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

Size: px
Start display at page:

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

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) 28-Sep N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S3500A NSWC, CRANE DIVISION DCMA Albuquerque SCD: C 300 Highway Building 3373 Crane IN donna.reynolds@navy.mil Frost Ave, Bldg 20203B Kirkland AFB NM NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Applied Research Associates, Inc San Mateo Blvd NE, Suite A220 Albuquerque NM B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) 9R446 FACILITY CODE 29-Sep 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. [ ] [X] 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). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] 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) Marissa E. Otero, Senior Contract Administrator Don Feaster, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/marissa E. Otero 28-Sep-2016 BY /s/don Feaster 28-Sep-2016 (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 7 GENERAL INFORMATION The purpose of this modification is to A) authorize performance under the third year period of performance (Option Year Two) using Contract Line Item Numbers (CLINs) 7200 and 9200, B) convert Task Order (TO) from Cost Plus Incentive Fee (CPIF) to Cost Plus Fixed Fee (CPFF) for CLIN 7200 by revising/clarifying all applicable contract clauses, C) provide incremental funding for Labor and Other Direct Costs (ODCs) for Option Year Two, and D) incorporate all applicable revised U.S. Department of Labor Register of Wage Determinations. Accordingly, said TO is modified as follows. Note: All changes are indicated in bold blue font. A) AUTHORIZATION OF THIRD YEAR PERIOD OF PERFORMANCE In accordance with Federal Acquisition Regulation (FAR) 17.2 Exercise of Options and FAR Part 6 Competition Requirements; based upon evaluations of Contractor performance by performance monitors and recommendations from the Contracting Officer Representative, the Contractor is hereby notified that Option Year Two is exercised for the third year of the period of performance. CLINs 7200 and 9200 will be utilized for incremental funding on the current and future modifications and should be invoiced accordingly. B) ADMINISTRATIVE CHANGES TO THE TASK ORDER: a) Convert Task Order From CPIF To CPFF. The Contractor (Applied Research Associates, Inc.) and the Government, by mutual agreement, are converting this Level of Effort (LOE) Task Order from a Cost plus Incentive Fee (CPIF) type to a Cost plus Fixed Fee (CPFF) type Task Order. Labor Hours, Target Cost dollar amounts and Target Fee dollar amounts, as noted in the Section B Supplies or Services and Prices schedule, remain unchanged. Surge CLIN Labor Hours, Estimated Costs, Fixed Fee and CPFF dollar amounts, as noted in the Section B Supplies or Services and Prices schedule, remain unchanged. The Title Target Fee is hereby changed to Fixed Fee for Labor CLIN 7200, and the dollar amounts remain unchanged. Labor CLINs 4000 and 7000 remain unchanged as CPIF CLINs. Labor CLIN 7200 is hereby converted from a CPIF CLIN to a CPFF CLIN. b) Add the following clarifying statement above NAVSEA Clause HQ B PAYMENTS OF FEE(S) (LEVEL OF EFFORT - ALTERNATE 1) (NAVSEA) (MAY 2010) in Section B: The following NAVSEA clause is specific to CPIF Labor CLINs 4000 and 7000 only. c) Add NAVSEA clause HQ B PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993) in full text to Section B, as follows: 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. (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 the blended fee rate noted in

3 3 of 7 Section B in Table 1 Base Year 1 CPIF Labor CLIN and CPFF Surge CLIN; Table 2 Option Year 1 CPIF Labor CLIN and CPFF Surge CLIN; Table 3 Option Year 2 CPIF Labor CLIN and CPFF Surge CLIN; Table 4 Award Term 1 (Year 4) CPFF Labor and Surge CLIN and Table 5 Award Term 2 (Year 5) CPFF Labor and Surge CLIN 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. d) Add the following clarifying statement above HQ B PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993) in Section B: The following NAVSEA clause is specific to CPFF Labor CLIN 7200 only. e) Add the following clarifying statement above NAVSEA LEVEL OF EFFORT ALTERNATE 1 (MAY 2010) in Section H: The following NAVSEA clause is specific to CPIF Labor CLINs 4000 and 7000 only. f) Add NAVSEA clause LEVEL OF EFFORT (DEC 2000) (with a clarifying statement specific to CPFF CLIN 7200 above the clause) in full text to Section H, as follows: The following NAVSEA clause is specific to CPFF Labor CLIN 7200 only. NAVSEA LEVEL OF EFFORT (DEC 2000) (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 33,250 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 zero (0) man-hours are uncompensated effort. Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract. (c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed in direct support of this contract and shall not include time and effort expended on such things as (local travel to and from an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred)

