in Support of SOW Paragraph 3; RDT&E Funds;Cost- Plus-Fixed-Fee (RDT&E) 1.0 LO $93, $5, $99, R4 Funding in support of CLIN 4001 in the amount of $39,947.43, ACRN AB (RDT&E) R4 Funding in support of CLIN 4001 in the amount of $9,552.57, ACRN AG (RDT&E) R4 Funding in support of CLIN 4001 in the amount of $50,000.00, ACRN AH (RDT&E) 4002 R4 Base Period: Labor in Support of SOW Paragraph 3; O&MN,N Funds;Cost- Plus-Fixed-Fee (O&MN,N) 1.0 LO $267, $16, $283, R4 Funding in support of CLIN 4002 in the amount of $12,824.00, ACRN AC (O&MN,N) R4 Funding in support of CLIN 4002 in the amount of $64,676.00, ACRN AD (O&MN,N) R4 Funding in support of CLIN 4002 in the amount of $60,000.00, ACRN AE (O&MN,N) R4 Funding in support of CLIN 4002 in the amount of $104,529.00, ACRN AE (O&MN,N) For Cost Type / NSP Items 4003 Base Period: Technical Data in Accordance with SOW Paragraph 8.0; Not Separately Priced 1.0 LO NSP For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

4 2 of 68 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4004 R4 Base Period: Labor Increased Capacity (10%) in support of CLIN's 4000, 4001 and (Fund Type - TBD) 1.0 LO $41, $2, $44, Option For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000 R4 Base Period: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; APN Funds; Cost Reimbursable (APN) 6001 R4 Base Period: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; RDT&E Funds; Cost Reimbursable (RDT&E) 6002 R4 Base Period: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; O&MN,N Funds; Cost Reimbursable (O&MN,N) 1.0 LO $ LO $ LO $9, R4 Funding in support of CLIN 6002 in the amount of $5,527.40, ACRN AC (O&MN,N) R4 Funding in support of CLIN 6002 in the amount of $4,326.00, ACRN AE (O&MN,N) 6003 R4 Base Period: Other Direct Costs (Travel and Materials)Increased Capacity (10%) in support of CLINS 6000, 6001, (Fund Type - TBD) 1.0 LO $1, Option For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7100 R4 Option Period I: Labor in Support of SOW Paragraph 3; APN Funds;Cost-Plus-Fixed-Fee (APN) 1.0 LO $56, $3, $60, R4 Funding for CLIN 7100 in the amount of 60,000.00; ACRN AJ (APN) 7101 R4 Option Period I: Labor in Support of SOW Paragraph 3; RDT&E Funds;Cost- Plus-Fixed-Fee (RDT&E) 1.0 LO $103, $6, $110, R4 Funding CLIN 7101 in the amount of $90,000.00; ACRN AK (RDT&E) R4 Funding CLIN 7101 in the amount of $20,000.00; ACRN AL (RDT&E) 7102 R4 Option Period I: Labor in Support of SOW Paragraph 3; O&MN,N Funds;Cost- Plus-Fixed-Fee (O&MN,N) 1.0 LO $262, $16, $279,707.24

5 3 of 68 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R4 Funding for CLIN 7102 in the amount of $50, (O&MN,N) R4 Funding for CLIN 7102 in the amount of $50, (O&MN,N) R4 Funding for CLIN 7102 in the amount of $20, (O&MN,N) For Cost Type / NSP Items 7103 Option Period I: Technical Data in Accordance with SOW Paragraph 8.0; Not Separately Priced 1.0 LO NSP For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7104 R4 Option Period I: Labor Increased Capacity (10%) in support of CLIN's 7100, 7101 and (Fund Type - TBD) 1.0 LO $42, $2, $45,8.40 Option 7200 R4 Option Period II: Labor in Support of SOW Paragraph 3; APN Funds;Cost-Plus-Fixed-Fee (APN) 1.0 LO $56, $3, $60, R4 Funding in support of CLIN 7200 in the amount of $60, (APN) 7201 R4 Option Period II: Labor in Support of SOW Paragraph 3; RDT&E Funds;Cost- Plus-Fixed-Fee (RDT&E) 1.0 LO $56, $3, $60, R4 Funding in support of CLIN 7201 in the amount of $60, (RDT&E) 7202 R4 Option Period II: Labor in Support of SOW Paragraph 3; O&MN,N Funds;Cost- Plus-Fixed-Fee (O&MN,N) 1.0 LO $319, $19, $338, R4 Funding in support of CLIN 7202 in the amount of $84, (O&MN,N) R4 Funding in support of CLIN 7202 in the amount of 53, (O&MN,N) For Cost Type / NSP Items 7203 Option Period II: Technical Data in Accordance with SOW Paragraph 8.0; Not Separately Priced 1.0 LO NSP For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

