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

Size: px
Start display at page:

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

Transcription

1 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 02-Jan-2012 N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2404A NSWC, DAHLGREN DIVISION Dahlgren Road Suite 157 Dahlgren VA CONTRACT ID CODE OF S DCMA Manassas BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Northrop Grumman Space & Mission Systems Corp Dulles Corner Boulevard Herndon VA B. DATED (SEE ITEM 11) [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) CAGE CODE 1V4X9 FACILITY CODE 19-May 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) 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). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) Bilateral - Section G clauses -SEA Level of Effort and Finalized Base (Fixed) Fee 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) or 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED 09-Jan-2012 BY (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE 09-Jan STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

2 2 of 4 GENERAL INFORMATION PURPOSE: This modification finalizes the base (fixed) fees for Option 1 (SLINs 0001BA through 0001BD) based on the actual level of effort provided, reduces the value of the base period SLINs based on the funding provided, and reflects the dispositioning of the GFP. 1. Incremental funding and task order value: The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from $91,381, by $0.00 to $91,381, The total value of the order is hereby decreased from $146,273, by $6,561, to $139,712, CLIN/SLIN From ($) By ($) To ($) 0001BA 23,433, (6,480,072.00) 16,953, BB 60, (30,633.00) 29, BC 20, (15,300.00) 4, BD 40, (28,200.00) 11, BA 1,250, (4,283.00) 1,245, BB 3, (897.00) 2, BC 1, (869.00) BD 2, (811.00) 1, The original and revised amounts for the option 1 SLINs are detailed below. The Award Fee was IZED in modification 18 as reflected in Section G clause NAVSEA Allotment of Funds and the Base Fee is IZED based on the actual LOE received for this period as established in this modification. SLIN 0001BA DELETE INSERT Change Estimated Cost Base Fee Award Fee TOTAL ECPAF SLIN 0001BB (FMS-J) DELETE INSERT Change Estimated Cost Base Fee Award Fee TOTAL ECPAF

3 3 of 4 SLIN 0001BC (FMS-K) DELETE INSERT Change Estimated Cost Base Fee Award Fee TOTAL ECPAF SLIN 0001BD (FMS-A) DELETE INSERT Change Estimated Cost Base Fee Award Fee TOTAL ECPAF 0003BA 0003BB 0003BC 0003BD DELETE INSERT Change 4. In Section H, GOVERNMENT FURNISHED PROPERTY, is revised to reflect the transfer of five items to another contract vehicle. All other items have been returned to NSWCDD. Thus, this clause now states the following: GOVERNMENT FURNISHED PROPERTY (GFP) Accountability of the following GFP is transferred to the follow-on task order, N D- 4091/0020: Equipment Serial #/Identifier Estimated Value TACLANE KG-175D $9,900 Cabletron Chassis/Hub MMAC8/M8FNB $200 HP PROCURVE Switch $150 Media Converter for TACLANE Model McBasic 10/100 $300 American Power Convert Power Supply Smart UPS 1400 $550

4 4 of 4 All other GFP has been dispositioned; therefore, no GFP remains under this order. Special Invoicing / Special Payment Instructions Apply to this Task Order per Section G. A conformed copy of this Task Order is attached to this modification. DISTRIBUTION Hardcopy: EDA: File DFAS-CO/South Entitlement DCMA, Manassas DCAA Reston Branch Office NSWCDL Comptroller ACTION ID #:

5 1 of 50 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est.Cost Base Fee Award Fee CPAF AA Technical and $8,333, engineering support for certification of Aegis related systems (IZED AF in mod 07 & IZED Base Fee in mod 55) (TBD) 0001AB FMS-J Support $3, (IZED AF in mod 07 & IZED Base Fee in mod 55) (FMS Case #JA-P-L SU) 0001AC FMS-J Support $ (IZED AF in mod 07 & IZED Base Fee in mod 55) (FMS Case #JA-P-G WN) 0001BA Technical and $16,953, engineering support for certification of Aegis related systems, FY06 - (IZED AF in mod 18 & IZED Base Fee in mod ) (TBD) 0001BB FMS-J support in $29, FY06 (IZED AF in mod 18 & IZED Base Fee in mod ) (OTHER) 0001BC FMS-K suport in $4, FY06 (IZED AF in mod 18 & IZED Base Fee in mod ) (OTHER) 0001BD FMS-A suport in $11, FY06 (IZED AF in mod 18 & IZED Base Fee in mod )

6 2 of 50 (OTHER) 0001CA Technical and $24,898, engineering support for certification of Aegis related systems, FY07 (TBD) 0001CB FMS-J Support in $93, FY07 (FMS Case #JA-P-G WA) 0001CC FMS-K Support in $2, FY07 (OTHER) 0001CD FMS-A Support in $70, FY07 (FMS Case #AT-P-L CQ) 0001CE FMS-S Support in $8, FY07 (OTHER) 0001DA Technical and $11,480, engineering support for certification of Aegis related systems, FY08 (TBD) 0001DB FMS-J FY08 $300, Support (TBD) 0001DC FMS-A FY08 $89, Support (FMS Case #AT-P-L CQ) 0001EA Technical and $26,217, engineering support for certification of Aegis related systems, FY09; Finalized AF in mod 61 (TBD) 0001EB FMS-J FY09 $300, Support; Finalized AF in mod 61 (TBD) 0001EC FMS-A FY09 $300, Support; Finalized AF in mod 61 (TBD) For ODC Items: Item Supplies/Services Qty Unit Est. Cost $7,365, AA ODCs for the base 1.0 LO $779, period (TBD) 0003AB FMS-J 1.0 LO $ (FMS Case #JA-P-L