4 4 of 7 at an employee's residence or other non-work locations (except as provided in paragraph (j) below), or other time and effort which does not have a specific and direct contribution to the tasks described in Sections B and C. (d) The level of effort for this contract shall be expended at an average rate of approximately 729 hours per week. It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the term hereof, except as provided in the following paragraph. (e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such an extent that the total man-hours of effort specified above would be used prior to the expiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefits which would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms and conditions of this contract and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. The Contractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Any agreement to accelerate will be formalized by contract modification. (f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor such that the total man-hours of effort specified in paragraph (a) above would be used prior to the expiration of the term. This order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge this order within five days of receipt. (g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period of this contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows: Fee Reduction = Fee (Required LOE - Expended LOE) Required LOE or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR ) or "LIMITATION OF COST (FACILITIES)" (FAR ), as applicable, require the Contractor to continue to perform the work until the total number of man-hours of direct labor specified in paragraph (a) above shall have been expended, at no increase in the fee of this contract. (h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shall indicate on each invoice the total level of effort claimed during the period covered by the invoice, separately identifying compensated effort and uncompensated effort, if any. (i) Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit the following information in writing to the Contracting Officer with copies to the cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number of man-hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the number of man-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for the period. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, in the case of a cost underrun;

5 5 of 7 (5) the amount by which the estimated cost of this contract may be reduced to recover excess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of the appropriate fee reduction in accordance with this clause. All submissions shall include subcontractor information. (j) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contract performance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractor has a company-approved alternative worksite plan. The primary worksite is the traditional main office worksite. An alternative worksite means an employee s residence or a telecommuting center. A telecommuting center is a geographically convenient office setting as an alternative to an employee s main office. The Government reserves the right to review the Contractor s alternative worksite plan. In the event performance becomes unacceptable, the Contractor will be prohibited from counting the hours performed at the alternative worksite in fulfilling the total level of effort obligations of the contract. Regardless of work location, all contract terms and conditions, including security requirements and labor laws, remain in effect. The Government shall not incur any additional cost nor provide additional equipment for contract performance as a result of the Contractor s election to implement an alternative worksite plan. (k) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man-hours up to five percent in excess of the total man-hours specified in paragraph (a) above, provided that the additional effort is furnished within the term hereof, and provided further that no increase in the estimated cost or fee is required. (End of Text) g) Revise the CPIF Table and language in Section B as follows: FROM: The first incentive fee calculation will be at the end of the first year of the TO. The min fee shall be one percent (1%). Target fee shall be five percent (5%). Maximum fee shall be eight percent (8%) as proposed. 1) The final target cost, target fee amounts shall be based upon the actual level of effort the contractor provides as explained in the following paragraphs. LABORITEMS LABOR HOURS TARGET COST TARGET FEE (5%) ,638 $1,882,663 $81,481 Rate/Hr $ $ ,637 $1,925,721 $83,341 Rate/Hr $ $ ,975 $1,688,735 $75,053 Rate/Hr $ $7.32 (i) The final CPIF target cost for CLIN 4000, (if and to the extent Options are exercised) Option CLIN(s) 7000, and 7200 shall be determined by multiplying the allowable hours worked, including subcontractor hours, under the CLIN by the rate/hour in the target cost column including cost of money, in the preceding table. (ii) The final CPIF target fee for CLIN 4000, (if and to the extent Options are exercised) Option CLIN(s) 7000, and 7200 shall be determined by multiplying the allowable hours worked, including subcontractor hours, under the CLIN by the rate/hr in the target fee column of the preceding table.