6 4 of 68 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7204 R4 Option Period II: Labor Increased Capacity (10%) in support of CLIN's 7200, 7201 and (Fund Type - TBD) 1.0 LO $43, $2, $45, Option 7300 R4 Option Period III: Labor in Support of SOW Paragraph 3; APN Funds;Cost-Plus-Fixed-Fee (APN) 1.0 LO $48, $2, $51, Option 7301 R4 Option Period III: Labor in Support of SOW Paragraph 3; RDT&E Funds;Cost-Plus-Fixed-Fee (RDT&E) 1.0 LO $39, $2, $42, Option 7302 R4 Option Period III: Labor in Support of SOW Paragraph 3; O&MN,N Funds;Cost- Plus-Fixed-Fee (O&MN,N) 1.0 LO $351, $21, $373, Option For Cost Type / NSP Items 7303 Option Period III: Technical Data in Accordance with SOW Paragraph 8.0; Not Separately Priced 1.0 LO NSP For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7304 R4 Option Period III: Labor Increased Capacity (10%) in support of CLIN's 7300, 7301 and (O&MN,N) 1.0 LO $43, $2, $46, Option 7400 R4 Option Period IV: Labor in Support of SOW Paragraph 3; APN Funds;Cost-Plus-Fixed-Fee (APN) 1.0 LO $49, $2, $52, Option 7401 R4 Option Period IV: Labor in Support of SOW Paragraph 3; RDT&E Funds;Cost-Plus-Fixed-Fee (RDT&E) 1.0 LO $40, $2, $42, Option 7402 R4 Option Period IV: Labor in Support of SOW Paragraph 3; O&MN,N Funds;Cost- Plus-Fixed-Fee (O&MN,N) 1.0 LO $357, $21, $379, Option For Cost Type / NSP Items

7 5 of Option Period IV: Technical Data in Accordance with SOW Paragraph 8.0; Not Separately Priced 1.0 LO NSP For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7404 R4 Option Period IV: Labor Increased Capacity (10%) in support of CLIN's 7400, 7401 and (Fund Type - TBD) 1.0 LO $44, $2, $47, Option For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 9100 R4 Option Period I: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; APN Funds; Cost Reimbursable (APN) 9101 R4 Option Period I: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; RDT&E Funds; Cost Reimbursable (RDT&E) 9102 R4 Option Period I: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; O&MN,N Funds; Cost Reimbursable (O&MN,N) 1.0 LO $2, LO $2, LO $5, R4 Funding in support of CLIN 9102 in the amount of $ ; ACRN AP (O&MN,N) 9103 R4 Option Period I: Other Direct Costs (Travel and Materials)Increased Capacity (10%) in support of CLINS 9100, 9101, and (Fund Type - TBD) 1.0 LO $1, Option 9200 R4 Option Period II: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; APN Funds; Cost Reimbursable (APN) 9201 R4 Option Period II: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; RDT&E Funds; Cost Reimbursable (RDT&E) 9202 R4 Option Period II: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; O&MN,N Funds; Cost Reimbursable (O&MN,N) 1.0 LO $2, LO $2, LO $5, R4 Funding in support of CLIN 9202 in the amount of $2, (O&MN,N) 9203 R4 Option Period II: Other Direct Costs (Travel and Materials)Increased Capacity (10%) in support of CLINS 9200, 9201, and (Fund Type - TBD) 1.0 LO $1, Option 9300 R4 Option Period III: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; APN Funds; Cost Reimbursable (APN) 1.0 LO $2, Option 9301 R4 Option Period III: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; RDT&E Funds; Cost Reimbursable (RDT&E) 1.0 LO $2,835.27

8 6 of 68 Item PSC Supplies/Services Qty Unit Est. Cost Option 9302 R4 Option Period III: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; O&MN,N Funds; Cost Reimbursable (O&MN,N) 1.0 LO $6,0.94 Option 9303 R4 Option Period III: Other Direct Costs (Travel and Materials)Increased Capacity (10%) in support of CLINS 9300, 9301, and (Fund Type - TBD) 1.0 LO $1, Option 9400 R4 Option Period IV: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; APN Funds; Cost Reimbursable (APN) 1.0 LO $2, Option 9401 R4 Option Period IV: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; RDT&E Funds; Cost Reimbursable (RDT&E) 1.0 LO $2, Option 9402 R4 Option Period IV: Other Direct Costs (Travel and Materials) in Support of SOW Paragraph 3; O&MN,N Funds; Cost Reimbursable (O&MN,N) 1.0 LO $6, Option 9403 R4 Option Period IV: Other Direct Costs (Travel and Materials)Increased Capacity (10%) in support of CLINS 9400, 9401, and (Fund Type - TBD) 1.0 LO $1, Option Clauses specified in Section B of the Seaport-Enhanced (e) basic contract apply to this task order, unless otherwise specified in the task order, in addition to the following: 11RA HQ B EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995) (Applicable at Task Order Level) (a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law. (b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered. 11RA HQ B LIMITATION OF COST OR LIMITATION OF FUNDS LANGUAGE The clause entitled LIMITATION OF COST (FAR ) or LIMITATION OF FUNDS (FAR ), as appropriate, shall apply separately and independently to each separately identified estimated cost. 11RA HQ B PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993) (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.