7 3 of 50 SU) 0003BA ODCs for FY LO $1,245, (TBD) 0003BB FMS-J ODCs in 1.0 LO $2, FY06 (OTHER) 0003BC FMS-K ODCs in 1.0 LO $ FY06 (OTHER) 0003BD FMS-A ODCs in 1.0 LO $1, FY06 (OTHER) 0003CA ODCs for FY LO $1,392, (OTHER) 0003CB FMS-J Support in 1.0 LO $6, FY07 (FMS Case #JA-P-L UH) 0003CC FMS-K Support in 1.0 LO $ FY07 (OTHER) 0003CD FMS-A Support in 1.0 LO $4, FY07 (FMS Case #AT-P-L CQ) 0003CE FMS-S Support in 1.0 LO $ FY07 (OTHER) 0003DA ODCs for FY LO $1,107, (TBD) 0003DB FMS-J ODCs in 1.0 LO $50, FY08 (TBD) 0003DC FMS-A ODCs in 1.0 LO $11, FY08 (FMS Case #AT-P-L CQ) 0003EA ODCs for FY LO $1,745, (TBD) 0003EB FMS-J ODCs in 1.0 LO $50, FY09 (TBD) 0003EC FMS-A ODCs in 1.0 LO $50, FY09 (TBD) 0003XX Mentor-Protege 1.0 LO $391, with Gryphon (OTHER) 0003XY Mentor-Protege 1.0 LO $524, with Gryphon (OTHER) For Cost Type Items: Item Supplies/Services Qty Unit Est.Cost Base Fee Award Fee CPAF AA Technical and $14,028, engineering support for certification of Aegis related

8 4 of 50 systems, FY10 (IZED AF in mod 85) (TBD) 0004AB FMS-J support in $300, FY10 (IZED AF in mod 85) (TBD) 0004AC FMS-A support in $100, FY10 (IZED AF in mod 85) (FMS Case #AT-P-L CQ) 0004AM Technical and $13,000, engineering support for certification of Aegis BMD systems, FY10 (IZED AF in mod 85) (TBD) 0004AN FMS-J Aegis BMD $300, support in FY10 (IZED AF in mod 85) (TBD) Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF BA Technical and $8,265, engineering support for certification of Aegis related systems, FMS-A, Option 6 (TBD) 0004BB FMS-J Support in $100, Option 6 (TBD) 0004BC FMS-A Support in $175, Option 6 (TBD) 0004BM Technical and $4,000, engineering support for certification of Aegis BMD systems, Option 6 (TBD) 0004BN FMS-J Aegis BMD-J $210, support in Option 6 (TBD) For ODC Items: Item Supplies/Services Qty Unit Est. Cost $2,769, AA ODCs for FY LO $1,019, (TBD) 0006AB ODCs for FMS-J 1.0 LO $20, support in FY10 (TBD)

9 5 of AC ODCs for FMS-A 1.0 LO $5, support in FY10 (FMS Case #AT-P-L CQ) 0006AM ODCs for Aegis 1.0 LO $405, BMD systems, FY10 (TBD) 0006AN ODCs for FMS-J 1.0 LO $20, Aegis BMD in FY10 (TBD) 0006BA ODCs for SLIN 1.0 LO $777, BA (TBD) 0006BB ODCs for SLIN 1.0 LO $10, BB (TBD) 0006BC ODCs for SLIN 1.0 LO $10, BC (TBD) 0006BM ODCs for SLIN 1.0 LO $478, BM (TBD) 0006BN ODCS for SLIN 1.0 LO $25, BN (TBD) TYPE OF ORDER This is a Term (LOE) order with cost plus award fee pricing. In addition to CPAF SLINs, there are CPFF and Cost SLINs. ADDITIONAL SLINS Additional SLINs will be unilaterally created by the Contracting Officer during the performance of this Task Order to accommodate the multiple types of funds that will be used under this Order. These modifications will not change the overall level of effort, estimated cost, base fee or award fee of the task order. HQ B EXPEDITING ORDER CLOSEOUT (NAVSEA) (DEC 1995) (a) As part of the negotiated total estimated amount of this order, 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 order closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the order, 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.

10 6 of 50 SECTION C DESCRIPTIONS AND SPECIFICATIONS The STATEMENT OF WORK is Attachment J.1 to this document. PLAN OF ACTIONS AND MILESTONES (POA&M) REQUIREMENTS See Attachment J.1, SOW, paragraph C.15. HQ C * ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA)(JUL 2000) (a) "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Government, or the person's objectivity in performing the order work is or might be otherwise impaired, or a person has an unfair competitive advantage. "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and other business enterprises. (b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in the order, the Contractor does not have any organizational conflict of interest(s) as defined in paragraph (a). (c) It is recognized that the effort to be performed by the Contractor under this order may create a potential organizational conflict of interest on the instant order or on a future acquisition. In order to avoid this potential conflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of the Contractor to participate in future procurement of equipment and/or services that are the subject of any work under this order shall be limited as described below in accordance with the requirements of FAR 9.5. (d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result in disclosure to any party outside the Government any information provided to the Contractor by the Government during or as a result of performance of this order. Such information includes, but is not limited to, information submitted to the Government on a confidential basis by other persons. Further, the prohibition against release of Government provided information extends to cover such information whether or not in its original form, e.g., where the information has been included in Contractor generated work or where it is discernible from materials incorporating or based upon such information. This prohibition shall not expire after a given period of time. (2) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result in disclosure to any party outside the Government any information generated or derived during or as a result of performance of this order. This prohibition shall expire after a period of three years after completion of performance of this order. (3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor. The terms of paragraph (f) of this Special Order Requirement relating to notification shall apply to any release of information in contravention of this paragraph (d). (e) The Contractor further agrees that, during the performance of this order and for a period of three years after completion of performance of this order, the Contractor, any affiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or with which it may subsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to the United States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractor or subcontractor, any system, component or services which is the subject of the work to be performed under this order. This exclusion does not apply to any recompetition for those systems, components, or services furnished pursuant to this order.