6 6 of 7 (iii) The share ratio for the CPIF portion of the fee structure is 60/40 (60% Government and 40% Contractor) for both underruns and overruns. The fee earned under the CPIF portion of the fee structure will be based on the total allowable cost incurred by the contractor in comparison to the final target cost for each of the aforementioned labor CLINs. See the Incentive Fee clause (FAR ) in Section I of this TO for further information on how the target cost and target fee are determined and the fee earned is calculated. TO: The first incentive fee calculation will be at the end of the first year of the TO. The min fee shall be one percent (1%). Target fee shall be five percent (5%). Maximum fee shall be eight percent (8%) as proposed. 1) The final target cost, target fee amounts shall be based upon the actual level of effort the contractor provides as explained in the following paragraphs. LABORITEMS LABOR HOURS TARGET COST TARGET FEE (5%) ,638 $1,882,663 $81,481 Rate/Hr $ $ ,637 $1,925,721 $83,341 Rate/Hr $ $7.16 (i) The final CPIF target cost for CLIN 4000 and Option CLIN 7000 shall be determined by multiplying the allowable hours worked, including subcontractor hours, under the CLIN by the rate/hour in the target cost column including cost of money, in the preceding table. (ii) The final CPIF target fee for CLIN 4000 and Option CLIN 7000 shall be determined by multiplying the allowable hours worked, including subcontractor hours, under the CLIN by the rate/hr in the target fee column of the preceding table. (iii) The share ratio for the CPIF portion of the fee structure is 60/40 (60% Government and 40% Contractor) for both underruns and overruns. The fee earned under the CPIF portion of the fee structure will be based on the total allowable cost incurred by the contractor in comparison to the final target cost for each of the aforementioned labor CLINs. See the Incentive Fee clause (FAR ) in Section I of this TO for further information on how the target cost and target fee are determined and the fee earned is calculated. * The following CPFF rates for CLIN 7200 are subject to change pending Government/Contractor revaluation of the actual level of effort and subsequent negotiations to be completed no later than 60 days following execution of subject TO Modification. LABORITEMS LABOR HOURS TARGET COST FIXED FEE (5%) ,975 $1,688,735 $75,053 * Rate/Hr $ $7.32 C) SECTION G ACCOUNTING DATA, INCREMENTAL FUNDING ADDED: The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from $1,629, by

7 7 of 7 $76, to $1,705, CLIN/SLIN Type Of Fund From ($) By ($) To ($) RDT&E , , RDT&E , , The total value of the order is hereby increased from $4,171, by $1,853, to $6,025, CLIN/SLIN From ($) By ($) To ($) ,761, ,761, , , D) WAGE DETERMINATION UPDATES: Attachments 3, 14, 15, 16 and 17 - revised U.S. Department of Labor Register of Wage Determinations under the applicable Service Contract Act Wage Determination Numbers Rev 2, Rev 17, Rev 17, Rev 1, and Rev 3 are incorporated herein and effective on anniversary date of the TO, 28 September A conformed copy of this Task Order is attached to this modification for informational purposes only.

8 1 of 57 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF 4000 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. Labor Base Year. (Fund Type - TBD) LH $1,882, $81, $1,964, Max Fee $115, Min Fee $36, Government Overrun Share Line Government Underrun Share Line R425 Incremental labor funding in support of CLIN (RDT&E) R425 Incremental labor funding in support of CLIN (RDT&E) R425 Incremental labor funding in support of CLIN (RDT&E) R425 Incremental labor funding in support of CLIN (RDT&E) Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4100 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. Labor LH $188, $11, $200,191.00

9 2 of 57 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF Surge Base Year. (Fund Type - TBD) Option Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF 4200 R425 N/A, THIS CLIN MOVED TO CLIN 7000 ON MOD 04 (Fund Type - TBD) 0.0 LH $0.00 $0.00 $0.00 Option Max Fee $0.00 Min Fee $0.00 Government Overrun Share Line Government Underrun Share Line Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4300 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. Labor Surge Option Year One. (Fund Type - TBD) 0.0 LH $0.00 $0.00 $0.00 Option 4999 Data / Technical Data requirements for Labor CLIN(s) 4000 through 4300 and 7200 through 7300; in accordance with (IAW) the Statement Of Work (SOW), and CDRL(s) A001 thru A0, and applicable DID(s). The Government shall have unlimited rights to all Data/Tech Data generated under this effort IAW DFARS The price/costs for all data/tech data 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) 4000 through 4300 and 7200 through $0.00 For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. ODC Base Year. (Fund Type - TBD) 1.0 LO $99,426.00