9 7 of 68 (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 equal to * percent ( *% ) of the allowable cost of each invoice 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 (percentage of fee is based on fee dollars divided by estimated cost dollars, including facilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract. (c) The fee(s) specified in SECTION B, and payment thereof, is subject to adjustment pursuant to paragraph (g) of the special contract requirement entitled "LEVEL OF EFFORT." If the fee(s) is reduced and the reduced fee(s) is less than the sum of all fee payments made to the Contractor under this contract, the Contractor shall repay the excess amount to the Government. If the final adjusted fee exceeds all fee payments made to the contractor under this contract, the Contractor shall be paid the additional amount, subject to the availability of funds. In no event shall the Government be required to pay the Contractor any amount in excess of the funds obligated under this contract at the time of the discontinuance of work. (d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until the contract has been modified to reduce the fee(s) in accordance with the "LEVEL OF EFFORT" special contract requirement, or until the Procuring Contracting Officer has advised the paying office in writing that no fee adjustment is required. *See Attachment J4, Task Order Ceiling Spreadsheet. 11RA HQ B TRAVEL COSTS ALTERNATE I (NAVSEA) (DEC 2005) (a) 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. (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.

10 8 of 68 SECTION C DESCRIPTIONS AND SPECIFICATIONS SECTION C DESCRIPTIONS AND SPECIFICATIONS Items 4000, 4001, 4002, 7100, 7101, 7102, 7200, 7201, 7202, 7300, 7301, 7302, 7400, 7401, The Contractor shall provide supplies/service in accordance with Section C Statement of Work (SOW) for Program Management Support Services to support the requirements of AIR-1.1, the NAVAIR Program Management Community Support Department. Items 6000, 6001, 6002, 9100, 9101, 9102, 9200, 9201, 9202, 9300, 9301, 9302, 9400, 9401, The contractor shall provide material and travel in accordance with section 7.3 of the statement of work. Items 4003, 7103, 7203, 7303, The data to be furnished hereunder shall be in accordance with Exhibit (A) DD1423, Contract Data Requirements List (CDRL) and section 8.0 of the statement of work. 1.0 OBJECTIVE Statement of Work The Contractor shall provide services in support of the NAVAIR Assistant Commander for Acquisition for NAVAIR Programs (AIR-1.0) and subordinate commands to include, but not limited to, the Environmental Programs Department (AIR-1.6) and the NAVAIR Program Management Community Support Department (AIR-1.1). The contractor s team will be co-located with corresponding government team members performing related tasks onboard the Naval Air Station, Patuxent River, Maryland. 2.0 SCOPE The contractor shall provide program/project administration, technical support, analytical support, and web content support. The contractor s efforts shall provide support in monitoring cost, schedule, and performance of assigned NAVAIR acquisition programs, as well as program and staff functions. The nature of the headquarters work requires tasks be funded with O&M,N; however, tasks performed in direct support of NAVAIR program offices will determine the appropriate funding type. The contractor shall provide monthly progress reports for all tasks in accordance with CDRL A TECHNICAL REQUIREMENTS 3.1 The contractor shall provide support services as Senior Executive Assistant and Office Manager of AIR 1.0 staff members. The contractor shall perform a variety of special administrative duties, such as preparing reports and executive correspondence, managing AIR 1.0 staff calendars, interfacing with senior executives throughout the command, scheduling meetings and conferences and managing office communications, in support of day-to-day operations of the office and the subordinate activities. The contractor shall prepare official documents under an established policy such as providing support with presentations/briefs, travel reservations, travel authorizations, vouchers, and claims. (O&M,N) 3.2 The contractor shall provide services as an Acquisition Specialist (Web). (O&M,N) The contractor shall analyze acquisition policy, instructions, and guidance and update the applicable content of the PMC WebTool to include additions, deletions, editing of web graphics, web layout, and web content, periodically checking on the status of the pending revisions of the NAVAIR MCS Guide, SECNAVINST E, and the DON Acquisition and Capabilities Guidebook to include as dynamic documents. The contractor shall analyze user feedback and reply to customer inquiries. The contractor shall create briefings/demonstrations, maintain the PMC WebTool Administrator s Handbook, and serve as content and format editor for the Communications Guide Current referenced applications will be modernized and all future changes will be performed in accordance with the Navy Enterprise Application Developer's Guide (NEADG), DON/NAVAIR FAM and Task Force Web (TFWeb) mandates. The following specifics to the subject web site pertain: SSAA: In process ; URL: ; DNS Host: NAVIAR.navy.mil ; Website ID: N/A ; Website Name: PMC WebTool; Owner ORG Code ID: AIR-1.1.