11 7 of 50 As provided in FAR , if the Government procures the system, component, or services on the basis of work statements growing out of the effort performed under this order, from a source other than the contractor, subcontractor, affiliate, or assign of either, during the course of performance of this order or before the three year period following completion of this order has lapsed, the Contractor may, with the authorization of the cognizant Contracting Officer, participate in a subsequent procurement for the same system, component, or service. In other words, the Contractor may be authorized to compete for procurement(s) for systems, components, or services subsequent to an intervening procurement. (f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, it shall make immediate and full disclosure in writing to the Contracting Officer. The notification shall include a description of the actual or potential organizational conflict of interest, a description of the action, which the Contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant information that would assist the Contracting Officer in making a determination on this matter. Notwithstanding this notification, the Government may terminate the order for the convenience of the Government if determined to be in the best interest of the Government. (g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of an organizational conflict of interest prior to the award of this order or becomes, or should become, aware of an organizational conflict of interest after award of this order and does not make an immediate and full disclosure in writing to the Contracting Officer, the Government may terminate this order for default. (h) If the Contractor takes any action prohibited by this requirement or fails to take action required by this requirement, the Government may terminate this order for default. (i) The Contracting Officer's decision as to the existence or nonexistence of an actual or potential organizational conflict of interest shall be final. (j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to the United States Government its product lines in existence on the effective date of this order; nor, shall this requirement preclude the Contractor from participating in any research and development or delivering any design development model or prototype of any such equipment. Additionally, sale of catalog or standard commercial items are exempt from this requirement. (k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate or advise the Government concerning its own products or activities or those of a competitor in order to ensure proper safeguards exist to guarantee objectivity and to protect the Government's interest. (l) The Contractor shall include this requirement in subcontracts of any tier which involve access to information or situations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor" where appropriate. (m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remedies provided by law or elsewhere included in this order. (n) Compliance with this requirement is a material requirement of this order. Ddl-C41 TERMINATION OF EMPLOYEES WITH NSWCDD BASE ACCESS The contractor shall insure that all employees who have a NSWCDD badge and/or bumper sticker turn-in the badge and remove the bumper sticker immediately upon termination of their employment under this contract. The above requirement shall be made a part of the standard employee facility clearance procedures for all separated personnel. The contractor shall advise NSWCDD Physical Security of all changes in their contract personnel requiring NSWCDD base access. For involuntarily separated personnel and those separated under adverse circumstances, the contractor shall notify NSWCDD Physical Security in advance of the date, time and location where the NSWCDD representative

12 8 of 50 may physically remove the employee s automobile bumper sticker and retrieve the NSWCDD badge prior to the employee departing the contractor s facility. In the event the employee is separated in his or her absence, the contractor shall immediately notify NSWCDD Physical Security of the separation and make arrangements between the former employee and NSWCDD Physical Security for the return of the badge and removal of the sticker. MENTOR-PROTÉGÉ PROGRAM PLAN The Northrop Grumman DMS, Inc. Gryphon Technologies, LC Mentor-Protégé Program Plan of 23 Sep 05 (Rev #2) with revisions per NG/Clark letter of 18 Oct 05 has been approved by the Navy SADBU and is hereby incorporated into this task order as Attachment J.14. Additional changes were approved and the associated change pages are provided as Attachment J.24. The 21 (original 19 and 2 additional) tasks detailed in the plan shall be accomplished in accordance with the plan s schedule. Monthly reporting requirements for this program are delineated in DFAR Appendix I-112 and the DoN Mentor-Protégé Program Policy and Procedures Manuel, and are listed in NG/Clark s letter of 18 Oct 05. In addition, semi-annual reports are required per DFAR Appendix I- II2. Distribution and due dates for reports are as follows: Monthly Reports - First submission due 45 days after performance begins - Subsequent submissions due 30 days thereafter - Distribution: DoN SADBU, NAVSEA SADBU, NSWCDD SADBU, TOM, ATOM and Contract Specialist Semi-Annual Report - Due not later than April 15 (for period October 1 March 31) and October 15 (for period April 1 September 30) - Distribution: OSD SADBU, DoN SADBU, NAVSEA SADBU, NSWCDD SADBU, DCMA, TOM, ATOM and Contract Specialist

13 9 of 50 SECTION D PACKAGING AND MARKING

14 10 of 50 SECTION E INSPECTION AND ACCEPTANCE Inspection and Acceptance will be performed at NSWCDD, Dahlgren, VA by the TOM designated herein.

15 11 of 50 SECTION F DELIVERABLES OR PERFORMANCE CLIN - DELIVERIES OR PERFORMANCE The periods of performance for the following firm items are listed below: 0001AA 6/1/2005-9/30/ AB 6/1/2005-9/30/ AC 6/1/2005-9/30/ BA 10/1/2005-9/30/ BB 10/1/2005-9/30/ BC 10/1/2005-9/30/ BD 10/1/2005-9/30/ CA 10/1/2006-9/30/ CB 10/1/2006-9/30/ CC 10/1/2006-9/30/ CD 10/1/2006-9/30/ CE 10/1/2006-9/30/ DA 10/1/2007-9/30/ DB 10/1/2007-9/30/ DC 10/1/2007-9/30/ EA 10/1/2008-9/30/ EB 10/1/2008-9/30/ EC 10/1/2008-9/30/ AA 6/1/2005-9/30/ AB 6/1/2005-9/30/ BA 10/1/2005-9/30/ BB 10/1/2005-9/30/ BC 10/1/2005-9/30/ BD 10/1/2005-9/30/ CA 10/1/2006-9/30/ CB 10/1/2006-9/30/ CC 10/1/2006-9/30/ CD 10/1/2006-9/30/ CE 10/1/2006-9/30/ DA 10/1/2007-9/30/ DB 10/1/2007-9/30/ DC 10/1/2007-9/30/ EA 10/1/2008-9/30/ EB 10/1/2008-9/30/ EC 10/1/2008-9/30/ XX 2/1/2006-9/28/ XY 9/29/2007-1/31/ AA 10/1/2009-9/24/ AB 10/1/2009-9/24/2010