10 3 of 57 Item PSC Supplies/Services Qty Unit Est. Cost R425 Incremental ODC funding in support of CLIN (RDT&E) R425 Incremental ODC funding in support of CLIN (RDT&E) R425 Incremental ODC funding in support of CLIN (RDT&E) 6100 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. ODC Surge Base Year. (Fund Type - TBD) 1.0 LO $9, Option 6200 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. ODC Option Year One. (Fund Type - TBD) 1.0 LO $0.00 Option 6300 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. ODC Surge Option Year One. (Fund Type - TBD) 1.0 LO $0.00 Option For Cost Type Items: Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF 7000 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. Labor Option Year One. (Fund Type - TBD) LH $1,925, $83, $2,009, Max Fee $117, Min Fee $37, Government Overrun Share Line Government Underrun

11 4 of 57 Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF Share Line R425 Incremental labor funding in support of CLIN 7000 (RDT&E) R425 Incremental labor funding in support of CLIN Nuclear Survivability support for SPIET-D supporting RKV with MDA and GXM (RDT&E) R425 Incremental labor funding in support of CLIN Nuclear Survivability support for SPIET-D supporting HAENS with MDA and GXM (RDT&E) R425 Incremental labor funding in support of CLIN Nuclear Survivability support for Missile Defense Agency and Flight Systems Division GXM (RDT&E) Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7100 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. Labor Surge Option Year One. (Fund Type - TBD) LH $192, $11, $204, Option 7200 AC24 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. Labor Option Year Two. (Fund Type - TBD) LH $1,688, $73, $1,761,788.00

12 5 of 57 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF AC24 Incremental labor funding in support of CLIN Nuclear Survivability support for Missile Defense Agency and Flight Systems Division GXM (RDT&E) 7300 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. Labor Surge Option Year Two (Fund Type - TBD) LH $168, $10, $179, Option For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 9000 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. ODC Option Year One. (Fund Type - TBD) 1.0 LO $99, R425 Incremental ODC funding in support of CLIN 7000 (RDT&E) R425 Incremental ODC funding in support of CLIN Nuclear Survivability support for SPIET-D supporting HAENS with MDA and GXM (RDT&E) R425 Incremental ODC funding in support of CLIN Nuclear Survivability support for Missile Defense Agency and Flight Systems Division GXM (RDT&E) 9100 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. ODC Surge Option Year One. (Fund Type - TBD) 1.0 LO $9, Option 9200 AC24 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. ODC Option Year Two. (Fund Type - TBD) 1.0 LO $91, AC24 Incremental ODC funding in support of CLIN Nuclear Survivability support for Missile Defense Agency and Flight Systems Division GXM (RDT&E)

13 6 of 57 Item PSC Supplies/Services Qty Unit Est. Cost 9300 R425 Non-personal services to provide scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. ODC Surge Option Year Two. (Fund Type - TBD) 1.0 LO $9, Option The first incentive fee calculation will be at the end of the first year of the TO. The min fee shall be one percent (1%). Target fee shall be five percent (5%). Maximum fee shall be eight percent (8%) as proposed. 1) The final target cost, target fee amounts shall be based upon the actual level of effort the contractor provides as explained in the following paragraphs. LABOR ITEMS LABOR HOURS TARGET COST TARGET FEE (5%) ,638 $1,882,663 $81,481 Rate/Hr $ $ ,637 $1,925,721 $83,341 Rate/Hr $ $7.16 (i) The final CPIF target cost for CLIN 4000 and Option CLIN 7000 shall be determined by multiplying the allowable hours worked, including subcontractor hours, under the CLIN by the rate/hour in the target cost column including cost of money, in the preceding table. (ii) The final CPIF target fee for CLIN 4000 and Option CLIN 7000 shall be determined by multiplying the allowable hours worked, including subcontractor hours, under the CLIN by the rate/hr in the target fee column of the preceding table. (iii) The share ratio for the CPIF portion of the fee structure is 60/40 (60% Government and 40% Contractor) for both underruns and overruns. The fee earned under the CPIF portion of the fee structure will be based on the total allowable cost incurred by the contractor in comparison to the final target cost for each of the aforementioned labor CLINs. See the Incentive Fee clause (FAR ) in Section I of this TO for further information on how the target cost and target fee are determined and the fee earned is calculated. * The following CPFF rates for CLIN 7200 are subject to change pending Government/Contractor revaluation of the actual level of effort and subsequent negotiations to be completed and executed via contract modification no later than 60 days following execution of Modification. LABORITEMS LABOR HOURS TARGET COST FIXED FEE (5%) ,975 $1,688,735 $75,053 * Rate/Hr $ $7.32