11 9 of The contractor shall provide services as a Briefing Specialist. The contractor shall coordinate, draft, and finalize office briefs and presentations. The contractor shall provide graphics, templates, logos, posters, and print material. The contractor shall serve as content and format editor for program office guides (i.e. operating guide, communications guide, etc.). The contractor shall draft presentation standards and templates and serve as audio/visual operator for conference room A/V equipment. Deliverable documentation in support of this task shall be provided only as necessary and as specified in CDRL A002. (O&M,N) 3.4 Joint Aeronautical Commander s Group (JACG) Analytical and Conference Support. The purpose of the JACG is to develop and continuously improve joint processes and procedures that facilitate the design, development, acquisition, and sustainment of aviation systems that are identical, or to the maximum extent possible, common and that maximize interoperability. The JACG is composed of Flag Officers or SESs from the following ten (10) federal organizations: USN, USMC, USCG, NASA, USAF, USA, DLA, FAA, DHS, and DCMA. The contractor s JACG related efforts shall include, but not be limited to, the following: (O&M,N) The contractor shall provide a technically complete and balanced JACG conference agenda through research and analytical support of technical topics selected for JACG deliberation. This may involve the performance of tradeoff studies and risk assessments and coordinating the drafting of case studies based upon historical or ongoing acquisition programs. Systems to be analyzed include: aircraft, avionics, air launched weapons, electronic warfare systems, cruise missiles, unmanned aerial vehicles, launch and arresting gear, training equipment, facilities and all other related equipment. The output of these tasks shall be required in a combination of briefings, technical reports, and web-based media. Deliverable documentation in support of this task shall be provided as specified in CDRL A The contractor shall provide JACG conference planning and meeting facilitation support. These efforts include the preparation of conference material and the planning of all of the details associated with the successful coordination and conduct of executive level meetings. This shall include travel to perform site surveys, evaluations, and selection of appropriate conference venues for two (2) site visits, two (2) large conferences when the Navy is the lead service. Each year the contractor shall coordinate the Video Teleconferencing (VTC) bridge setup for ten (10) VTC meetings. Deliverable documentation in support of this task shall be provided as specified in CDRL A001 or CDRL A003 as appropriate The contractor shall provide effective communication, documentation tools, progress tracking and reporting by establishing and maintaining JACG related databases, reference material, and a JACG information repository. These efforts include analyzing, supporting and updating an unclassified, Government approved, JACG website allowing for team communications and discussions while isolating proprietary information according to Government defined and contractor implemented access procedures. The contractor shall also maintain appropriate records of meetings, actions and decisions and monitor the status of JACG action items. Deliverable documentation in support of this task shall be provided as specified in CDRL A001 and CDRL A004 as appropriate. 3.5 Reserved. 3.6 The contractor shall provide Configuration Management (CM) support by reviewing Engineering Change Proposal documentation, assigning Change Control Board (CCB) numbers within the e.power document tracking system, preparing CCB assignment progress reports, and preparing FCA/PCA documentation. Deliverable documentation in support of this task shall be provided as specified in CDRL A001. (O&M,N) 3.7 The contractor shall provide Data Management (DM) support by using the CDRL tool, maintaining share point DM records, and assisting DM integration with Procurement Management Tool. Deliverable documentation in support of this task shall be provided as specified in CDRL A001. (O&M,N) 3.8 Day-To-Day Operations, Planning & Documentation Support. (O&M,N) The contractor shall provide project management support for In-Service and Out-of-Production IPT projects to assist the field project manager in support of technical engineering/logistics work being performed by, or executed at a field activity. The contractor shall provide support and make recommendations during IPT assessments to determine if project, subproject or components within or subsets of the total designated program, are being successfully accomplished within cost, schedule and performance parameters. The contractor shall also support IPT decisions for Fleet engineering investigations (mishaps/safety related), Safety related ECPs related technical pubs updates (i.e., not hardware driven), Configuration management, Integrated logistics support plans, Obsolescence studies/service life extension efforts, Fatigue testing, Engineering efforts to improve reliability and maintainability that do not change the configuration of the aircraft, and Product improvement efforts for an out-of-production/inservice item to extend its useful military life within the current performance envelope as long as no DT or OT&E by an independent operational test agency is required. Deliverable documentation in support of this task shall be