16 12 of AC 10/1/2009-9/24/ AM 10/1/2009-9/24/ AN 10/1/2009-9/24/ BA 9/25/2010-9/24/ BB 9/25/2010-9/24/ BC 9/25/2010-9/24/ BM 9/25/2010-9/24/ BN 9/25/2010-9/24/ AA 10/1/2009-9/24/ AB 10/1/2009-9/24/ AC 10/1/2009-9/24/ AM 10/1/2009-9/24/ AN 10/1/2009-9/24/ BA 9/25/2010-9/24/ BB 9/25/2010-9/24/ BC 9/25/2010-9/24/ BM 9/25/2010-9/24/ BN 9/25/2010-9/24/2011

17 13 of 50 SECTION G CONTRACT ADMINISTRATION DATA ACCOUNTING & APPROPRIATION DATA NOT LISTED IN ACCOUNTING DATA AT THE END OF SECTION G IS PROVIDED IN ATTACHMENTS. SEE SECTION J FOR A LIST OF THE ATTACHMENTS. SPECIAL INVOICING INSTRUCTIONS/SPECIAL PAYMENT INSTRUCTIONS In an effort to utilize funds prior to cancellation and to ensure that funds are expensed in accordance with expenditure benchmarks for the multiple programs funding this task order, the contractor shall coordinate the invoicing of funds with the TOM/ATOM and the paying office shall disburse funds in accordance with the contractor s invoice. POINTS OF CONTACT FOR THIS ORDER The Task Order Manager (TOM) for this order is: The Alternate TOM is: The Contract Specialist is: The Contracting Officer is: POST-AWARD CONFERENCE (a) A Post-Award Conference will be conducted within ten days after placement of the order. The conference will be held at the contractor s facility. DETERMINATION AND PAYMENT OF FEE UNDER AWARD FEE CONTRACTS (a) Minimum Fee / Fixed Fee The base fee, as set forth in Section B of this contract, shall constitute a minimum fee to be paid for the performance of this contract. The Base Fee and Fixed Fee shall be paid in accordance with the clause of this contract entitled "FIXED FEE" (FAR ) and the provision entitled IZED BASE (FIXED) FEE in Section G. (b) Award Fee In addition to the minimum (fixed/ base) fee, the Contractor may earn an award fee as determined by the Fee Determining Official (FDO). The Government's purpose in granting an award fee is to encourage and reward contractor performance in achieving the Government's objectives. In overseeing the contractor's performance, the Government will continously minitor the manner in which the contractor is proceeding to attain the objectives. The specifics for evaluation are set forth in Attachment J.4. (c) Payment of Award Fee The Contractor shall be paid award fee, if any, upon submittal of a proper invoice or voucher to the cognizant Payment Office, following issuance of the unilateral modification to the contract authorizing payment of award fee for the applicable Evaluation Period. The Contractor's invoice must cite the appropriate accounting classification reference number (ACRN). There will be no interim or advanced billing of award fee prior to a final determination of the FDO. Payment of award fee is not subject to withholdings.

18 14 of 50 SUBMISSION OF INVOICES (COST REIMBURSEMENT, TIME AND MATERIALS, LABOR HOUR, OR FIXED PRICE INCENTIVE) (JUL 1992) This clause is incorporated at the contract level with the following order specific information: DCAA Office: DCAA Mid-Atlantic Region, Reston Branch Office, 171 Eldon Street, Suite 315, Herndon VA A copy of each invoice shall be provided to: Order ATOM - identified above under Points of Contact for this Order Contract Specialist - identified above under Points of Contact for this Order NSWCDD Code XDM24I NAVSEA ALLOTMENT OF FUNDS (MAY 1993) In accordance with the basic contract, the allotment of funds and period of performance is provided below. SLIN Period of Performance Allotted to Cost Allotted to Base Fee Allotted to Award Fee TOTAL Funded Through 0001AA** 6/1/05-9/30/05 $ 8,260, Sep AB** 6/1/05-9/30/05 $ 3, Sep AC** 6/1/05-9/30/05 $ Sep AA 6/1/05-9/30/05 $ 775,385 $ - $ - $ 775, Sep AB 6/1/05-9/30/05 $ 300 $ - $ - $ Sep BA** 10/1/05-9/30/06 $ 16,953, Sep BB** 10/1/05-9/30/06 $ 29, Sep BC** 10/1/05-9/30/06 $ 4, Sep BD** 10/1/05-9/30/06 $ 11, Sep BA 10/1/05-9/30/06 $ 1,245,804 $ - $ - $ 1,245, Sep BB 10/1/05-9/30/06 $ 2,611 $ - $ - $ 2, Sep BC 10/1/05-9/30/06 $ 300 $ - $ - $ Sep BD 10/1/05-9/30/06 $ 1,528 $ - $ - $ 1, Sep CA* 10/1/06-9/30/07 $ 11,748, Sep CB* 10/1/06-9/30/07 $ 22, Sep CC 10/1/06-9/30/07 $ - $ - $ - $ - 01-Oct CD 10/1/06-9/30/07 $ 4, Sep CE 10/1/06-9/30/07 $ - $ - $ - $ - 01-Oct CA 10/1/06-9/30/07 $ 1,034,500 $ - $ - $ 1,034, Sep CB 10/1/06-9/30/07 $ 900 $ - $ - $ Sep CC 10/1/06-9/30/07 $ - $ - $ - $ - 01-Oct CD 10/1/06-9/30/07 $ 400 $ - $ - $ Sep CE 10/1/06-9/30/07 $ - $ - $ - $ - 01-Oct XX 2/1/06-9/28/07 $ 391,382 $ - $ - $ 391, Sep XY 9/29/07-1/31/10 $ 524,775 $ - $ - $ 524, Sep DA* 10/1/07-9/30/08 $ 10,988, Sep DB* 10/1/07-9/30/08 $ 101, Sep DC* 10/1/07-9/30/08 $ 9, Sep DA 10/1/07-9/30/08 $ 968,255 $ - $ - $ 968, Sep DB 10/1/07-9/30/08 $ 30,875 $ - $ - $ 30, Sep DC 10/1/07-9/30/08 $ 500 $ - $ - $ Sep EA* 10/1/08-9/30/09 $ 12,225, Sep EB* 10/1/08-9/30/09 $ 80, Sep EC* 10/1/08-9/30/09 $ 18, Sep EA 10/1/08-9/30/09 $ 1,566,747 $ - $ - $ 1,566, Sep EB 10/1/08-9/30/09 $ 8,350 $ - $ - $ 8, Sep EC 10/1/08-9/30/09 $ 1,646 $ - $ - $ 1, Sep AA* 10/1/09-9/24/10 $ 7,772, Sep AB* 10/1/09-9/24/10 $ 5, Sep AC* 10/1/09-9/24/10 $ 8, Sep AM* 10/1/09-9/24/10 $ 3,298, Sep AN* 10/1/09-9/24/10 $ 75, Sep AA 10/1/09-9/24/10 $ 671,833 $ - $ - $ 671, Sep-10