14 7 of 57 NOTE A: LEVEL OF EFFORT (REMOVED) NOTE B: OPTION 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. NOTE C: SURGE If the Government determines that an increased LOE is required, the Government reserves the right to exercise "surge" option CLINs for additional hours in accordance with the SOW. In the event that the Government does elect to exercise the surge option item, the appropriate ceiling and LOE may be re-aligned under labor CLINs for each task identified in the SOW. NOTE D: OTHER DIRECT COSTS During the performance of this task order it may be necessary for the contractor to procure materials or equipment (hereafter referred to as materials ) to respond to the mission requirements listed in the Statement of Work. This task order is a service contract and the procurement cost of material, of any kind, that are not incidental to, and necessary for, the contract performance may be determined as unallowable costs pursuant to FAR Part 31. -The term material means property that may be consumed or expended during the performance of a contract, component parts of a higher assembly, or items that lose their individual identity through incorporation into an end-item. -The term "equipment" means a tangible item that is functionally complete for its intended purpose, durable nonexpendable, and needed for performance of a contract. Equipment is not intended for sale, and does not ordinarily lose its identity or become a component part of another article when put into use. Equipment does not include material, real property, special test equipment or special tooling. -"Government property" means all property owned or leased by the Government. Goverpnrmopeenrtty includes both Governmentfurnished and Contactor-acquired property. Government property includes material, equipment, special tooling, special test equipment, and real property. Any material acquired by the contractor is subject to the requirements of the FAR and DFARS. Charges related to materials costs may include general and administrative (G&A) expenses but shall not include fee or profit. HQ B EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995) (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. HQ B-2-00 LIMITATION OF COSTS 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.

15 8 of 57 The following NAVSEA clause is specific to CPIF Labor CLINs 4000 and 7000 only. 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 fee 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. The following NAVSEA clause is specific to CPFF Labor CLIN 7200 only. 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. (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 the blended fee rate noted in Section B in Table 1 Base Year 1 CPIF Labor CLIN and CPFF Surge CLIN; Table 2 Option Year 1 CPIF Labor CLIN and CPFF Surge CLIN; Table 3 Option Year 2 CPIF Labor CLIN and CPFF Surge CLIN; Table 4 Award Term 1 (Year 4) CPFF Labor and Surge CLIN and Table 5 Award Term 2 (Year 5) CPFF Labor and Surge CLIN 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. 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.

16 9 of 57 (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. HQ B CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (FEB 1997) This entire contract is cost type.