12 10 of 68 provided as specified in CDRL A The contractor shall ensure maximum standardization and efficiency by reviewing, analyzing and providing recommendations for improving acquisition processes and efficiencies. Deliverable documentation in support of this task shall be provided as specified in CDRL A The contractor shall assist AIR 1.0 programs by providing analysis of AIR 1.0 RDT&E systems and advanced technologies to ensure supportability and achievement of operational readiness, and provide technical support data. The contractor shall also provide analysis and review of current capabilities, shortfalls of existing RDT&E systems and technical documentation to support decisions for transition of new technologies into the next stage of development. Deliverable documentation in support of this task shall be provided as specified in CDRL A001 (RDT&E) The contractor shall evaluate technical directives for applicability to AIR 1.0 procurement programs and recommend, review, evaluate AIR 1.0 procurement program documentation for technical accuracy. Deliverable documentation in support of this task shall be provided as specified in CDRL A001 (APN). 4.0 NMCI Services for Contract Performance 4.1 The contractor shall utilize the NAVY MARINE CORPS INTRANET (NMCI) in the daily performance of the efforts described in the SOW. All onsite personnel shall meet access requirements and have physical access to NMCI desktop machines as necessary to perform SOW tasks. NMCI hardware systems and related software will be provided by the Government. 5.0 Information Assurance 5.1 Information assurance and personnel security requirements for accessing government Information Technology (IT) systems (Oct 2007) Contractor personnel assigned to perform on-site work under this contract shall require access to Government IT Systems. Those contractor personnel requiring access to Government IT Systems shall comply with NAVAIR Clause incorporated in section C of this contract which refers toair-7.2/7.4 Policy Memo 5510, Information Technology (IT) Positions dtd 17 May 2007 or latest version thereof, available at IT POSITIONS.pdf as amended IT Policy Amendment 6 June 07 or through the Procuring Contracting Officer (PCO). Prior to accessing any Government IT System, contractor personnel shall submit a completed Systems Authorization Access Request (SAAR), DD Form 2875, Annual Information Assurance (IA) training certificate, and initiate the requisite background investigation (or provide proof of a current background investigation) to the Contracting Officer s Representative (COR). For purposes of this clause, reference to the COR shall mean the PCO for contracts that do not have a designated COR. In order to maintain access to required systems, the contractor shall ensure completion of annual IA training, monitor expiration of requisite background investigations, and initiate reinvestigations as required Contractor personnel shall complete, sign and date Part I of the SAAR (available as DD June 2006.pdf and coordinate with the COR to designate in Part III, block 28c, the appropriate IT level designation (IT-1, IT-2, or IT3). The completed SAAR and proof of a current background investigation is to be provided to the COR. The COR will review the SAAR submitted by the contractor, and if the COR concurs that the contractor requires the IT access designated, the COR will complete and sign Part II. When a background investigation is required, contractor personnel shall coordinate with Command Personnel Security, AIR-7.4, and follow the procedures as described at the NAVAIR website IT Positions Process for Contractors.doc. 5.2 The PMC WebTool shall comply with all federal, DoD, and Department of the Navy (DON) Information Assurance (IA) policies. To ensure that the program complies with required policies throughout the program s lifecycle, the program shall assign personnel with responsibility for ensuring IA policy and by implementing the DoD Information Assurance Certification and Accreditation Process (DITSCAP). 6.0 GOVERNMENT FURNISHED FACILITIES AND RESOURCES 6.1 The Government will provide to the contractor, the following resources:

13 11 of Manuals, texts, briefs and other materials associated with the hardware/software listed in the SOW Initial familiarization/orientation. Standard Operating Procedures including applicable DOL regulations and guidance, DON guidance, and local instructions/policies will be available to the contractor at the place of performance Access to office furnishings, telephone support, and photocopy equipment as required to perform tasks under this order at the Government site Access/authorization to Corporate Computer Systems or databases, drawings, account numbers, and passwords, necessary to fulfill this SOW, once all IT requirements described in paragraph 5.0 of the SOW have been satisfied and approved by the government contract representative Navy/Marine Corps Intranet Provisions: Performance under this contract will require IT Resources (desktop computers, along with peripherals deemed to be included under the seat management concept). Five NMCI hardware systems and related software will be provided by the government. 7.0 ADMINISTRATIVE CONSIDERATIONS 7.1 Points of Contact Project Manager Mr. Ken Mcilhenny Naval Air Systems Command Bldg 2272, Code AIR 1.1 Communication Media: Voice (Commercial): (301) FAX (Commercial): (301) Contracting Officer's Representative (COR) Ms. Claudette Bennett Naval Air Systems Command Bldg 2272, Code AIR 1.5 Communication Media: Voice (Commercial): (301) FAX (Commercial): (301) Place of Performance. Work in support of this effort shall be performed at Naval Air Systems Command, NAS Patuxent River, MD. 7.3 Travel and Material: Travel to and from five CONUS sites is required for this effort each year for the total contract period of performance. Each trip is expected to involve 1 contractor personnel for five days. 7.4 Privacy and Security Clearances: Unclassified Privacy Act: Work on this project requires that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. code, Section 552a and applicable agency rules and regulations. 8.0 CONTRACT DATA REQUIREMENTS LIST 8.1 The data to be furnished shall be in accordance with the Contract Data Requirements List (CDRL), DD Form When required by the CDRL, delivery of data shall be electronic. File formats shall be identified in the CDRL. 8.2 Status Report (A001). The contractor shall deliver a cumulative Progress/Status Report of all work accomplished under this task order per the requirements of CDRL Item A Briefing Material (A002). The contractor shall deliver briefing materials generated in support of work

14 12 of 68 accomplished under this task order in accordance with CDRL Item A Conference Agenda (A003). The contractor shall document and deliver a cumulative report of all conference preparation accomplished under this task order per the requirements of CDRL Item A Conference Minutes (A004). The contractor shall document and deliver a summary report of all meetings accomplished under this task order per the requirements of CDRL Item A Incurred Costs (A005). In order to support invoice reviews conducted as part of proper surveillance, the Contractor shall report incurred cost and progress in accordance with NAVAIR clause , "Incurred Cost and Progress Reporting for Services," CDRL A005, and contract attachment J Contractor Manpower Reporting Application 9.1 REQUIRED ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA) INFORMATION The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the AIR- 1.1 via a secure data collection site. Contracted services, excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY. 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 Minimum Personnel Requirements The contractor shall be responsible for employing personnel having the following levels of education, professional, and technical experience. These qualifications are only a baseline; contractors should strive for technical excellence in personnel by demonstrating experience and qualifications beyond these qualifications The specialized experience included as part of the required qualifications shall have been obtained in the field of endeavor indicated by the applicable labor categories listed below. The experience indicated in the following labor categories must have been performed during the past five years. In cases requiring experience of more than five years, at least five years of the total experience must be within the past five years. Key personnel are those who will be performing in Key Labor Categories listed below Personnel must have, or be able to obtain the appropriate security clearance as stated on the DD Form 254. Proof of U.S. citizenship is required to be permitted access to Government installation, aircraft, and ships. Note: All required experience for all labor categories may have been obtained concurrently. All degrees shall be obtained from an accredited college or university.