19 15 of AB 10/1/09-9/24/10 $ 3,184 $ - $ - $ 3, Sep AC 10/1/09-9/24/10 $ 892 $ - $ - $ Sep AM 10/1/09-9/24/10 $ 299,455 $ - $ - $ 299, Sep AN 10/1/09-9/24/10 $ 10,950 $ - $ - $ 10, Sep BA# 9/25/10-9/24/11 $ 7,584, Sep BB# 9/25/10-9/24/11 $ 90, Sep BC# 9/25/10-9/24/11 $ 100, Sep BM# 9/25/10-9/24/11 $ 3,351, Sep BN# 9/25/10-9/24/11 $ 139, Sep BA 9/25/10-9/24/11 $ 665,519 $ - $ - $ 665, Sep BB 9/25/10-9/24/11 $ 8,003 $ - $ - $ 8, Sep BC 9/25/10-9/24/11 $ 8,000 $ - $ - $ 8, Sep BM 9/25/10-9/24/11 $ 264,618 $ - $ - $ 264, Sep BN 9/25/10-9/24/11 $ 4,650 $ - $ - $ 4, Sep-11 TOTAL $ $ 91,381,084 * Award Fee ** Award & Base Fees # Option 6 is CPFF FUNDING PROFILE The following details funding to date: SLIN ECPF Funds This Action Previous Funding TOTAL Funded Balance UNFUNDED 0001AA $ 8,333,734 $ - $ 8,260,734 $ 8,260,734 $ 73, AB $ 3,743 $ - $ 3,743 $ 3,743 $ AC $ 998 $ - $ 998 $ 998 $ AA $ 779,885 $ - $ 775,385 $ 775,385 $ 4, AB $ 300 $ - $ 300 $ 300 $ - Total - $ 9,118,660 $ - $ 9,041,160 $ 9,041,160 $ 77,500 Base 0001BA $ 16,953,799 $ - $ 16,953,799 $ 16,953,799 $ BB $ 29,367 $ - $ 29,367 $ 29,367 $ BC $ 4,700 $ - $ 4,700 $ 4,700 $ BD $ 11,800 $ - $ 11,800 $ 11,800 $ BA $ 1,245,804 $ - $ 1,245,804 $ 1,245,804 $ BB $ 2,611 $ - $ 2,611 $ 2,611 $ BC $ 300 $ - $ 300 $ 300 $ BD $ 1,528 $ - $ 1,528 $ 1,528 $ - Total - FY06 $ 18,249,909 $ - $ 18,249,909 $ 18,249,909 $ CA $ 24,898,791 $ - $ 11,748,567 $ 11,748,567 $ 13,150, CB $ 93,875 $ - $ 22,100 $ 22,100 $ 71, CC $ 2,825 $ - $ - $ - $ 2, CD $ 70,500 $ - $ 4,582 $ 4,582 $ 65, CE $ 8,425 $ - $ - $ - $ 8, CA $ 1,392,808 $ - $ 1,034,500 $ 1,034,500 $ 358, CB $ 6,225 $ - $ 900 $ 900 $ 5, CC $ 175 $ - $ - $ - $ CD $ 4,500 $ - $ 400 $ 400 $ 4, CE $ 575 $ - $ - $ - $ 575 Total - FY07 $ 26,478,699 $ - $ 12,811,049 $ 12,811,049 $ 13,667, XX $ 391,382 $ - $ 391,382 $ 391,382 $ XY $ 524,775 $ - $ 524,775 $ 524,775 $ - TOTAL - MP $ 916,157 $ - $ 916,157 $ 916,157 $ DA $ 11,480,135 $ - $ 10,988,636 $ 10,988,636 $ 491, DB $ 300,000 $ - $ 101,653 $ 101,653 $ 198, DC $ 89,000 $ - $ 9,323 $ 9,323 $ 79, DA $ 1,107,610 $ - $ 968,255 $ 968,255 $ 139, DB $ 50,000 $ - $ 30,875 $ 30,875 $ 19, DC $ 11,000 $ - $ 500 $ 500 $ 10,500 Hours Funded