17 10 of 57 SECTION C DESCRIPTIONS AND SPECIFICATIONS STATEMENT OF WORK FOR Nuclear and RF Radiation Survivability Support for the Ballistic Missile Defense System Naval Surface Warfare Center, Crane Division 1.0 Scope This Statement of Work (SOW) sets forth the requirements for non-personal scientific, engineering, technical, and data management support services to provide natural, nuclear, and RF radiation survivability technical support and nuclear survivability studies. Technical support and studies to be provided are natural and nuclear environment calculations, nuclear survivability assessments, missile defense system simulations, nuclear survivability verification and validation planning, and nuclear survivability engineering reviews for current and new technologies. This task requires the ability to interpret, use, and advise on MDA-STD-001 High Altitude Exoatmospheric Nuclear Survivability (HAENS). 1.1 Background The Missile Defense Agency (MDA) is developing and deploying a BMDS capable of performing its mission in the hostile radiation environments created by electronic warfare, natural radiation, and nuclear weapons. Strategic Command s (STRATCOM) Joint Electromagnetic Preparedness for Advanced Combat (JEPAC) is tasked to test the BMDS performance in those environments. The BMDS is designed to defend against ballistic missiles armed with nuclear weapons. Therefore, the BMDS system must be able to perform its mission in the environments produced by nuclear detonations. To assist in providing this capability, MDA has sponsored the development of a BMDS wide High Altitude and Exo-atmospheric Nuclear Survivability (HAENS) Standard. This standard has been developed and approved by MDA, was signed off by the MDA Configuration Control Board, and will be periodically updated by the MDA Deputy for Engineering. MDA recognizes the need to further develop and refine the standard in order to reflect comments by BMDS elements and components as well as alterations and refinements to the BMDS architecture. Contractor support is required for the development of a nuclear, natural, and RF radiation survivable and operable BMDS. This task requires extensive experience utilizing Defense Threat Reduction Agency (DTRA) developed and approved nuclear assessment models including Survivability Planning and Intercept Evaluation Tool (SPIET-D), Quick Prompt Radiation Code (QPROMPT), Air Transport of Radiation (ATR), Properties of Radio Wave Propagation in a Structured Ionized Medium (PRPSIM), Advanced System Survivability Integrated Simulation Toolkit (ASSIST), Debris Gamma and Beta Environments for TacticalSystems (DGBETS), High altitude nuclear environment prediction tool (SCENERIO), Comprehensive Low Altitude Multi-burst Phenomenology (C/LAMP), High Altitude IR and RF environments (needed by SPIET-D) (INTFIL), and the Virtual Integrated Electronic Warfare System (VIEWS) to assess nuclear and RF radiation environments specifically on Ballistic Missile Defense System (BMDS) components.

18 11 of Applicable Paragraphs This acquisition applies to the following SOW paragraphs of the basic SeaPort Enhanced (SeaPort-e) Multiple Award Contract (MAC): 3.1 Research and Development Support 3.2 Engineering, System Engineering, and Process Engineering Support 3.3 Modeling, Simulation, Stimulation, and Analysis Support 3.4 Prototyping, Pre-Production, Model-Making, and Fabrication Support N/A 3.5 System Design Documentation and Technical Data Support N/A 3.6 Software Engineering, Development, Programming, and Network Support N/A 3.7 Reliability, Maintainability, and Availability (RM&A) Support N/A 3.8 Human Factors, Performance, and Usability Engineering Support N/A 3.9 System Safety Engineering Support N/A 3.10 Configuration Management (CM) Support N/A 3.11 Quality Assurance (QA) Support N/A 3.12 Information System (IS) Development, Information Assurance (IA), and Information Technology (IT) Support N/A 3.13 Inactivation and Disposal Support N/A 3.14 Interoperability, Test and Evaluation, Trials Support N/A 3.15 Measurement Facilities, Range, and Instrumentation Support N/A 3.16 Logistics Support N/A 3.17 Supply and Provisioning Support N/A 3.18 Training Support N/A 3.19 In-Service Engineering, Fleet Introduction, Installation and Checkout Support N/A 3.20 Program Support N/A 3.21 Functional and Administrative Support N/A 3.22 Public Affairs and Multimedia Support N/A 2.0 Applicable Documents The following documents of the revision or issue in effect at the date of Order, or as otherwise specified by the TI, form a part of this SOW for reference. In the event of conflict between the documents referenced herein and the contents of this SOW, the contents of this SOW shall prevail. 2.1 Specification None identified 2.2 Standards MDA-STD-001 High Altitude Exoatmospheric Nuclear Survivability Standard. 2.3 Other Publications and Regulations DNA 6500H-V1 Nuclear Weapon Modeling Handbook (Red Book) Volume I