15 13 of DEFINITIONS As used in the minimum personnel qualification descriptions for this contract, the terms indicated shall be defined or their meaning qualified as follows: academic year - a full or complete year of study at a junior college, college, university, or other academic institution toward which at least 30 semester hours or 45 quarter hours of undergraduate study, or 18 semester hours or 27 quarter hours of postgraduate study, were completed accredited institution - a post-secondary educational institution (junior college, college, university, technical trade, or professional school) which was approved by an accrediting agency listed as nationally recognized by the U.S. Department of Education accredited program - an educational program or course of study offered by a post-secondary educational institution which was approved by an accrediting agency listed as nationally recognized by the U.S. Department of Education degree - an academic title conferred by an educational institution upon completion of a unified course of study; if not otherwise qualified, the term shall mean a degree at the bachelor s, master s, or doctoral levels only engineering or engineering discipline - when used in relation to educational or work experience requirements, engineering shall mean any of the following specific subjects, disciplines, or areas of work experience only: aerospace, civil, computer, electrical, electronics, industrial, mechanical or nuclear engineering experience and years of experience When used in relation to requirements for past participation in professional work or employment activities, experience shall mean full-time (on the basis of a standard forty hour work week) participation, at least one-half of which time was spent performing qualifying functions as practitioner or employee When used in relation to requirements for a particular term or period of participation, years of experience shall mean full, productive years of participation. Productive years are work years of fifty-two weeks reduced by reasonable amounts of time for holiday, annual, and sick leave. If participation was part-time, or if less than one-half of the standard work week was spent performing qualifying functions, the actual time spent performing qualifying functions may be cumulated to arrive at full years (or years and months) of experience. For example, only the actual number of full days (or full-day equivalents) of duty or drills completed during a year of military reserve participation, or in other qualifying part-time employment or practice may be cumulated toward years of experience. Qualifying part-time experience performed in addition to other full-time qualifying employment during the same period of time may be cumulated on a full-time equivalent basis and added to the full-time experience to satisfy a total experience requirement postgraduate degree - a master s, Ph.D., or other professional degree for which completion of an undergraduate curriculum for receipt of a bachelor s degree was a prerequisite technical discipline when used in relation to educational or work experience requirements, technical discipline shall mean a degree in the field of Mathematics or Sciences technical rating - completion of a U.S. Navy electronic technology related B or C school for Cryptologic Technician Technical (CTT), Electronic Technician (ET), Electronic Warfare Technician (EW), Fire Controlman (FC), or Information Systems Technician (IT) or the equivalent from another branch of service. 9.3 Labor Category Qualifications: Senior Management Analyst (Key) Functions: Applies knowledge of management functions, process, and analytical methods of techniques to gather, analyze, and evaluate information required by program or project managers and customers. Draws conclusions and devises solutions to problems relating to improvement of management effectiveness, organization structures, work

16 14 of 68 methods and procedure efficiency, and resource requirements, utilization or control. Develops and drafts program or project milestone, progress monitoring, financial, acquisition, quality control, maintenance, or training documentation. May perform program or project operations efficiency reviews, studies, or workload change impact analyses. Relies upon and uses automated management information systems in performing fact finding, analytical, and advisory functions. Education: A bachelor s or postgraduate degree in science, mathematics related discipline, or a business or management related discipline. Experience: A total of at least 4 years of experience in performing the foregoing functions. Allowable Substitution: Four additional years of relevant experience can be substituted for a Bachelor s degree. Graduate Degree may be substituted for two years experience Acquisition Specialist (Web) (Key) Functions: Applies knowledge of project functions, process, and analytical methods of techniques to gather, analyze, and evaluate information required by program or project managers and customers. Draws conclusions and devises solutions to problems relating to improvement of management effectiveness, organization structures, work methods and procedure efficiency, and resource requirements, utilization or control. Reviews acquisition policy, instructions, and guidance documentation for changes/updates and drafts synopsis for leadership review. Updates acquisition tool content. Performs acquisition tool operations efficiency reviews, studies, or workload change impact analyses. Relies upon and uses automated management information systems in performing fact finding, analytical, and advisory functions. Education: An Associate s degree in web development or management information system. Experience: A total of at least 4 years of experience in performing the foregoing functions. Allowable Substitution: Two additional years of relevant experience can be substituted for an Associate s degree. Bachelor s Degree may be substituted for two years experience Project Analyst (Key) Functions: Applies knowledge of management functions, process, and analytical methods of techniques to gather, analyze, and evaluate information required by program or project managers and customers. Draws conclusions and devises solutions to problems relating to improvement of organization structures, work methods and procedure efficiency, and resource requirements, utilization or control. Develops and drafts program or project milestones, progress monitoring, financial, acquisition, quality control, maintenance, or training documentation. Relies upon and uses automated management information systems in performing fact finding, analytical, and advisory functions. Education: B.A. or B.S from an accredited college or university. Experience: A total of 1 to 3 years of experience in performing the foregoing functions. Allowable Substitution: Four additional years of relevant experience can be substituted for a Bachelor s degree. Graduate Degree may be substituted for two years experience Administrator (Key) Functions: Performs a broad range of administrative duties under general direction. Receives no instruction on routine work, general instructions on new assignments. Responsible for providing administrative and clerical support to relieve managers or staff of administrative details. Uses professional concepts to solve a variety of problems. Performs special projects, non-routine tasks, and assignments that are semi-routine in nature where ability to recognize deviation from accepted practice is required. Requires knowledge of relevant regulations and instructions. Works on assignments where judgment is used to resolve problems and making routine