20 16 of 50 TOTAL - FY08 $ 13,037,745 $ - $ 12,099,242 $ 12,099,242 $ 938, EA $ 26,217,199 $ - $ 12,225,747 $ 12,225,747 $ 13,991, EB $ 300,000 $ - $ 80,067 $ 80,067 $ 219, EC $ 300,000 $ - $ 18,000 $ 18,000 $ 282, EA $ 1,745,604 $ - $ 1,566,747 $ 1,566,747 $ 178, EB $ 50,000 $ - $ 8,350 $ 8,350 $ 41, EC $ 50,000 $ - $ 1,646 $ 1,646 $ 48,354 TOTAL - FY09 $ 28,662,803 $ - $ 13,900,557 $ 13,900,557 $ 14,762, AA $ 14,028,466 $ - $ 7,772,559 $ 7,772,559 $ 6,255, AB $ 300,000 $ - $ 5,449 $ 5,449 $ 294, AC $ 100,000 $ - $ 8,179 $ 8,179 $ 91, AM $ 13,000,000 $ - $ 3,298,561 $ 3,298,561 $ 9,701, AN $ 300,000 $ - $ 75,500 $ 75,500 $ 224, AA $ 1,019,319 $ - $ 671,833 $ 671,833 $ 347, AB $ 20,000 $ - $ 3,184 $ 3,184 $ 16, AC $ 5,000 $ - $ 892 $ 892 $ 4, AM $ 405,000 $ - $ 299,455 $ 299,455 $ 105, AN $ 20,000 $ - $ 10,950 $ 10,950 $ 9,050 TOTAL - Opt 5 $ 29,197,785 $ - $ 12,146,562 $ 12,146,562 $ 17,051, BA $ 8,265,916 $ - $ 7,584,536 $ 7,584,536 $ 681, BB $ 100,000 $ - $ 90,750 $ 90,750 $ 9, BC $ 175,000 $ - $ 100,000 $ 100,000 $ 75, BM $ 4,000,000 $ - $ 3,351,272 $ 3,351,272 $ 648, BN $ 210,000 $ - $ 139,100 $ 139,100 $ 70, BA $ 777,000 $ - $ 665,519 $ 665,519 $ 111, BB $ 10,000 $ - $ 8,003 $ 8,003 $ 1, BC $ 10,000 $ - $ 8,000 $ 8,000 $ 2, BM $ 478,000 $ - $ 264,618 $ 264,618 $ 213, BN $ 25,000 $ - $ 4,650 $ 4,650 $ 20,350 TOTAL - Opt 6 $ 14,050,916 $ - $ 12,216,448 $ 12,216,448 $ 1,834,468 TOTAL-TO $139,712,674 $ - $ 91,381,084 $ 91,381,084 $ 48,331,590 SEA LEVEL OF EFFORT (DEC 2000) (a) The Contractor agrees to provide the total level of effort specified below in performance of the work described in the SOW of this task order. The total level of effort for the performance of this order shall be the 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. The man-hours are listed below. (The table below and the blank in paragraph (d) are to be completed by the offeror as part of their proposal.) TOTAL MANHOURS --- Compensated --- Uncompensated *Actual Hours Provided (b) Listed above are both the compensated and uncompensated man-hours associated with this order. Uncompensated effort is defined as hours provided by personnel in excess of 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) at an employee's residence or other non-work

21 17 of 50 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 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 task order 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 base (fixed) fee so the fee is proportionate to the LOE provided; 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 fees 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) The Award Fee Self Evaluation Report shall include certification setting forth the number of man-hours (compensated and uncompensated) expended. In addition, the report for the first six months of each fiscal year shall include a calculation of the final base (fixed) fee in accordance with this clause and Section G - IZED BASE (FIXED) FEE for the prior fiscal year. Beginning with the Option for FY06, the Award Fee Self Evaluation Report for the first six months of each fiscal year shall include the following information on the previous fiscal year: (1) estimated cost funded, costs incurred and billed, final base (fixed) fee, award fee earned ; (2) any major difference between the estimated cost billed and funded shall be explained; (3) in the case of a cost under run, the amount by which the estimated cost of applicable SLINs may be reduced to recover excess funds (include breakdown by Accounting Classification Reference Number (ACRN). All submissions shall include subcontractor information. (j) Deleted per Amendment 0001 of the basic contract (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. IZED BASE (FIXED) FEE The base (fixed) fee for each period (base, FY06 Option, etc.) will be finalized based on the total number of compensated hours provided. If 100% or more of the compensated hours are provided, the contractor will receive the full base (fixed) fee. If less than 100% of the compensated hours are received, the fixed fee shall be reduced proportionate to the compensated hours provided - i.e., if 90% of the compensated hours were provided, 90% of the fee will be calculated. Additional fee will not be provided for technical hours that exceed 100% of the specified hours. The above fee reduction process applies to all periods regardless of the level of funding. This order will be incrementally funded and budgetary constraints may prevent full funding of all periods. The process for finalizing the base (fixed) fee is the same for both fully funded periods and periods funded at less than the estimated total cost plus award fee. APPROVED SUBCONTRACTORS

22 18 of 50 The following subcontractors are approved on this order: Accounting Data SLINID PR Number Amount AA See Attachment J See Attachment 0003AA See Attachment J See Attachment BASE Funding Cumulative Funding MOD AA See Attachment J NA See Attachment 0003AA See Attachments J NA See Attachment MOD 01 Funding Cumulative Funding MOD AA See Attachment J NA See Attachment 0001AB See Attachment J NA See Attachment 0001AC See Attachment J NA See Attachment 0003AB See Attachment J NA See Attachment MOD 02 Funding Cumulative Funding MOD AA See Attachment J ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 03 appear in Attachment J AA See Attachment J ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 03 appear in Attachment J.10 MOD 03 Funding Cumulative Funding

23 19 of 50 MOD BA ACRNs, Lines of Accounting, and Requisition Numbers associated with new obligations in mod 04 appear in Attachment J.11, funds transferred between SLIN 0001AA and this SLIN appear in mod BA ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 04 appear in Attachment J.11 MOD 04 Funding Cumulative Funding MOD BA N82/ A BM ACRN BM A X3WMW D C2G (Ref. N WX21492/AA, SCN-9/30/09) 0003BA N82/ A BM ACRN BM A X3WMW D C2G (Ref. N WX21492/AA, SCN-9/30/09) MOD 05 Funding Cumulative Funding MOD AA See Attachment J ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 06 appear in Attachment J BA See Attachment J ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 06 appear in Attachment J BC Standard Number:. ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 06 appear in Attachment J AA ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 06 appear in Attachment J BA ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 06 appear in Attachment J.12 MOD 06 Funding Cumulative Funding MOD AA BP ( ) BP. Funds are transferred between SLINs; ACRNs, SLINs & amounts are identified in mod 07, paragraph AB. (7.00). Funds are transferred between SLINs; ACRNs, SLINs & amounts are identified in mod 07, paragraph AC. (2.00).