19 12 of 57 DNA 6500H-V3 Nuclear Weapon Modeling Handbook (Red Book) Volume III 2.4 Instructions and Directives None identified 3.0 Requirements Work to be performed, required data deliverables, and applicable governing documents shall be specifically described in Technical Instructions (TI) to be placed against the TO by the Contracting Officer and shall be within the parameters of one or more of the general tasks listed below. The Contractor shall furnish all labor, facilities, material, and equipment to support the tasking except for Government Furnished Information (GFI), Materials (GFM), Facilities (GFF), or Equipment (GFE) expressly identified in the TI. The contractor shall provide technical assistance and analysis, as outlined in the technical instruction, ensuring the government has the appropriate information to determine that all elements and components of the BMDS have technically valid and appropriate nuclear environment specifications. TIs will be utilized to delineate specific efforts when applicable and will be separately funded via TO modification. Functional areas to be supported under this TO are described below Research and Development Support The contractor shall provide technical assistance needed to insure that the BMDS has verification procedures established to provide assurance that performance objectives in nuclear and RF radiation environments will be achieved. The contractor shall support development of verification guidelines and plans, including, radar operability verification plans and kill vehicle verification plans to provide guidance on appropriate and cost effective nuclear survivability verification procedures Engineering, System Engineering and Process Engineering Support The contractor shall participate in reviews of the MDA HAENS Standard and support modifications. This support will include nuclear environment calculations and assessments using computer codes and models sponsored by the DTRA. The contractor shall provide technical assistance needed to insure that the BMDS utilizes engineering and design approaches suitable for meeting performance objectives in their specified operational environments. The contractor shall participate in, and support with technical analysis, technical interchange meetings and formal and informal design reviews. Technical analysis will include radiation flow down analysis, RF link analysis, radar performance simulations and optical sensor performance analysis Modeling, Simulation, Stimulation, and Analysis Support The contractor shall provide technical assistance and analysis, as outlined in the technical instruction, ensuring the government has the appropriate information to determine that all elements and components of the BMDS have technically valid and appropriate nuclear environment specifications. The contractor shall employ DTRA approved models and simulations, including, SPIET-D, QPROMPT, ATR, PRPSIM, ASSIST, DGBETS, SCENERIO, C/LAMP, INTFIL, and VIEWS to assess nuclear and RF radiation environments on the BMDS. In particular, the contractor shall use DTRA s SPIET-D BMDS simulation to model the nuclear

20 13 of 57 environments on BMDS elements and components. The contractor shall use SPIET-D, in coordination with MDA, to perform simulations of the BMDS operation in nuclear threat scenarios. The contractor shall also integrate SPIET-D BMDS simulation and VIEWS to model the electronic warfare impacts in nuclear environments on BMDS elements and components. The contractor shall use SPIET-D, in coordination with MDA, to perform simulations of the BMDS operation in nuclear threat scenarios. These simulations will evaluate BMDS performance across a broad range of architectures, hardening options and threat assumptions. The contractor shall be capable of modifying SPIET-D as needed, in consultation with MDA, to appropriately model the evolving architecture of the BMDS. The contractor shall install, at NSWC Crane, DTRA developed tools needed for BMDS nuclear survivability analysis, including SPIET-D, and train NSWC Crane personnel in their use, as needed Prototyping, Pre-Production, Model-Making, and Fabrication Support Not Applicable System Design Documentation and Technical Data Support Not Applicable Software Engineering, Development, Programming, and Network Support Not Applicable Reliability, Maintainability, and Availability (RM&A) Support Not Applicable Human Factors, Performance, and Usability Engineering Support Not Applicable System Safety Engineering Support Not Applicable Configuration Management (CM) Support Not Applicable Quality Assurance (QA) Support Not Applicable Information System (IS) Development, Information Assurance (IA), and Information Technology (IT) Support Not Applicable Inactivation and Disposal Support Not Applicable Interoperability, Test and Evaluation, Trials Support Not Applicable