17 15 of 68 recommendations. Follows standard practices and procedures in analyzing situations or data from which answers can be readily obtained. Interacts daily with supervisor, peer groups, and customers. Interaction normally involves exchange or presentation of factual information. Able to multi-task in a dynamic program environment. Education: A High School diploma / GED Experience: Two years of relevant experience working in a NAVAIR office environment and in-depth knowledge of NAVAIR Enterprise Tools. Allowable Substitution: Bachelor s degree may be substituted for 2 years experience requirement. No substitution allowed for knowledge of NAVAIR Enterprise Tools. Clauses specified in Section C of the Seaport-Enhanced (e) basic contract apply to this task order, unless otherwise specified in the task order, in addition to the following: 11RA HQ C ACCESS TO PROPRIETARY DATA OR COMPUTER SOFTWARE (NAVSEA) (JUN 1994) (a) Performance under this contract may require that the Contractor have access to technical data, computer software, or other sensitive data of another party who asserts that such data or software is proprietary. If access to such data or software is required or to be provided, the Contractor shall enter into a written agreement with such party prior to gaining access to such data or software. The agreement shall address, at a minimum, (1) access to, and use of, the proprietary data or software exclusively for the purposes of performance of the work required by this contract, and (2) safeguards to protect such data or software from unauthorized use or disclosure for so long as the data or software remains proprietary. In addition, the agreement shall not impose any limitation upon the Government or its employees with respect to such data or software. A copy of the executed agreement shall be provided to the Task Order Contracting Officer. The Government may unilaterally modify the contract to list those third parties with which the Contractor has agreement(s). (b) The Contractor agrees to: (1) indoctrinate its personnel who will have access to the data or software as to the restrictions under which access is granted; (2) not disclose the data or software to another party or other Contractor personnel except as authorized by the Task Order Contracting Officer; (3) not engage in any other action, venture, or employment wherein this information will be used, other than under this contract, in any manner inconsistent with the spirit and intent of this requirement; (4) not disclose the data or software to any other party, including, but not limited to, joint venturer, affiliate, successor, or assign of the Contractor; and (5) reproduce the restrictive stamp, marking, or legend on each use of the data or software whether in whole or in part. (c) The restrictions on use and disclosure of the data and software described above also apply to such information received from the Government through any means to which the Contractor has access in the performance of this contract that contains proprietary or other restrictive markings. (d) The Contractor agrees that it will promptly notify the Task Order Contracting Officer of any attempt by an individual, company, or Government representative not directly involved in the effort to be performed under this contract to gain access to such proprietary information. Such notification shall include the name and organization of the individual, company, or Government representative seeking access to such information. (e) The Contractor shall include this requirement in subcontracts of any tier which involve access to information covered by paragraph (a), substituting "subcontractor" for "Contractor" where appropriate. (f) Compliance with this requirement is a material requirement of this contract. 11 RA HQ C COMPUTER SOFTWARE AND/OR COMPUTER DATABASE(S) DELIVERED TO AND/OR RECEIVED FROM THE GOVERNMENT (NAVSEA) (APR 2004) (a) The Contractor agrees to test for viruses all computer software and/or computer databases, as defined in the clause

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 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 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) N/A 6. ISSUED BY CODE N00421 7. ADMINISTERED

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

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) 01-Aug-2018 00679498-0003;00730387

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

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

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

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

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 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 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) 07-Aug-2015 N/A N/A 6. ISSUED BY CODE

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

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

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 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 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

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 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) 08-Jun-2016 1300485893 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) 09-Mar-2018 1300699464 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

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

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 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) 05-Nov-2014 1300458964 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

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

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 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

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

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

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

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) 29-Sep-2009 N00039-09-MR.13 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-Oct-2010 1300166868-00001 N/A 6.