24 20 of 50 Funds are transferred between SLINs; ACRNs, SLINs & amounts are identified in mod 07, paragraph BA BP Funds are transferred between SLINs; ACRNs, SLINs & amounts are identified in mod 07, paragraph BB Standard Number:. Funds are transferred between SLINs; ACRNs, SLINs & amounts are identified in mod 07, paragraph 3. MOD 07 Funding 0.00 Cumulative Funding MOD BA ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 08 appear in Attachment J BC (300.00). Standard Number:. Funds transferred to SLIN 0003BC, see Attachment J BA ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 08 appear in Attachment J BC Funds transferred from SLIN 0001BC; see Attachment J XX ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 08 appear in Attachment J.13 MOD 08 Funding Cumulative Funding MOD BA ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 09 appear in Attachment J BB Standard Number:. ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 09 appear in Attachment J BA ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 09 appear in Attachment J BB ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 09 appear in Attachment J.15 MOD 09 Funding Cumulative Funding MOD BA

25 21 of 50. ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 10 appear in Attachment J BA ACRNs, Lines of Accounting, and Requisition Numbers associated with mod 10 appear in Attachment J.16 MOD 10 Funding Cumulative Funding MOD BA NA = Not Applicable above; See Attachment J BA NA = Not Applicable above; See Attachment J.17 MOD 11 Funding Cumulative Funding MOD BA See Attachment J MOD 12 Funding Cumulative Funding MOD BA See Attachment J Standard Number:. 0001BB See Attachment J Standard Number:. 0003BA See Attachment J BB See Attachment J MOD 13 Funding Cumulative Funding MOD BA See Attachment J Standard Number:. 0001BB See Attachment J Standard Number:. 0001BD See Attachment J BA See Attachment J BB See Attachment J BD See Attachment J

26 22 of 50 MOD 14 Funding Cumulative Funding MOD AA AE ( ) AE. Funds are transferred between SLINs; ACRNs, SLINs & amounts are identified in mod 15, paragraph BA See Attachment J Standard Number:. In addition to the funds obligated in Attachment J.21, funds are transferred between SLINs - see mod 15, paragraph BA See Attachment J In addition to the funds obligated in Attachment J.21, funds are transferred between SLINs - see mod 15, paragraph 2. MOD 15 Funding Cumulative Funding MOD CA See Attachment J BA See Attachment J BB See Attachment J BD See Attachment J CA See Attachment J MOD 16 Funding Cumulative Funding MOD BB Standard Number:. This funding was included in Attachment J.22, provided with mod-16. MOD 17 Funding Cumulative Funding MOD BA See Mod -18 ( ) Standard Number:. Funds are transferred between SLINs - see mod 18, paragraph BD See Mod -18 (500.00) Funds are transferred between SLINs - see mod 18, paragraph CA See Attachment J CB See Attachment J

27 23 of BA See Mod Funds are transferred between SLINs - see mod 18, paragraph BD See Mod Funds are transferred between SLINs - see mod 18, paragraph CB See Attachment J XX See Attachment J MOD 18 Funding Cumulative Funding MOD CA See Attachment J CA See Attachment J MOD 19 Funding Cumulative Funding MOD BA See Mod -20 ( ) Standard Number:. Funds are transferred between SLINs - see mod 20, paragraph CA See Attachment J In addition to funds provided in J.26, funds are transferred here in Mod 20, paragraph CA See Attachment J MOD 20 Funding Cumulative Funding MOD CA See Attachment J CD See Attachment J CA See Attachment J MOD 21 Funding Cumulative Funding MOD CA See Attachment J CD See Attachment J CA See Attachment J

28 24 of CD See Attachment J MOD 22 Funding Cumulative Funding MOD CA See Attachment J CB See Attachment J CA See Attachment J CB See Attachment J MOD 23 Funding Cumulative Funding MOD CA See Attachment J.30 ( ) 0001CD See Attachment J.30 ( ) 0003CD See Attachment J.30 ( ) 0003XY See Attachment J MOD 24 Funding Cumulative Funding MOD CA See Attachment J CB See Attachment J MOD 25 Funding Cumulative Funding MOD CA See Attachment J MOD 26 Funding Cumulative Funding MOD CA See Attachment J DA See Attachment J DA See Attachment J

29 25 of 50 MOD 27 Funding Cumulative Funding MOD CA See Attachment J DA See Attachment J DA See Attachment J MOD 28 Funding Cumulative Funding MOD CA See Attachment J.35 ( ) 0001DA See Attachment J DB See Attachment J CA See Attachment J.35 ( ) 0003DB See Attachment J MOD 29 Funding Cumulative Funding MOD DA See Attachment J DA See Attachment J MOD 30 Funding Cumulative Funding MOD DA See Attachment J DA See Attachment J MOD 31 Funding Cumulative Funding MOD DA See Attachment J DB See Attachment J DA See Attachment J

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

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

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) 28-Feb-2017 See Section G N/A 6. ISSUED

More information

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

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

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 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) 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) N/A 6. ISSUED BY CODE N00421 7. ADMINISTERED