21 14 of Measurement Facilities, Range, and Instrumentation Support Not Applicable Logistics Support Not Applicable Supply and Provisioning Support Not Applicable Training Support Not Applicable In-Service Engineering, Fleet Introduction, Installation and Checkout Support Not Applicable Program Support Not Applicable Functional and Administrative Support Not Applicable Public Affairs and Multimedia Support Not Applicable 4.0 Government Furnished Items and Services 4.1 Government Furnished Information (GFI). The Government will provide all applicable program technical documentation and information to the contractor as GFI. This includes technical manuals, training materials and information, drawings, specifications, procedures, processes, and quality system documents required for the performance of engineering, logistics, and technical support. Defense Threat Reduction Agency (DTRA) developed and approved nuclear assessment models: SPIET-D, QPROMPT, ATR, PRPSIM, ASSIST, DGBETS, SCENERIO, C/LAMP, INTFIL, and VIEWS software tools. Additional GFI will be provided as required or at the request of the contractor Government Furnished Material (GFM). The GFM will be provided when the Contractor has a requirement for special or specific Government material in the performance of specific tasking. GFM will be identified as required utilizing Scheduled Government Furnished Property (SGFP) Form, Attachment 13, in Section J. 4.3 Government Furnished Equipment (GFE). The Government Furnished Equipment (GFE) will be provided when the Contractor has a requirement for special or specific Government equipment per specific tasking. 4.4 Government Furnished Facilities (GFF). The Government will determine facility requirements and locations for meetings and program reviews as well as a suitable infrastructure to manage program requirements to support the scope of activities. For work required to be performed outside NSWC Crane work areas, the contractor will be solely responsible for the necessary equipment and access costs. It is anticipated that

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) 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 /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 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 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) 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. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 21-Mar-2016 1300543247-0001 N/A 6.

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 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) 05-Nov-2014 1300458964 N/A 6. ISSUED

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 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

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) 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) 03-Aug-2016 See Section G. N/A 6.

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 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

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

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) 17-Dec-2015 Multiple 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

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

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

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

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) 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 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

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) -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 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) 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) 16-Sep-2010 MOD N/A 6. ISSUED BY CODE

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. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 08-Jun-2016 1300485893 N/A 6. ISSUED

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) 30-Oct-2014 1300458690 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 6 2. AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 10/26/2016 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 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 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

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 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) 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) 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 1 6 2. AMENDMENT/MODIFICATION NO. 0003 3. EFFECTIVE DATE JUNE 15, 2017 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. 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) 11-Jun-2010 01581851 N/A 6. ISSUED

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 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) 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

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

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) 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) 29-Jun-2014 1300278561 N/A 6. ISSUED

More information

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 02/12/2008 MOD 03/12/2008

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 02/12/2008 MOD 03/12/2008 DELIVERY ORDER FINAL 1. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 02/12/2008 MOD 03/12/2008 N00167-08-MR-64664 5. ISSUED BY CODE N00167 6. ADMINISTERED BY CODE S5111A NSWC, CARDEROCK DIVISION,

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

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 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

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

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) 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) 19-Oct-2016 - N/A 6. ISSUED BY CODE

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 5

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 5 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 5 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) -Jul-2018 1300604531 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-Apr-2013 1300331273; 1300331141

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

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

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) 21-Jul-2014 See Schedule 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

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

(17) Delete Section J, Attachment 6: Past Performance Tables

(17) Delete Section J, Attachment 6: Past Performance Tables PAGE 2 of 14 The purpose of this modification is to: (1) Correct the Clinger-Cohen Act citation under Section B.2 AUTHORITY; (2) Clarify the CAF formula and make it optional to include CAF in Loaded Hourly

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) 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 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) 23-Feb-2016 1300551885 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

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) 29-Sep-2009 N00039-09-MR.13 N/A 6.

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) 15-Mar-2011 N66604-1062-7724 N/A 6.

More information

SEE CONTINUATION SHEET

SEE CONTINUATION SHEET AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE See Block 16C 1. CONTRACT ID CODE PAGE OF PAGES 1 3 4. REQUISITION/PURCHASE REQ. NO 5. PROJECT NO. (If

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-Sep-24 SE-13-102 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

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

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

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. 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 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) 20-Oct-2010 1300166868-00001 N/A 6.

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 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. 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

(Revised April 28, 2014) ADVANCE PAYMENT POOL (DEC 1991)

(Revised April 28, 2014) ADVANCE PAYMENT POOL (DEC 1991) (Revised April 28, 2014) 252.232-7000 Advance Payment Pool. As prescribed in 232.412-70(a), use the following clause: ADVANCE PAYMENT POOL (DEC 1991) (a) Notwithstanding any other provision of this contract,

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. 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

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Sep-2013 74-6425-13 N/A 6. ISSUED

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