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 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

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

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 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

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

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 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

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

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 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

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 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

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 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 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) 08-Jan-2018 CN23454 N/A 6. ISSUED

More information

Additional Terms And Conditions Next Generation Jammer Technology Maturation (Prime Contract No. N C-0072)

Additional Terms And Conditions Next Generation Jammer Technology Maturation (Prime Contract No. N C-0072) Additional Terms And Conditions Next Generation Jammer Technology Maturation (Prime Contract No. N00019-10-C-0072) All of the additional terms and conditions set forth below are incorporated in and made

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

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

LOCKHEED MARTIN CORPORATION SUPPLEMENTAL TERMS AND CONDITIONS FOR F-35 LRIP 6 CONTRACT NUMBER N C-0083

LOCKHEED MARTIN CORPORATION SUPPLEMENTAL TERMS AND CONDITIONS FOR F-35 LRIP 6 CONTRACT NUMBER N C-0083 LOCKHEED MARTIN CORPORATION SUPPLEMENTAL TERMS AND CONDITIONS FOR F-35 LRIP 6 CONTRACT NUMBER N00019-11-C-0083 For Use with the latest Version of the Lockheed Martin Corpdocs November 16, 2011 The Terms

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

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

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) 04-Apr-2014 13004111, 1300410200,

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

T-SM1 N D-0022

T-SM1 N D-0022 Page 1 of 5 T-SM1 N68936-14-D-0022 RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT This attachment is designed for use with awards under Contract N68936-14-D-0022 The following Buyer s terms and conditions

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) 16-Apr-2015 1300489764, 1300476590-0001,

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-2013 1300314616-0001, 1300328215-0007

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. 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

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

NORTHROP GRUMMAN SYSTEMS CORPORATION

NORTHROP GRUMMAN SYSTEMS CORPORATION NORTHROP GRUMMAN SYSTEMS CORPORATION ADDENDUM TO COMMERCIAL TERMS AND CONDITIONS FOR SUBCONTRACTS IN SUPPORT OF THE ADVANCED MISSION PROGRAM (AMP) PRIME CONTRACT 04-C-3045 All of the additional terms and

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

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

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

GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE Authorized Federal Supply Schedule Price List

GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE Authorized Federal Supply Schedule Price List GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE Authorized Federal Supply Schedule Price List On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option

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

J & B Hartigan, Inc. 103 Adams Court Carrollton, VA T: (757) F: (888)

J & B Hartigan, Inc. 103 Adams Court Carrollton, VA T: (757) F: (888) J & B Hartigan, Inc. 103 Adams Court Carrollton, VA 23314 T: (757)-745-7775 F: (888)-828-8321 Contract Number: GS-35F-107BA Information Technology Professional Services Period Covered by Contract: 12-02-2018

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) 08-Sep-2017 See Section G. N/A 6.

More information

DCMA Manual Terminations. Implements: DCMA-INST 2501, Contract Maintenance, August 15, October 10, 2014

DCMA Manual Terminations. Implements: DCMA-INST 2501, Contract Maintenance, August 15, October 10, 2014 DCMA Manual 2501-06 Terminations Office of Primary Responsibility Contract Maintenance Effective: October 2, 2018 Releasability: Cleared for public release Implements: DCMA-INST 2501, Contract Maintenance,

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

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

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

Top 10 Problems with Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s

Top 10 Problems with Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s Top 10 Problems with Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s Top 10 Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s Brian Greenberg, CPCM, Fellow Chief Operating

More information

Restrictions on Subcontractor Sales to the Government (Sep 2006). This clause applies only if this contract exceeds $100,000..

Restrictions on Subcontractor Sales to the Government (Sep 2006). This clause applies only if this contract exceeds $100,000.. Page 1of 6 CUSTOMER CONTRACT REQUIREMENTS Active Denial Technologies Into MRAP CUSTOMER CONTRACT FA9200-08-C-0212 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements apply to this

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

(Revised October 21, 2016) PROTECTION AGAINST COMPROMISING EMANATIONS (JUN 2004)

(Revised October 21, 2016) PROTECTION AGAINST COMPROMISING EMANATIONS (JUN 2004) (Revised October 21, 2016) 252.239-7000 Protection Against Compromising Emanations. As prescribed in 239.7103(a), use the following clause: PROTECTION AGAINST COMPROMISING EMANATIONS (JUN 2004) (a) The

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 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

COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE)

COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE) COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE) 1 Note: Articles flagged with an asterisk (*) are Flow-down requirements as defined in Article SUBCONTRACTORS AND SUPPLIERS in Contract Document GENERAL

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) 21-Dec-2018 Multiple 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) 12-Sep-2013 1300380503 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

Bob Brown, Community Development Director Annette Chavez, Chief Building Official Gail Papworth, Principal Human Resources Analyst

Bob Brown, Community Development Director Annette Chavez, Chief Building Official Gail Papworth, Principal Human Resources Analyst STAFF REPORT MEETING DATE: September 12, 2017 TO: FROM: City Council Bob Brown, Community Development Director Annette Chavez, Chief Building Official Gail Papworth, Principal Human Resources Analyst 922

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-May-20 1300577036-0002 N/A 6. ISSUED

More information

The ABCs of the UCF: A look at Section L and Section M

The ABCs of the UCF: A look at Section L and Section M The ABCs of the UCF: A look at Section L and Section M By: Jennifer Leotta Abstract This paper will examine the government cost analyst s role in the contract award process. Specifically, it will look

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) -Oct-27 N6809318RC09520 N/A 6. ISSUED

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