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

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

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 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

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

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

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

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 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) 01-Aug-2018 00679498-0003;00730387

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

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

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

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

More information

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

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

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

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

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

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 8 2. AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

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 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

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 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 2

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

More information

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

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) 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 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 2

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

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 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 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) -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. 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) 19-Jun-2014 1300429306 N/A 6. ISSUED

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

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

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

More information

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

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

More information

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

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

More information

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. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 26-Nov-2013 1300388029 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) 19-Apr-2013 1300331273; 1300331141

More information

(Revised March 3, 2008) ADVANCE PAYMENT POOL (DEC 1991)

(Revised March 3, 2008) ADVANCE PAYMENT POOL (DEC 1991) (Revised March 3, 2008) 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

SPECIAL ITEM NUMBER INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES

SPECIAL ITEM NUMBER INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES 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 to create an electronic delivery

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

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

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

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

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

More information

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

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

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

More information

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

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. 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 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

Authorized Federal Acquisition Service Information Technology Schedule Pricelist

Authorized Federal Acquisition Service Information Technology Schedule Pricelist Authorized Federal Acquisition Service Information Technology Schedule Pricelist General Services Administration Federal Acquisition Service Information Technology Schedule, Group 70 Contract Period: October

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

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

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

M F Page 3 of 18. Section SF CONTINUATION SHEET

M F Page 3 of 18. Section SF CONTINUATION SHEET Page 3 of 18 Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 (b) (4) Each (b) (4) (b) (4) TFDW PDSS FFP TFDW Post Deployment System Support and Maintenance

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) 12-Sep-2013 1300380503 N/A 6. ISSUED

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

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

(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 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

L3 Technologies, Inc.

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

More information

Section 19(b)(3)(A) * Section 19(b)(3)(B) * Section 19(b)(2) * Rule. 19b-4(f)(1) 19b-4(f)(2) (Title *) Executive Vice President and General Counsel

Section 19(b)(3)(A) * Section 19(b)(3)(B) * Section 19(b)(2) * Rule. 19b-4(f)(1) 19b-4(f)(2) (Title *) Executive Vice President and General Counsel OMB APPROVAL Required fields are shown with yellow backgrounds and asterisks. OMB Number: 3235-0045 Estimated average burden hours per response...38 Page 1 of * 34 SECURITIES AND EXCHANGE COMMISSION File

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

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

SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) BASIC (DEVIATION 2018-O0007) (DEC 2017)

SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) BASIC (DEVIATION 2018-O0007) (DEC 2017) Attachment 1 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) Basic. (DEVIATION 2018-O0007) For solicitations and contracts that contain the basic, Alternate I, or Alternate II of the clause

More information

EXHIBIT A GOVERNMENT PROVISIONS APPLICABLE TO PRIME CONTRACT FA D-2451

EXHIBIT A GOVERNMENT PROVISIONS APPLICABLE TO PRIME CONTRACT FA D-2451 EXHIBIT A GOVERNMENT PROVISIONS APPLICABLE TO PRIME CONTRACT FA8632-05-D-2451 The clauses contained in the following Government regulations are incorporated by reference. Where necessary or appropriate

More information

Category 1: Access Control Systems Category 2: Burglar Alarms Category 3: Surveillance Services and Equipment

Category 1: Access Control Systems Category 2: Burglar Alarms Category 3: Surveillance Services and Equipment Master Agreement #: 3407 Contractor: ALLIED UNIVERSAL SECURITY SYSTEMS Participating Entity: STATE OF SOUTH CAROLINA Contract Number: 4400018287 The following products or services are included in this

More information

AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT 2. Amendment/Modification Number

AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT 2. Amendment/Modification Number AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT 2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. Amendment 03 See Box 16C 6. Issued by: Code 7. Administered by

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

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-Mar-2013 N4523A13RC00075 N/A 6.

More information

ADDITIONAL GENERAL CONDITIONS - COMMERCIAL TIME BASED - SERVICES FOR C-130J EMPENNAGE PRIME CONTRACT NO. F C-2014 DATED 14 MARCH 2003

ADDITIONAL GENERAL CONDITIONS - COMMERCIAL TIME BASED - SERVICES FOR C-130J EMPENNAGE PRIME CONTRACT NO. F C-2014 DATED 14 MARCH 2003 PROGRAM ADDENDUM 223B (01-05) ADDITIONAL GENERAL CONDITIONS - COMMERCIAL TIME BASED - SERVICES FOR C-130J EMPENNAGE PRIME CONTRACT NO. F33657-03-C-2014 DATED 14 MARCH 2003 Terms T-7 (01-05), entitled "Purchase

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

Part I Contract Clauses, Sections B through H TABLE OF CONTENTS

Part I Contract Clauses, Sections B through H TABLE OF CONTENTS Part I Contract Clauses, Sections B through H Contract No. DE-AC52-07NA27344 TABLE OF CONTENTS Part I - Section B - SUPPLIES OR SERVICES AND PRICES/COSTS... 4 B-1... SERVICES BEING ACQUIRED (Mod 196)...

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

TABLE OF CONTENTS SECTION G: ROLES AND RESPONSIBILITIES. G.1 ROLES AND RESPONSIBILITIES G-1 G.1.1 Government s Role G-1 G.1.2 Contractor s Role G-4

TABLE OF CONTENTS SECTION G: ROLES AND RESPONSIBILITIES. G.1 ROLES AND RESPONSIBILITIES G-1 G.1.1 Government s Role G-1 G.1.2 Contractor s Role G-4 Modification No. PS005 TABLE OF CONTENTS SECTION G: ROLES AND RESPONSIBILITIES Section Page G.1 ROLES AND RESPONSIBILITIES G-1 G.1.1 Government s Role G-1 G.1.2 Contractor s Role G-4 G.2 AGENT FOR THE

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 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